06/17/2024Monday, June 17, 2024
1:30 PM
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Main Library - Council Chambers
Council Work Session
Meeting Agenda
June 17, 2024Council Work Session Meeting Agenda
1. Call to Order
2. City Manager
2.1 Approve a Temporary Use Agreement (TPU) BOT No. 502369673
between the City of Clearwater and the Board of Trustees of the Internal
Improvement Trust Fund of the State of Florida, to provide temporary
exclusive use of 302 Seminole Street and authorize the appropriate
officials to execute same. (consent)
3. Office of Management and Budget
3.1 Amend the City’s fiscal year 2023/24 operating and capital improvement
budgets at mid-year and pass Ordinances 9771-24 and 9772-24 on first
reading.
4. Finance
4.1 Approve the reallocation of ARPA-related funding including $625,000 previously
allocated to Main Library renovations; the reallocation of $3,000,000 previously
allocated to the North Greenwood CRA; the reallocation of $40,000 of Cultural
Affairs Nonprofit Grant Program funds previously allocated to the Community
Service Foundation; and approve the reallocation of $3,000,000 of General
Fund funding from project ENGF220001, New City Hall, to the North
Greenwood CRA.
4.2 Annual Comprehensive Financial Report for Fiscal Year 2023. (WSO)
5. Gas System
5.1 Accept Clearwater Gas System Fiscal Year 2024 Dividend to the City General
Fund (WSO)
6. General Services
6.1 Authorize the purchase of vehicles (heavy and light duty) and equipment in the
not-to-exceed amount of $17,575,900.00 budgeted in the Fiscal Year (FY)
2024/25 budget, pursuant to Clearwater Code of Ordinances Sections 2.563(1)
(c), Piggyback, 2.563(1)(d), Non-competitive purchases, and 2.561(5), Small
Purchases; declare the vehicles and equipment being replaced as surplus and
authorize for disposal at auction or trade-in, whichever is in the best interest of
the City, pursuant to Clearwater Code of Ordinances Sections 2.623(6), (7)(c),
(7)(e), and (8); authorize lease purchase under the City's Master Lease
Purchase Agreement or internal financing via an interfund loan from the Capital
Improvement Fund, whichever is deemed to be in the City's best interest, and
authorize the appropriate officials to execute same. (consent)
6.2 Authorize purchase order(s) to multiple vendors as listed for the maintenance
and repair of city vehicles and equipment in the annual amount of $250,000.00
Page 2 City of Clearwater Printed on 6/10/2024
June 17, 2024Council Work Session Meeting Agenda
for a period of one (1) year with two, one-year renewal options pursuant to
Invitation to Bid (ITB) 30-24 and authorize the appropriate officials to execute
same. (consent)
7. Planning
7.1 Approve a Future Land Use Map Amendment from the Institutional (I) category
to the Commercial General (CG) category for 407 South Saturn Avenue and
pass Ordinance 9765-24 on first reading. (LUP2024-02001)
7.2 Approve a Zoning Atlas Amendment from the Institutional (I) District to the
Commercial (C) District for 407 South Saturn Avenue and pass Ordinance
9766-24 on first reading. (REZ2024-02001)
8. Public Utilities
8.1 Award a Purchase Order to Kamminga and Roodvoets, Inc., of Grand Rapids,
MI, for Potable Water Piping Improvements Phase 2, 4, and 5 Project in the amount
of $10,052,886.50 pursuant to Invitation to Bid (ITB) No.23-0011-UT and
authorize the appropriate officials to execute same. (consent)
8.2 Authorize purchase orders to CEC Motor and Utility Services of Palmetto, FL,
Southeast Pump Specialist, Inc. of Augusta, GA and Tampa Armature Works
dba Integrated Power Services of Riverview, FL for electric motor and pump
repair services, in a cumulative annual not-to-exceed amount of $900,000.00
for the initial term of June 18, 2024 through June 17, 2025, with the option for
three, one-year renewals pursuant to ITB 14-24 and authorize the appropriate
officials to execute same. (consent)
8.3
9. Marine & Aviation
9.1 Approve an increase and proposal from Kokolakis Contracting, Inc., Of Tarpon
Springs, FL., for the construction of the Clearwater Beach Marina (21-0008-MA)
in the amount of $43,469,475.00 bringing the total to $43,568,739.00 pursuant
to Request for Qualifications (RFQ) 19-22; approve a not to exceed loan of
$18,000,000.00 from the Capital Improvement Fund to the Marine Fund and
authorize the appropriate officials to execute same. (Consent)
10. Parks and Recreation
10.1 Award purchase orders to Performance Wrapz, LLC dba Wraps Direct and
Sign-Age of Tampa Bay, Inc. for city-wide purchase and installation of
aluminum signage in the cumulative annual amount of $275,000.00 for initial
term of July 1, 2024 through June 30, 2025, with two, one year renewal options
pursuant to Invitation to Bid 31-24 and authorize the appropriate officials to
execute same. (consent)
Page 3 City of Clearwater Printed on 6/10/2024
June 17, 2024Council Work Session Meeting Agenda
10.2 Approve an increase to purchase order with CAA ICON for consulting services
in connection with negotiations with the Philadelphia Phillies for a new use
agreement of BayCare Ballpark and the Carpenter Complex in the amount of
$140,000.00 bringing the total to $371,000.00 and authorize the appropriate
officials to execute same. (consent)
10.3 Authorize Guaranteed Maximum Price proposal to Keystone Excavators, Inc. of
Oldsmar, FL, for renovations and improvements of McKay Park located at 610
Mandalay Avenue in the amount of $1,337,048.04 pursuant to Request for
Qualifications (RFQ) 40-20, Construction Manager at Risk Services Continuing
Contracts; a third quarter budget amendment transfer of $301,015.00 from
M2206 Parks and Recreation R&R, $99,039.59 from C2210 Sailing Center
Dock Repairs, $47,405.50 from C2213 Shade structures, and $53,469.97 from
315-93667, to C2304 McKay Park Improvements and authorize the appropriate
officials to execute same. (consent)
10.4 Approve First Amendment to the Agreement between the City and Ruth Eckerd
Hall Inc. for the management and operation of The BayCare Sound. A venue
license agreement between the City and Ruth Eckerd Hall Inc. (REH) was
entered into in December 2022 to manage, program, and operate the venue.
11. Public Works
11.1 Approve to vacate city right-of-way (ROW) and alley as requested by the
adjoining parcel landowner First Baptist Church of Clearwater, Inc., as shown
on Exhibit A, a part of Kentucky Avenue, a 60’ foot platted right of way, Michigan
Avenue a 60’ foot platted right of way, and the Platted 16-foot alley in Block 4, all
being contiguous with Block 4 of Bayview City Subdivision as recorded in
Official Records Book 9, Page 43, Public Records of Pinellas county, Florida,
and pass Ordinance 9753-24 on first reading.
11.2 Approve to vacate a 5-foot portion of a 10-foot drainage utility easement by
request of landowner Eisen Joven located at 1317 Melonwood Ave, Clearwater
as shown on Exhibit A, as further defined the Westerly 5 feet of a rear Northern
10-foot drainage utility easement in Lot 10, Block 4, Woodvalley Unit No. 5, a
subdivision according to a recorded Plat Book 68, Page 32, in the Public
Records of Pinellas County, Florida, and pass Ordinance 9767-24 on first
reading.
11.3 Approve to vacate a 10 foot utility easement by request of Landowner AnnMarie
Maier located at 1760 Catherine Drive, Clearwater as shown on Exhibit A and
further defined as the South 5-foot utility easement of Lot 31, Block C and the
North 5-foot utility easement, of Lot 32, Block C, as recorded in Plat Book 66
Page 16, Sall’s Lake Park, of the Public Records of Pinellas County, Florida,
and pass Ordinance 9768-24 on first reading.
11.4 Continue to a date uncertain: Approve to vacate a city storm sewer
easement located at 1000 Lakeview road, Clearwater as shown on Exhibits A
and B and further defined as the Northern 10 feet of Lots 12 and 13, Block 19,
Milton Park replat as recorded in Plat book 10, page 28 and under O.R. Book
Page 4 City of Clearwater Printed on 6/10/2024
June 17, 2024Council Work Session Meeting Agenda
3750, Page 354, of the Public records of Pinellas County, FL, and pass
Ordinance 9769-24 on first reading.
12. City Manager Verbal Reports
13. City Attorney Verbal Reports
14. Council Discussion Item
14.1 Sign Ordinance Enforcement - Councilmember Teixeira
15. New Business (items not on the agenda may be brought up asking they be
scheduled for subsequent meetings or work sessions in accordance with Rule 1,
Paragraph 2).
16. Closing Comments by Mayor
17. Adjourn
18. Presentation(s) for Council Meeting
18.1 June Service Awards
Page 5 City of Clearwater Printed on 6/10/2024
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0702
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: City Manager's Office
Agenda Number: 2.1
SUBJECT/RECOMMENDATION:
Approve a Temporary Use Agreement (TPU) BOT No. 502369673 between the City of Clearwater and the
Board of Trustees of the Internal Improvement Trust Fund of the State of Florida, to provide temporary
exclusive use of 302 Seminole Street and authorize the appropriate officials to execute same. (consent)
SUMMARY:
In 1967, the City of Clearwater constructed boat ramps at 302 Seminole Street, known as Seminole
Docks, with State and Federal financial support. The boat ramps are now damaged and at the end of their
useful life, resulting in a portion of the facility being closed for safety reasons. In the course of due
diligence to prepare for the repair work, a title issue with State submerged lands was identified by the
Florida Department of Environmental Protection (FDEP). City staff has been working diligently with
cooperative state officials to resolve the title issue associated with the property. The State has requested
that the City enter into a Temporary Use Agreement (TPU) to allow repairs to proceed, while city staff
continue to work in collaboration with state officials to resolve the title issue.
There are no direct costs associated with the TPU. The City Council will be presented with review and
approval of the specific construction expenditures in the near future. The TPU agreement includes an
indemnification clause which is why the agreement must be reviewed and approved by City Council. The
City recently concluded litigation involving a claim of ownership to a portion of the property at Seminole
Docks wherein the City prevailed. This TPU would require the City to indemnify the State for any claim of
injury to, or death of, any person or persons and for loss or damage to any property arising out of or
connected with the City’s occupation and use of these lands.
APPROPRIATION CODE AND AMOUNT:
N/A
USE OF RESERVE FUNDS:
N/A
STRATEGIC PRIORITY:
1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic
features through systematic management efforts.
Page 1 City of Clearwater Printed on 6/10/2024
Opinion of Title
As part of the City of Clearwater’s (the “City”) § 253.12(6) application for quitclaim deed to
clear title to formerly sovereign lands over property commonly referred to as 302 Seminole St.,
Clearwater, Florida (a. k. a. the “Seminole Boat Ramp,” also referred to herein as the “Property”
or “Subject Property”), the undersigned attorney hereby submits this Opinion of Title on behalf of
the City.
It is the opinion of the undersigned attorney that the City of Clearwater has claim to title of the
Property under Fla. Stat. § 253.12 as detailed below. This Opinion of Title is submitted as part of
the City’s application, formally requesting that the State recognize the City’s interests in the
Property and execute a quitclaim deed as contemplated by § 253.12(6) and Rule 18-21.019 F.A.C.
We look forward to your favorable response.
I. Factual Background
The City’s interest in the Property has long been recognized by the State of Florida and is
evidenced by historical records. The Seminole Boat Ramp as it exists today was constructed with
State and Federal funding provided in 1967 with no known issues raised at that time regarding the
City’s ownership of the site. Presumably because the City’s use and improvement of the Property
for the benefit of the Public goes back much further in time.
In 1915, the City of Clearwater electorate voted to amend the City Charter, giving women the
right to vote. In the first act of municipal suffrage for women on October 23, 1916, the City’s
voters approved the issuance of a $10,000 bond to aid in the construction of a two-mile bridge
across Clearwater Bay from Seminole Street out to the barrier island. The entrance to said bridge
was located at the Subject Property. Sue Barco was stated as being the first woman to cast her
ballot in favor of the bond. 1
Four years prior, in October 1912, Ms. Barco platted her land, which included the waterfront
properties immediately north of Seminole St. and east of the current day boat ramp property, which
was submerged lands at the time. See Exhibit E1. As you can see from the original Plat, the western
lots are platted to the mean high water line, which is represented by the meandering lines
representing the western edge of lots 19-23.
1 “A History of Clearwater, Florida” By: The Women’s Club of Clearwater, Published March 1917, The Clearwater
Evening Sun; available here: https://www.clearwaterhistoricalsociety.org/history/documents/
The City began acquiring property in this area in 1910, presumably as part of its plans to
construct a bridge from Seminole Street out to the beach. See E2. Ms. Barco later conveyed several
lots to the City by reference to her Plat in 1915 as well as others who purchased lots from Ms.
Barco around that time. See Exhibit’s E3-E5. By 1915, the City had perfected its ownership of the
waterfront property east of the subject area, and just before the referendum was put to voters to
issue the bond for construction of the bridge. Since the deeds reference the Plat, and the Plat shows
the property lines as the water’s edge, the City obtained the riparian rights to those properties in
these conveyances.
In 1917, the first public bridge to Clearwater Beach was completed and in active use. An aerial
from 1926 shows the location of that bridge as well as the beginnings of construction of the newer
bridge to the South. See E6. By 1942, the Seminole Street Bridge was no longer in use having been
severely damaged by a hurricane, an aerial from that time shows that portions of the bridge
remained in use as a pier. See E7.
A more detailed aerial from 1954 confirms that the bridge-turned-pier remained in use at that
time, with the area in question clearly being filled-in and functioning as a public beach and boat
access area in essentially the same footprint as the 1967 improvements that make up what is in
place today. See E8.
The undersigned attorney interviewed and obtained an affidavit from 97-year-old Donald
Heiser, who was employed by the boat yard next door, Clearwater Bay Marine Ways, Inc. for
many years beginning in 1955. He authenticated the 1954 aerial as an accurate depiction of the
property at that time by confirming that the City filled in the area at that time, prior to 1957. See
Application Exhibit F.
In 1957, the City began to acquire title to other areas of previously submerged lands receiving
a deed from Clearwater Bay Marine Ways, Inc. for a northern portion of the Property (See E9),
and later in 1965, deeds from both Belleair Bayou, Inc. (See E10) and the Trustees of the Internal
Improvement Fund of the State of Florida. See E11.
Subsequently in 1967, the City would receive funding from the State of Florida’s Outdoor
Recreational Development Council for the “construction of four modern boat launching ramps, car
and trailer parking, picnicking facilities, a concrete bulkhead, catwalks and landscaping.” See E12.
As an aside, Perpetual Canal Right of Way Easements recorded in Official Record Book 1104,
page 532, and Book 1113, page 717, of the Public Records of Pinellas County, Florida, dated
February of 1961 - both refer to the Subject Property as “Seminole Fill” in their descriptions for
easements in the adjacent channel.
This information coupled with the fact that the Trustees only conveyed a small portion of the
formerly submerged land in 1965 prior to the State funding the improvements indicates that the
State likely assumed the City’s ownership of the area in question back in 1967 when funding was
provided for construction of the boat ramp.
Fast forward to 2018, and the City began developing a new master plan for the boat ramp with
plans for improvements that included an expanded floating dock area on the south side of the
parcel. A diligent title search at that time revealed that a private entity, Belleair Bayou, Inc., may
not have conveyed all of its interests in submerged land due to a discrepancy in legal descriptions.
See E13, “Gatliff Title Report”.
The City inquired with the State at that time as to its ownership interests and was provided a
letter from Marcus J. Ashman, which concluded that “the lands lying above the current mean high
water line at the subject site are not state owned sovereignty lands.” See E14.
It was also identified that the City may have conveyed an interest in a small portion of the
Property to West Coast Inland Navigation District (“WCIND”), which no longer has jurisdiction
over the area. As such, WCIND conveyed back to the City its interests. See E15.
As part of the City’s efforts to clear title and move forward with repairs and improvements,
the City filed a quiet title action against Belleair Bayou, and received an Order confirming that the
City had a prescriptive easement to the areas of formerly submerged land where Belleair Bayou
may have had a claim due to errors in legal descriptions. See E16.
In early 2023, the City discovered that the existing boat ramp was in need of replacement, so
the City put its larger plans on hold in order to repair the existing facilities. Having completed
plans to replace the existing boat ramps, the City submitted to FDEP for approval and permitting.
However, the district office informed the City that there was no showing of “sufficient upland
interests” in the upland area adjacent to the boat ramp in order to justify the issuance of a permit
to replace the existing facilities.
Based on that, FDEP informed the City that it was unable to authorize the repair work until the
City completed the § 253.12(6) application.
II. Legal Analysis
The Florida legislature, in 1856, enacted the Riparian Act, in which the State of Florida
“divested” itself of:
“[A]ll right, title and interest to all lands covered by water, lying in front of any tract of land
owned by a citizen of the United States ... lying upon any navigable stream ... as far as to the
edge of the channel, and [the state] hereby vest[s] the full title to the same in and unto the
riparian proprietors, giving them the full right and privilege to build wharves ... and to fill up
from the shore, bank or beach, as far as may be desired, not obstructing the channel, but leaving
full space for the requirements of Commerce, and upon lands so filled in, to erect warehouses
or other buildings ... also confirming to the riparian proprietors all improvements which may
have heretofore been made upon submerged lands, for the purposes within mentioned.”
Ch. 791, § 1, Laws of Florida (1856)(emphasis added).
The 1856 Riparian Act was later repealed in 1921, and replaced by the Butler Act; however,
the Butler Act similarly granted to upland or riparian owners “full title” to the submerged lands
which were and thereafter filled in or otherwise permanently improved. The Butler Act was
expressly repealed in 1957, and replaced with the Bulkhead Act, which confirms title for upland
riparian owners in “all lands heretofore filled or developed”. See § 253.129.
The purpose of the Butler Act was “to stimulate and encourage the improvement of
submerged lands and to improve the foreshore in the interest of commerce and navigation.” Duval
Eng'g and Contracting Co. v. Sales, 77 So.2d 431, 433 (Fla.1954).
The Butler Act permitted upland riparian owners to obtain title to submerged lands abutting
land owned by them, provided that the submerged land was “actually bulk-headed or filled in or
permanently improved continuously from high water mark in the direction of the channel.” City of
W. Palm Beach v. Bd. of Trustees of Internal Imp. Tr. Fund, 714 So. 2d 1060, 1062 (Fla. Dist. Ct.
App. 1998) (footnote omitted), approved sub nom. City of W. Palm Beach v. Bd. of Trustees of the
Internal Improvement Tr. Fund, 746 So. 2d 1085 (Fla. 1999).
Based on the factual summary discussed above, the City’s use and improvement of this
area dates back as early as 1915 with the construction of the original Seminole Street Bridge, and
the use and maintenance of the Property continues through to today. While the City could
potentially show that at least some areas of the Property may have been filled or permanently
improved prior to 1951, the 1954 aerial photo along with the affidavit of Mr. Heiser are the most
persuasive pieces of evidence to show conclusively that the Subject Property was “filled in”
sometime around 1954.
As such, the City has claim to the area, and thereby requests a quitclaim deed pursuant to
§ 253.12(6) to clear title to the Property. A survey, sketch, and legal description have been
prepared in conjunction with this effort.
III. Conclusion
Thank you for your courtesy and thoughtful consideration in this Matter, we look forward to
resolving this with you as soon as possible, so that we can repair the boat ramps and keep them
open for the Public’s use and enjoyment.
Jerrod D. Simpson
Jerrod D. Simpson, Esq. Fla. Bar # 117959
Senior Assistant City Attorney, Clearwater, FL
Location
Project
City Project No. 22-0023-EN
City Plan Set No. TBD
SHEET #SHEET DESCRIPTION
GENERAL STRUCTURAL NOTES & SITE MAP
S2.1
CONCRETE REPAIR DETAILSS3.1
S1.1
REPAIR PLAN
SHEET INDEX
SEMINOLE STREET
BOAT RAMP
CLEARWATER , FLORIDA
N
S
EW
SECTIONS AND DETAILSS3.2
Tara L. Kivett, P.E.
City EnJineer
Approved For
Construction
Date Approved
CITY ENGINEER Tara L. Kivett, P.E. #86611
CITY OFFICIALS
Brian J. Aungst Mayor
Mark Bunker Councilmember
Kathleen Beckman Councilmember
David Allbritton Councilmember
Lina Teixeira Councilmember
Jennifer Poirrier City Manager
GENERAL STRUCTURAL NOTESNSCOPE OF WORK1.WORK DETAILED ON THE DRAWINGS AND APPLICABLE ITEMS DESCRIBED IN THE GENERAL STRUCTURAL NOTES.2.REMOVE AN REPLACE EAST AND WEST WALL CAPS/WALKWAYS. REFER TO 1/S3.2 FOR DETAILS.3.REMOVE AND REPLACE FOUR (4) SLOPED CONCRETE BOAT LAUNCHING RAMPS IN BETWEEN CONCRETE PIERS. REFERTO 3/S3.2 FOR DETAILS.4.REMOVE AND REPLACE NORTH PORTIONS OF THREE (3) CONCRETE PIERS. REFER TO 2/S3.2 FOR DETAILS.5.PERFORM CONCRETE REPAIRS IN SOUTH END OF THREE (3) CONCRETE PIERS. REFER TO S3.1 FOR REPAIR DETAILS.DRAWINGS AND SPECIFICATIONS1.DO NOT SCALE DRAWINGS FOR DIMENSIONS NOT GIVEN.2.ADVISE ENGINEER OF DIMENSIONAL DISCREPANCIES.3.VERIFY ALL EXISTING FIELD CONDITIONS AND DIMENSIONS PRIOR TO COMMENCING CONSTRUCTION.4.THE CONTRACTOR SHALL PERFORM NO PORTION OF THE WORK AT ANY TIME WITHOUT CONTRACT DOCUMENTS OR,WHERE REQUIRED, APPROVED SHOP DRAWINGS, PRODUCT DATA OR SAMPLES FOR SUCH PORTION OF THE WORK.CONSTRUCTION SAFETY1.THESE DRAWINGS DO NOT INCLUDE PROVISIONS TO SATISFY SAFETY REQUIREMENTS. CONTRACTOR IS SOLELYRESPONSIBLE FOR ENSURING SAFETY DURING CONSTRUCTION AND FOR CONFORMANCE TO ALL APPLICABLE OSHASTANDARDS. JOBSITE VISITS BY ENGINEER SHALL NOT CONSTITUTE APPROVAL, AWARENESS OR LIABILITY FOR ANYHAZARDOUS CONDITIONS.SHORING AND SUPPORT1.WHEN REMOVAL OF STRUCTURAL ELEMENTS FOR MODIFICATIONS MAY CAUSE TEMPORARY WEAKNESS, EXCESSIVEDEFLECTIONS OR STRUCTURAL INSTABILITY, SHORING OR OTHER SUITABLE SUPPORTS SHALL BE PROVIDED UNTILCOMPLETION AND ADEQUATE CURING OF MODIFICATIONS.2.THE CONTRACTOR SHALL SUBMIT CUT SHEETS WITH CERTIFIED CAPACITIES FOR SHORING TO BE USED. SHORING PLANSSHALL BE PREPARED, SIGNED AND SEALED BY AN ENGINEER REGISTERED IN THE STATE OF FLORIDA.VALUE ENGINEERING1.ANY CHANGES TO THE STRUCTURE SHALL HAVE BEEN REVIEWED AND APPROVED IN WRITING BY THE ENGINEER PRIORTO COMMENCING WORK ON ITEMS AFFECTED.FIELD MODIFICATIONS1.ANY CHANGES TO THE STRUCTURE SHALL HAVE BEEN REVIEWED AND APPROVED IN WRITING BY THE ENGINEER PRIORTO COMMENCING WORK ON ITEMS AFFECTED.2.ANY CHANGES MADE WITHOUT PRIOR APPROVAL ARE SUBJECT TO REVIEW BY THE ENGINEER. CONTRACTOR SHALLPROVIDE SKETCHES, PHOTOGRAPHS AND WRITTEN DESCRIPTION OF EACH DEVIATION FROM THE PLANS FOR THEENGINEER'S REVIEW.BUILDING CODES AND SPECIFICATIONS1.FLORIDA BUILDING CODE 7TH EDITION (2023).2.MINIMUM DESIGN LOADS FOR BUILDINGS AND OTHER STRUCTURES ASCE 7-22.3.BUILDING CODE REQUIREMENTS FOR STRUCTURAL CONCRETE ACI 318-19.4.PLANNING AND DESIGN GUIDELINES FOR SMALL CRAFT HARBORS, ASCE MREP NO. 50.5.UNIFIED FACILITIES CRITERIA (UFC) 4-152 DESIGN: PIERS AND WHARVES.DESIGN LOADS1.DEAD LOADSA.TABLE C3-1: MINIMUM DESIGN LOADS, ASCE 7-222.LIVE LOADSA.FLOATING DOCK.....……........25 PSF MINIMUM AND 400 LB CONCENTRATED LOAD APPLIED OVER 1 SQUARE FOOTB.GANGWAY/RAMP..................50 PSF MINIMUM AND 400 LB CONCENTRATED LOAD APPLIED OVER 1 SQUARE FOOTC.FIXED DOCK/PIER....................50 PSF MINIMUM AND 400 LB CONCENTRATED LOAD APPLIED OVER 1 SQUARE FOOT3.WIND LOADA.ULTIMATE DESIGN WIND SPEED, VULT…………...134 MPH (3 SECOND GUST)B. NOMINAL DESIGN WIND SPEED, VASD………....104 MPH (3 SECOND GUST)C.EXPOSURE CATEGORY…….………….................DD. ASCE 7-22 RISK CATEGORY……….….................IPORTLAND CEMENT CONCRETE1.CONCRETE PROPERTIESA.MINIMUM 28-DAY COMPRESSIVE STRENGTH, f'c = 4,000 PSIB.WATER CEMENT RATIO, W/C NOT TO EXCEED 0.50C.1 ½” MAX. NOMINAL DIAMETER OF COARSE AGGREGATED.CEMENT TYPE I OR IIE.3" TO 5" SLUMPF.FLY ASH SHALL NOT EXCEED 20 PERCENT BY WEIGHT OF TOTAL CEMENT, IF USED.2.CONTRACTOR SHALL STRICTLY ADHERE TO SLUMP LIMITS. SUPERPLASTICIZER MAY BE USED AT THECONTRACTORS OPTION TO INCREASE WORKABILITY.3.MAXIMUM MIXING TIME (FROM BATCHING TO PLACEMENT)A.AIR TEMPERATURE LESS THAN 85° F: 90 MINUTESB. AIR TEMPERATURE 85° F TO 90° F: 75 MINUTESC.AIR TEMPERATURE OVER 90° F: 60 MINUTES4.MINIMUM COVER FOR REINFORCEMENTA.3 INCHES TO UNFORMED SIDES, 2 INCHES TO FORMED SIDESB. OTHER, 2 INCHES TO MAIN REINFORCING, 1 ½" INCHES TO TIES AND STIRRUPS.5.ALL REINFORCEMENT SHALL BE SECURELY HELD IN PLACE BY STANDARD ACCESSORIES DURING CONCRETEPLACEMENT.6.REINFORCEMENT SHALL BE GRADE 60 CONFORMING TO ASTM A615.7.DETAIL AND FABRICATE REINFORCEMENT IN ACCORDANCE WITH "MANUAL OF STANDARD PRACTICE FORDETAILING REINFORCED CONCRETE STRUCTURES," ACI 315.8.PROVIDE MINIMUM LAP SPLICES PER ACI 318-11 FOR ALL REINFORCING BARS, UNLESS OTHERWISE NOTED.STAGGER SPLICES IN ADJACENT BARS AT LEAST 24 INCHES, EXCEPT IN BEAMS AND COLUMNS.9.PROVIDE BENT BARS AT CORNERS AND INTERSECTIONS OF THE SAME NUMBER AND SIZE AS STRAIGHT BARS.CALL 811 3434 colwell avenue suite 100, tampa, florida 33614telephone : 813.908.7203 fax : 813.931.5200email : info@billerreinhart.comState of Florida Certificate of Authorization No. 9149BRIAN E. WALTERFL. P.E. NO. 66538THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED.PRINTED COPIES OF THIS DOCUMENT ARE NOTCONSIDERED SIGNED AND SEALED AND THE SIGNATUREMUST BE VERIFIED ON ANY ELECTRONIC COPIES TO THE BEST OF THE ENGINEER'S KNOWLEDGE, THEPLANS AND SPECIFICATIONS COMPLY WITH THEAPPLICABLE MINIMUM BUILDING CODESTO THE BEST OF THE ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THEAPPLICABLE FIRE-SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH THIS SECTION AND CHAPTER 633, FLORIDA STATUTES.
NCALL 811 3434 colwell avenue suite 100, tampa, florida 33614telephone : 813.908.7203 fax : 813.931.5200email : info@billerreinhart.comState of Florida Certificate of Authorization No. 9149BRIAN E. WALTERFL. P.E. NO. 66538THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED.PRINTED COPIES OF THIS DOCUMENT ARE NOTCONSIDERED SIGNED AND SEALED AND THE SIGNATUREMUST BE VERIFIED ON ANY ELECTRONIC COPIES TO THE BEST OF THE ENGINEER'S KNOWLEDGE, THEPLANS AND SPECIFICATIONS COMPLY WITH THEAPPLICABLE MINIMUM BUILDING CODESTO THE BEST OF THE ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THEAPPLICABLE FIRE-SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH THIS SECTION AND CHAPTER 633, FLORIDA STATUTES.
CALL 811 3434 colwell avenue suite 100, tampa, florida 33614telephone : 813.908.7203 fax : 813.931.5200email : info@billerreinhart.comState of Florida Certificate of Authorization No. 9149BRIAN E. WALTERFL. P.E. NO. 66538THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED.PRINTED COPIES OF THIS DOCUMENT ARE NOTCONSIDERED SIGNED AND SEALED AND THE SIGNATUREMUST BE VERIFIED ON ANY ELECTRONIC COPIES TO THE BEST OF THE ENGINEER'S KNOWLEDGE, THEPLANS AND SPECIFICATIONS COMPLY WITH THEAPPLICABLE MINIMUM BUILDING CODESTO THE BEST OF THE ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THEAPPLICABLE FIRE-SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH THIS SECTION AND CHAPTER 633, FLORIDA STATUTES.
CALL 811 3434 colwell avenue suite 100, tampa, florida 33614telephone : 813.908.7203 fax : 813.931.5200email : info@billerreinhart.comState of Florida Certificate of Authorization No. 9149BRIAN E. WALTERFL. P.E. NO. 66538THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED.PRINTED COPIES OF THIS DOCUMENT ARE NOTCONSIDERED SIGNED AND SEALED AND THE SIGNATUREMUST BE VERIFIED ON ANY ELECTRONIC COPIES TO THE BEST OF THE ENGINEER'S KNOWLEDGE, THEPLANS AND SPECIFICATIONS COMPLY WITH THEAPPLICABLE MINIMUM BUILDING CODESTO THE BEST OF THE ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THEAPPLICABLE FIRE-SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH THIS SECTION AND CHAPTER 633, FLORIDA STATUTES.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9771-24 9772-24
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Office of Management & Budget
Agenda Number: 3.1
SUBJECT/RECOMMENDATION:
Amend the City’s fiscal year 2023/24 operating and capital improvement budgets at mid-year and pass
Ordinances 9771-24 and 9772-24 on first reading.
SUMMARY:
The fiscal year 2023/24 operating and capital improvement budgets were adopted in October 2023 by
ordinances 9714-23 and 9715-23. Section 2.521 of the City’s Code of Ordinances requires the City
Manager to prepare a quarterly report detailing income, expenditure estimates, collections, the explanation
of significant variances, as well as the financial status of all capital improvement projects.
STRATEGIC PRIORITY:
The budgeting process aligns resource allocation to the advancement of our community in all five strategic
priorities: high performing government, economic and housing opportunity, community well-being,
environmental stewardship, and superior public service.
Page 1 City of Clearwater Printed on 6/10/2024
Mid-year Budget Review
Fiscal Year 2023-24
Memorandum
TO: Mayor and City Council
FROM: Jennifer Poirrier, City Manager
COPIES: Michael Delk, Assistant City Manager
Daniel Slaughter, Assistant City Manager
SUBJECT: Mid-year budget review - amended City Manager's annual budget report
DATE: June 6, 2024
Attached is the mid-year budget review in accordance with the City Code of Ordinances.
This report is based on the first six months of activity in the current fiscal year (October 2023 through March
2024). Contained within are comments on major variances and documentation of all proposed
amendments.
Significant Fund amendments are outlined below:
General Fund
General Fund revenue and expenditure amendments reflect a net increase of $35,220.
The General Fund expenditure increase at mid-year reflects an increase to the City Council budget to account
for salary increases as previously approved by the Council.
General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General
Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be
maintained as a reserve to guard against future emergencies.
Estimated General Fund reserves at mid-year are approximately $56.8 million, or 28.5% of the fiscal year
2023/24 General Fund expenditure budget, exceeding our minimum reserve requirement by $39.9
million.
Significant amendments to other city operating funds are noted as follows:
Solid Waste and Recycling Fund
Amendments to Solid Waste and Recycling Fund expenditures reflect an increase of $204,000 for truck
rentals with offsetting revenues recognized from fund reserves as previously approved by the Council.
Mid-year Budget Review
Fiscal Year 2023-24
Parking Fund
Amendments to Parking Fund expenditures reflect an increase of $117,335 for increased condo
association fees in Station Square. An amendment to parking revenues is included to offset this
expenditure as previously approved by the Council.
Capital Improvement Program
Mid-year amendments to the capital improvement program reflect a net increase of $1,100,109.
Amendments include an increase of $1,000,000 in grant revenue from FDOT for the Water Transportation
Ferry Grant as previously approved by Council; increases totaling $89,103 in property owner share
revenues in various Gas System projects, and an increase of $11,006 in County EMS Tax reimbursement
revenue for the fire rescue vehicle purchase.
Special Program Fund
The Special Program Fund reflects a net budget increase of $1,315,693 at mid-year. Significant
amendments include an increase of $281,992 in HUD revenue recognized in the Public Facilities 2024
program; $60,000 for the water tank mural grant; $134,151 in public safety grant/governmental revenues
and agency assistance programs; $530,433 in contractual service revenue for police extra duty; $20,380
in donation revenues to support parks and library programs; $7,200 in foreclosure registry fees collected;
$111,590 in fines and court proceeds for public safety programs and the tree replacement program;
$33,627 in insurance reimbursements in the Police Vehicle Replacement program; $99,090 in special
events revenues; and $37,230 transferred between existing special programs.
CITY OF CLEARWATER CITY OF CLEARWATER
MID-YEAR SUMMARY THIRD QUARTER SUMMARY
2023/24 2023/24
FY 23/24 First Variance %
Adopted Quarter Mid Year YTD Actual vs.YTD vs.Mid Year Amended
Description Budget Amended Actual Amend Budget Budget Adjustment Budget
General Fund:
Revenues 199,458,520 203,173,195 131,464,139 71,709,056 65%35,220 203,208,415
Expenditures 199,458,520 203,173,195 110,277,672 92,895,522 54%35,220 203,208,415
Utility Funds:
Water & Sewer Fund
Revenues 114,894,840 115,754,540 55,144,742 60,609,798 48%- 115,754,540
Expenditures 114,894,840 115,754,540 81,606,468 34,148,072 70%- 115,754,540
Stormwater Fund
Revenues 18,684,120 18,828,168 9,559,940 9,268,228 51%- 18,828,168
Expenditures 17,685,150 17,829,198 12,652,634 5,176,564 71%- 17,829,198
Gas Fund
Revenues 53,733,140 53,988,284 23,419,496 30,568,788 43%- 53,988,284
Expenditures 53,733,140 53,988,284 28,318,181 25,670,103 52%- 53,988,284
Solid Waste and Recycling Fund
Revenues 36,353,830 36,526,915 15,918,706 20,608,210 44%204,000 36,730,915
Expenditures 36,353,830 36,526,915 20,236,588 16,290,327 55%204,000 36,730,915
Enterprise Funds:
Marine Fund
Revenues 7,007,270 7,052,428 3,111,136 3,941,292 44%- 7,052,428
Expenditures 7,007,270 7,052,428 3,585,481 3,466,947 51%- 7,052,428
Airpark Fund
Revenues 262,000 263,325 147,501 115,824 56%- 263,325
Expenditures 173,760 187,925 103,357 84,568 55%- 187,925
Clearwater Harbor Marina Fund
Revenues 1,136,500 1,154,731 533,021 621,710 46%- 1,154,731
Expenditures 1,130,850 1,149,081 651,270 497,811 57%- 1,149,081
Parking Fund
Revenues 22,486,780 22,582,742 5,267,181 17,315,561 23%117,335 22,700,077
Expenditures 22,486,780 22,582,742 17,880,811 4,701,931 79%117,335 22,700,077
Internal Service Funds:
General Services Fund
Revenues 7,355,520 7,458,991 3,748,655 3,710,336 50%- 7,458,991
Expenditures 7,306,030 7,409,501 3,614,075 3,795,426 49%- 7,409,501
Administrative Services
Revenues 17,398,400 17,727,386 8,627,339 9,100,047 49%- 17,727,386
Expenditures 17,260,770 17,589,756 7,592,019 9,997,737 43%- 17,589,756
Garage Fund
Revenues 19,602,010 19,815,382 8,958,716 10,856,666 45%- 19,815,382
Expenditures 19,602,010 19,815,382 6,527,898 13,287,484 33%- 19,815,382
Central Insurance Fund
Revenues 38,477,320 38,509,173 22,850,058 15,659,115 59%- 38,509,173
Expenditures 38,473,130 38,504,983 19,378,656 19,126,327 50%- 38,504,983
1
MID-YEAR REVIEW
AMENDED CITY MANAGER'S FISCAL YEAR 2023-24 REPORT
PAGE #
General Fund Operating Budget ..................................................................................................... 3
Utility Funds Operating Budget ...................................................................................................... 6
Other Enterprise Funds Operating Budgets ................................................................................. 10
Internal Service Funds Operating Budgets ................................................................................... 14
Capital Improvement Program Budget ........................................................................................ 18
Special Program Fund Budget ....................................................................................................... 29
Special Development Fund ........................................................................................................... 34
Administrative Change Orders ...................................................................................................... 37
Ordinances ..................................................................................................................................... 38
The amended 2023/24 operating budget, presented by operating fund and/or department, is
submitted for the City Council review.
The actual and projected data contained in this review represents six months, October 1, 2023,
through March 31, 2024. The adjustments, however, represent all data available at the time of the
report, including action taken by the City Council after March 31, 2024.
Definitions associated with the operating funds information is presented as follows:
Definitions:
Adopted Budget - The budget as adopted by the City Council on October 2, 2023.
Variance YTD Actual
vs. Adopted Budget - Difference between year to date actual and adopted budget.
% YTD vs. Budget - Percentage of adopted budget expended, year to date.
Proposed Amendments - Adjustments that have been approved by the City Council, made at
the Manager’s discretion, and/or adjustments proposed based on
this quarter’s review.
Amended Budget - Adding the Original Budget and Adjustments.
2
Capital Improvement Program
The amended 2023/24 Capital Improvement Projects budget report is submitted for the City
Council review. This review provides the opportunity to analyze the status of all active projects and
present formal amendments to the project budget.
The Capital Improvement Program and Special Program fund information is presented as follows:
Definitions:
Budget - The budget as of October 1, 2023, which includes project budgets
from prior years, which have not been completed.
Amendment - Amendments which have been approved by the City Council, made
at the Manager's discretion, and/or adjustments proposed based on
this quarter’s review.
Revised Budget - Adding the Budget and Amendment columns.
Encumbrance - Outstanding contract or purchase order commitment.
Available Balance - Difference between revised budget and expenditure, plus
encumbrance.
Status - C - project is completed.
Amend Ref - Reference number for description of amendment.
Increase/
(Decrease)Description
-
At mid-year,approximately 92%of property tax revenue
has been received.As projected,most property tax
payments are made within the first six months of the
fiscal year. No amendment is proposed at this time.
-
At mid-year,intergovernmental revenues are
approximately 39%of total budgeted.This is due to
timing of receipts,no amendments are proposed at this
time.
35,220
Mid-year amendments reflect an appropriation of
$35,220.00 from fund reserves to provide funding for
mayor and councilmember salary increases,as approved
by the Council with adoption of ordinance 9692-23 on
August 3, 2023.
35,220
35,220
Transfer (to) from Surplus
Net General Fund Revenue Amendment
Net Transfer (to) from Retained Earnings
Intergovernmental
City of Clearwater
General Fund Revenues
Mid-Year Amendments
FY 2023/24
Ad Valorem Taxes
3
Increase/
(Decrease)Description
35,220
At mid-year,City Council expenditures reflect an
increase of $35,220.00 to salaries and social security for
mayor and councilmember salary increases,as approved
by the Council with adoption of ordinance 9692-23 on
August 3, 2023.
35,220 Net General Fund Expenditure
City of Clearwater
General Fund Expenditures
Mid-Year Amendments
FY 2023/24
City Council
4
2023/24 Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Amended Bud Budget Amendment Budget
General Fund Revenues
Ad Valorem Taxes 90,683,430 83,218,601 7,464,829 92%- 90,683,430
Utility Taxes 18,655,000 8,074,456 10,580,544 43%- 18,655,000
Local Option, Fuel and Other Taxes 6,300,000 3,543,709 2,756,291 56%- 6,300,000
Franchise Fees 11,220,000 4,610,815 6,609,185 41%- 11,220,000
Other Permits & Fees 3,934,500 1,743,254 2,191,246 44%- 3,934,500
Intergovernmental 29,859,340 11,745,854 18,113,486 39%- 29,859,340
Charges for Services 17,368,355 8,491,555 8,876,800 49%- 17,368,355
Judgments, Fines and Forfeitures 1,384,000 693,377 690,623 50%- 1,384,000
Miscellaneous Revenues 6,718,020 3,945,142 2,772,878 59%- 6,718,020
Transfers In 13,371,387 5,397,374 7,974,012 40%- 13,371,387
Total Revenues 199,494,032 131,464,139 68,029,893 66%- 199,494,032
Transfer (to) from Surplus 3,679,163 3,679,163 35,220 3,714,383
Adjusted Revenues 203,173,195 131,464,139 71,709,056 65%35,220 203,208,415
General Fund Expenditures
City Council 554,449 302,759 251,690 55%35,220 589,669
City Manager's Office 1,652,115 814,373 837,742 49%- 1,652,115
City Attorney's Office 2,514,815 1,293,689 1,221,126 51%- 2,514,815
City Audit 465,979 206,958 259,021 44%- 465,979
City Clerk 1,455,668 582,492 873,176 40%- 1,455,668
CRA Administration 1,005,330 330,519 674,811 33%- 1,005,330
Economic Development and Housing 2,200,993 1,180,627 1,020,366 54%- 2,200,993
Finance 3,296,999 1,530,889 1,766,110 46%- 3,296,999
Fire 35,448,742 18,821,197 16,627,544 53%- 35,448,742
Human Resources 2,254,202 1,076,731 1,177,471 48%- 2,254,202
Library 9,391,098 4,572,616 4,818,482 49%- 9,391,098
Non-Departmental 13,599,025 10,613,293 2,985,732 78%- 13,599,025
Office of Innovation 335,293 252,984 82,309 75%- 335,293
Parks & Recreation 45,609,955 25,139,805 20,470,150 55%- 45,609,955
Planning & Development 8,875,995 3,898,313 4,977,682 44%- 8,875,995
Police 57,203,994 30,301,746 26,902,248 53%- 57,203,994
Public Communications 1,811,572 921,666 889,906 51%- 1,811,572
Public Utilities 445,580 213,532 232,048 48%- 445,580
Public Works 15,051,391 8,223,485 6,827,906 55%- 15,051,391
Total Expenditures 203,173,195 110,277,672 92,895,522 54%35,220 203,208,415
For the Six Month Period of October 1, 2023- March 31, 2024
GENERAL FUND
MID-YEAR REVIEW
5
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
WATER & SEWER FUND
Water & Sewer Revenues:
Charges for Service 107,302,650 52,672,830 54,629,820 49%- 107,302,650
Judgments, Fines and Forfeits 275,000 154,018 120,982 56%- 275,000
Miscellaneous 3,502,200 2,317,894 1,184,306 66%- 3,502,200
Transfers In - - - ~- -
Fund Equity 4,674,690 - 4,674,690 0%- 4,674,690
Total Revenues 115,754,540 55,144,742 60,609,798 48%- 115,754,540
Water & Sewer Expenditures:
Public Utilities Administration 4,367,754 1,789,839 2,577,915 41%(1) 4,367,753
Wastewater Collection 25,751,297 22,637,263 3,114,034 88%- 25,751,297
Public Utilities Maintenance 9,272,381 5,707,655 3,564,727 62%5 9,272,386
WPC / Plant Operations 22,175,764 13,675,072 8,500,692 62%(1) 22,175,763
WPC / Laboratory Operations 585,205 321,285 263,920 55%- 585,205
WPC / Industrial Pretreatment 1,043,469 526,872 516,597 50%(1) 1,043,468
Water Distribution 26,406,791 20,081,016 6,325,775 76%(1) 26,406,790
Water Supply 22,742,010 15,101,777 7,640,233 66%(1) 22,742,009
Reclaimed Water 3,409,869 1,765,689 1,644,180 52%- 3,409,869
Total Expenditures 115,754,540 81,606,468 34,148,072 70%- 115,754,540
Increase/
(Decrease)Amendment Description:
Water and Sewer Fund Revenues:-
Water and Sewer Fund Expenditures:-
For the Six Month Period of October 1, 2023 to March 31, 2024
At mid-year, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2023/24.
No amendments are proposed to Water and Sewer Fund
revenues at mid-year.
UTILITY FUNDS
MID-YEAR REVIEW
At mid-year,Water and Sewer Fund expenditures reflect
70%of total budget due to transfers to the capital fund
which happen in the first period of the year.Amendments
include a net zero amendment between various cost centers
to correct for rounding errors that occurred in the
calculation of salary amendments at first quarter.
6
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 to March 31, 2024
UTILITY FUNDS
MID-YEAR REVIEW
STORMWATER FUND
Stormwater Revenues:
Charges for Service 17,720,120 8,970,446 8,749,674 51%- 17,720,120
Judgments, Fines and Forfeits 73,000 25,730 47,270 35%- 73,000
Miscellaneous 891,000 563,764 327,236 63%- 891,000
Transfers In - - - ~- -
Fund Equity 144,048 - 144,048 0%- 144,048
Total Revenues 18,828,168 9,559,940 9,268,228 51%- 18,828,168
Stormwater Expenditures:
Stormwater Management 11,507,946 9,974,750 1,533,196 87%- 11,507,946
Stormwater Maintenance 6,321,252 2,677,884 3,643,368 42%- 6,321,252
Total Expenditures 17,829,198 12,652,634 5,176,564 71%- 17,829,198
Increase/
(Decrease)Amendment Description:
Stormwater Fund Revenues:-
Stormwater Fund Expenditures:-
At mid-year, anticipated revenues of the Stormwater Fund exceed anticipated expenditures by $998,970 for fiscal year 2023/24.
No amendments are proposed to Stormwater Fund
revenues at mid-year.
No amendments are proposed to Stormwater Fund
expenditures at mid-year.Expenditures reflect 71%of total
budget due to transfers to the capital fund which happen in
the first period of the year.
7
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 to March 31, 2024
UTILITY FUNDS
MID-YEAR REVIEW
GAS FUND
Gas Revenues:
Charges for Service 51,351,740 22,909,385 28,442,355 45%- 51,351,740
Judgments, Fines and Forfeits 100,000 37,608 62,392 38%- 100,000
Miscellaneous 691,290 472,503 218,787 68%- 691,290
Transfers In - - - ~- -
Fund Equity 1,845,254 - 1,845,254 0%- 1,845,254
Total Revenues 53,988,284 23,419,496 30,568,788 43%- 53,988,284
Gas Expenditures:
Administration & Supply 25,499,210 9,865,593 15,633,617 39%2 25,499,212
Pinellas Gas Operations 13,515,306 9,400,947 4,114,359 70%- 13,515,306
Pasco Gas Operations 8,486,972 6,119,404 2,367,568 72%(1) 8,486,971
Marketing & Sales 6,486,796 2,932,239 3,554,557 45%(1) 6,486,795
Total Expenditures 53,988,284 28,318,181 25,670,103 52%- 53,988,284
Increase/
(Decrease)Amendment Description:
Gas Fund Revenues:-
Gas Fund Expenditures:-
At mid-year, anticipated revenues of the Gas Fund equal anticipated expenditures for fiscal year 2023/24.
No amendments are proposed to Gas Fund revenues at mid-
year.
At mid-year,amendments to Gas Fund expenditures include
a net zero amendment between various cost centers to
correct for rounding errors that occurred in the calculation
of salary amendments at first quarter.
8
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 to March 31, 2024
UTILITY FUNDS
MID-YEAR REVIEW
SOLID WASTE AND RECYCLING FUND
Solid Waste Revenues:
Other Permits and Fees 1,000 1,758 (758) 176%- 1,000
Charges for Service 27,735,010 14,971,472 12,763,538 54%- 27,735,010
Judgments, Fines and Forfeits 95,000 41,878 53,122 44%- 95,000
Miscellaneous 1,248,000 895,057 352,943 72%- 1,248,000
Transfers In - - - ~- -
Solid Waste Revenues 29,079,010 15,910,165 13,168,845 55%- 29,079,010
Recycling Revenues:
Other Permits and Fees 350 - 350 0%- 350
Intergovernmental - - - ~- -
Charges for Service 2,653,170 7,991 2,645,179 0%- 2,653,170
Judgments, Fines and Forfeits 8,000 3,760 4,240 47%- 8,000
Miscellaneous 220,280 (3,210) 223,490 -1%- 220,280
Transfers In - - - ~- -
Recycling Revenues 2,881,800 8,541 2,873,259 0%- 2,881,800
Fund Equity 4,566,105 - 4,566,105 0%204,000 4,770,105
Total Revenues 36,526,915 15,918,706 20,608,210 44%204,000 36,730,915
Solid Waste Expenditures:
Collection 20,526,722 9,366,494 11,160,228 46%203,999 20,730,721
Transfer 2,455,368 1,048,072 1,407,296 43%(1) 2,455,367
Container Maintenance 880,968 425,445 455,523 48%3 880,971
Administration 8,301,131 7,510,799 790,332 90%(1) 8,301,130
Solid Waste Expenditures 32,164,189 18,350,811 13,813,378 57%204,000 32,368,189
Recycling Expenditures:
Residential 1,487,937 635,282 852,655 43%- 1,487,937
Multi-Family 397,872 177,261 220,611 45%- 397,872
Commercial 2,476,917 1,073,234 1,403,683 43%- 2,476,917
Recycling Expenditures 4,362,726 1,885,777 2,476,949 43%- 4,362,726 ~
Total Expenditures 36,526,915 20,236,588 16,290,327 55%204,000 36,730,915
Increase/
(Decrease)Amendment Description:
Solid Waste and Recycling Fund Revenues:204,000
Solid Waste and Recycling Fund
Expenditures:204,000
At mid-year, anticipated revenues of the Solid Waste and Recycling Fund equal anticipated expenditures for fiscal year 2023/24.
At mid-year,amendments to Solid Waste and Recycling
Fund revenues include an appropriation of $204,000.00
from fund reserves to provide funding for solid waste and
recycling truck rentals,as approved by the Council on May
16, 2024.
Mid-year amendments to Solid Waste and Recycling Fund
expenditures reflect a net increase of $204,000.00.
Amendments include:1)an increase to equipment rental
for solid waste and recycling truck rentals,as approved by
the Council on May 16,2024,and 2)a net zero amendment
between various cost centers to correct for rounding errors
that occurred in the calculation of salary amendments at
first quarter.
9
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
MARINE FUND
Marine Revenues:
Intergovernmental - - - ~- -
Charges for Service 5,895,430 2,735,365 3,160,065 46%- 5,895,430
Judgments, Fines and Forfeits 1,000 50 950 5%- 1,000
Miscellaneous Revenue 530,500 360,721 169,779 68%- 530,500
Transfers In 15,000 15,000 - 100%- 15,000
Fund Equity 610,498 - 610,498 0%- 610,498
Total Revenues 7,052,428 3,111,136 3,941,292 44%- 7,052,428
Marine Expenditures:
Marina Operations 7,052,428 3,585,481 3,466,947 51%- 7,052,428
Total Expenditures 7,052,428 3,585,481 3,466,947 51%- 7,052,428
Increase/
(Decrease)Amendment Description:
Marine Fund Revenues:-
Marine Fund Expenditures:-
For the Six Month Period of October 1, 2023 - March 31, 2024
ENTERPRISE FUNDS
MID-YEAR REVIEW
At mid-year, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2023/24.
No amendments are proposed to Marine Fund revenues at
mid-year.
No amendments are proposed to Marine Fund expenditures
at mid-year.
10
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 - March 31, 2024
ENTERPRISE FUNDS
MID-YEAR REVIEW
CLEARWATER HARBOR MARINA FUND
Clearwater Harbor Marina Revenues:
Intergovernmental - - - ~- -
Charges for Service 1,033,500 478,877 554,623 46%- 1,033,500
Judgments, Fines and Forfeits 500 - 500 0%- 500
Miscellaneous Revenue 102,500 54,143 48,357 53%- 102,500
Transfers In - - - ~- -
Fund Equity 18,231 - 18,231 0%- 18,231
Total Revenues 1,154,731 533,021 621,710 46%- 1,154,731
Clearwater Harbor Marina Expenditures
Clearwater Harbor Marina Operations 1,149,081 651,270 497,811 57%- 1,149,081
Total Expenditures 1,149,081 651,270 497,811 57%- 1,149,081
Increase/
(Decrease)Amendment Description:
Clearwater Harbor Marina Fund Revenues:-
Clearwater Harbor Marina Fund
Expenditures:-
At mid-year, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $5,650 for fiscal year 2023/24.
No amendments are proposed to Clearwater Harbor Marina
Fund revenues at mid-year.
No amendments are proposed to Clearwater Harbor Marina
Fund expenditures at mid-year.
11
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 - March 31, 2024
ENTERPRISE FUNDS
MID-YEAR REVIEW
AIRPARK FUND
Airpark Revenues:
Intergovernmental - - - ~- -
Charges for Service - - - ~- -
Miscellaneous Revenue 262,000 147,501 114,499 56%- 262,000
Transfers In - - - ~- -
Fund Equity 1,325 - 1,325 0%- 1,325
Total Revenues 263,325 147,501 115,824 56%- 263,325
Airpark Expenditures:
Airpark Operations 187,925 103,357 84,568 55%- 187,925
Total Expenditures 187,925 103,357 84,568 55%- 187,925
Increase/
(Decrease)Amendment Description:
Airpark Fund Revenues:-
Airpark Fund Expenditures:-
At mid-year, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $75,400 for fiscal year 2023/24.
No amendments are proposed to Airpark Fund revenues at
mid-year.
No amendments are proposed to Airpark Fund expenditures
at mid-year.
12
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 - March 31, 2024
ENTERPRISE FUNDS
MID-YEAR REVIEW
PARKING FUND
Parking Revenues:
Charges for Service 9,849,484 3,969,549 5,879,935 40%117,335 9,966,819
Judgments, Fines and Forfeits 1,357,706 821,991 535,715 61%- 1,357,706
Miscellaneous Revenue 518,000 475,641 42,359 92%- 518,000
Transfers In - - - ~- -
Fund Equity 10,857,552 - 10,857,552 0%- 10,857,552
Total Revenues 22,582,742 5,267,181 17,315,561 23%117,335 22,700,077
Parking Expenditures
Public Works/Parking System 19,956,074 16,722,933 3,233,141 84%117,335 20,073,409
Public Works/Parking Enforcement 1,134,084 493,648 640,436 44%- 1,134,084
Fire Dept/Beach Guards 1,333,621 573,079 760,542 43%- 1,333,621
M&A/Seminole Street Boat Ramp 158,963 91,151 67,812 57%- 158,963
Total Expenditures 22,582,742 17,880,811 4,701,931 79%117,335 22,700,077
Increase/
(Decrease)Amendment Description:
Parking Fund Revenues:117,335
Parking Fund Expenditures:117,335
At mid-year, anticipated revenues of the Parking Fund equal anticipated expenditures for fiscal year 2023/24.
At mid-year,amendments to Parking Fund revenues include
an increase of $117,335.00 to general parking revenue as
approved by the Council on May 16, 2024.
At mid-year,Parking Fund Expenditures reflect 79%of total
budget due to transfers to the capital fund which happen in
the first period of the year.Amendments include an
increase of $117,335.00 to contractual services to fund
Condo Association owners'fees for 2024.This increase is
offset by amendments recognizing increased parking
revenue, as approved by the Council on May 16, 2024.
13
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
GENERAL SERVICES FUND
General Services Revenues:
Charges for Service 6,980,520 3,531,655 3,448,865 51%- 6,980,520
Miscellaneous Revenues 375,000 217,001 157,999 58%- 375,000
Transfers In - - - ~- -
Fund Equity 103,471 - 103,471 0%- 103,471
Total Revenues 7,458,991 3,748,655 3,710,336 50%- 7,458,991
General Services Expenditures:
Administration 450,563 248,686 201,877 55%- 450,563
Building & Maintenance 6,958,938 3,365,389 3,593,549 48%- 6,958,938
Total Expenditures 7,409,501 3,614,075 3,795,426 49%- 7,409,501
Increase/
(Decrease)Amendment Description:
General Services Fund Revenues:-
General Services Fund Expenditures:-
At mid-year, anticipated revenues of the General Services Fund exceed anticipated expenditures by $49,490 for fiscal year 2023/24.
No amendments are proposed to General Services Fund
revenues at mid-year.
No amendments are proposed to General Services Fund
expenditures at mid-year.
For the Six Month Period of October 1, 2023 - March 31, 2024
INTERNAL SERVICE FUNDS
MID-YEAR REVIEW
14
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 - March 31, 2024
INTERNAL SERVICE FUNDS
MID-YEAR REVIEW
ADMINISTRATIVE SERVICES FUND
Administrative Services Revenues:
Charges for Service 16,982,400 8,400,270 8,582,130 49%- 16,982,400
Miscellaneous Revenues 416,000 227,069 188,931 55%- 416,000
Transfers In - - - ~- -
Fund Equity 328,986 - 328,986 0%- 328,986
Total Revenues 17,727,386 8,627,339 9,100,047 49%- 17,727,386
Administrative Services Expenditures:
Info Tech / Admin 694,892 354,687 340,205 51%- 694,892
Info Tech / Network Ops & User Support 4,692,237 1,588,319 3,103,918 34%- 4,692,237
Info Tech / Network Security & Architecture 2,908,837 1,250,746 1,658,091 43%- 2,908,837
Info Tech / Solutions & Programming 965,978 499,587 466,391 52%- 965,978
Info Tech / Telecommunications - - - ~- -
Info Tech / Enterprise Systems & Training 3,768,601 1,762,573 2,006,028 47%- 3,768,601
Public Comm / Courier 208,469 53,531 154,938 26%- 208,469
Clearwater Customer Service 4,350,742 2,082,576 2,268,166 48%- 4,350,742
Total Expenditures 17,589,756 7,592,019 9,997,737 43%- 17,589,756
Increase/
(Decrease)Amendment Description:
Administrative Services Fund Revenues:-
Administrative Services Fund Expenditures:-
No amendments are proposed to Administrative Services
Fund revenues at mid-year.
No amendments are proposed to Administrative Services
Fund expenditures at mid-year.
At mid-year, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $137,630 for fiscal year 2023/24.
15
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 - March 31, 2024
INTERNAL SERVICE FUNDS
MID-YEAR REVIEW
GARAGE FUND
Garage Fund Revenues
Charges for Service 18,748,510 8,319,922 10,428,588 44%- 18,748,510
Miscellaneous Revenues 753,000 638,794 114,206 85%- 753,000
Transfers In - - - ~- -
Fund Equity 313,872 - 313,872 0%- 313,872
Total Revenues 19,815,382 8,958,716 10,856,666 45%- 19,815,382
Garage Fund Expenditures:
Fleet Maintenance 18,122,378 6,294,928 11,827,450 35%- 18,122,378
Radio Communications 1,693,004 232,970 1,460,034 14%- 1,693,004
Total Expenditures 19,815,382 6,527,898 13,287,484 33%- 19,815,382
Increase/
(Decrease)Amendment Description:
Garage Fund Revenues:-
Garage Fund Expenditures:-
At mid-year, anticipated revenues of the Garage Fund equal anticipated expenditures for fiscal year 2023/24.
No amendments are proposed to Garage Fund revenues at
mid-year.
No amendments are proposed to Garage Fund expenditures
at mid-year.Expenditures reflect 33%of total budget due to
lower than anticipated purchases of fuel.
16
2023/24 Mid-Year Variance %2023/24
1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended
Budget Actual Adopted Bud Budget Amendment Budget
For the Six Month Period of October 1, 2023 - March 31, 2024
INTERNAL SERVICE FUNDS
MID-YEAR REVIEW
CENTRAL INSURANCE FUND
Central Insurance Revenues:
Charges for Service 37,633,320 17,728,309 19,905,011 47%- 37,633,320
Miscellaneous Revenues 844,000 5,121,750 (4,277,750) 607%- 844,000
Transfers In - - - ~- -
Fund Equity 31,853 - 31,853 0%- 31,853
Total Revenues 38,509,173 22,850,058 15,659,115 59%- 38,509,173
Central Insurance Expenditures:
Finance / Risk Management 474,402 235,188 239,214 50%- 474,402
HR / Employee Benefits 478,403 180,785 297,618 38%- 478,403
HR / Employee Health Clinic 1,730,900 687,698 1,043,202 40%- 1,730,900
Non-Departmental 35,821,278 18,274,985 17,546,293 51%- 35,821,278
Total Expenditures 38,504,983 19,378,656 19,126,327 50%- 38,504,983
Increase/
(Decrease)Amendment Description:
Central Insurance Fund Revenues:-
Central Insurance Fund Expenditures:-
At mid-year, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $4,190 for fiscal year 2023/24.
No amendments are proposed to Central Insurance Fund
revenues at mid-year.
No amendments are proposed to Central Insurance Fund
expenditures at mid-year.
17
CAPITAL IMPROVEMENT PROGRAM
Mid-Year Summary
FY 2023/24
18
The amended 2023/24 Capital Improvement Program budget report is submitted for the City Council's mid-
year review. The proposed amendment is a net budget increase in the amount of $1,100,109. This review
provides the opportunity to examine the status of all active projects and present formal amendments to the
project budgets. Fiscally significant budget increases encompassed within this review are as follows:
The City Council did not previously approve the following capital improvement budget activity:
➢ Pinellas New Mains / Service Lines – a budget increase of $83,443 in property owners share revenue.
Significant budget increases that have been previously approved by the City Council are listed below:
Project Council
Budget Increase Approval
➢ Water Transportation Ferry Grant $1,000,000 03/07/24
Increase/
Amdmt Project (Decrease)Transfer Net Budget
#Number Amount Amount Description Amendment
City EOC & Disaster Expansion - CLOSE PROJECT
1 94888 (160,175)
To record a transfer of $160,175.36 in penny revenue to
project 91218,Fire Engine Replacement.This project is
complete and will be closed.(160,175)
Fire Engine Replacement
2 91218 378,511
To record a increase of $378,511.14 recognizing the
following transfers of penny revenue from closed projects:
1)$160,175.36 from 94888,City EOC &Disaster Expansion;
and 2) $218,335.78 from C2103, Downtown Streetscaping.378,511
Rescue Vehicle
3 91236 11,006
To record a budget increase of $11,006.00 in County EMS
reimbursement revenue as approved by council June 6th,
2024.11,006
Line Relocation - Pasco Maintenance
4 96376 3,424
To record a budget increase of $3,423.68 in property
owners share revenue to bring the budget in line with
actual receipts received.3,424
Pinellas New Mains / Service Lines
5 96377 83,443 (700,000)
To record a budget increase of $83,443.11 in property
owners share revenue to bring the budget in line with
actual receipts received;and a transfer of $700,000.00 in
gas revenue to project M2402, Gas - Capital Equipment.(616,557)
Pasco New Mains / Service Lines
6 96378 2,237
To record a budget increase of $2,236.61 in property
owners share revenue to bring the budget in line with
actual receipts received.2,237
Natural Gas Vehicle
7 96387 (300,000)
To record a transfer of $300,000.00 in gas revenue to
project M2402, Gas - Capital Equipment.(300,000)
Gas - Capital Equipment - NEW PROJECT
8 M2402 1,000,000
To establish the project and record a budget incresae of
$1,000,000.00 recognizing the following transfers of gas
revenue:1)$700,000.00 from project 96377,Pinellas New
Mains/Service Lines;and 2)$300,00.00 from project 96387,
Natural Gas Vehicle.1,000,000
Rebuild Solid Waste Administration Complex
9 C2302 (130,000)
To record a transfer of $130,000.00 in solid waste revenue
to project M2301,Solid Waste Facility R&R as approved by
council April 18th, 2024.(130,000)
CAPITAL IMPROVEMENT PROGRAM
Mid-Year Amendments
FY 2023/24
19
Increase/
Amdmt Project (Decrease)Transfer Net Budget
#Number Amount Amount Description Amendment
CAPITAL IMPROVEMENT PROGRAM
Mid-Year Amendments
FY 2023/24
Solid Waste Facility R&R
10 M2301 130,000
To record a transfer of $130,000.00 in solid waste revenue
from project C2302,Rebuild Solid Waste Administration
Complex as approved by council April 18th, 2024.130,000
Sanitary Sewer Upgrades/Improvements
11 96212 6,889
To record a transfer of $6,888.80 in utility R&R revenue
from project C2103, Downtown Streetscaping.6,889
Marshall Street Upgrades/Improvement
12 96213 (1,309,112)
To record a transfer of $749,112.12 in sewer revenue to
project C2408,Osceola Avenue Streetscape as approved by
council April 29th,2024;and a transfer of $560,000.00 in
sewer revenue to project 96214,East Plant
Upgrades/Improvements.(1,309,112)
East Plant Upgrades/Improvements
13 96214 9,720,000
To record a net increase of $9,720,000.00 in water/sewer
revenues representing the following project transfers:1)
$6,000,000.00 from project 96764,RO Plant Expansion
Reservoir #1;2)$335,000.00 from project 96773,
Groundwater Replenishment Facility;3)$2,175,000.00
from project 96782,RO Plant at Water Treatment Plant #3;
4)$560,000.00 from project 96213,Marshall Street
Upgrades and Improvements;and 5)$650,000.00 from
project 96786, Devices/Equipment's Water.9,720,000
Laboratory Upgrade/Improvements
14 96216 (900,000)
To record a transfer of $900,000.00 in sewer revenue to
project C2214, Public Works Complex.(900,000)
Reclaimed Water Distribution System
15 96739 7,635
To record a transfer of $7,634.70 in utility R&R revenue
from project C2103, Downtown Streetscaping.7,635
Line Relocation-Capitalized
16 96742 21,017
To record a transfer of $21,017.21 in utility R&R revenue
from project C2103, Downtown Streetscaping.21,017
RO Plant Expansion Reservoir #1
17 96764 (6,000,000)
To record a transfer of $6,000,000.00 in water/sewer
revenue to project 96214,East Plant Upgrades/
Improvements.(6,000,000)
20
Increase/
Amdmt Project (Decrease)Transfer Net Budget
#Number Amount Amount Description Amendment
CAPITAL IMPROVEMENT PROGRAM
Mid-Year Amendments
FY 2023/24
Groundwater Replenishment Facility
18 96773 (335,000)
To record a transfer of $335,000.00 in water/sewer
revenue to project 96214,East Plant Upgrades/
Improvements.(335,000)
RO Plant at Water Treatment Plant #3
19 96782 (2,175,000)
To record a transfer of $2,175,000.00 in water/sewer
revenue to project 96214,East Plant Upgrades/
Improvements.(2,175,000)
Devices/Equipment - Water
20 96786 (650,000)
To record a transfer of $650,000.00 in water/sewer
revenue to project 96214,East Plant Upgrades/
Improvements.(650,000)
Stormwater Vehicles & Equipment
21 C1908 1,708,120
To record a transfer of $1,708,120.00 in stormwater
revenue from project C2208, Coopers Point.1,708,120
Stormwater System Expansion
22 ENST180003 210,619
To record a transfer of $41,299.11 in stormwater revenue
from project C2103,Downtown Streetscaping and a
transfer of $169,320.00 in stormwater revenue from
project C2208, Coopers Point.210,619
Coastal Basin
23 ENST180005 (4,984)
To record a transfer of $4,984.00 in stormwater revenue to
project C2408,Osceola Ave Streetscape as approved by
council on April 29th, 2024.(4,984)
Coopers Point
24 C2208 (1,877,440)
To record a transfer of $1,708,120.00 in stormwater
revenue to project to project C1908,Stormwater Vehicles
and Equipment and a budget transfer of $169,320.00 to
project ENST18003, Stormwater System Expansion.(1,877,440)
Public Works Complex
25 C2214 900,000
To record a budget transfer of $900,000.00 in sewer
revenue from project 96216,Laboratory
Upgrades/Improvements.900,000
21
Increase/
Amdmt Project (Decrease)Transfer Net Budget
#Number Amount Amount Description Amendment
CAPITAL IMPROVEMENT PROGRAM
Mid-Year Amendments
FY 2023/24
26 C2103 (295,176) (295,176)
27 C2408 - 754,096 754,096
28 G2410 1,000,000 1,000,000
29 93527 - (6,633) (6,633)
30 93532 - (53,366) (53,366)
31 93534 - 59,999
Downtown Streetscaping - CLOSE PROJECT
To record a net decrease of $295,175.60 representing the
following project transfers: 1) a transfer of $218,335.78 in
penny revenue to project 91218, Fire Engine Replacement;
2) a transfer of $41,299.11 in stormwater revenue to
project ENST180003, Stormwater System Expansion; 3) a
transfer of $6,888.80 in utility R&R to project 96212,
Sanitary Sewer Upgrades/Improvements; 4) a transfer of
$7,634.70 in utility R&R to project 96739, Reclaimed Water
Distribution System; and 5) a transfer of $21,017.21 in
utility R&R to project 96742, Line Relocation - Capitalized.
This project is complete and will be closed.
Osceola Avenue Streetscape/Utility Replacement
To record a transfer of $4,984.00 in stormwater revenue
from project ENST180005, Coastal Basin; and a transfer of
$749,112.12 in sewer revenue from project 96213,
Marshall Street Upgrades/Improvements as approved by
council on April 29th, 2024.
Water Transportation Ferry Grant - NEW PROJECT
To establish the project and record a budget increase of
$1,000,000.00 in grant revenue from FDOT as approved by
council on March 7, 2024.
Books & Other Library Materials - CLOSE PROJECT
To record a transfer of $6,632.75 in general fund revenue
to project 93534, Library FF&E Repair & Replacement. This
will close the project.
Library Maker Space Maintenance & Upgrades - CLOSE PROJECT
To record a transfer of $53,366.30 in general fund revenue
to project 93534, Library FF&E Repair & Replacement. This
will close the project.
Library FF&E Repair & Replacement
To record a budget increase of $59,999.05 representing the
following project transfers of General Fund revenue: 1)
$53,366.30 93532, Library Maker Space Maintenance and
Upgrades; and 2) $6,632.75 from project 93527, Books &
Other Library Materials.59,999
1,100,109 0 - 1,100,109 TOTAL
22
Increase/
Amdmt Project (Decrease)Transfer Net Budget
#Number Amount Amount Description Amendment
CAPITAL IMPROVEMENT PROGRAM
Mid-Year Amendments
FY 2023/24
Miscellaneous Public Art
A1901 30,000
To record a transfer of $30,000.00 to special program 181-
G2412,Water Tank Mural Grant.This will provide the cash
match required to receive grant funding of $30,000.00
awarded from the National Endowment for the Arts.
TOTAL INTERFUND TRANSFERS:30,000
INTERFUND TRANSFERS
23
CAPITAL IMPROVEMENT PROGRAM
PROGRAM & STATUS SUMMARY
MID-YEAR: October 1, 2023 to March 31, 2024
Budget Amended Revised Project Open Available Amend
Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref
Other General Government
93535 Countryside Library Demo 75,000 75,000 - 75,000 - - 75,000
94233 Motorized Equip-Cash 2,884,601 2,884,601 - 2,884,601 2,683,149 19,995 181,457
94246 Fleet Management & Mapping 710,000 710,000 - 710,000 621,152 - 88,848
94729 City-wide Connectivity 5,823,089 6,384,089 - 6,384,089 4,684,666 - 1,699,424
94736 Geographic Information Sys 1,410,997 1,410,997 - 1,410,997 974,455 - 436,542
94828 Financial Systems Upgrades 4,308,165 4,308,165 - 4,308,165 2,834,639 18,545 1,454,981
94829 CIS Upgrades / Replacement 1,532,376 1,532,376 - 1,532,376 656,588 3,470 872,318
94830 MS Licensing / Upgrades 1,400,000 1,243,000 - 1,243,000 842,601 - 400,399
94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957
94857 Accela Permit & Code Enforce 700,000 700,000 - 700,000 328,512 - 371,488
94873 City-wide Camera System 560,000 749,000 - 749,000 292,205 - 456,795
94874 City Enterprise Timekeep Sys 435,000 403,000 - 403,000 202,802 - 200,198
94880 Granicus Agenda Mgt Sys 285,000 285,000 - 285,000 41,136 - 243,864
94883 Business Proc Review & Improve 1,375,735 1,375,735 - 1,375,735 761,835 20,955 592,945
94888 City EOC & Disaster Recovery Fac 3,360,000 3,360,000 (160,175) 3,199,825 3,199,825 - - C 1
C1901 Beach Radio Tower 852,370 - - - - - - C
C2004 Lift Stations - General Gov 2,320,000 2,320,000 - 2,320,000 176,562 - 2,143,438
C2006 ADA Transition Plan 1,500,000 1,500,000 - 1,500,000 383,657 - 1,116,343
C2007 Citywide Audio/Visual Solutions 565,053 365,053 - 365,053 96,661 - 268,392
C2101 North Ward Preservation 77,920 291,705 - 291,705 68,534 213,785 9,386
C2106 Greenprint Implementation 857,848 857,848 - 857,848 654,318 33,892 169,638
C2212 City Hall Demolition 850,000 806,602 - 806,602 806,602 - - C
C2305 Fuel Site Replacement - 1,000,000 - 1,000,000 36,429 882,711 80,860
G2211 ARPA Fiber Upgrades 3,500,000 3,500,000 - 3,500,000 399,178 539,537 2,561,285
G2214 ARPA Solar Panels 2,000,000 2,000,000 - 2,000,000 - - 2,000,000
ENGF220001 New City Hall 28,700,300 28,700,300 - 28,700,300 1,193,303 9,747,888 17,759,110
ENGF230001 MSB Renovations 10,000,000 10,000,000 - 10,000,000 21,675 894,055 9,084,270
GSBM180001 Air Cond Replace-City Wide 2,529,436 2,529,436 - 2,529,436 1,388,243 31,580 1,109,613
GSBM180002 Flooring for Facilities 1,927,837 1,927,837 - 1,927,837 1,501,044 85,880 340,913
GSBM180003 Roof Repair and Replacement 3,479,213 3,479,213 - 3,479,213 2,520,138 11,574 947,502
GSBM180004 Painting of Facilities 1,117,923 1,117,923 - 1,117,923 613,040 48,396 456,487
GSBM180005 Fencing of Facilities 193,170 193,170 - 193,170 73,199 - 119,970
GSBM180006 Light Replacement & Repair 828,197 828,197 - 828,197 513,186 - 315,011
GSBM180007 Elevator Refurbish/Modern 960,576 960,576 - 960,576 80,818 8,400 871,358
GSBM180008 Building Systems 2,768,377 2,768,377 - 2,768,377 1,052,410 241,477 1,474,491
GSBM180009 New A/C Chiller System 5,900,000 5,900,000 - 5,900,000 2,026,604 611,821 3,261,575
GSBM180010 General Services R&R 700,000 700,000 - 700,000 447,186 32,551 220,263
GSBM180011 Generator Maintenance 690,000 690,000 - 690,000 78,003 - 611,997
GSBM180012 General Faci Bldg Major Reno 3,585,242 3,585,242 - 3,585,242 627,346 - 2,957,897
GSFL180001 Fleet Facility R&R 944,520 944,520 - 944,520 148,921 7,803 787,796
L1906/M2202Telecommunications Upgrade 2,369,047 1,942,047 - 1,942,047 497,155 - 1,444,893
L1907/M1911IT Disaster Recovery 905,396 771,396 - 771,396 308,691 29,687 433,018
L1908/M1912Network Infra & Server R&R 3,191,417 3,391,417 - 3,391,417 2,984,093 - 407,324
L1910 Motorized Equip Replace-LP 31,663,827 31,663,827 - 31,663,827 19,520,834 7,643,708 4,499,285
L1911 Garage Off Cycle Replacements 640,000 653,800 - 653,800 575,338 - 78,462
L2301 Motorized Equip Purchases-LP 4,548,350 4,976,502 - 4,976,502 1,742,354 1,017,794 2,216,354
M1914 Sustainability Initiatives 200,000 200,000 - 200,000 146,710 - 53,290
M2007 City EOC Maintenance 150,000 150,000 - 150,000 36,284 - 113,716
L2001/M2010P25 Radio Equipment & Infrast 4,507,104 4,507,104 - 4,507,104 2,976,789 - 1,530,315
M2201 Studio/Production Equip 81,344 81,344 - 81,344 - - 81,344
M2211 Neighborhood Reinvest Fund 200,000 200,000 - 200,000 - - 200,000
Sub-Total 150,664,429 151,424,398 (160,175) 151,264,223 62,010,909 22,145,503 67,107,811
Actual Expenditures
24
CAPITAL IMPROVEMENT PROGRAM
PROGRAM & STATUS SUMMARY
MID-YEAR: October 1, 2023 to March 31, 2024
Budget Amended Revised Project Open Available Amend
Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref
Actual Expenditures
Police Protection
94238 Police Vehicles 2,952,032 2,952,032 - 2,952,032 2,538,530 108,980 304,522
C2201 Police CAD Replacement 900,000 900,000 - 900,000 630,406 - 269,594
C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000
P1802 Police Equipment Replacement 985,547 1,011,437 - 1,011,437 803,225 50,000 158,212
P1902 Police Information Systems 475,000 475,000 - 475,000 388,269 - 86,731
P2102 Training Range Sound Mitigation 820,000 820,000 - 820,000 801,742 - 18,258
PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 12,739,285 246,348 64,367
Sub-Total 19,932,579 19,958,469 - 19,958,469 17,901,457 405,328 1,651,684
Fire Protection
91218 Fire Engine Replacement 5,029,176 5,029,176 378,511 5,407,687 4,206,250 773,138 428,300 2
91244 Aerial Truck 2,653,479 2,653,479 - 2,653,479 2,653,479 - - C
91260 Thermal Imaging Cameras 346,490 364,210 - 364,210 236,266 - 127,944
91261 Personal Protection Equip 2,814,250 2,814,250 - 2,814,250 2,380,071 - 434,179
91264 Fire Hose Replacement 551,460 551,460 - 551,460 344,312 - 207,148
C2207 FD Equipment Facility 750,000 750,000 - 750,000 13,582 - 736,418
C2410 Fire Squad Replacement - - - - - 1,714,452 (1,714,452)
FD00190001 Fire Station 46 - Beach 10,350,693 9,920,693 - 9,920,693 9,766,989 115,148 38,556
FD00190002 Fire Station 47 Replacement 8,120,127 10,383,525 - 10,383,525 1,293,327 8,610,229 479,969
M2005 Fire Training Tower 430,286 430,286 - 430,286 73,387 28,440 328,459
Sub-Total 31,045,961 32,897,079 378,511 33,275,590 20,967,663 11,241,407 1,066,520
Fire Rescue Services
91229 Replace & Upgrade Airpacks 1,534,314 1,534,314 - 1,534,314 973,141 - 561,173
91236 Rescue Vehicle 1,164,500 1,164,500 11,006 1,175,506 495,780 327,648 352,078 3
91257 AED Program 340,510 354,510 - 354,510 279,236 - 75,274
91263 Extrication Tools 177,000 177,000 - 177,000 175,202 - 1,798
ENGF190002 Beach Guard Tower 390,239 390,239 390,239 353,377 - 36,862
ENGF200002 Beach Guard Admin Building 185,000 185,000 - 185,000 65,660 - 119,340
Sub-Total 3,791,563 3,805,563 11,006 3,816,569 2,342,396 327,648 1,146,525
Gas Utility Services
96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 1,977,968 3,702 153,123
96365 Line Relocation-Pinellas Maint 861,569 861,569 - 861,569 591,966 - 269,603
96367 Gas Meter Change Out-Pinellas 4,963,000 4,963,000 - 4,963,000 4,514,018 - 448,982
96374 Line Relocation-Pinellas Capital 3,633,500 3,633,500 - 3,633,500 2,844,705 16,100 772,695
96376 Line Relocation - Pasco Maint 386,384 386,384 3,424 389,808 146,395 - 243,413 4
96377 Pinellas New Mains/Serv Lines 51,459,056 51,611,744 (616,557) 50,995,188 39,520,402 89,047 11,385,739 5
96378 Pasco New Mains/Serv Lines 31,036,207 31,036,207 2,237 31,038,443 26,583,434 69,385 4,385,624 6
96379 Pasco Gas Meter Change Out 1,792,821 1,792,821 - 1,792,821 938,797 - 854,024
96381 Line Reloc-Pasco-Capitalized 2,147,300 2,147,300 - 2,147,300 1,278,075 - 869,225
96382 Gas Inventory Work Mgmt Sys 3,242,000 3,242,000 - 3,242,000 856,268 - 2,385,732
96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,069,261 - 788,594
96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,561,308 - 246,537
96386 Expanded Energy Conservation 17,378,589 17,378,589 - 17,378,589 12,613,949 - 4,764,639
96387 Natural Gas Vehicle 7,884,584 7,884,584 (300,000) 7,584,584 6,573,611 - 1,010,972 7
96389 Future IMS Software & Hardware 1,500,000 1,500,000 - 1,500,000 361,793 - 1,138,207
96391 Gas System Pasco Building 1,200,000 1,200,000 - 1,200,000 1,392 - 1,198,608
C2301 Pasco Gate Station 1,500,000 1,500,000 - 1,500,000 10,872 - 1,489,128
M1904 Pinellas Building Equip R&R 1,200,000 1,200,000 - 1,200,000 - - 1,200,000
M2402 Gas - Capital Equipment - - 1,000,000 1,000,000 - - 1,000,000 8
Sub-Total 162,985,503 163,138,191 89,103 163,227,295 128,444,215 178,234 34,604,845
Solid Waste Control Services
C2005 Underground Refuse Program 1,900,862 1,900,862 - 1,900,862 1,292,173 - 608,689
C2302 Rebuild SW Adm Comp 15,360,526 15,360,526 (130,000) 15,230,526 18,392 12,864 15,199,270 9
C2411 Solid Waste Truck Wash Facility - 536,797 - 536,797 - - 536,797
M2301 SW Facility R&R 400,000 400,000 130,000 530,000 175,591 78,457 275,952 10
SRTS180001 S.W.Transfer Station Rebuild 19,650,130 19,113,333 19,113,333 19,073,488 39,845 0 C
Sub-Total 37,311,517 37,311,517 - 37,311,517 20,559,644 131,165 16,620,708
25
CAPITAL IMPROVEMENT PROGRAM
PROGRAM & STATUS SUMMARY
MID-YEAR: October 1, 2023 to March 31, 2024
Budget Amended Revised Project Open Available Amend
Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref
Actual Expenditures
Water-Sewer Combination Services
96212 Sanitary Sewer Upgrades/Impr 20,170,431 20,139,782 6,889 20,146,671 8,895,773 5,551,259 5,699,640 11
96213 Marshall Street Upgrades/Impr 21,844,299 21,844,299 (1,309,112) 20,535,187 12,171,872 3,647,861 4,715,454 12
96214 East Plant Upgrades/Improve 6,150,000 6,150,000 9,720,000 15,870,000 680,708 561,908 14,627,383 13
96215 N.E. Plant Upgrades/Improve 31,024,945 31,024,945 - 31,024,945 20,441,807 2,351,021 8,232,117
96216 Laboratory Upgrade/Improve 1,155,079 1,155,079 (900,000) 255,079 12,168 57,502 185,410 14
96217 Pump Station R&R 1,350,192 1,350,192 - 1,350,192 1,235,587 - 114,606
96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009
96526 Public Utility Admin Building 1,104,306 - - - - - - C
96630 Sanitary Sewer Extension 14,257,148 14,257,148 - 14,257,148 12,615,157 4,557 1,637,435
96634 Sanitary Sewer Relocation 4,400,885 4,659,557 - 4,659,557 4,071,186 122,163 466,208
96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000
96654 Facilities Upgrade & Improve 12,029,876 12,029,876 12,029,876 10,598,716 27,485 1,403,675
96664 Water Pollution Control R&R 32,581,864 32,581,864 - 32,581,864 21,418,805 4,504,544 6,658,515
96665 Sanitary Sewer R&R 97,858,508 96,475,605 - 96,475,605 65,355,031 22,449,463 8,671,111
96686 Pump Station Replacement 19,776,162 19,776,162 - 19,776,162 7,060,583 10,487,383 2,228,196
96721 System R & R - Maintenance 19,282,716 19,763,819 - 19,763,819 9,534,906 4,464,570 5,764,343
96722 Line Relocation - Maintenance 5,606,588 5,606,588 - 5,606,588 4,130,589 66,181 1,409,818
96739 Reclaimed Water Dist Sys 55,116,014 54,989,107 7,635 54,996,742 46,945,835 7,325,101 725,806 15
96742 Line Relocation-Capitalized 9,693,095 9,693,095 21,017 9,714,112 4,255,515 - 5,458,598 16
96744 System Expansion 4,181,043 4,181,043 - 4,181,043 3,700,320 - 480,724
96764 RO Plant Exp Res #1 21,727,067 21,727,067 (6,000,000) 15,727,067 13,243,654 - 2,483,413 17
96767 RO Plant at Res #2 45,038,939 45,038,939 - 45,038,939 42,219,868 537,831 2,281,240
96773 Groundwater Replenishm Fac 6,264,570 6,264,570 (335,000) 5,929,570 5,917,653 2,987 8,930 18
96782 RO Plant @WTP #3 4,511,854 4,511,854 (2,175,000) 2,336,854 1,825,456 394,925 116,473 19
96783 Water Sys Upgrades/Improve 9,236,100 9,223,925 - 9,223,925 3,171,943 1,164,213 4,887,768
96784 Reclaim Water Distrib Sys R&R 5,842,078 6,687,494 - 6,687,494 2,175,350 2,348,936 2,163,208
96785 Feasibility Studies/Evalu - Wtr 3,805,000 3,805,000 - 3,805,000 2,448,986 40,563 1,315,451
96786 Devices/Equipment - Water 1,250,000 1,250,000 (650,000) 600,000 - - 600,000 20
C2412 Enterprise Asset Management - 1,987,209 - 1,987,209 97,602 - 1,889,607
G2206 Portable Generators 771,000 771,000 - 771,000 - 212,380 558,620
L1904/L1905
/M2008 Vehicle & Equip-Sewer 1,077,913 1,077,913 - 1,077,913 1,000,239 - 77,674
M1905 Marshall Street Plant R&R 4,160,000 4,160,000 - 4,160,000 456,642 104,972 3,598,386
M1906 Northeast Plant R&R 2,279,313 2,279,313 - 2,279,313 576,344 - 1,702,969
M1907 East Plant R&R 5,165,000 5,165,000 - 5,165,000 458,634 76,264 4,630,102
M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 49,748 97,768 1,152,484
M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 354,765 - 895,235
M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,278 - 746,573
M2103 Utilities Bldg & Maint 1,905,000 1,905,000 - 1,905,000 425,035 - 1,479,965
Sub-Total 475,769,299 476,684,760 (1,613,571) 475,071,189 309,262,207 66,601,836 99,207,146
Flood Protection/SW Management
C1908 Stormwater Vehicles & Equip 5,795,930 6,408,881 1,708,120 8,117,001 4,664,498 557,404 2,895,098 21
ENST180001 Stormwater Pipe System Improve 16,653,157 15,090,157 - 15,090,157 5,180,836 2,883,625 7,025,696
ENST180002 Allen's Creek 6,808,982 6,944,982 - 6,944,982 2,849,189 51,284 4,044,509
ENST180003 Stormwater System Expansion 662,055 570,055 210,619 780,674 50,853 - 729,821 22
ENST180004 Stevenson Creek 3,731,316 4,231,316 - 4,231,316 185,860 467,614 3,577,842
ENST180005 Coastal Basin 5,052,570 5,052,570 (4,984) 5,047,586 2,842,387 215,981 1,989,218 23
ENST180006 Alligator Creek Watershed 3,522,592 3,411,197 - 3,411,197 525,082 - 2,886,115
ENST180010 Lower Spring Branch Improve 5,459,000 5,459,000 - 5,459,000 358,144 94,750 5,006,106
Sub-Total 47,685,603 47,168,158 1,913,755 49,081,913 16,656,849 4,270,659 28,154,406
26
CAPITAL IMPROVEMENT PROGRAM
PROGRAM & STATUS SUMMARY
MID-YEAR: October 1, 2023 to March 31, 2024
Budget Amended Revised Project Open Available Amend
Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref
Actual Expenditures
Other Physical Environment
93422 Dredging of City Waterways 1,446,204 1,446,204 - 1,446,204 483,487 - 962,717
C2208 Coopers Point 1,877,440 1,877,440 (1,877,440) - - - - 24
C2214 Public Works Complex 4,437,278 4,437,278 900,000 5,337,278 - - 5,337,278 25
ENGF180006 City-wide Docks and Seawall 2,686,739 2,686,739 - 2,686,739 1,794,552 23,000 869,188
ENGF180011 Environment Assmt & Clean 1,279,664 1,279,664 - 1,279,664 145,801 36,506 1,097,357
ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,298,762 - 2,453,238
M2002 Environ Prk Remediate & Protect 1,000,000 1,000,000 - 1,000,000 39,565 330,553 629,882
M2006 Right of Way Tree Mgt Prog 1,100,000 1,100,000 - 1,100,000 287,425 - 812,575
M2210 CW Municipal Cemetery Reno 750,000 770,000 - 770,000 235,724 90,678 443,598
Sub-Total 21,329,325 21,349,325 (977,440) 20,371,885 7,285,317 480,737 12,605,832
Road and Street Facilities
C2102 Fort Harrison Reconstruction 21,082,776 21,082,776 - 21,082,776 1,865,378 902,299 18,315,099
C2103 Downtown Streetscaping 17,601,407 15,903,264 (295,176) 15,608,089 15,608,089 - - C 26
C2407 Nash Street 231,030 1,575,156 - 1,575,156 9,591 271,535 1,294,030
C2408 Osceola Stscape/Util Rpl 1,310,110 1,310,110 754,096 2,064,206 - - 2,064,206 27
ENGF200003 Memorial Cswy Bridge Lighting 200,000 200,000 - 200,000 152,656 - 47,344
ENRD180002 Bridge Maintenance & Improve 11,093,247 11,093,247 - 11,093,247 4,672,406 62,489 6,358,353
ENRD180004 Streets and Sidewalks 30,928,009 30,928,009 - 30,928,009 20,066,451 1,814,179 9,047,379
ENRD180005 City-Wide Intersection Improve 4,622,907 4,622,907 - 4,622,907 1,360,658 17,008 3,245,241
ENRD180006 Traffic Signals 2,764,534 2,790,280 - 2,790,280 1,178,488 49,262 1,562,531
ENRD180007 Traffic Safety Infrastructure 1,554,576 1,555,589 - 1,555,589 1,017,210 94,169 444,210
G2213 ARPA Streets & Sidewalks 2,000,000 2,000,000 - 2,000,000 1,562,412 - 437,588
Sub-Total 93,388,596 93,061,338 458,921 93,520,259 47,493,338 3,210,940 42,815,980
Airports
94817 Airpark Maint & Repair 399,245 463,445 463,445 364,629 - 98,816
G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 - 40,286
G2108 Security System Upgrade 228,000 228,000 - 228,000 126,242 - 101,758
G2306 Apron Relayment 2,000,000 2,000,000 - 2,000,000 - 316,154 1,683,846
G2307 Aviation Operation Center 300,000 1,100,000 - 1,100,000 - - 1,100,000
G2401 Airpark Hangars 3,030,000 3,030,000 - 3,030,000 - - 3,030,000
G2409 Airpark Property Survey - 100,000 - 100,000 - - 100,000
Sub-Total 7,262,245 8,226,445 - 8,226,445 1,755,585 316,154 6,154,707
Water Transportation System
93415 Waterway Maintenance 1,050,000 1,050,000 - 1,050,000 839,927 43,139 166,934
G2410 Water Transprtn Ferry Grant - - 1,000,000 1,000,000 - - 1,000,000 28
Sub-Total 1,050,000 1,050,000 1,000,000 2,050,000 839,927 43,139 1,166,934
Parking Facilities
ENPK180001 Parking Lot Resurfacing 858,476 858,476 - 858,476 61,304 - 797,172
ENPK180002 Parking Lot Improvements 1,168,802 1,168,802 - 1,168,802 846,068 22,628 300,107
ENPK180003 Parking Facilities 5,012,348 5,012,348 - 5,012,348 2,834,699 7,000 2,170,649
ENPK230001 Downtown Parking Garage 24,700,000 24,700,000 - 24,700,000 443,245 1,169,015 23,087,740
M2102 Seminole Boat Launch Maint 553,674 681,318 - 681,318 34,462 9,875 636,982
Sub-Total 32,293,301 32,420,945 - 32,420,945 4,219,778 1,208,517 26,992,650
Other Transportation
92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 1,644,619 208,785 196,596
ENGF180002 Downtown Intermodal 924,756 924,756 - 924,756 8,437 - 916,320
ENGF180003 Miscellaneous Engineering 454,146 454,146 - 454,146 373,082 23,900 57,164
ENGF180004 Survey Equipment Replace 60,288 60,288 - 60,288 - - 60,288
ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 84,016,010 576,585 68,726
Sub-Total 88,150,513 88,150,513 - 88,150,513 86,042,148 809,271 1,299,094
Other Economic Environment
C2413 Mercado-Downtown Gateway - 1,154,763 - 1,154,763 - 1,154,763 -
Sub-Total - 1,154,763 - 1,154,763 - 1,154,763 -
27
CAPITAL IMPROVEMENT PROGRAM
PROGRAM & STATUS SUMMARY
MID-YEAR: October 1, 2023 to March 31, 2024
Budget Amended Revised Project Open Available Amend
Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref
Actual Expenditures
Libraries
93527 Books & Other Lib Materials 7,696,601 7,696,601 (6,633) 7,689,968 7,689,968 - - C 29
93530 Consolidated Eastside/SPC Libr 5,300,608 5,300,608 - 5,300,608 5,300,608 - - C
93532 Libr Maker Space Maint. & Up 282,560 282,560 (53,366) 229,194 229,194 - - C 30
93534 Library FF&E Repair & Replace 550,000 550,000 59,999 609,999 185,215 25,458 399,327 31
94861 Library Technology 1,575,000 1,575,000 - 1,575,000 1,335,188 - 239,812
C2211 Main Library Renovation 1,350,000 1,350,000 - 1,350,000 14,700 - 1,335,300
Sub-Total 16,754,769 16,754,769 - 16,754,769 14,754,872 25,458 1,974,438
Parks & Recreation
93133 Park Land Acquisition 1,977,351 2,597,351 - 2,597,351 2,577,461 - 19,889
93272 Bicycle Paths-Bridges 6,870,232 6,870,232 - 6,870,232 4,995,993 96,057 1,778,182
93602 Sp Events Equip Rep & Rplcmnt 410,000 410,000 - 410,000 323,389 - 86,611
93618 Misc Park & Rec Contract 1,240,000 1,240,000 - 1,240,000 1,043,595 69,375 127,030
93646 RR Expan-Barefoot Bch House 520,950 520,950 - 520,950 518,374 - 2,576
93667 Del Oro Park Renovations 2,686,000 2,686,000 - 2,686,000 2,638,723 - 47,277
C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000
C2002 Ed Wright/Norton Park Reno 855,272 855,272 - 855,272 - - 855,272
C2202 Long Center Major Reno 10,000,000 10,000,000 - 10,000,000 285,648 701,340 9,013,012
C2209 Neighborhood Park Reno 500,000 500,000 - 500,000 - - 500,000
C2403 McKay Playfield Improve 1,250,000 1,250,000 - 1,250,000 32,579 362,931 854,490
C2404 Edgewater Drive Park Impv 50,000 50,000 - 50,000 - - 50,000
C2405 Moccasin Lake Nature Park 100,000 100,000 - 100,000 - - 100,000
C2406 Pour-in-place Playgrnd Safe Prg 200,000 200,000 - 200,000 - - 200,000
G2218 ARPA State Street Park Impv 700,000 700,000 - 700,000 9,375 3,125 687,500
L1901 P&R Vehicle & Equip Additions 546,210 546,210 - 546,210 520,438 - 25,772
M2206 Parks & Beautification R&R 3,704,890 3,988,140 - 3,988,140 1,890,729 412,022 1,685,389
M2401 Amphitheater Repair & Impv 806,000 806,000 - 806,000 - - 806,000
ENGF180007 Phillip Jones Park Renovations 224,726 224,726 - 224,726 64,044 - 160,682
Sub-Total 41,141,631 42,044,881 - 42,044,881 21,900,349 1,644,851 18,499,682
Cultural Services
A1901 Misc Minor Public Art 252,079 252,079 - 252,079 148,540 19,000 84,539
A2201 Cultural Arts Plan 100,000 100,000 - 100,000 15,085 - 84,915
Sub-Total 352,079 352,079 - 352,079 163,625 19,000 169,454
Special Recreation Facilities
93410 Clwr Harbor Marina Maint R&R 522,500 524,626 - 524,626 428,258 - 96,368
93420 Fuel System R & R 322,752 322,752 - 322,752 180,909 - 141,842
93499 Pier 60/Sailing Center Maint 571,952 571,952 - 571,952 374,015 - 197,937
C1905 Beach Marina Upgrade 28,492,258 28,492,258 - 28,492,258 1,585,061 98,179 26,809,018
C1906 Clw Harbor Marina Repl & Up 2,895,695 2,895,695 - 2,895,695 2,564,394 159,770 171,531
C2001 Athletic Flds & Fac Reno/Improve 8,750,000 8,150,000 - 8,150,000 - - 8,150,000
C2204 Soccer Reno EC Moore 100,000 100,000 - 100,000 - - 100,000
C2210 Sailing Center Dock Replace 732,852 732,852 - 732,852 633,812 - 99,040
C2213 Athletic Field Shade Structures 770,000 770,000 - 770,000 722,595 - 47,406
C2402 Frank Tack Improvements 250,000 250,000 - 250,000 - - 250,000
C2409 South Basin Attenuator - 302,106 - 302,106 18,706 283,400 -
M1902 Marine Fac Maint Dock R&R 714,970 717,470 - 717,470 550,601 1 166,869
M2204 Carpenter & BayCare R&R 4,881,513 5,481,513 - 5,481,513 2,746,323 133,729 2,601,461
M2205 Recreation Center R&R 2,235,601 2,235,601 - 2,235,601 428,241 - 1,807,361
M2207 Athletic Field R&R 2,617,568 2,617,568 - 2,617,568 193,326 35,712 2,388,530
M2208 Beach Walk/Pier 60 Park R&R 1,898,735 1,898,735 - 1,898,735 1,697,333 103,267 98,135
Sub-Total 55,756,394 56,063,126 - 56,063,126 12,123,572 814,058 43,125,496
TOTAL ALL PROJECTS 1,286,665,307 1,293,016,320 1,100,109 1,294,116,429 774,723,851 115,028,666 404,363,912
28
Increase/
Amdmt Program (Decrease)Intrafund Net Budget
Number Number Amount Transfer Amount Description Amendment
Public Safety Programs
Foreclosure Registry - Nuisance Abatement
1 98609 7,200
To record a budget increase of $7,200.00,which represents
foreclosure registry fees collected to date,to bring the budget
in line with actual receipts.7,200
Police Extra Duty
2 99215 530,433
To record a budget increase of $530,432.50 in police service
revenue to bring the budget in line with actual receipts.530,433
Police Education Fund
3 99317 9,436
To record a budget increase of $9,436.49 in police education
fine revenue,which will bring the budget in line with actual
receipts.9,436
Investigative Recovery Costs
4 99329 45,213
To record a budget increase of $45,212.68 in fines,forfeitures,
and penalties revenue to bring the budget in line with actual
receipts. 45,213
Florida Contraband Forfeiture Fund
5 99330 37,597
To record a budget increase of $37,597.03 in fines,forfeitures,
and penalties revenue to bring the budget in line with actual
receipts.37,597
Vehicle Replacement Fund
6 99350 70,857
To record a budget increase of $33,627.00 in insurance
reimbursements to bring the budget in line with actual
receipts;and an increase of $37,230.00 transferred from
99215,Police Extra Duty,representing revenue collected for
vehicle usage on extra duty jobs.70,857
Federal Forfeiture Sharing
7 99387 16,151
To record an increase of $16,150.98 in governmental revenues
from the US Department of Justice to bring the budget in line
with actual receipts.16,151
Police SAFE Grant - NEW PROGRAM
8 G2411 98,000
To establish the program and record a budget increase of
$98,000.00 in grant revenues awarded from the Florida
Department of Law Enforcement State Assistance for Fentanyl
Eradication in Florida Program.98,000
DEA Overtime Reimbursement
9 P2201 10,000
To record a budget increase of $10,000.00 in reimbursement
revenue from the Drug Enforcement Agency (DEA)to account
for special duty assignments.10,000
Special Program Fund
Mid Year Amendments
FY 2023/24
29
Increase/
Amdmt Program (Decrease)Intrafund Net Budget
Number Number Amount Transfer Amount Description Amendment
Special Program Fund
Mid Year Amendments
FY 2023/24
Public Safety Programs (continued)
ESST Overtime Reimbursement
10 P2202 5,000
To record a budget increase of $5,000.00 in reimbursement
revenue from the Florida Department of Law Enforcement
(FDLE)to account for special duty assignments related to the
Electronic Surveillance support Team (ESST).5,000
Secret Service Overtime Reimbursement
11 P2204 5,000
To record a budget increase of $5,000.00 in reimbursement
revenue from the US Secret Service Agency to account for
special duty assignments.5,000
Public Safety Program
Totals:834,887 - 834,887
Physical Environment Programs
Tree Replacement Program
12 99970 19,344
To record a budget increase of $19,344.00 in fines,forfeiture,
and penalties revenue to bring the budget in line with actual
receipts.19,344
Physical Environment Program
Totals:19,344 - 19,344
Economic Environment Programs
Public Facilities 2024
13 G2402 281,992 -
To record an increase of $281,992.00 of Community
Development Block Grant (CDBG)revenues representing HUD
entitlement funds available.281,992
Economic Environment Program
Totals:281,992 - 281,992
Culture and Recreation Programs
Library Special Account
14 99910 10,130
To record a budget increase of $10,130.00 in donation revenue
to bring the budget in line with actual receipts.10,130
Clearwater for Youth Grants
15 G1907 10,250
To record a budget increase of $10,250.00 in donation revenue
for youth programs.This will bring the budget in line with
actual receipts.10,250
30
Increase/
Amdmt Program (Decrease)Intrafund Net Budget
Number Number Amount Transfer Amount Description Amendment
Special Program Fund
Mid Year Amendments
FY 2023/24
Culture and Recreation Programs (continued)
Water Tank Mural Grant - NEW PROGRAM
16 G2412 60,000
To establish the program and record a budget increase of
$30,000.00 transferred from capital project 315-A1901,
Miscellaneous Public Art and $30,000.00 in grant revenue
awarded from the National Endowment of the Arts.60,000
FY24 Special Events
17 PRSE240001 99,090
To record a budget increase of $99,090.46 which represents
the following amendments to bring the budget in line with
actual receipts:$93,777.38 in sales revenues;$1,813.08 in
reimbursement revenue;and $3,500.00 in sponsorship
revenues.99,090
Culture and Recreation Program
Total:179,470 - 179,470
1,315,693 - 1,315,693
Intrafund/Interfund Transfers
Police Extra Duty
99215 37,230
To record a transfer of $37,230.00 to 99350,Vehicle
Replacement,representing revenue collected for vehicle usage
on extra duty jobs.
Total Interfund Transfers:37,230
Total Budget
Increase/(Decrease):
31
SPECIAL PROGRAM STATUS SUMMARY
MID YEAR REVIEW: October 1, 2023 to March 31, 2024
Actual Expenditures
Original Amended Revised Project Open Available Amend
Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref
GENERAL GOVERNMENT PROGRAMS
99857 Stimulus-Elctrnc Plan Submit & Revw 289,000 289,000 - 289,000 149,927 - 139,073
99928 Nagano Sister City Program 416,279 416,279 - 416,279 194,339 - 221,940
M1913 Lien Foreclosure Program 1,169,784 1,318,484 - 1,318,484 612,554 - 705,929
M2101 Planning Studies Fund 1,225,000 1,225,000 - 1,225,000 443,456 26,533 755,011
Sub-Total 3,100,063 3,248,762 - 3,248,762 1,400,276 26,533 1,821,954
PUBLIC SAFETY PROGRAMS
98609 Foreclosure Registry-Nuisance Abtmnt 183,700 187,300 7,200 194,500 22,163 - 172,338 1
98610 Hurricane Irma 3,918,686 3,918,686 - 3,918,686 3,918,686 - (0) C
99215 Police Extra Duty 7,610,386 8,273,449 530,433 8,803,881 8,621,804 - 182,077 2
99279 Police Recruitments 291,010 291,010 - 291,010 182,043 30,920 78,047
99281 Fed Forfeitures - Treasury 196,485 197,753 - 197,753 160,579 - 37,174
99316 Police Volunteers 183,519 183,519 - 183,519 148,210 - 35,308
99317 Police Education Fund 1,469,839 1,482,471 9,436 1,491,907 1,304,567 - 187,340 3
99329 Investigative Recovery Costs 3,060,634 3,126,985 45,213 3,172,197 2,821,531 12,018 338,648 4
99330 FL Contraband Forfeiture Fund 1,315,678 1,397,742 37,597 1,435,339 1,273,028 - 162,311 5
99350 Vehicle Replacement Fund 977,247 1,031,847 70,857 1,102,704 641,093 151,744 309,867 6
99356 Safe Neighborhood Program 1,508,203 1,552,703 - 1,552,703 1,460,465 - 92,237
99364 Crime Prevention Program 252,609 259,409 - 259,409 249,129 - 10,281
99387 Federal Forfeiture Sharing 2,582,004 2,602,721 16,151 2,618,872 2,106,139 - 512,733 7
99927 Emergency Operations 4,328,870 4,481,229 - 4,481,229 3,274,147 - 1,207,082
99982 EMS Incentive/Recognition 69,700 69,700 - 69,700 69,700 - - C
C2304 Emergency Alert System 845,305 845,305 - 845,305 845,305 - - C
D2001 COVID-19 Prep & Response 1,981,240 1,981,240 - 1,981,240 1,494,379 - 486,861
D2302 Hurricane Idalia - 1,350,894 - 1,350,894 87,647 200,872 1,062,375
G2308 Pedestrian/Bicycle Safety Grant 2024 - 27,233 - 27,233 26,904 - 330
G2411 Police SAFE Grant - - 98,000 98,000 2,551 - 95,449 8
P1801 School Resource Officers 3,541,523 3,541,523 - 3,541,523 3,220,627 - 320,896
P2002 Police Body Worn Camera Program 882,922 882,922 - 882,922 812,924 - 69,998
P2101 Mental Health Co-Responder Team 594,422 594,422 - 594,422 439,555 - 154,867
P2201 DEA OT Reimbursement Program 45,000 55,000 10,000 65,000 51,797 - 13,203 9
P2202 ESST OT Reimbursement Program 3,000 3,000 5,000 8,000 2,442 - 5,558 10
P2203 FBI OT Reimbursement Program 45,000 45,000 - 45,000 37,070 - 7,930
P2204 Secret Service OT Reimb Program 45,000 45,000 5,000 50,000 39,204 - 10,796 11
P2301 The Sound Acoustic Study 168,500 168,500 - 168,500 78,195 74,988 15,317
P2302 PSO - Countryside Christian 129,960 129,960 - 129,960 43,170 - 86,790
Sub-Total 36,230,442 38,726,522 834,887 39,561,408 33,435,052 470,542 5,655,814
PHYSICAL ENVIRONMENT PROGRAMS
99970 Tree Replacement Program 2,058,786 2,148,306 19,344 2,167,650 1,073,232 17,500 1,076,918 12
Sub-Total 2,058,786 2,148,306 19,344 2,167,650 1,073,232 17,500 1,076,918
ECONOMIC ENVIRONMENT PROGRAMS
99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351
99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288
G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 1,041,798 181,407 326,133
M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 21,483 - 269,370
M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896
G2201 Public Facilities 2022 570,471 565,024 - 565,024 565,024 - - C
G2202 Economic Development 2022 90,246 72,603 - 72,603 72,603 - 0 C
G2203 Program Administration 2022 184,550 184,525 - 184,525 184,525 - - C
G2207 Brownfield MAC Grant 300,000 300,000 - 300,000 111,057 21,329 167,614
G2209 Duke Energy ED Grant 50,000 50,000 - 50,000 25,493 - 24,507
G2210 ARPA North Greenwood CRA 5,000,000 5,000,000 - 5,000,000 1,773,611 7,918 3,218,471
G2212 ARPA Affordable Housing 3,300,000 3,300,000 - 3,300,000 2,242,551 - 1,057,449
G2219 ARPA Business Incubator 250,000 250,000 - 250,000 250,000 - -
G2301 Public Facilities 2023 703,591 695,616 - 695,616 692,123 - 3,493
32
SPECIAL PROGRAM STATUS SUMMARY
MID YEAR REVIEW: October 1, 2023 to March 31, 2024
Actual Expenditures
Original Amended Revised Project Open Available Amend
Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref
ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED)
G2302 Economic Development 2023 235,574 147,015 - 147,015 147,015 - - C
G2303 Program Administration 2023 179,495 162,960 - 162,960 162,960 - - C
G2305 Public Services 2023 104,621 100,718 - 100,718 100,718 - - C
G2402 Public Facilities 2024 838,269 978,357 281,992 1,260,349 37,720 967,651 254,978 13
G2403 Economic Development 2024 215,402 215,402 - 215,402 5,500 174,500 35,402
G2404 Program Administration 2024 182,667 182,667 - 182,667 82,294 33,455 66,918
G2405 Infill Housing 2024 177,222 177,222 - 177,222 3,080 19,753 154,389
G2406 Public Services 2024 136,998 136,998 - 136,998 20,283 93,882 22,833
G2408 HOME-ARP - 1,637,567 - 1,637,567 1,973 4,360 1,631,234
Sub-Total 15,896,805 17,534,372 281,992 17,816,364 8,033,783 1,504,253 8,278,328
HUMAN SERVICES PROGRAMS
98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 8,981 - 19
98607 Senior Citizens Services - Trips 14,000 14,000 - 14,000 13,965 - 35
99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400
99844 United Way 19,580 19,580 - 19,580 13,509 - 6,071
99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135
G2107 JWB Youth Programming 1,665,220 2,151,431 - 2,151,431 1,482,643 - 668,788
G2215 ARPA Pinellas Community Foundation 1,000,000 1,000,000 - 1,000,000 927,574 72,426 -
G2216 ARPA Non-profit Grants 1,000,000 1,000,000 - 1,000,000 955,000 - 45,000
G2217 ARPA Education Grants & Partnerships 750,000 750,000 - 750,000 750,000 - -
M2209 Opioid Settlement Funds 135,281 431,565 - 431,565 - - 431,565
Sub-Total 4,813,350 5,595,845 - 5,595,845 4,359,407 72,426 1,164,012
CULTURE AND RECREATION PROGRAMS
98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 - - 106,077
99910 Library Special Account 956,577 956,577 10,130 966,707 934,637 - 32,071 14
C2303 Library - Machan Estate 1,176,297 1,176,297 - 1,176,297 - - 1,176,297
G1907 Clearwater for Youth Grants 100,579 100,579 10,250 110,829 72,885 - 37,944 15
G2412 Water Tank Mural Grant - - 60,000 60,000 - - 60,000 16
PRSE190001Special Events 3,048,251 3,048,251 - 3,048,251 3,048,251 - - C
PRSE230001Special Events @ Coachman Park 614,172 644,714 - 644,714 644,714 - - C
PRSE240001FY24 Special Events - 243,176 99,090 342,266 191,310 - 150,956 17
Sub-Total 6,001,954 6,275,671 179,470 6,455,141 4,891,796 - 1,563,345
TOTAL ALL PROJECTS 68,101,400 73,529,478 1,315,693 74,845,172 53,193,546 2,091,255 19,560,371
33
City of Clearwater
SPECIAL DEVELOPMENT FUND
Mid-Year Amendments
FY 2023/24
Increase/
(Decrease)Description
Revenues
-
No amendments are proposed to Special
Development Fund revenues at mid-year.
-$ Net Revenue Amendments
Expenditures
-
No amendments are proposed to Special
Development Fund expenditures at mid-year.
-$ Net Expenditure Amendments
34
SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS
Mid-Year: October 1, 2022 - March 31, 2023 Third Quarter: October 1, 2022 - June 30, 2023
Original First Quarter Mid Year
Budget Amended Budget Amended Budget
2023/24 2023/24 2023/24 Amendments
Revenues:
Ad Valorem Taxes 4,536,570 4,536,570 4,536,570 -
Infrastructure Tax 16,585,900 16,585,900 16,585,900 -
Interest Earnings 950,000 950,000 950,000 -
Multi-Modal Impact Fees 400,000 400,000 400,000 -
Local Option Gas Tax 1,427,150 1,427,150 1,427,150 -
Allocation of Assigned Fund Balance 9,148,130 9,768,130 9,768,130 -
33,047,750 33,667,750 33,667,750 -
Expenditures:
Transfer to Capital Improvement Fund
Road Millage 4,536,570 4,536,570 4,536,570 -
Infrastructure Tax 24,994,030 24,994,030 24,994,030 -
Open Space Impact Fees - 620,000 620,000 -
Multi-Modal Impact fees 1,140,000 1,140,000 1,140,000 -
Local Option Gas Tax 1,427,150 1,427,150 1,427,150 -
32,097,750 32,717,750 32,717,750 -
Revenues:
CDBG/Home Funds 913,337 913,337 1,195,329 281,992
Interest Earnings 479,000 492,947 492,947 -
Intergovernmental Revenue - 2,463,394 2,657,545 194,151
Charges for Service Revenue - 666,663 1,207,796 541,133
Judgments, Fines and Forfeit Revenue - 395,606 507,196 111,590
Miscellaneous Revenue - 379,212 528,809 149,597
Transfers from General Fund:- - - -
Sister City Program 37,380 37,380 37,380 -
Planning Study Fund 200,000 200,000 200,000 -
United Way Campaign Fund 1,500 1,500 1,500 -
Special Events 70,000 70,000 70,000 -
Police Recruitments 30,000 30,000 30,000 -
School Resource Officers 210,000 210,000 210,000 -
Police Mental Health Co-Responder Team 12,000 12,000 12,000 -
Transfers from Special Programs - 1,509,257 1,546,487 37,230
1,953,217 7,381,295 8,696,988 1,315,693
SPECIAL PROGRAM FUND
SPECIAL DEVELOPMENT FUND
35
SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS
Mid-Year: October 1, 2022 - March 31, 2023 Third Quarter: October 1, 2022 - June 30, 2023
Original First Quarter Mid Year
Budget Amended Budget Amended Budget
2023/24 2023/24 2023/24 Amendments
Expenditures:
General Government 237,380 386,079 386,079 -
Public Safety 252,000 2,748,080 3,582,967 834,887
Physical Environment - 89,520 108,864 19,344
Economic Environment 551,926 2,189,493 2,471,485 281,992
Human Services 1,500 783,995 783,995 -
Culture and Recreation 70,000 343,717 523,188 179,470
Interfund Transfers 361,411 361,411 361,411 -
Transfer to Capital Fund - - - -
1,474,217 6,902,295 8,217,988 1,315,693
Revenues:
HOME Investment Partnerships 532,649 532,649 532,649 -
State Housing Initiatives Partnerships 1,127,930 1,127,930 1,127,930 -
Total - HOME/SHIP Funds 1,660,579 1,660,579 1,660,579 -
Expenditures:
Economic Environment 1,211,435 1,211,435 1,211,435 -
Interfund Transfers 449,144 449,144 449,144 -
Total - HOME/SHIP Programs 1,660,579 1,660,579 1,660,579 -
OTHER HOUSING ASSISTANCE FUNDS
SPECIAL PROGRAM FUND (continued)
36
ADMINISTRATIVE CHANGE ORDERS
Mid-Year Review
FY 2023/24
37
In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute
change orders without City Council approval within certain limitations.
The following change orders have been administratively approved since the last report to the Council based
on the code specified criteria:
1. The city manager may increase any contract up to a total award of one hundred thousand
dollars ($100,000.00).
2. The city manager may approve any increase of contract up to a maximum of ten percent
(10%) over the most recent award of the city council.
3. No contract price increase shall be approved unless sufficient funds are available for such
purpose.
4. Contract price decreases may be approved without limitation.
5. The time for completion may be extended up to ninety (90) days, in any one change or
cumulatively for the same project, beyond the most recent city council approved
completion time.
*****
2/23/24 Administrative Change Order #5 – Imagine Clearwater Flatwork &
Vertical Construction GMP 3 (17-0031-EN3). This change order increases,
decreases, and adds items in accordance with field conditions resulting in
no change to the contract total.
Skanska USA Building, Inc. 0.00
3/7/24 Administrative Change Order #2 and Final – South Wave Attenuator
Replacement (South). This change order decreases items in accordance
with field conditions resulting in a net decrease to the contract.
J. Kokolakis Contracting, Inc. (89,147.16)
Ordinance #9771-24
ORDINANCE NO. 9771-24
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA,
AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR
ENDING SEPTEMBER 30, 2024 TO REFLECT INCREASES AND
DECREASES IN REVENUES AND EXPENDITURES FOR THE
GENERAL FUND, WATER & SEWER FUND, GAS FUND, SOLID
WASTE & RECYCLING FUND, PARKING FUND, AND SPECIAL
PROGRAM FUND AS PROVIDED HEREIN; PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the budget for the fiscal year ending September 30, 2024, for operating
purposes, including debt service, was adopted by Ordinance No. 9714-23; and
WHEREAS, at mid-year review it was found that an increase of $1,672,248 is
necessary for revenues and an increase of $1,672,248 is necessary for expenditures; and
WHEREAS, a summary of the amended revenues and expenditures is attached
hereto and marked Exhibit A; and
WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to
provide for the expenditure of money for proper purposes not contained in the budget as
originally adopted due to unforeseen circumstances or emergencies arising during the fiscal
year; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. Section 1 of Ordinance No. 9714-23 is amended to read:
Pursuant to the Amended City Manager's Annual Report and estimate for the
fiscal year beginning October 1, 2023 and ending September 30, 2024 a copy,
of which is on file with the City Clerk, the City Council hereby adopts an
amended budget for the operation of the City, a copy of which is attached
hereto as Exhibit A.
Ordinance #9771-24
Section 2. This ordinance shall take effect immediately upon adoption.
PASSED ON FIRST READING _________________________
PASSED ON SECOND AND FINAL _________________________
READING AND ADOPTED
_______________________________
Bruce Rector, Mayor
Approved as to form: Attest:
_______________________________ ________________________________
David Margolis, City Attorney Rosemarie Call, City Clerk
EXHIBIT A EXHIBIT A
2023-24 BUDGET REVENUE 2023-24 BUDGET REVENUE
First
Quarter Mid-Year
Budgeted Amended Amended
Revenues Budget Budget
2023/24 2023/24 2023/24 Amendments
General Fund:
Ad Valorem Taxes 90,683,430 90,683,430 90,683,430 -
Utility Taxes 18,655,000 18,655,000 18,655,000 -
Local Option, Fuel & Other Taxes 6,300,000 6,300,000 6,300,000 -
Franchise Fees 11,220,000 11,220,000 11,220,000 -
Other Permits & Fees 3,934,500 3,934,500 3,934,500 -
Intergovernmental Revenues 29,859,340 29,859,340 29,859,340
Charges for Services 17,368,355 17,368,355 17,368,355 -
Judgments, Fines & Forfeitures 1,384,000 1,384,000 1,384,000 -
Miscellaneous Revenues 6,718,020 6,718,020 6,718,020 -
Transfers In 13,335,875 13,371,387 13,371,387 -
Transfer (to) from Reserves -3,679,163 3,714,383 35,220
Total, General Fund 199,458,520 203,173,195 203,208,415 35,220
Special Revenue Funds:
Special Development Fund 33,047,750 33,667,750 33,667,750 -
Special Program Fund 1,953,217 7,381,295 8,696,988 1,315,693
Local Housing Asst Trust Fund 1,660,579 1,660,579 1,660,579 -
Utility & Other Enterprise Funds:
Water & Sewer Fund 114,894,840 115,754,540 115,754,540 -
Stormwater Utility Fund 18,684,120 18,828,168 18,828,168 -
Solid Waste & Recycling Fund 36,353,830 36,526,915 36,730,915 204,000
Gas Fund 53,733,140 53,988,284 53,988,284 -
Airpark Fund 262,000 263,325 263,325 -
Marine Fund 7,007,270 7,052,428 7,052,428 -
Clearwater Harbor Marina 1,136,500 1,154,731 1,154,731 -
Parking Fund 22,486,780 22,582,742 22,700,077 117,335
Internal Service Funds:
Administrative Services Fund 17,398,400 17,727,386 17,727,386 -
General Services Fund 7,355,520 7,458,991 7,458,991 -
Garage Fund 19,602,010 19,815,382 19,815,382 -
Central Insurance Fund 38,477,320 38,509,173 38,509,173 -
Total, All Funds 573,511,796 585,544,884 587,217,132 1,672,248
Ordinance #9771-24
EXHIBIT A (Continued)EXHIBIT A (Continued)
2023-24 BUDGET EXPENDITURES 2023-24 BUDGET EXPENDITURES
First
Quarter Mid-Year
Original Amended Amended
Budget Budget Budget
2023/24 2023/24 2023/24 Amendments
General Fund:
City Council 553,197 554,449 589,669 35,220
City Manager's Office 1,085,258 1,652,115 1,652,115 -
City Attorney's Office 2,488,743 2,514,815 2,514,815 -
City Audit 461,573 465,979 465,979 -
City Clerk 1,420,406 1,455,668 1,455,668 -
CRA Administration 982,526 1,005,330 1,005,330 -
Economic Development & Housing 2,146,301 2,200,993 2,200,993 -
Finance 3,142,043 3,296,999 3,296,999 -
Fire 35,243,722 35,448,742 35,448,742 -
Human Resources 2,181,218 2,254,202 2,254,202 -
Library 9,110,053 9,391,098 9,391,098 -
Non-Departmental 12,725,240 13,599,025 13,599,025 -
Office of Innovation 1,003,260 335,293 335,293 -
Parks & Recreation 44,790,781 45,609,955 45,609,955 -
Planning & Development 8,577,878 8,875,995 8,875,995 -
Police 56,780,344 57,203,994 57,203,994 -
Public Communications 1,761,372 1,811,572 1,811,572 -
Public Utilities 445,580 445,580 445,580 -
Public Works 14,559,025 15,051,391 15,051,391 -
Total, General Fund 199,458,520 203,173,195 203,208,415 35,220
Special Revenue Funds:
Special Development Fund 32,097,750 32,717,750 32,717,750 -
Special Program Fund 1,474,217 6,902,295 8,217,988 1,315,693
Local Housing Asst Trust Fund 1,660,579 1,660,579 1,660,579 -
Utility & Other Enterprise Funds:
Water & Sewer Fund 114,894,840 115,754,540 115,754,540 -
Stormwater Utility Fund 17,685,150 17,829,198 17,829,198 -
Solid Waste & Recycling Fund 36,353,830 36,526,915 36,730,915 204,000
Gas Fund 53,733,140 53,988,284 53,988,284 -
Airpark Fund 173,760 187,925 187,925 -
Marine Fund 7,007,270 7,052,428 7,052,428 -
Clearwater Harbor Marina 1,130,850 1,149,081 1,149,081 -
Parking Fund 22,486,780 22,582,742 22,700,077 117,335
Internal Service Funds:
Administrative Services Fund 17,260,770 17,589,756 17,589,756 -
General Services Fund 7,306,030 7,409,501 7,409,501 -
Garage Fund 19,602,010 19,815,382 19,815,382 -
Central Insurance Fund 38,473,130 38,504,983 38,504,983 -
Total, All Funds 570,798,626 582,844,554 584,516,802 1,672,248
Ordinance #9771-24
Ordinance #9772-24
ORDINANCE NO. 9772-24
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE CAPITAL IMPROVEMENT
BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER
30, 2024, TO REFLECT AN INCREASE OF $1,100,109
PROVIDING AN EFFECTIVE DATE.
WHEREAS, the Capital Improvement Budget for the fiscal year ending
September 30, 2024 was adopted by Ordinance No. 9715-23; and
WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to
provide for the expenditure of money for proper purposes not contained in the budget as
originally adopted due to unforeseen circumstances or emergencies arising during the
fiscal year; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. Section 1 of Ordinance No. 9715-23 is amended to read:
Pursuant to the Mid-Year Amended Capital Improvement Program
Report and estimated budget for the fiscal year beginning October 1, 2023,
and ending September 30, 2024, a copy of which is on file with the City
Clerk, the City Council hereby adopts a Mid-Year Amended budget for the
capital improvement fund for the City of Clearwater, a copy of which is
attached hereto as Exhibit A.
Section 2. This ordinance shall take effect immediately upon adoption.
PASSED ON FIRST READING _____________________
PASSED ON SECOND AND FINAL _____________________
READING AND ADOPTED
___________________________
Bruce Rector, Mayor
Approved as to form: Attest:
______________________________ ____________________________
David Margolis, City Attorney Rosemarie Call, City Clerk
First Qtr.Mid-Year
Original Amended Amended
Budget Budget Budget
2023/24 2023/24 2023/24 Amendments
Other General Government 22,363,700 23,123,669 22,963,494 (160,175)
Police Protection 355,000 380,890 380,890 -
Fire Protection 1,006,030 2,857,147 3,235,659 378,511
Fire Rescue Services 593,000 607,000 618,006 11,006
Gas Utility Services 12,725,000 12,877,689 12,966,792 89,103
Solid Waste Services 7,200,000 7,200,000 7,200,000 -
Water-Sewer Services 40,427,330 41,342,792 39,729,220 (1,613,571)
Flood Protection/Stormwater Mgmt 5,942,140 5,424,696 7,338,451 1,913,755
Other Physical Environment 4,420,980 4,440,980 3,463,540 (977,440)
Road and Street Facilities 14,177,970 13,850,712 14,309,632 458,921
Airports 3,065,000 4,029,200 4,029,200 -
Water Transportation Systems 150,000 150,000 1,150,000 1,000,000
Parking Facilities 13,909,000 14,036,644 14,036,644 -
Other Transportation 70,000 70,000 70,000 -
Other Economic Environment - 1,154,763 1,154,763 -
Libraries 110,000 110,000 110,000 -
Parks & Recreation 4,455,000 5,358,250 5,358,250 -
Cultural Services 40,000 40,000 40,000 -
Special Recreation Facilities 22,375,530 22,682,262 22,682,262 -
TOTAL PROJECT EXPENDITURES 153,385,680 159,736,693 160,836,802 1,100,109
GENERAL SOURCES:
General Operating Revenue 16,456,290 17,350,075 17,350,075 -
Penny for Pinellas 24,994,030 24,994,030 24,994,030 -
Road Millage 4,536,570 4,536,570 4,536,570 -
Local Option Gas Tax 1,427,150 1,427,150 1,427,150 -
Grants 1,656,000 2,447,775 3,447,775 1,000,000
County Fire Reimbursements 387,780 1,517,780 1,528,786 11,006
Other Governmental - 302,106 302,106 -
Special revenue Funds - 1,438,013 1,438,013 -
Multi-Modal Impact Fee 1,140,000 1,140,000 1,140,000 -
Open Space Impact Fee - 620,000 620,000 -
Donations 150,000 150,000 150,000 -
Other - 37,195 37,195 -
Reimbursements 1,515,000 1,541,759 1,541,759 -
EXHIBIT A
CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24
Ordinance # 9772-24
First Qtr.Mid-Year
Original Amended Amended
Budget Budget Budget
2023/24 2023/24 2023/24 Amendments
EXHIBIT A
CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24
SELF SUPPORTING FUNDS:
Parking Revenue 14,025,000 14,152,644 14,152,644 -
Marine Revenue 1,150,000 1,152,500 1,152,500 -
Clearwater Harbor Marina Revenue 175,000 177,126 177,126 -
Airpark Revenue 35,000 227,840 227,840 -
Water Revenue 17,583,790 17,583,790 17,583,790 -
Sewer Revenue 14,308,780 14,308,780 14,308,780 -
Utility R&R 13,816,850 13,816,850 13,816,850
Water Impact Fees 160,000 160,000 160,000 -
Sewer Impact Fees 50,000 50,000 50,000 -
Stormwater Utility Revenue 7,639,740 7,683,740 7,683,740 -
Gas Revenue 12,725,000 12,877,689 12,966,792 89,103
Solid Waste Revenue 7,200,000 7,200,000 7,200,000 -
INTERNAL SERVICE FUNDS:
Garage Revenue 429,500 590,930 590,930 -
Administrative Services Revenue 1,475,000 1,475,000 1,475,000 -
General Services Revenue 100,000 100,000 100,000 -
Central Insurance Revenue 175,000 175,000 175,000 -
-
BORROWING - INTERNAL SERVICE FUNDS:
Lease Purchase - Garage 9,624,200 10,052,352 10,052,352 -
Lease Purchase - Administrative Services 450,000 450,000 450,000 -
TOTAL ALL FUNDING SOURCES:153,385,680 159,736,693 160,836,802 1,100,109
Ordinance # 9772-24
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0673
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Finance
Agenda Number: 4.1
SUBJECT/RECOMMENDATION:
Approve the reallocation of ARPA-related funding including $625,000 previously allocated to Main Library
renovations; the reallocation of $3,000,000 previously allocated to the North Greenwood CRA; the
reallocation of $40,000 of Cultural Affairs Nonprofit Grant Program funds previously allocated to the
Community Service Foundation; and approve the reallocation of $3,000,000 of General Fund funding from
project ENGF220001, New City Hall, to the North Greenwood CRA.
SUMMARY:
In August 2022 Council approved the allocation of $22,483,893 in ARPA-related General Fund budget to
various programs and projects. This “ARPA-related” General Fund budget was available due to the use of
the full ARPA allocation received to fund allowable fiscal 2022 Police Department salaries and wages
under the revenue recovery ARPA program category. The General Fund fiscal 2022 budget savings
resulting from the ARPA allocation to Police payroll was then allocated/expended by Council to various
special programs and capital projects that could now be accomplished due to the revenue recovery. These
are referred to as “ARPA-related” programs and projects.
ARPA projects and programs must be committed/encumbered by December 31, 2024, and fully expended
by December 31, 2026. These same deadlines are applied to our “ARPA-related” programs and projects.
A total of $625 thousand was allocated to Main Library renovations. Staff has determined that it is not
possible to have this allocation encumbered or committed by the 12/31/2024 deadline, and is
recommending that Council reallocate the funds as follows:
·An additional $225,338.14 to the ARPA-related project for solar at City facilities. This increases the
allocation to this project to $2,225,338.14.
·An allocation of $50,000 to the new ARPA-related “HB 1365/Pinellas County” program to assist with a
Pinellas County initiative to address recent State legislative requirements related to unauthorized public
camping and public sleeping.
·An additional allocation of $349,661.86 to the ARPA-related project for State Street Park
improvements. This increases the allocation to this project to $1,049,661.86.
A total of $3 million was allocated to the North Greenwood CRA. Staff has determined it is not possible to
have this allocation encumbered or committed by the 12/31/2024 deadline and is requesting approval to
reallocate it to the New City Hall capital project. In conjunction with this Staff is requesting approval to
reallocate $3 million of General Fund funding from the New City Hall capital project to the North Greenwood
CRA to replace the ARPA-related funding.
Finally, $40 thousand of the $1 million in Cultural Affairs Nonprofit Grants was allocated to the Community
Service Foundation for renovation of the Plumb House per Council action on December 7, 2023. Staff is
requesting reallocation of this $40 thousand to the Clearwater Historical Society for the Plumb House
renovations.
Staff is available to address any questions regarding the requested allocations.
APPROPRIATION CODE AND AMOUNT:
If approved, the following budget amendments will be included at third quarter:
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0673
·A budget decrease/transfer of $625,000 of “ARPA-related” funding from capital project 315-C2211,
Main Library Renovation, transferring $225,338.14 to capital project 315-G2214, ARPA Solar Panels;
$50,000 to new special program 181-G2413, HB 1365/Pinellas County; and $349,661.86 to capital project
315-G2218, ARPA State Street Park Improvements.
·A budget decrease/transfer of $3,000,000 of “ARPA-related” funding from special program G2210,
ARPA North Greenwood CRA, to capital project ENGF220001, New City Hall.
·A budget transfer of $3,000,000 of General Fund Revenue to the newly created North Greenwood CRA
special revenue fund (189).
STRATEGIC PRIORITY:
2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and
national sporting events.
3.1 Support neighborhood identity through services and programs that empower community pride and
belonging.
4.2 Adopt renewable resource usage and waste reduction practices to ensure a vibrant city for current and
future generations.
Page 2 City of Clearwater Printed on 6/10/2024
Allocation of ARPA-related monies Original
Allocation
Proposed
Reallocation
June 2024
Adjusted
Allocation
North Greenwood CRA 181 G2210 5,000,000$ -$ 5,000,000$
ARPA Fiber Upgrades 315 G2211 3,500,000 3,500,000.00
Affordable Housing Programs 181 G2212 3,300,000 3,300,000.00
ARPA Streets & Sidewalks 315 G2213 2,000,000 2,000,000.00
ARPA Solar Panels 315 G2214 2,000,000 225,338.14 2,225,338.14
Pinellas Community Foundation 181 G2215 1,000,000 1,000,000.00
Non-Profit Grants 181 G2216 1,000,000 1,000,000.00
Education Grants 181 G2217 750,000 750,000.00
Business Incubator Grants 181 G2219 250,000 250,000.00
State Street Park 315 G2218 700,000 349,661.86 1,049,661.86
Main Library Renovations 315 C2211 625,000 (625,000.00) -
City Hall Demo 315 C2212 610,000 610,000.00
HB 1365/Pinellas County - public sleeping 181 G2413 - 50,000.00 50,000.00
Used to fund FY2022 General Fund operating deficit 1,748,893 1,748,893.00
22,483,893$ -$ 22,483,893.00$
Program/
Project
6/3/2024
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0700
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Finance
Agenda Number: 4.2
SUBJECT/RECOMMENDATION:
Annual Comprehensive Financial Report for Fiscal Year 2023. (WSO)
SUMMARY:
Presentation of fiscal year 2023 Annual Comprehensive Financial Report by external auditors.
APPROPRIATION CODE AND AMOUNT:
N/A
USE OF RESERVE FUNDS:
N/A
STRATEGIC PRIORITY:
1.1 - Provide evidence-based measurement tools to continually guide municipal performance and promote
accountable governance.
Page 1 City of Clearwater Printed on 6/10/2024
CITY OF CLEARWATER, FLORIDA
ANNUAL COMPREHENSIVE FINANCIAL REPORT
FOR THE FISCAL YEAR ENDED SEPTEMBER 30, 2023
This year’s budget cover celebrates the city’s employees, their
accomplishments and their dedication to providing excellent service to
residents and visitors year-round.
Highlighted on the cover is Paul Roskey, McMullen Tennis Complex
Supervisor and inaugural honoree of the William B. Horne II 2021
Employee of the Year award and McMullen Tennis Complex patron,
George. In November 2021, George had collapsed and wasn’t
breathing after a tennis match. Paul reacted quickly and administered
CPR for seven minutes. Paramedics credited Paul with saving the
man’s life. George has also returned to the tennis court.ON THE COVER
Brian J. Aungst Sr.
Mayor
David Allbritton Kathleen Beckman Mark Bunker Lina Teixeira
Councilmember Councilmember Councilmember Councilmember
Jennifer Poirrier
City Manager
Brian Jay Ravins
Finance Director
Prepared by: City of Clearwater Finance Department
City of Clearwater, Florida
Annual Comprehensive Financial Report
for Fiscal Year Ended September 30, 2023
i
ii
City of Clearwater, Florida
Annual Comprehensive Financial Report
For the Fiscal Year Ended September 30, 2023
TABLE OF CONTENTS
INTRODUCTORY SECTION:
Title Page and List of Elected and Appointed Officials .......................................................................................... i
Letter of Transmittal ............................................................................................................................................... v
Certificate of Achievement for Excellence in Financial Reporting ....................................................................... ix
Organizational Chart .............................................................................................................................................. x
FINANCIAL SECTION:
Independent Auditor’s Report ................................................................................................................................ 1
Management’s Discussion and Analysis ............................................................................................................... 5
Basic Financial Statements:
Government-wide Financial Statements:
Statement of Net Position ........................................................................................................................... 22
Statement of Activities ................................................................................................................................ 23
Fund Financial Statements:
Balance Sheet – Governmental Funds ..................................................................................................... 24
Reconciliation of the Balance Sheet of Governmental Funds to the Statement of Net Position ............ 25
Statement of Revenues, Expenditures, and Changes in Fund Balances - Governmental Funds ......... 26
Reconciliation of the Statement of Revenues, Expenditures, and Changes in Fund Balances
of Governmental Funds to the Statement of Activities .......................................................................... 27
Statement of Revenues, Expenditures, and Changes in Fund Balances -
Budget and Actual – General Fund ...................................................................................................... 28
Statement of Revenues, Expenditures, and Changes in Fund Balances -
Budget and Actual – Special Development Fund ................................................................................. 29
Statement of Net Position – Proprietary Funds ........................................................................................ 30
Statement of Revenues, Expenses, and Changes in Net Position – Proprietary Funds ........................ 34
Statement of Cash Flows – Proprietary Funds ......................................................................................... 38
Statement of Fiduciary Net Position – Fiduciary Funds ........................................................................... 42
Statement of Changes in Fiduciary Net Position - Fiduciary Funds ........................................................ 43
Notes to the Basic Financial Statements ...................................................................................................... 44
Required Supplemental Information -–Pension Trust Funds ........................................................................... 114
Required Supplemental Information – Other Postemployment Benefits ......................................................... 120
Combining and Individual Fund Statements and Schedule
Combining Balance Sheet – Nonmajor Governmental Funds ................................................................... 124
Combining Statement of Revenues, Expenditures and Changes in Fund Balances -
Nonmajor Governmental Funds ............................................................................................................... 126
Schedule of Revenues, Expenditures, and Changes in Fund Balance –
Budget and Actual – Community Redevelopment Agency Special Revenue Fund ............................... 128
Combining Statement of Net Position – Nonmajor Enterprise Funds ........................................................ 130
Combining Statement of Revenues, Expenses, and Changes in Net Position -
Nonmajor Enterprise Funds...................................................................................................................... 131
Combining Statement of Cash Flows – Nonmajor Enterprise Funds ........................................................ 132
Combining Statement of Net Position – Internal Service Funds ................................................................ 136
Combining Statement of Revenues, Expenses, and Changes in Net Position –
Internal Service Funds .......................................................................................................................... 137
Combining Statement of Cash Flows – Internal Service Funds ................................................................ 138
Combining Statement of Fiduciary Net Position – Fiduciary Funds........................................................... 142
Combining Statement of Changes in Fiduciary Net Position – Fiduciary Funds ....................................... 143
iii
City of Clearwater, Florida
Annual Comprehensive Financial Report
For the Fiscal Year Ended September 30, 2023
TABLE OF CONTENTS (Continued)
STATISTICAL SECTION:
Introduction ............................................................................................................................................ 145
Schedule 1 Net Position by Component .................................................................................................................. 147
Schedule 2 Changes in Net Position ....................................................................................................................... 148
Schedule 2a Program Revenues by Function/Program............................................................................................ 151
Schedule 3 Fund Balances of Governmental Funds .............................................................................................. 152
Schedule 4 Changes in Fund Balances of Governmental Funds ........................................................................... 153
Schedule 5 Assessed Value and Estimated Actual Value of Taxable Property ................................................... 154
Schedule 6 Direct and Overlapping Property Tax Rates ........................................................................................ 155
Schedule 7 Property Tax Levies and Collections .................................................................................................... 156
Schedule 8a Principal Real Property Taxpayers ....................................................................................................... 157
Schedule 8b Principal Personal Property Taxpayers ................................................................................................ 158
Schedule 9 Ratios of Outstanding Debt by Type .................................................................................................... 159
Schedule 10 Ratios of General Bonded Debt Outstanding ...................................................................................... 160
Schedule 11 Direct and Overlapping Governmental Activities Debt ........................................................................ 161
Schedule 12 Legal Debt Margin Information ............................................................................................................. 162
Schedule 13 Pledged-Revenue Coverage ................................................................................................................ 163
Schedule 14 Demographic and Economic Statistics ................................................................................................. 165
Schedule 15 Principal Employers .............................................................................................................................. 166
Schedule 16 Full-time Equivalent City Government Employees by Function/Program ........................................... 167
Schedule 17 Operating Indicators by Function/Program .......................................................................................... 168
Schedule 18 Capital Asset Statistics by Function/Program ...................................................................................... 169
OTHER INFORMATION:
Continuing Disclosure – Gas System Revenue Refunding Bonds, Series 2013 and 2014 ........................................ 172
Continuing Disclosure – Water & Sewer Revenue Refunding Bonds, Series 2017, 2017B and 2020 ...................... 177
Continuing Disclosure – Stormwater System Revenue Refunding Bonds, Series 2012 ............................................ 180
Continuing Disclosure – Non-Ad Valorem Revenue Bonds, Series 2022 (Imagine Clearwater) ................................ 181
Fire Services Program ................................................................................................................................................... 183
Independent Auditor’s Report on Internal Control over Financial Reporting and on Compliance and Other
Matters Based on an Audit of Financial Statements Performed in Accordance with Government
Auditing Standards ................................................................................................................................................ 184
Management Letter ........................................................................................................................................................ 186
Independent Accountant’s Report on Compliance with Section 215.415, Florida Statutes ........................................ 188
iv
This Page Intentionally Left Blank
April 1, 2024
The Honorable Mayor, Councilmembers,
and Citizens of the City of Clearwater:
The City of Clearwater Charter (Section 2.01(c)3), Florida Statutes, and various covenants relating to debt
and pension obligations of the City require an annual audit of the financial statements of all funds of the
City by a firm of licensed certified public accountants. These statements must be presented in conformity
with generally accepted accounting principles (GAAP) and audited in accordance with generally accepted
auditing standards (GAAS). Pursuant to these requirements we hereby issue the annual comprehensive
financial report of the City of Clearwater for the fiscal year ended September 30, 2023.
This report consists of management’s representations concerning the finances of the City. Consequently,
management assumes full responsibility for the completeness and reliability of all the information presented
in this report. To provide a reasonable basis for making these representations, management of the City has
established a comprehensive internal control framework that is designed both to protect the government’s
assets from loss, theft, or misuse and to compile sufficient reliable information for the preparation of the
City’s financial statements in conformity with GAAP. Because the cost of internal controls should not
outweigh their benefits, the City’s comprehensive framework of internal controls has been designed to
provide reasonable rather than absolute assurance that the financial statements will be free from material
misstatement. As management, we assert that, to the best of our knowledge and belief, this financial report
is complete and reliable in all material respects.
Carr Riggs Ingram, a firm of licensed certified public accountants, has audited the City’s financial
statements. The goal of the independent audit was to provide reasonable assurance that the financial
statements of the City for the fiscal year ended September 30, 2023, are free of material misstatement. The
independent audit involved examining, on a test basis, evidence supporting the amounts and disclosures
in the financial statements; assessing the accounting principles used and significant estimates made by
management; and evaluating the overall financial statement presentation. The independent auditor
concluded that there was a reasonable basis for rendering an unmodified opinion that the City’s financial
statements for the fiscal year ended September 30, 2023, are fairly presented in conformity with GAAP.
The independent auditor’s report is presented as the first component of the financial section of the report.
GAAP requires that management provide a narrative introduction, overview, and analysis to accompany
the basic financial statements in the form of the Management’s Discussion and Analysis report (MD&A).
This letter of transmittal is designed to complement the MD&A and should be read in conjunction with it.
The City’s MD&A can be found immediately following the report of the independent auditors.
v
Profile of the City of Clearwater, Florida
Clearwater is located on the Pinellas Peninsula on Florida’s west coast. It is directly located on the Gulf of
Mexico, 20 miles west of Tampa and 20 miles north of St. Petersburg. Clearwater is the county seat of Pinellas
County and one of the largest cities in the Tampa Bay area. The Clearwater area offers a semitropical climate
and 28 miles of beautiful beaches. Consequently, tourism is an important component of the economy. In addition
to tourism and its related hospitality and service sectors, Clearwater enjoys a diversity of manufacturing
businesses; professional, financial, and insurance service industries; high-tech companies; corporate
headquarters; and a growing healthcare ecosystem.
The City operates under the council/manager form of government. Policymaking and legislative authority are
vested in the City Council, which consists of a mayor and four members elected at large on a non-partisan basis.
The City Council is responsible for adopting ordinances, adopting the budget, and hiring the City Manager and
City Attorney. The City Manager is responsible for carrying out the policies and ordinances of the City Council,
for overseeing the day-to-day operations of the City, and for appointing the heads of the City’s departments.
The City provides police and fire protection; construction and maintenance of streets, bridges, sidewalks, storm
drainage, public parks, and recreation facilities; planning, zoning, subdivision, and building code regulation and
enforcement; redevelopment of commercial and residential neighborhoods; supervised recreation programs;
public libraries; water supply and distribution; waste water collection, treatment, and disposal; natural gas
distribution; solid waste collection and recycling; stormwater management; marina, airpark, downtown boat slips,
and public fishing pier operations; and operation of the city-wide parking system.
The annual budget serves as the foundation for the City’s financial planning and control. Per the City Code of
Ordinances, the City Manager is required to provide to the City Council an operating budget for the ensuing fiscal
year, a capital improvement budget, and a five-year capital improvement program, along with an accompanying
budget message no later than 60 days prior to the end of the fiscal year. The Council is required to hold public
hearings on the budget and to adopt a final operating budget and capital improvement budget no later than
September 30, the last day of the City’s fiscal year. The appropriated budget is prepared by fund and by
department within fund.
After five consecutive years of decline in City taxable property values, we have now experienced eleven
consecutive years of increases: 3.3%, 6.0%, 6.6%, 7.4%, 8.3%, 9.6%, 6.7%, 6.8%, 5.4% 13.2%, and 11.1%
increases for January 1, 2013 thru January 1, 2023 tax rolls, respectively.
The unemployment rate for the Tampa metro area at September 30, 2023 was 3.2% versus 2.5% at September
30, 2022. The national rate was 3.8% and the state unemployment rate was 3.0% as of September 30, 2023.
Local tourism was significantly impacted by COVID-19, but has recovered to exceed pre-COVID levels. The
Tampa/St Petersburg/Clearwater metro area continues to benefit from an influx of new residents and
businesses, as well as strong tourism.
Clearwater Beach remains one of the nation’s most unique travel destinations. The City’s Beach by Design
Redevelopment Plan, anchored by Beach Walk, resulted in significant economic redevelopment on Clearwater
Beach. Beach Walk is a winding beachside promenade that stretches from north to south beach and features
lush landscaping, artistic touches, and clear views of the water line. It is a walkable destination that connects
people to the beach, and nearby restaurants and shops. It is one of the reasons that Clearwater Beach was
ranked the #1 beach in the United States and #6 in the world by TripAdvisor. The recent reopening of the
significantly upgraded waterfront Coachman Park, including a new amphitheater with four thousand covered
seats, will further increase the attractiveness of Clearwater as it helps rejuvenate the downtown business district.
vi
Long-term Financial Planning
Financial planning continues to be of critical importance to the City in meeting the challenges of both the
immediate and foreseeable future. City staff and the City Council annually participate in a Strategic Planning
council meeting to review priorities and financial condition in preparation for the annual budget process. This
includes a review of current long-term forecasts for the General Fund and major utility funds. The City annually
updates a General Fund Financial Sustainability Analysis that includes a ten-year forecast of General Fund
revenues and expenditures. Similar rate studies for the major utility funds are performed at least every five years,
and provide similar ten-year forecasts presented to City Council by the rate study consultant.
Major projects undertaken by the City will continue to have long term financial implications for existing as well
as future resources and revenues. The planning and decisions undertaken by the City are always evaluated in
the context of the financial burden that will be placed on both current and prospective residents, as well as the
potential economic and environmental impacts.
Relevant Financial Policies
It is a policy of the City Council to maintain a minimum fund balance in the General Fund equal to eight and one-
half percent (8.5%) of the subsequent year’s budgeted expenditures to meet unanticipated financial needs. Per
Council policy, excess funds may be appropriated by the City Council for specific capital improvement projects
or other one-time needs.
It is a policy of the City Council that all enterprise fund operations shall be self-supporting. Council policy requires
a review of rate schedules every five years, at a minimum, to help ensure that enterprise funds are self-
supporting. Additionally, Council policy requires that unrestricted fund balances of the utility enterprise funds be
maintained at a level equivalent to the greater of six months of operation and maintenance expenses, or other
minimum reserve levels indicated in the current rate study for the utility enterprise fund. The minimum reserve
level for non-utility enterprise funds is three months of operation and maintenance expenses.
Major Initiatives
The City continues to proactively fund capital projects to support the City’s five utility operations, which consist of
Water and Sewer, Stormwater, Solid Waste, Recycling, and Gas Utility operations. A total of $73.6 million is
budgeted for utility capital projects for fiscal year 2024 with a total of $571.1 million budgeted over the next six
years.
Downtown Clearwater is experiencing a period of rebirth due to the long-anticipated waterfront redevelopment
and grand re-opening of Coachman Park during the Summer of 2023. This included the grand opening of the
new waterfront amphitheater, The BayCare Sound, with 4,000 covered seats and a lawn seating area for 5,000
more.
Additionally, the City is embarking on a significant development of the downtown waterfront bluff area. In
November 2022, Clearwater residents voted in favor of the redevelopment of two prime downtown waterfront
city-owned sites, which will offer mixed-use retail and residential uses. A development agreement for the
properties includes a 158-room hotel, construction of approximately 400 apartments, new dining and retail options,
new event and green space, and additional parking. These additions to Clearwater’s downtown are expected to
promote strong economic redevelopment of the downtown area. Finally, in addition to the downtown and beach
areas, U.S. Highway 19 – a major north-south corridor through the heart of the city – is experiencing rapid
redevelopment.
The North Marina Master Plan initial phase is concluded and includes new parking, improved design and landscape
of existing parking areas, expanded public use and amenity areas, additional open space, and enhanced decorative
lighting. We have also experience substantial residential redevelopment in the adjoining North Fort Harrison/Old
Bay area.
The ULI initiatives remained a high priority for the City during fiscal year 2023. Additional related projects remaining
include fiscal 2024 completion of streetscaping in the Downtown Gateway, construction of The Mercado, an open-
air festival core in the same area, and complete streets planning initiatives. North Ward Elementary School has
been acquired and is in the early planning stages of an adaptive reuse that will renovate and preserve the historic
structures of this beloved 100-year-old building in the North Marina Area. The building is now listed on the National
Register of Historic Places as well as locally designated. These projects and others are of a size and substance to
redefine the face of downtown and surrounding areas.
vii
viii
Government Finance Officers Association
Certificate of
Achievement
for Excellence
in Financial
Reporting
Presented to
City of Clearwater
Florida
For its Annual Comprehensive
Financial Report
For the Fiscal Year Ended
September 30, 2022
Executive Director/CEO
ix
Office of
Innovation Assistant City Manager Assistant City Manager City Clerk
Citizens of Clearwater
City Council
City Manager City Attorney
Information
Technology
Clearwater Gas
System CRA Finance/Budget/
City Audit
Marine and
Aviation
Economic
Development and
Housing
Fire
Solid
Waste/General
Services
Planning and
Development
Public
Communications
Public Utilities Library
Human
Resources
Public Works Parks and
Recreation Police
x
INDEPENDENT AUDITOR’S REPORT
To the Honorable Mayor and City Council Members
City of Clearwater, Florida
Report on the Audit of Financial Statements
Opinions
We have audited the accompanying financial statements of the governmental activities, the business‐type
activities, each major fund, and the aggregate remaining fund information of the City of Clearwater, Florida ( the
“City”), as of and for the year ended September 30, 2023, and the related notes to the financial statements,
which collectively comprise the City’s basic financial statements as listed in the table of contents. We have also
audited the financial statements of each of the City’s nonmajor governmental funds, nonmajor enterprise funds,
internal service funds and fiduciary funds presented as supplementary information in the accompanying
combining and individual fund statements as of and for the year ended September 30, 2023, as listed in the
table of contents.
In our opinion, the financial statements referred to above present fairly, in all material respects, the respective
financial position of the governmental activities, the business‐type activities, each major fund, and the aggregate
remaining fund information of the City of Clearwater, Florida, as of September 30, 2023, and the respective
changes in financial position and, where applicable, cash flows thereof , and the respective budgetary
comparison for the General Fund and the Special Development Fund for the year then ended in accordance with
accounting principles generally accepted in the United States of America. In addition, in our opinion, the
financial statements referred to above present fairly, in all material respects, the respective financial position of
each of the nonmajor governmental funds, nonmajor enterprise funds, internal service funds, and fiduciary
funds of the City of Clearwater, Florida as of September 30, 2023, and the respective changes in financial
position and, where applicable, cash flows thereof for the year then ended, in accordance with accounting
principles generally accepted in the United States of America.
Basis for Opinions
We conducted our audit in accordance with auditing standards generally accepted in the United States of
America and the standards applicable to financial audits contained in Government Auditing Standards, issued by
the Comptroller General of the United States. Our responsibilities under those standards are further described
in the Auditor’s Responsibilities for the Audit of the Financial Statements section of our report. We are required
to be independent of the City, and to meet our other ethical responsibilities, in accordance with the relevant
ethical requirements relating to our audit. We believe that the audit evidence we have obtained is sufficient and
appropriate to provide a basis for our audit opinions.
Emphasis of a Matter
Change in Accounting Principle
As discussed in Note I.F. to the financial statements, in the current year the City of Clearwater, Florida adopted
new accounting guidance, GASB No. 96, Subscriptions‐Based Information Technology Arrangements. Our opinion
is not modified with respect to this matter.
1
Responsibilities of Management for the Financial Statements
Management is responsible for the preparation and fair presentation of the financial statements in accordance
with accounting principles generally accepted in the United States of America, and for the design,
implementation, and maintenance of internal control relevant to the preparation and fair presentation of
financial statements that are free from material misstatement, whether due to fraud or error.
In preparing the financial statements, management is required to evaluate whether there are conditions or
events, considered in the aggregate, that raise substantial doubt about the City’s ability to continue as a going
concern for twelve months beyond the financial statement date, including any currently known information that
may raise substantial doubt shortly thereafter.
Auditor’s Responsibilities for the Audit of the Financial Statements
Our objectives are to obtain reasonable assurance about whether the financial statements as a whole are free
from material misstatement, whether due to fraud or error, and to issue an auditor’s report that includes our
opinions. Reasonable assurance is a high level of assurance but is not absolute assurance and therefore is not a
guarantee that an audit conducted in accordance with generally accepted auditing standards and Government
Auditing Standards will always detect a material misstatement when it exists. The risk of not detecting a
material misstatement resulting from fraud is higher than for one resulting from error, as fraud may involve
collusion, forgery, intentional omissions, misrepresentations, or the override of internal control. Misstatements
are considered material if there is a substantial likelihood that, individually or in the aggregate, they would
influence the judgment made by a reasonable user based on the financial statements.
In performing an audit in accordance with generally accepted auditing standards and Government Auditing
Standards, we:
Exercise professional judgment and maintain professional skepticism throughout the audit.
Identify and assess the risks of material misstatement of the financial statements, whether due to fraud
or error, and design and perform audit procedures responsive to those risks. Such procedures include
examining, on a test basis, evidence regarding the amounts and disclosures in the financial statements.
Obtain an understanding of internal control relevant to the audit in order to design audit procedures
that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the
effectiveness of the City’s internal control. Accordingly, no such opinion is expressed.
Evaluate the appropriateness of accounting policies used and the reasonableness of significant
accounting estimates made by management, as well as evaluate the overall presentation of the financial
statements.
Conclude whether, in our judgment, there are conditions or events, considered in the aggregate, that
raise substantial doubt about the City’s ability to continue as a going concern for a reasonable period of
time.
We are required to communicate with those charged with governance regarding, among other matters, the
planned scope and timing of the audit, significant audit findings, and certain internal control‐related matters
that we identified during the audit.
Required Supplementary Information
Accounting principles generally accepted in the United States of America require that the management’s
discussion and analysis and required supplementary information, as listed in the table of contents, be presented
to supplement the basic financial statements. Such information is the responsibility of management and,
although not a part of the basic financial statements, is required by the Governmental Accounting Standards
Board, who considers it to be an essential part of financial reporting for placing the basic financial statements in
an appropriate operational, economic, or historical context. We have applied certain limited procedures to the
2
required supplementary information in accordance with auditing standards generally accepted in the United
States of America, which consisted of inquiries of management about the methods of preparing the information
and comparing the information for consistency with management’s responses to our inquiries, the basic
financial statements, and other knowledge we obtained during our audit of the basic financial statements. We
do not express an opinion or provide any assurance on the information because the limited procedures do not
provide us with sufficient evidence to express an opinion or provide any assurance.
Supplementary Information
Our audit was conducted for the purpose of forming opinions on the financial statements that collectively
comprise the City’s basic financial statements. The combining and individual nonmajor fund financial statements
are presented for purposes of additional analysis and are not a required part of the basic financial statements.
Such information is the responsibility of management and was derived from and relates directly to the
underlying accounting and other records used to prepare the basic financial statements. The information has
been subjected to the auditing procedures applied in the audit of the basic financial statements and certain
additional procedures, including comparing and reconciling such information directly to the underlying
accounting and other records used to prepare the basic financial statements or to the basic financial statements
themselves, and other additional procedures in accordance with auditing standards generally accepted in the
United States of America. In our opinion, the combining and individual nonmajor fund financial statements are
fairly stated, in all material respects, in relation to the basic financial statements as a whole.
Other Information
Management is responsible for the other information included in the annual report. The other information
comprises the introductory and statistical sections but does not include the basic financial statements and our
auditor’s report thereon. Our opinions on the basic financial statements do not cover the other information, and
we do not express an opinion or any form of assurance thereon.
In connection with our audit of the basic financial statements, our responsibility is to read the other information
and consider whether a material inconsistency exists between the other information and the basic financial
statements, or the other information otherwise appears to be materially misstated. If, based on the work
performed, we conclude that an uncorrected material misstatement of the other information exists, we are
required to describe it in our report.
Other Reporting Required by Government Auditing Standards
In accordance with Government Auditing Standards, we have also issued our report dated April 1, 2024, on our
consideration of the City’s internal control over financial reporting and on our tests of its compliance with
certain provisions of laws, regulations, contracts, and grant agreements and other matters. The purpose of that
report is solely to describe the scope of our testing of internal control over financial reporting and compliance
and the results of that testing, and not to provide an opinion on the effectiveness of the City’s internal control
over financial reporting or on compliance. That report is an integral part of an audit performed in accordance
with Government Auditing Standards in considering the City’s internal control over financial reporting and
compliance.
CARR, RIGGS & INGRAM, LLC
Clearwater, FL
April 1, 2024
3
4
This Page Intentionally Left Blank
5
Management’s Discussion and Analysis
This Management’s Discussion and Analysis report provides the reader with a narrative overview and analysis of the
financial activities of the City for the fiscal year ended September 30, 2023. Management’s Discussion and Analysis
(MD&A) should be read in conjunction with the City’s Transmittal Letter, which begins on page v of this report.
Financial Highlights
The City’s assets and deferred outflows of resources exceeded its liabilities and deferred inflows of resources at
the close of fiscal year 2023 by $1.314 billion (net position). Of this amount, $615.55 million (unrestricted net
position) may be used to meet the government’s ongoing obligations to citizens and creditors.
The City’s total net position increased by $45.7 million, or 3.6%, from the prior year’s net position, as restated.
Net position for governmental activities decreased by $770 thousand, or 0.1%, while the business-type net
position increased by $46.4 million, or 7.4%.
Governmental net position decreased by $770 thousand in fiscal 2023, versus an increase of $14.4 million in
fiscal 2022. An increase of $39.36 million in governmental program expenses, most significantly in the public
safety, culture and recreation, and general government functions, plus a decrease in governmental program
revenues of $14.3 million, resulted in an increase in net program expenses of $53.7 million. Total general
revenues for governmental activities increased by $47.7 million, or 43.8%, primarily due to an increase of $35.4
million in investment earnings from a reduction in unrealized valuation losses per market valuation of the City’s
investment portfolio. Also contributing to the increase was a $9.35 million, or 12.2%, increase in property taxes
due to taxable value increases. Net transfers in from business-type activities decreased $9.2 million, primarily
due to the fiscal 2023 transfer of $11.5 million from a governmental special revenue fund to the Marine business-
type activity to fund future Marina renovations.
Business-type net position increased $46.4 million in fiscal 2023, versus an increase of $749 thousand in fiscal
2022. Net revenue from business-type activities, before investment earnings and transfers, decreased $2.2
million, or 5.4%, as the result of an increase in program expenses of $3.8 million, or 2.1%, and a decrease in
grants and contributions of $2.6 million, or 51%, offset by an increase in charges for services of $4.75 million, or
2.2%. The most significant increase in charges for services occurred in the Water & Sewer Utility ($3.7 million, or
3.6%), due to a 3% rate increase effective October 1, 2022. General revenues increased $38.7 million due to an
increase in market valuation of the City’s investment portfolio and corresponding decrease in the unrealized loss.
Net transfers to governmental activities decreased $9.2 million, primarily due to the fiscal 2023 transfer of $11.5
million from a governmental special revenue fund to the Marine business-type activity to fund future Marina
renovations.
As of September 30, 2023, the City’s governmental funds reported combined ending fund balances of $180.9
million, a decrease of $13.26 million, or 6.8%, in comparison with the prior year. Of this amount, $60.8 million (or
33.6%) is available for spending at the government’s discretion (unassigned fund balance).
As of September 30, 2023, unrestricted fund balance (the total of the committed, assigned and unassigned
components of fund balance) for the General Fund was $61.56 million, or 38.7% of total fiscal 2023 General Fund
expenditures.
Total outstanding long-term liabilities decreased $10.3 million from the prior year, primarily due to a decrease in
bonds payable of $7.2 million due to scheduled principal payments, the elimination of the net pension liability in
the amount of $7.0 million, and a decrease in financed purchase of $4.1 million; partially offset by the addition of
subscription liabilities in the amount of $3.7 million, an increase in lease liability of $1.3 million, an increase in
claims payable of $2.0 million, and an increase in the liability for other postemployment benefits of $1.1 million.
6
Overview of the Financial Statements
This discussion and analysis (MD&A) is intended to serve as an introduction to the City of Clearwater’s basic financial
statements. The City’s basic financial statements are comprised of three components: 1) government-wide financial
statements, 2) fund financial statements, and 3) notes to the financial statements. This report also contains other
supplementary information in addition to the basic financial statements themselves.
Government-Wide Financial Statements
The government-wide financial statements are the statement of net position and the statement of activities. These
statements report information about the City as a whole using accounting methods similar to those used by private-sector
businesses. Emphasis is placed on the net position of governmental activities and business-type activities, and the change
in net position. Governmental activities are principally supported by taxes and intergovernmental revenues. Governmental
activities include most of the City’s basic services, including police, fire, public works, parks and recreation, and general
administration. Business-type activities are intended to recover all or a significant portion of their costs through user fees
and charges. The City’s water and sewer system, stormwater system, gas system, solid waste and recycling, marine,
aviation, Clearwater Harbor Marina, and parking system operations are reported as business-type activities.
The statement of net position presents information on all of the City’s assets, deferred outflows of resources,
liabilities, and deferred inflows of resources, with the difference reported as net position. Over time, increases or
decreases in net position may serve as a useful indicator as to whether the financial position of the City is
improving or deteriorating. Net position is reported in three major categories: 1) net investment in capital assets;
2) restricted; and 3) unrestricted.
The statement of activities presents information showing how the City’s net position changed as a result of the
year’s activities. All changes in net position are recorded in the period in which the underlying event takes place,
which may differ from the period in which cash is received or disbursed. The Statement of Activities displays the
expense of the City’s various programs net of related revenues, as well as a separate presentation of revenues
available for general purposes.
The government-wide financial statements include not only the City of Clearwater itself but also the Clearwater
Redevelopment Agency (CRA). The CRA, though legally separate, is reported as part of the primary government as a
blended component unit because the City Council serves as the CRA’s governing board and City management has
operational responsibility for the CRA.
Fund Financial Statements
A fund is a grouping of related accounts that is used to maintain control over resources that have been segregated for
specific activities or objectives. The fund financial statements provide detailed information about the City’s major funds –
not the City as a whole. Fund accounting helps to ensure and demonstrate compliance with finance-related legal
requirements. Based on restrictions on the use of monies, the City has established many funds that account for the
multitude of services provided to residents. These fund financial statements focus on the City’s most significant funds:
governmental, proprietary, and fiduciary.
Governmental funds. Governmental funds are used to report most of the City’s basic services. These funds are used
to account for essentially the same functions reported as governmental activities in the government-wide financial
statements. The funds focus on the inflows and outflows of current resources and the balances of spendable resources
available at the end of the fiscal year. Such information may be useful in evaluating a government’s near-term financing
requirements.
Because the focus of governmental funds is narrower than that of the government-wide financial statements, it is useful
to compare the information presented for governmental funds with similar information presented for governmental
activities in the government-wide financial statements. By doing so, readers may better understand the long-term impact
of the government’s near-term financing decisions. Both the governmental fund balance sheet and the governmental fund
statement of revenues, expenditures, and changes in fund balances provide a reconciliation to facilitate this comparison
between governmental funds and governmental activities.
The City maintains eleven individual governmental funds. Information is presented separately in the governmental funds
balance sheet and in the governmental funds statement of revenues, expenditures, and changes in fund balances for the
7
General, Special Development, Special Programs, and Capital Improvement funds, which are considered to be major
funds. Data from the other seven governmental funds are combined into a single aggregated columnar presentation.
Individual fund data for each of these nonmajor governmental funds is provided in Combining and Individual Fund
Statements and Schedules section of this report.
Annual appropriated budgets are adopted for the General Fund, the Special Development Special Revenue Fund, and
the Community Redevelopment Agency Special Revenue Fund. Budgetary comparison statements and/or schedules
have been provided for these funds to demonstrate budgetary compliance.
The basic governmental fund financial statements can be found on pages 22-29 of this report.
Proprietary funds. The City maintains two different types of proprietary funds. Enterprise funds are used to report the
same functions presented as business-type activities in the government-wide financial statements. The City uses
enterprise funds to account for the fiscal activities related to water and sewer, gas, solid waste & recycling and stormwater
utilities, along with marine, aviation, parking system, and Clearwater Harbor Marina downtown boat slip operations.
Internal service funds are an accounting device used to accumulate and allocate costs internally among the City’s various
functions. The City uses internal service funds to account for the City’s building maintenance, custodial services, self-
insurance program, risk management program, employee group insurance, vehicle acquisition and maintenance, and
various support activities including data processing, telecommunications, and postal services. All of the City’s internal
service funds predominantly benefit governmental activities and consequently have been aggregated and included within
governmental activities in the government-wide financial statements.
Proprietary funds provide the same type of information as the government-wide financial statements, only in more detail.
The proprietary fund financial statements provide separate information for the Water and Sewer Utility, Gas Utility, Solid
Waste & Recycling Utility, and Stormwater Utility enterprise funds, which are considered to be major funds of the City.
The remaining four non-major enterprise funds are combined into a single aggregated presentation in the proprietary fund
financial statements. Similarly, governmental activity internal service funds are aggregated into a single presentation.
Individual fund data for the non-major enterprise funds and the internal service funds is provided in the form of combining
statements in the supplementary information section of this report.
The basic proprietary fund financial statements can be found on pages 30-41 of this report.
Fiduciary funds. Fiduciary funds are used to account for resources held for the benefit of parties outside the government.
Fiduciary funds are not reflected in the government-wide financial statements because the resources of the fiduciary funds
are not available to support the City’s own programs. The accounting used for fiduciary funds is similar to proprietary
funds.
The City of Clearwater maintains two different types of fiduciary funds. Pension trust funds are used to report resources
held in trust for retirees and beneficiaries covered by the City’s pension plans. A custodial fund is used to report resources
held by the City in a custodial capacity for individuals, private organizations and other governments, such as the
Clearwater Downtown Development Board.
The fiduciary fund statements can be found on pages 42-43 of this report.
Notes to the Financial Statements
The notes to the financial statements provide additional information that is essential for a full understanding of the
information provided in the government-wide and fund financial statements, including the City’s progress in funding its
obligations to provide pension benefits and other post-employment benefits to its employees.
The notes to the financial statements can be found on pages 44-113 of this report.
Other Information
In addition to the basic financial statements and accompanying notes, this report also presents certain required
supplementary information concerning the City’s progress in funding its obligations to provide pension benefits and other
post-employment benefits to its employees.
Required supplementary information can be found on pages 114-120 of this report.
8
The combining statements referred to earlier in connection with non-major governmental funds, non-major enterprise
funds, and internal service funds, are presented immediately following the required supplementary information.
Combining and individual fund statements can be found on pages 124-143 of this report.
Government-Wide Financial Analysis
The total net position of the City increased in both fiscal 2022 and fiscal 2023. As noted earlier, net position may serve
over time as a useful indicator of a government’s financial position. In the case of the City, assets and deferred outflows
of resources exceeded liabilities and deferred inflows of resources by $1.314 billion at the close of the fiscal year ended
September 30, 2023. This represents an increase of $45.7 million from the September 30, 2022 total net position of
$1.268 billion. The City reports positive balances in all three categories of net position, both for the government as a whole
as well as for its separate governmental and business-type activities, for both the current year and the prior year, as
indicated in the following table:
Restated Restated
2023 2022 2023 2022 2023 2022
Assets
Current and other assets 307,356,148$ 305,916,983$ 415,106,185$ 367,906,428$ 722,462,333$ 673,823,411$
Capital and right to use assets 377,395,520 336,840,569 419,836,546 423,303,440 797,232,066 760,144,009
Total assets 684,751,668 642,757,552 834,942,731 791,209,868 1,519,694,399 1,433,967,420
Deferred Outflows of
Resources 72,649,915 126,021,377 17,324,691 25,026,691 89,974,606 151,048,068
Liabilities
Current and other liabilities 17,015,008 20,633,840 26,318,276 32,440,255 43,333,284 53,074,095
Long-term debt outstanding:
Due within one year 16,909,256 16,246,953 7,863,337 2,925,032 24,772,593 19,171,985
Due in more than one year 66,098,688 69,101,852 135,568,584 144,022,024 201,667,272 213,123,876
Total liabilities 100,022,952 105,982,645 169,750,197 179,387,311 269,773,149 285,369,956
Deferred Inflows of
Resources 16,567,245 21,215,210 9,399,087 10,173,276 25,966,332 31,388,486
Net position
Net investment in
capital assets 328,830,303 296,598,838 289,246,103 285,039,489 618,076,406 581,638,327
Restricted 66,416,650 53,555,294 13,887,710 11,607,679 80,304,360 65,162,973
Unrestricted 245,564,433 291,426,942 369,984,325 330,028,804 615,548,758 621,455,746
Total net position 640,811,386$ 641,581,074$ 673,118,138$ 626,675,972$ 1,313,929,524$ 1,268,257,046$
City of Clearwater, Florida - Net Position
Governmental Activities Business-type Activities Total
9
A large portion of the City’s net position ($618.1 million or 47.0%) represents its net investment in capital assets (e.g.,
land, infrastructure, land improvements, buildings, equipment, and right-to-use assets, less any related outstanding debt
used to acquire those assets). The City uses these capital and right-to-use assets to provide services to citizens, and
consequently these assets are not available for future spending. Although the City’s investment in capital assets is
reported net of related debt, it should be noted that the resources needed to repay this debt must be provided from other
resources, since the capital assets themselves will not be used to liquidate these liabilities.
There was an increase of $32.2 million (10.9%) in net investment in capital assets for governmental activities versus the
previous year. The increase was due to a net increase of $40.5 million in governmental capital and right-to-use assets for
the current fiscal year and a decrease in financed purchases of $3.86 million due to alternative internal financing; offset
by a reduction in unspent bond proceeds of $6.0 million, an increase in lease liability of $1.3 million and increase in
subscription liability per the implementation of GASB #96 of $3.8 million, and an increase in capital related accounts
payable of $1.1 million. The increase in governmental capital and right-to-use assets of $40.5 million resulted from capital
asset additions of $57.89 million offset by depreciation expense of $23.86 million, and net capital asset retirements of
$352 thousand, in addition to an increase in right-to-use lease assets of $1.2 million, net of accumulated amortization,
and an increase in right-to-use subscription assets of $5.6 million, net of accumulated amortization.
Net investment in capital assets for business-type activities increased by $4.2 million (1.48%) versus the previous year
(as restated) due to a net decrease in business-type bonds payable of $6.8 million due to scheduled principal payments,
a decrease of $214 thousand in financed purchases versus the prior year, and a $1.6 million decrease in capital-related
accounts and contracts payable; partially offset by a $3.5 million increase in business-type capital assets (net of
accumulated depreciation) and a $876 thousand decrease in bond refunding deferred outflows.
An additional portion of the City’s net position ($80.3 million or 6.1%) represents resources that are subject to external
restrictions on how they may be used. The remaining balance of unrestricted net position ($615.55 million or 46.8%) may
be used to meet the government’s ongoing obligations to citizens and creditors.
Changes in Net Position
The following table reflects the changes in net position for the years ended September 30, 2023, and September 30,
2022:
10
Restated Restated
2023 2022 2023 2022 2023 2022
Revenues
Program revenues:
Charges for services 54,651,639$ 50,827,327$ 222,477,179$ 217,723,842$ 277,128,818$ 268,551,169$
Operating grants and contributions 11,427,048 31,434,799 - 83,528 11,427,048 31,518,327
Capital grants and contributions 3,708,872 1,821,315 2,608,400 5,182,740 6,317,272 7,004,055
General revenues:
Property taxes 86,167,933 76,820,577 - - 86,167,933 76,820,577
Sales taxes 26,876,285 26,167,426 - - 26,876,285 26,167,426
Utility taxes 19,944,845 18,467,096 - - 19,944,845 18,467,096
Communications services taxes 4,558,837 4,190,145 - - 4,558,837 4,190,145
Local business tax 2,082,520 2,066,475 - - 2,082,520 2,066,475
Local option gas tax 1,483,005 1,460,864 - - 1,483,005 1,460,864
State revenue sharing 5,583,615 5,339,006 - - 5,583,615 5,339,006
Other 9,785,725 (25,707,547) 7,888,051 (30,792,608) 17,673,776 (56,500,155)
Total revenues 226,270,324 192,887,483 232,973,630 192,197,502 459,243,954 385,084,985
Expenses
General Government 20,433,617 14,809,908 - - 20,433,617 14,809,908
Public Safety 121,525,470 96,123,391 - - 121,525,470 96,123,391
Physical Environment 1,940,448 4,245,215 - - 1,940,448 4,245,215
Transportation 19,600,447 18,496,930 - - 19,600,447 18,496,930
Economic Environment 6,495,763 4,860,554 - - 6,495,763 4,860,554
Human Services 2,162,743 745,854 - - 2,162,743 745,854
Culture and Recreation 53,120,354 47,191,882 - - 53,120,354 47,191,882
Interest on Long-term Debt 1,770,290 1,214,810 - - 1,770,290 1,214,810
Water and Sewer Utility - - 94,446,651 88,560,740 94,446,651 88,560,740
Gas Utility - - 37,731,287 43,643,399 37,731,287 43,643,399
Solid Waste Utility - - 23,278,994 22,090,198 23,278,994 22,090,198
Stormwater Utility - - 12,109,333 11,874,808 12,109,333 11,874,808
Recycling Utility - - 3,810,190 3,163,881 3,810,190 3,163,881
Other - - 15,145,889 12,415,998 15,145,889 12,415,998
Total expenses 227,049,132 187,688,544 186,522,344 181,749,024 413,571,476 369,437,568
(778,808) 5,198,939 46,451,286 10,448,478 45,672,478 15,647,417
Transfers 9,120 9,217,207 (9,120) (9,217,207) - -
Increase in net position (769,688) 14,416,146 46,442,166 1,231,271 45,672,478 15,647,417
Net position - beginning (restated) 641,581,074 627,164,928 626,675,972 625,444,701 1,268,257,046 1,252,609,629
Total net position - ending 640,811,386$ 641,581,074$ 673,118,138$ 626,675,972$ 1,313,929,524$ 1,268,257,046$
City of Clearwater, Florida - Changes in Net Position
transfers
Governmental Activities Business-type Activities Totals
Increase in net position before
Governmental Activities
Net position of governmental activities decreased by $0.8 million from $641.6 million to $640.8 million as of September
30, 2023. This represents a 0.1% decrease in net position for governmental activities.
Total expenses for governmental activities increased by $39.36 million, or 21.0%, versus the prior year. Although
increases were budgeted in every program due to rising personnel and operating costs, the most significant increases
were experienced in the public safety program ($25.4 million), the culture and recreation program ($5.9 million) and the
general government program ($5.6 million). The public safety increase was primarily due to a $23.3 million increase in
pension expense due to the amortization of pension deferred outflows in the current year. The culture and recreation
program had a similar increase in pension expense of $1.9 million, as well as increased personnel and operating expenses
in support of the opening of the redeveloped Coachman Park and new amphitheater. The general government program
increase was primarily due to the first full year of debt service payments on the non-ad valorem bonds ($1.8 million), $696
thousand in engineering costs allocated to general government in the current year, an increase in pension expense of
$803 thousand due to amortization of pension deferred outflows in the current year, and salary and benefit increases
across all departments.
Total program revenues for governmental activities decreased by $14.3 million, or 17.0%, versus the prior year. The
decrease was primarily due to a decrease in operating grants and contributions of $20 million, or 64%, due to $22.5 million
11
of ARPA grant funding received in fiscal 2022, partially offset by an increase in charges for services of $4.1 million, or
8.1%, resulting from increases across many revenue categories, including a $750 thousand increase in interfund service
charges to the Parking System enterprise fund for increase beach police coverage, a $424 thousand, or 98% increase in
revenues from ESPN & NFCA softball tournaments, and a $254 thousand, or 9.1% increase in revenue from beach
umbrella rentals and concessions due to strong tourism and favorable weather.
Total general revenues for governmental activities increased by $47.7 million, or 43.8%, primarily due to an increase of
$35.4 million in investment earnings from a reduction in unrealized valuation losses per market valuation of the City’s
investment portfolio. Also contributing to the increase was a $9.35 million, or 12.2%, increase in property taxes. Because
the millage rate did not change from the previous year, the increase in property taxes is primarily due to an increase in
taxable property values of approximately 11.1%, including new construction. The bulk of the increase is due to increases
in current values, while new construction and annexations account for a smaller portion of the increase. Net transfers in
from business-type activities decreased $9.2 million, primarily due to the fiscal 2023 transfer of $11.5 million from a
governmental special revenue fund to the Marine business-type activity to fund future Marina renovations.
The cost of all governmental activities this year was $227.0 million. This reflects an increase of $39.36 million, or 21.0%,
from the fiscal 2022 total of $187.7 million. However, as shown on the Statement of Activities, the amount that the City’s
taxpayers ultimately financed for fiscal 2023 activities totaled $157.3 million, because some of the cost was paid for by
those who directly benefited from the programs ($54.7 million) or by other governments and organizations that subsidized
certain programs with grants and contributions ($15.1 million). This total of $157.3 million is $53.7 million, or 51.8%,
greater than the fiscal 2022 amount financed from general revenues. A large contributor to this increase was an increase
in fiscal 2023 pension expense due to a $50.7 million decrease in pension deferred outflows, partially offset by a $20.3
million increase in net pension asset and a $3.5 million increase in pension deferred inflows. Also contributing significantly
was increased costs of salaries and benefits City-wide.
$0
$20
$40
$60
$80
$100
$120
$140
Millions
Expenses and Program Revenues - Governmental Activities
For the Year Ended September 30, 2023
Expenses Revenues
General
Government
PublicSafety Physical Transportation Economic
Environment Human Culture and
Recreation
Interest on
Long-term Debt
12
Business-type Activities
Net position for business-type activities increased by $46.4 million, from $626.7 million at September 30, 2022 (as
restated), to $673.1 million as of September 30, 2023. This represents an increase of 7.4% in net position for business-
type activities. Net revenue from business-type activities, before investment earnings and transfers, decreased from
$41.24 million for the prior year (as restated) to $38.56 million for fiscal 2023. This $2.68 million, or 6.5%, decrease was
primarily the result of an increase in program expenses of $4.8 million, or 2.6%, a decrease in grants and contributions of
$2.7 million, or 50.5%, partially offset by an increase in charges for services of $4.8 million, or 2.2%.
Total program revenues for business-type activities increased by $2.1 million, or 0.9%, to $225.1 million versus the prior
year total of $223.0 million, due to an increase of $4.8 million (2.2%) in charges for services, primarily due to scheduled
rate increases in the Water and Sewer, Stormwater, and Solid Waste Utility funds; partially offset by a decrease in grants
and contributions of $2.7 million, or 50.5%, due to a $1.1 million decrease in capital contributions from City of Safety
Harbor, a $521 thousand decrease in sewer taps revenue, a $470 thousand decrease in water and sewer contributions
from developers and a $258 thousand decrease in water impact fees.
Total expenses for business-type activities increased by $4.8 million, or 2.6%, from $181.75 million in fiscal year 2022 (as
restated) to $186.5 million for fiscal 2023. The most significant increases were in the Water & Sewer Utility ($5.9 million,
or 6.6%), and the Parking System ($2.7 million, or 54%). These were partially offset by a decrease in the Gas Utility
expenses of $5.9 million, or 13.5%. Net transfers out to governmental activities decreased $9.2, primarily due to a fiscal
2023 transfer from the Special Development governmental fund to the Marine Operations enterprise fund for capital
project funding.
Charges for services
24.16%
Miscellaneous
0.06%
Property Taxes
38.08%
Local Option Gas Tax
0.66%
Sales taxes
11.88%
Local business tax
0.92%
Communications
services taxes
2.01%
Capital grants & contributions
1.64%
Operating grants & contributions
5.05%
Utility taxes
8.81%
State revenue sharing
2.47%
Investment earnings
4.26%
Revenues by Sources - Governmental Activities
For the Year Ended September 30, 2023
13
$0
$20,000,000
$40,000,000
$60,000,000
$80,000,000
$100,000,000
$120,000,000
Water and
Sewer Utility
Gas Utility Solid Waste
Utility
Stormwater
Utility
Recycling Other
Expenses and Program Revenue - Business-type Activities
For the Year Ended September 30, 2023
Expenses
Revenues
Charges for services
98.84%
Operating grants and
contributions
.02%Capital grants and
contributions
1.14%
Revenues by Source - Business-type Activities
For the Year Ended September 30, 2023
14
Financial Analysis of the City’s Funds
As noted earlier, the City uses fund accounting to ensure and demonstrate compliance with finance-related legal
requirements.
Governmental Funds
The focus of the City’s governmental funds is to provide information on near-term inflows, outflows, and balances of
spendable resources. Such information is useful in assessing the City’s financing requirements. In particular, unassigned
fund balance may serve as a useful measure of a government’s net resources available for spending at the end of the
fiscal year. The City reports the General Fund, Special Development Fund, Special Programs Fund, and Capital
Improvement Fund as major governmental funds.
The City’s governmental funds for the year ended September 30, 2023, reflect a combined fund balance of $180.93 million
versus $194.15 million for the prior year, a decrease of $13.22 million. A total of $60.8 million, or 33.6%, represents
unassigned fund balance available for spending at the government’s discretion. The remainder of the fund balance is
classified as assigned ($3.7 million or 2.0%) to indicate that it is intended to be used for specific purposes supported by
management’s intent; committed ($34.3 million or 19.0%) to indicate that it can be used only for the specific purposes
determined by a formal vote of the City Council; restricted ($69.9 million or 38.6%) to indicate that it can be spent only for
the specific purposes stipulated by constitution, external resource providers, or through enabling legislation; or
nonspendable ($12.3 million or 6.8%) to indicate that it cannot be spent, or is legally or contractually required to remain
intact.
The General Fund is the chief operating fund of the City. Fund balance increased from $59.3 million to $61.7 million, an
increase of $2.4 million or 4.0% during the current fiscal year versus an decrease of $9.1 million for fiscal 2022.
Expenditures increased $14.4 million (10.0%) primarily due to budgeted personal services cost increases across all
departments, impact of inflation on operating costs, and internal service cost increases across all departments, including
significant information technology and insurance increases. Also contributing to the increase was the addition of the Office
of Innovation department in the current fiscal year ($658 thousand), as well as a $1.5 million increase in debt service
costs for the first full year of debt service on the non-ad valorem revenue bonds. Total revenues increased by $28.9
million, or 18.7% for fiscal 2023. Significant increases contributing to the increase included a $13.1 million increase in
investment earnings, from an investment loss of $9.7 million for fiscal 2022 to a $3.4 million gain for the current year. This
improvement in earnings was due to increased realized interest rates as well as a significant reduction in the unrealized
loss on investments at 9/30/2023 versus 9/30/2022, resulting from interest rate changes. Also contributing to the increase
in total revenues was an $8.9 million, or 12.1% increase in property taxes due to taxable value increases; a $1.2 million,
or 6.5%, increase in utility taxes and a $2.5 million, or 23.5%, increase in franchise fees, primarily due to increases in
electric rates and electric usage; an increase in charges for services of $1.3 million, or 7.7%, largely due to an additional
$750 thousand charged to the Parking System enterprise fund for increased police coverage at the beach; an increase
of $1.0 million, or 5.6%, in state intergovernmental revenues due to a $419 thousand increase in half-cent sales tax, a
$245 thousand increase in state revenue sharing, and a $289 thousand increase in state funding for public safety
pensions; and a $518 thousand, or 4.9%, increase in local intergovernmental revenues primarily due to a $462 thousand
increase in County reimbursement for emergency medical services costs. Transfers in decreased $21.2 million primarily
due to the fiscal 2022 transfer of $22.5 million from the Special Programs Fund to recognize ARPA funding, while transfers
out decreased $17.4 million, primarily due to the fiscal 2022 $20.1 million transferred back to the Special Programs Fund
and to the Capital Improvement Fund for ARPA-designated initiatives.
The fund balance of the Special Development Fund decreased from $16.3 million to $12.9 million, a decrease of $3.4
million or 20.7%, during the current fiscal year versus an increase of $2.0 million for fiscal 2022. Total revenues increased
by $6.3 million, or 33.6%, primarily due to an increase in investment earnings of $6.8 million, from a loss of $4.6 million
in 2022 to a gain of $2.2 million during the current fiscal year. This improvement in earnings was due to increased realized
interest rates as well as a significant reduction in the unrealized loss on investments at 9/30/2023 versus 9/30/2022,
resulting from interest rate changes. Transfers out increased by $11.7 million, or 69.9%, primarily due to a transfer of
$11.5 million in funding to the beach marina renovations capital project in the Marine Operations enterprise fund.
Fund balance in the Special Programs Fund decreased from $25.3 million to $22.9 million, a decrease of $2.4 million or
9.5% during the current fiscal year versus an increase of $8.1 million for fiscal 2022. Revenues decreased $16.2 million,
or 68.1%, primarily in the intergovernmental revenue category due to the prior fiscal year 2022 recognition of $22.5 million
in Coronavirus State and Local Fiscal Recovery Funds (SLFRF) authorized by the American Rescue Plan Act (ARPA),
offset by an increase of $4.0 million in investment earnings from an investment loss of $2.7 million for fiscal 2022 to a
15
$1.3 million gain for the current year. This improvement in earnings was due to increased realized interest rates as well
as a significant reduction in the unrealized loss on investments at 9/30/2023 versus 9/30/2022, resulting from interest rate
changes. Expenditures increased $3.9 million, or 82.6%, versus the prior fiscal year. Expenditure increases included a
$1.9 million, or 220%, increase in the economic environment program primarily due to ARPA-related grants for North
Greenwood CRA district ($945 thousand), affordable housing ($371 thousand) and business incubator ($150 thousand);
a $1.3 million, or 318%, increase in the human services program due to ARPA-related grants to: the Pinellas Community
Foundation ($275 thousand), grants to not-for-profits ($571 thousand), and educational grants ($375 thousand); a $540
thousand, or 20.8% increase in the public safety program primarily due to Police extra duty pay, and a $512 thousand, or
160%, increase in the culture and recreation program primarily due to $645 thousand in expenditures in the new
Coachman Parks Events special program. Transfers in decreased $10.6 million, primarily due to prior fiscal year 2022
ARPA funding received from the General Fund for various programs. Transfers out decreased $20.2 million, primarily due
to ARPA funds initially allocated to General Fund government operations as revenue recovery.
The fund balance for the Capital Improvement Fund decreased from $79.3 million to $66.6 million during the current fiscal
year. This decrease of $12.7 million, or 16.0%, is primarily the result of current year capital project expenditures in excess
of current year funding received from other funds. This is typical volatility for the Capital Improvement Fund due to timing
differences between project funding and project spending.
The fund balances for Other (non-major) Governmental Funds posted an increase of $2.9 million (from $14.0 million to
$16.9 million) during the current fiscal year, versus an increase of $2.7 million the previous year.
Proprietary Funds
The City’s proprietary funds provide the same type of information found in the government-wide financial statements, but
in more detail. The City reports the Water and Sewer Utility Fund, the Gas Utility Fund, the Solid Waste & Recycling Utility
Fund, and the Stormwater Utility Fund as major funds.
The Water and Sewer Utility Fund realized a $14.9 million increase in net position versus a $2.9 million decrease for the
prior year. Operating revenues increased by $3.7 million, or 3.6%, while operating expenses increased $5.9 million, or
7.1%. This resulted in a net decrease in operating income of $2.2 million from $19.2 million in fiscal 2022 to $17.0 million
in 2023. The increase in operating revenues was primarily the result of a 3.0% rate increase effective October 1, 2022.
Significant increases in operating expenses were a $2.4 million, or 19.1%, fiscal 2023 increase in personal services due
to salary and benefit increases and increased pension expense due to amortization of deferred outflows and a $5.1 million,
or 27.1% increase in repairs and maintenance expenses due to increased repair and replacement projects; partially offset
by a $1.8 million, or 17.7%, decrease in professional fees for the current year. The decrease in professional fees is due
to the prior fiscal 2022 increase resulting from costs in abandoned projects being reclassified from construction in progress
assets to expense. Nonoperating revenue increased by $22.3 million, from a net expense of ($21.6) million for fiscal 2022
to a net revenue of $733 thousand for 2023. This improvement in earnings was due to increased realized interest rates
as well as a significant reduction in the unrealized loss on investments at 9/30/2023 versus 9/30/2022, resulting from
interest rate changes. Investment earnings increased by $22.4 million, from a loss of $17.0 million for fiscal 2022 to a gain
of $5.4 million for the current year. Additionally, capital grants and contributions decreased by $2.4 million, or 48%,
primarily due to a decrease in contributions from the City of Safety Harbor for improvements at the Northeast Wastewater
Treatment Plant.
The Gas Utility Fund realized an increase of $8.7 million in net position versus a $295 thousand decrease for the prior
year. Operating revenues decreased by $183 thousand, or (0.39)%, from the prior year, while operating expenses
decreased by $5.8 million (13.5%). This resulted in a net increase in operating income of $5.6 million from $4.4 million in
2022 to $10.0 million in 2023. Operating revenues decreased primarily due to decreased natural gas rates due to market
conditions, which is more than offset by a corresponding decrease in cost of purchases for resale. The decrease in
operating expenses was primarily due to a decrease in purchases for resale of $5.5 million resulting from decreased
natural gas commodity prices. Nonoperating revenue (expenses) increased by $3.35 million, from a net expense of
($2.98) million for fiscal 2022 to a net revenue of $367 thousand for 2023. This improvement in earnings was due to
increased realized interest rates as well as a significant reduction in the unrealized loss on investments at 9/30/2023
versus 9/30/2022, resulting from interest rate changes. Investment earnings increased by $3.3 million, from a loss of $2.6
million for fiscal 2022 to a gain of $709 thousand for the current year.
16
The Solid Waste & Recycling Utility Fund realized a $5.8 million increase in net position versus a $2.2 increase in the
prior year. Operating revenues increased by $1.1 million, or 3.4%, primarily due to a 3.75% rate increase effective October
1, 2022; while operating expenses increased by $2.3 million (9.6%), resulting in an decrease of $1.2 million in operating
income. The increase in operating revenues was primarily due to a rate increase of 3.75% effective October 1, 2022.
Operating expenses increased primarily due to a $1.2 million, or 14.5%, increase in personal services due to salary and
benefit increases and increased pension expense due to amortization of deferred outflows and a $696 thousand, or 241%
increase in professional fees due to increased recycling contractual services. Nonoperating revenue (expenses)
increased by $4.7 million, from a net expense of ($3.8) million for fiscal 2022 to a net revenue of $889 thousand for 2023.
This improvement in earnings was due to increased realized interest rates as well as a significant reduction in the
unrealized loss on investments at 9/30/2023 versus 9/30/2022, resulting from interest rate changes. Investment earnings
increased by $4.8 million, from a loss of $3.8 million for fiscal 2022 to a gain of $993 thousand for the current year.
The Stormwater Utility Fund realized an increase in net position of $5.4 million versus a prior year decrease of $75
thousand. Operating revenues increased by $273 thousand, or 1.6%, and operating expenses increased $707 thousand,
or 6.5%, resulting in a decrease of $434 thousand, or 6.7%, in operating income. The increase in operating revenues was
primarily due to a 1.75% rate increase effective October 1, 2022. Operating expenses increased primarily due to an
increase of $276 thousand, or 8.8% in personal services due to salary and benefit increases and increased pension
expense due to amortization of deferred outflows; along with a $305 thousand, or 91% increase in professional fees
primarily due to $258 thousand of construction in progress for storm system improvements, Allen’s Creek improvements,
and Stevenson Creek improvements reclassified as expenses in fiscal 2023. Nonoperating revenue (expenses) increased
from a net expense of ($4.5) million for fiscal 2022 to a net revenue of $738 thousand for 2023. The improvement was
primarily due to investment earnings of $1.1 million for the current year versus an investment loss of $3.8 million in the
prior year. This improvement in earnings was due to increased realized interest rates as well as a significant reduction in
the unrealized loss on investments at 9/30/2023 versus 9/30/2022, resulting from interest rate changes.
Unrestricted net position and changes in net position of the proprietary funds for fiscal years 2023 and 2022:
Fund 2023 2022 2023 2022
Water and Sewer Utility 181,167,655$ 171,595,982$ 14,921,627$ (2,903,563)$
Gas Utility 33,967,142 28,738,358 8,690,876 (294,961)
Solid Waste & Recycling Utility 47,986,879 41,697,518 5,791,556 2,188,313
Stormwater Utility 45,965,826 40,889,102 5,352,196 (75,369)
Other funds 61,273,414 48,464,070 14,111,298 5,029,857
Totals 370,360,916$ 331,385,030$ 48,867,553$ 3,944,277$
Unrestricted Net Position Change in Net Position
General Fund Budgetary Highlights
During fiscal 2023, the original adopted budget projected $171.1 million in revenues, $164.8 million in expenditures, and
$(6.3) million in other financing sources for a balanced budget. The final amended budget reflected a projected deficiency
of revenues over expenditures and other financing sources of $(10.3) million, primarily due to budget amendments to
finance capital projects.
The original budget for expenditures of $164.8 million, while the final amended budget was $164.0 million, reflecting a
$0.8 million decrease in appropriations.
Throughout the fiscal year there were supplemental appropriations for expenditures as follows:
Increased expenditures with offsetting revenue increases for State public safety pensions for Fire ($563 thousand)
and Police ($250 thousand)
Increase to Fire salaries and wages of $210 thousand to fund retirements.
Increase to City Manager department of $100 thousand to fund severance payouts per employment agreements
Increase to non-departmental for land development of $127 thousand
Increase to City Attorney’s Office of $11 thousand to fund annual pay increase
Decrease of $1.6 million per decrease in non-departmental and offsetting increase in transfers out for debt service
Decreases due to salary savings of $400 thousand for Parks & Recreation
Decrease of $115 thousand in Police overtime salaries and wages and offsetting increase in transfers out
17
The original budget for transfers out was $18.8 million versus a final amended budget of $37.0, reflecting an $18.2 million
increase in appropriations.
Throughout the fiscal year there were supplemental appropriations for transfers out as follows:
A transfer of $10 million to the MSB renovations capital project
A transfer of $5 million to the new city hall capital project
A transfer of $240 thousand to the old city hall demolition capital project
A transfer of $611 thousand to fund the Special Events at Coachman Park special program
A transfer of $169 thousand to The Sound Acoustic Study special program.
A transfer of $150 thousand to the Clearwater Municipal Cemetery Renovations capital project
A transfer of $250 thousand to the Parks & Beautification R&R capital project
Debt service on non-ad valorem bonds of $1.8 million reclassified from non-departmental to transfers out
Mid-Year Budget Amendments included an increase of $610,620 for transfers to the Special Programs special
revenue fund for funding of opening events at Coachman Park; $168,500 for a transfer to the Special Programs
special revenue fund for an acoustical study for The Sound amphitheater, $8,000 transferred from Office of Innovation
to City Council to fund an agreement with the Clearwater Historical Society, and $4,500 of Police Department salary
savings transferred to the mental health co-responder team special program in the Special Programs special revenue
fund.
Final budgeted revenues reflect a net increase of $6.7 million, or 3.9%, from the original budget primarily due to:
Increases in property taxes of $1.1 million at 3rd quarter to reflect actual property taxes received
Increases in utility taxes of $1.3 million and franchise fees of $806 thousand at 3rd quarter, primarily due to increases
in electric rates and residents’ electric usage
Increase in rents and leases of $1 million at 3rd quarter due to strong tourism and favorable weather
Increase of $1 million to investment earnings at 3rd quarter due to interest rate increases
Increase of $878 thousand in state intergovernmental state revenue sharing at 3rd quarter
Increase of $813 thousand in state intergovernmental public safety supplemental pension revenue at 3rd quarter
Total actual revenues for the General Fund for fiscal 2023 were $5.6 million, or 3.1%, greater than final budgeted
revenues. The increase was primarily due to: $1.2 million of franchise fees in excess of the final amended budget primarily
due to increases in electric rates and usage; $1.7 million in investment earnings in excess of final budget due to increased
realized interest rates as well as a significant reduction in the unrealized loss on investments at 9/30/2023 versus
9/30/2022, resulting from interest rate changes; $765 thousand of utility taxes in excess of final budget primarily due to
increases in electric rates and usage; $428 thousand in communications services taxes in excess of final budget due to
actual collections in excess of a conservative budget; and $634 thousand of rents and leases revenue in excess of final
budgeted due to strong ticket sales for ESPN & NFCA softball tournaments.
Fiscal 2022 actual expenditures for the General Fund were $5.4 million, or 3.3%, less than final budgeted expenditures,
primarily due to salary savings from vacancies and turnover across most City departments for fiscal 2023.
Capital and Right-to-Use Asset and Debt Administration
Capital and Right-to-Use Assets
Capital assets include land, buildings and building improvements, improvements other than buildings, machinery and
equipment, and infrastructure. The infrastructure asset category includes long-lived capital assets, typically stationary in
nature, such as roads, sidewalks, and bridges. Right-to-use assets include buildings and machinery and equipment
accounted for in accordance with GASB Statement No. 87, Leases, implemented in fiscal 2022; and right-to-use software
subscriptions accounted for in accordance with GASB Statement No. 96, Subscription-Based Information Technology
Arrangements, implemented in fiscal 2023. As of September 30, 2023, the City reported capital assets and right-to-use
assets totaling $797,232,066 (net of accumulated depreciation and amortization).
18
Restated Restated
2023 2022 2023 2022 2023 2022
Capital assets:
Land 94,477$ 92,467$ 30,650$ 30,599$ 125,127$ 123,066$
Buildings 95,350 81,694 56,394 58,714 151,744 140,408
Improvements other than buildings 111,953 30,651 294,943 301,998 406,896 332,649
Machinery and equipment 26,216 24,715 8,187 7,547 34,403 32,262
Infrastructure 39,147 36,999 - - 39,147 36,999
Construction in progress 1,979 68,923 29,663 24,445 31,642 93,368
Total capital assets, net 369,122 335,449 419,837 423,303 788,959 758,752
Right-to-use assets:
Lease buildings 1,696 579 - - 1,696 579
Lease machinery and equipment 940 812 - - 940 812
Subscription software 5,637 - - - 5,637 -
Total right-to-use assets, net 8,273 1,391 - - 8,273 1,391
Total capital and right-to-use assets, net 377,395$ 336,840$ 419,837$ 423,303$ 797,232$ 760,143$
* Net of accumulated depreciation and amortization
Governmental Activities TotalBusiness-type Activities
City of Clearwater, Florida - Capital and Right-to-Use Assets*
(amounts in thousands)
Net capital and right-to-use assets for the City’s governmental activities increased from $336.8 million (as restated) to
$377.4 million, reflecting an increase of $40.55 million for the current fiscal year. Capital asset fiscal 2023 additions of
$57.9 million were offset by depreciation expense of $23.9 million, and net capital asset retirements totaling approximately
$352 thousand. Right-to-use lease assets increased $1.2 million due to current year additions of $2.2 million offset by
$982 thousand in current year amortization. Right-to-use subscription assets increased by $5.8 million due to the
implementation of GASB Statement No. 96 in fiscal 2023. Major fiscal 2023 completed governmental capital projects
include $81.2 million for Coachman Park improvements; $8.8 million for Fire Station #46; $12.3 million for Police District
3 Substation, $5.6 million for Downtown East Gateway Streetscaping, and $2.6 million for Del Oro Park renovations and
improvements.
Net capital assets for the City’s business-type activities decreased from $423.3 million (as restated) to $419.8 million,
reflecting a decrease of $3.5 million for the current fiscal year. Capital asset additions of $17.7 million were offset by
depreciation expense of $21.05 million, and net capital asset retirements totaling $104 thousand. Major fiscal 2023
completed business-type capital projects include $2.5 million for a blend tank mixer at the Marshall Street wastewater
treatment plant; $5.3 million of stormwater system improvements, and $4.3 million of gas system improvements
Additional information on the City’s capital assets can be found in Note III (D), and information on right-to-use assets can
be found in Note III (E) and Note III (F) of the notes to the financial statements.
Long-term debt and other long-term liabilities
The City’s total long-term liabilities decreased from $236.76 million to $226.44 million, a decrease of $10.32 million, or
4.4%. Long-term liabilities for governmental activities decreased by $2.3 million, or 2.7%, while long-term liabilities for
business-type activities decreased by $8.0 million or 5.3%. Key factors contributing to these changes included:
19
The decrease in long-term liabilities of $2.3 million for governmental activities is primarily due to a decrease in
financed purchases of $3.9 million due to alternative internal financing; a decrease of $6.2 million due to
elimination of the net pension liability in fiscal 2023; offset by increases in lease liability of $1.3 million, subscription
liability of $3.7 million due to fiscal year 2023 implementation of GASB #96, increase in claims payable of $2.0
million due to claims experience; and increase in other postemployment benefits liability of $988 thousand.
The decrease in long-term liabilities of $8.0 million for business-type activities is primarily due to a reduction in
total bonds payable of $6.8 million from scheduled principal payments and elimination of the net pension liability
of $817 thousand in fiscal 2023.
The City’s bonds payable as of September 30, 2023, consists entirely of revenue bonds and direct placement
bank loans (secured solely by specified revenue sources) with no general obligation debt or special assessment
debt outstanding. Governmental activities revenue bonds totaled $34.3 million while revenue bonds and direct
placement bank loans for business-type activities totaled $134.0 million.
The City’s Charter limits indebtedness to 20% of the assessed valuation of non-exempt real estate. The current debt
limitation is approximately $3.6 billion, which is significantly in excess of the City’s applicable indebtedness of
approximately $159.0 million at September 30, 2023.
Additional information on the City’s long-term debt can be found in Note III (J) of the notes to the financial statements.
Economic Factors and Year 2024 Budgets and Rates
Factors considered in preparing the City of Clearwater’s budget for fiscal year 2024 included:
Taxable property values for 2023 have increased by approximately 11.1%, from $15.2 billion to $16.9 billion,
including new construction. The bulk of this increase ($1.57 billion) is related to increases in current real estate
values, while the value of new construction and annexations totals $106.9 million. Taxable values have
experienced a significant increase again this year due to the real estate market in the Tampa Bay area.
Clearwater residents that qualify for homestead will recognize the Save Our Homes cap which limits the increase
in assessed value to a cap of 3%, well below the actual growth in the real estate market. The approved millage
rate of 5.8850 mills for fiscal year 2024 is the same as in the prior year. The millage was decreased by 0.07 mills
in fiscal year 2023.
Total full-time equivalent (FTE) positions for 2023/24 are budgeted at 1,891.9 FTEs for all City operations, an
increase of 14.9 FTEs from the 2022/23 amended budget. In the General Fund, this represents a net increase of
14.9 for a total of 1,167.8 FTEs. All other funds total 724.1 FTEs, the same as the current amended budget.
The actuary report for the Employees’ Pension Plan as of January 1, 2023, indicates that a minimum required
City contribution of $13.5 million, equivalent to 13.40% of total covered payroll, is required for fiscal year 2023/24.
This is an increase of approximately $751,000 from the City’s fiscal year 2022/23 required contribution of $12.8
million. The plan’s credit balance, which reflects actual contributions in excess of actuarial required contributions
in prior years, increased from $33.82 million to $35.64 million during calendar year 2022, primarily due to interest
earned on the credit balance. This credit balance is available to subsidize volatile employer contribution
requirements during future investment market downturns. The proposed budget plans for a contribution rate of
7.26% for non-hazardous and 21.89% of hazardous covered payroll in fiscal year 2023/24, as provided in the
actuarial valuation.
For fiscal year 2023/24, the cost of medical care for employees is budgeted at $23.5 million across all City
operations, representing an estimated 5.3% increase. Included in this total is $1.7 million to fund the operating
costs of the employee health clinic. The budgeted cost for medical care to the General Fund is estimated at $14.6
million, an increase of $0.8 million, or 6%, over the current budget. Total cost for health insurance, to include
coverage of dependents and retirees, is estimated at $25 million, which is budgeted in the Central Insurance
Fund. Revenues from payroll deductions are budgeted to offset this expense.
A water and sewer utility rate study update was completed in June 2023. This rate study confirmed the previously
adopted plan of 3% annual increases effective each October 1 through fiscal year 2027, but projected the need
for 4% annual increases beginning with fiscal year 2028. A gas utility rate study was completed in December
2023, which projected the financial position of the Gas Fund through 2028 and a cost-of-service analysis for each
of the various classes of customers served. The rate study confirmed that current rates adopted per the previous
December 2020 rate study were adequate, with some minor net revenue neutral adjustments between rate and
customer categories. A solid waste and recycling rate study update was completed in May 2021, and confirmed
the current rate structure approved by the City Council in August 2019. Effective each October 1, rates will
20
increase by 3.75% annually, through fiscal year 2024. A stormwater rate study was completed in July 2022. Based
upon this rate study, 1.75% annual increases were approved by the City Council in September 2022, effective
October 1, 2022 through fiscal year 2027.
Contacting the City’s Financial Management
This financial report is designed to provide a general overview of the City’s finances for all those with an interest in our
government and to show the City’s accountability for the money it receives. Questions concerning any of the information
provided in this report or requests for additional financial information should be addressed to: City of Clearwater, Finance
Department, 100 South Myrtle Avenue, Clearwater, Florida 33756-5520.
21
Basic Financial Statements
Governmental Business-type
Activities Activities Total
ASSETS
Cash and investments $ 257,145,010 $364,922,999 $622,068,009
Receivables (net)13,532,293 23,701,254 37,233,547
Internal balances 6,379,732 (6,379,732) -
Due from other governments 9,273,174 746,600 10,019,774
Prepaid items 4,058,072 349,460 4,407,532
Inventories 619,396 5,003,650 5,623,046
Restricted assets:
Cash and investments - 24,685,689 24,685,689
Net pension asset 16,348,471 2,076,265 18,424,736
Capital assets:
Land 94,477,071 30,649,872 125,126,943
Buildings 95,350,409 56,393,968 151,744,377
Improvements other than buildings 111,952,532 294,943,326 406,895,858
Machinery and equipment 26,216,344 8,186,625 34,402,969
Infrastructure 39,146,914 - 39,146,914
Construction in progress 1,979,131 29,662,755 31,641,886
Intangible right-to-use lease assets, net of accumulated amortization 2,636,270 - 2,636,270
Intangible right-to-use subscription assets, net of accumulated amortization 5,636,849 - 5,636,849
Total assets 684,751,668 834,942,731 1,519,694,399
DEFERRED OUTFLOWS OF RESOURCES
Deferred outflows - bond refunding - 7,152,488 7,152,488
Deferred outflows - pension 72,103,091 9,943,599 82,046,690
Deferred outflows - other postemployment benefits 546,824 228,604 775,428
Total deferred outflows of resources 72,649,915 17,324,691 89,974,606
LIABILITIES
Accounts payable and other current liabilities 13,216,515 12,289,474 25,505,989
Accrued liabilities 2,580,200 734,271 3,314,471
Accrued interest payable 724,158 300,607 1,024,765
Due to other governments 479,130 - 479,130
Deposits 5,300 77,011 82,311
Unearned revenue and liens 9,705 - 9,705
Payable from restricted assets:
Construction contracts payable - 1,549,666 1,549,666
Accrued interest payable - 1,643,185 1,643,185
Customer deposits - 9,724,062 9,724,062
Bonds payable - 4,644,166 4,644,166
Non-current liabilities due within one year:
Compensated absences 6,159,518 1,227,227 7,386,745
Other postemployment benefits 746,796 312,204 1,059,000
Financed purchases 2,065,510 173,906 2,239,416
Lease liability 812,118 - 812,118
Subscription liability 2,014,413 - 2,014,413
Bonds payable 530,000 1,505,834 2,035,834
Claims payable 4,580,901 - 4,580,901
Long-term debt and liabilities:
Compensated absences 3,789,975 755,120 4,545,095
Other postemployment benefits 16,264,418 6,799,461 23,063,879
Financed purchases 1,449,304 145,303 1,594,607
Lease liability 1,836,939 - 1,836,939
Subscription liability 1,731,525 - 1,731,525
Bonds payable 33,819,113 127,868,700 161,687,813
Claims payable 7,207,414 - 7,207,414
Total liabilities 100,022,952 169,750,197 269,773,149
DEFERRED INFLOWS OF RESOURCES
Deferred inflows - business tax receipts 1,600,564 - 1,600,564
Deferred inflows - pension 5,924,099 818,266 6,742,365
Deferred inflows - other postemployment benefits 6,219,060 2,599,925 8,818,985
Deferred inflows - leases 2,823,522 5,980,896 8,804,418
Total deferred inflows of resources 16,567,245 9,399,087 25,966,332
NET POSITION
Net investment in capital assets 328,830,303 289,246,103 618,076,406
Restricted for:
Capital projects 47,158,213 - 47,158,213
Debt service 632,624 6,019,478 6,652,102
Renewal and replacement - 1,854,730 1,854,730
Grant programs 2,277,342 - 2,277,342
Impact fees - 3,922,919 3,922,919
Stormwater system fees - 14,318 14,318
Pensions 16,348,471 2,076,265 18,424,736
Unrestricted 245,564,433 369,984,325 615,548,758
Total net position $ 640,811,386 $673,118,138 $ 1,313,929,524
The notes to the financial statements are an integral part of this statement.
Primary Government
City of Clearwater, Florida
Statement of Net Position
September 30, 2023
22
Program RevenuesOperatingPrimary Government Charges forGrants and Capital Grants & Governmental Business-TypeFunctions/ProgramsExpensesServices Contributions ContributionsActivitiesActivities TotalPrimary government:Governmental activities:General government20,433,617$ 29,115,802$ -$ -$ 8,682,185$ -$ 8,682,185$ Public safety121,525,47014,022,0223,246,712340,180 (103,916,556) - (103,916,556) Physical environment1,940,44831,716 25,000 78,004(1,805,728) - (1,805,728) Transportation 19,600,447136,035845,400424,338(18,194,674) - (18,194,674) Economic environment6,495,763132,7565,146,425- (1,216,582) - (1,216,582) Human services 2,162,743- 626,721 - (1,536,022) - (1,536,022) Culture and recreation53,120,35411,213,3081,536,7902,866,350(37,503,906) - (37,503,906) Interest on long-term debt1,770,290- - - (1,770,290) - (1,770,290) Total governmental activities227,049,132 54,651,639 11,427,048 3,708,872 (157,261,573) - (157,261,573) Business-type activities:Water & Sewer Utility 94,446,651 106,132,661 - 2,513,404 - 14,199,414 14,199,414 Gas Utility 37,731,287 47,171,644 - - - 9,440,357 9,440,357 Solid Waste Utility 23,278,994 29,480,906 - - - 6,201,912 6,201,912 Stormwater Utility12,109,333 17,573,376 - - - 5,464,043 5,464,043 Recycling Utility3,810,190 2,874,067 - - - (936,123) (936,123) Marine 5,647,586 6,880,629 - 49,192 - 1,282,235 1,282,235 Aviation 477,597 268,872 - 45,804 - (162,921) (162,921) Parking System 7,761,495 11,155,136 - - - 3,393,641 3,393,641 Clearwater Harbor Marina1,259,211 939,888 - - - (319,323) (319,323) Total business-type activities186,522,344 222,477,179 - 2,608,400 - 38,563,235 38,563,235 Total primary government413,571,476$ 277,128,818$ 11,427,048$ 6,317,272$ (157,261,573) 38,563,235 (118,698,338) General revenues: Taxes: Property taxes86,167,933 - 86,167,933 Sales taxes26,876,285 - 26,876,285 Utility taxes19,944,845 - 19,944,845 Communications services taxes4,558,837 - 4,558,837 Local business tax2,082,520 - 2,082,520 Local option gas tax1,483,005 - 1,483,005 Intergovernmental: State revenue sharing - unrestricted5,583,615 - 5,583,615 Investment earnings (loss)9,640,086 7,888,051 17,528,137 Miscellaneous 145,639 - 145,639 Transfers 9,120(9,120) - Total general revenues and transfers156,491,885 7,878,931 164,370,816 Change in net position(769,688) 46,442,166 45,672,478 Net position - beginning (as previously reported)641,581,074 626,194,119 1,267,775,193 Prior period adjustment (See Note IV.H.)- 481,853 481,853 Net position - beginning (restated)641,581,074 626,675,972 1,268,257,046 Net position - ending640,811,386$ 673,118,138$ 1,313,929,524$ The notes to the financial statements are an integral part of this statement.City of Clearwater, FloridaStatement of ActivitiesFor the Year Ended September 30, 2023 Net (Expense) Revenue and Changes in Net Position23
Special Special Capital Other Totals
General Development Programs Improvement Governmental Governmental
Fund Fund Fund Fund Funds Funds
ASSETS
Cash and investments $ 62,333,254 $ 10,179,606 $ 21,419,871 $ 55,879,131 $ 17,280,995 $167,092,857
Receivables (net where applicable, of allowances
for estimated uncollectible amounts):
Accrued interest 371,545 109,903 80,738 37,763 47,781 647,730
Accounts and contracts 418,164 - - - - 418,164
Mortgages, notes and other loans - - 3,776,012 - 2,413,919 6,189,931
Property taxes 49,261 5,229 - - - 54,490
Utility taxes 1,542,199 - - - - 1,542,199
Franchise fees 1,249,649 - - - - 1,249,649
Leases 2,856,745 - - - - 2,856,745
Other 244,914 - 150 - - 245,064
Due from other funds - - - 5,118,817 - 5,118,817
Due from other governmental entities - grants - - 416,781 2,789,964 - 3,206,745
Due from other governmental entities - other 2,688,654 3,016,363 240,615 120,330 - 6,065,962
Inventories, at cost 98,976 - - - - 98,976
Prepaid items 1,808 - - - - 1,808
Advances to other funds - - 325,440 10,808,529 - 11,133,969
Total assets $ 71,855,169 $ 13,311,101 $ 26,259,607 $ 74,754,534 $ 19,742,695 $205,923,106
LIABILITIES
Accounts and contracts payable $ 1,668,109 $ - $415,776 $ 8,177,317 $ 84,092 $ 10,345,294
Accrued payroll 2,303,843 - 45,955 - - 2,349,798
Due to other funds 286,705 - - - - 286,705
Due to other governments 66,439 364,676 15 - 48,000 479,130
Deposits 5,300 - - - - 5,300
Unearned revenue 180,324 - 9,706 - - 190,030
Advances from other funds 956,353 - - - 325,440 1,281,793
Total liabilities 5,467,073 364,676 471,452 8,177,317 457,532 14,938,050
DEFERRED INFLOWS OF RESOURCES
Deferred inflows - business tax receipts 1,600,564 - - - - 1,600,564
Deferred inflows - unavailable property tax revenues 49,261 5,229 - - - 54,490
Deferred inflows - unavailable code enforcement lien revenues 258,327 - - - - 258,327
Deferred inflows - unavailable mortgage note revenues - - 2,737,413 - 2,413,919 5,151,332
Deferred inflows - unavailable intergovernmental revenues - - 164,063 - - 164,063
Deferred inflows - leases 2,823,522 - - - - 2,823,522
Total deferred inflows of resources 4,731,674 5,229 2,901,476 - 2,413,919 10,052,298
FUND BALANCES
Nonspendable 100,784 - 1,364,039 10,808,529 - 12,273,352
Restricted - 10,090,333 9,023,573 33,882,953 16,871,244 69,868,103
Committed - - 12,446,890 21,885,735 - 34,332,625
Assigned 751,963 2,850,863 52,177 - - 3,655,003
Unassigned 60,803,675 - - - - 60,803,675
Total fund balances 61,656,422 12,941,196 22,886,679 66,577,217 16,871,244 180,932,758
Total liabilities, deferred inflows and fund balances $ 71,855,169 $13,311,101 $ 26,259,607 $ 74,754,534 $ 19,742,695 $205,923,106
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Balance Sheet
Governmental Funds
September 30, 2023
24
Total fund balances of governmental funds 180,932,758$
Capital assets used in governmental activities are not financial resources and, therefore,
are not reported in the funds. The cost of the assets totals $730,975,399 and the
accumulated depreciation totals $361,852,998.369,122,401
Intangible right-to-use assets used in governmental activities are not financial resources and therefore are not recognized in the funds:
Lease assets and subscription assets 9,903,226
Accumulated amortization of lease assets and subscription assets (1,630,107)
Unavailable revenues that are not available as financial resources in the current period and therefore are not recognized in the funds:
Deferred inflows - mortgage notes 5,151,332$
Deferred inflows - intergovernmental revenues 164,063
Accrued property taxes 54,490
Accrued liens 415,275
Accrued permit fees 23,377
5,808,537
The net pension asset related to governmental activities does not represent financial resources
and is not reported in the funds.
Deferred outflows relating to deferred amounts on bond refundings, pensions, and OPEB are not financial
resources and, therefore, are not reported in the funds 72,649,915
Deferred inflows relating to pensions and other postemployment benefits are not current liabilities or
financial uses and, therefore, are not reported in the funds (12,143,159)
Accrued pollution remediation obligation expenses are not financial uses and, therefore,
are not reported in the funds.
Accrued general long-term debt, lease and subscription interest expenses are not financial uses and, therefore,
are not reported in the funds.
The assets and liabilities of the internal service funds (funds used to charge the costs of certain activities
to individual funds) are included in the governmental activities in the statement of net position.
Net position of internal service funds 91,288,040
Less: Capital assets included in total governmental capital assets above (24,541,479)
Less: Lease assets included in total governmental capital assets above (1,001,374)
Less: Subscription assets included in total governmental capital assets above (5,373,111)
Less: Net pension asset included in total governmental net pension asset above (640,511)
Less: Deferred outflows included in total governmental above (3,131,362)
Add: Deferred inflows included in total governmental above 978,495
Add: Financed purchases included in total governmental below 3,155,796
Add: Lease liabilities included in total governmental below 1,001,958
Add: Subscription liabilities included in total governmental below 3,566,103
Add: Compensated absences included in total governmental below 810,988
Add: Other postemployment benefits included in total governmental below 1,898,849
Less: Adjustment to reflect the consolidation of internal service fund activities
related to enterprise funds
71,794,005
Lease interest revenues are not recognized in the current period because the resources are
not available and, therefore, are not reported in the funds.4,482
Long-term liabilities, including bonds payable, are not due and payable in the current
period and, accordingly, are not reported in the funds.
Long-term liabilities at year-end consist of:
Bonds payable (31,944,061)
Add: Issuance premium (to be amortized as a reduction of interest expense) (2,405,052)
Financed purchases (3,514,814)
Lease liabilities (2,649,057)
Subscription liabilities (3,745,938)
Other postemployment benefits (16,924,027)
Compensated absences (9,949,493)
(71,132,442)
Total net position of governmental activities 640,811,386$
The notes to the financial statements are an integral part of this statement.
(160,683)
(686,018)
City of Clearwater, Florida
Reconciliation of the Balance Sheet of Governmental Funds
to the Statement of Net Position
September 30, 2023
3,781,613
16,348,471
25
Special Special Capital Other Total
General Development Programs Improvement Governmental Governmental
Fund Fund Fund Fund Funds Funds
REVENUES
Taxes:
Property $ 82,061,583 $ 4,105,687 $ - $ - $ - $ 86,167,270
Sales - 16,875,895 - - - 16,875,895
Utility 19,944,845 - - - - 19,944,845
Communications services 4,558,837 - - - - 4,558,837
Other taxes 2,082,520 1,483,005 - - - 3,565,525
Total taxes 108,647,785 22,464,587 - - - 131,112,372
Franchise fees 13,048,736 - - - - 13,048,736
Licenses, permits, and fees 3,968,622 514,673 - - - 4,483,295
Intergovernmental:
Federal - - 1,773,745 1,493,242 - 3,266,987
State 19,557,633 - 25,619 1,317,137 1,176,152 22,076,541
Local 11,021,530 - 491,440 340,180 2,649,416 14,502,566
Total intergovernmental 30,579,163 - 2,290,804 3,150,559 3,825,568 39,846,094
Charges for services 17,810,784 - 1,999,512 4,409 - 19,814,705
Fines and forfeitures 1,426,817 - 510,784 - - 1,937,601
Investment earnings (loss):
Interest 2,239,350 694,741 551,616 262,595 330,018 4,078,320
Net appreciation (depreciation) in fair value 1,206,841 1,492,231 712,902 - (63,486) 3,348,488
Total investment earnings (loss) 3,446,191 2,186,972 1,264,518 262,595 266,532 7,426,808
Rents and leases 3,030,129 - - - - 3,030,129
Miscellaneous 1,426,859 - 1,503,995 25,746 81,504 3,038,104
Total revenues 183,385,086 25,166,232 7,569,613 3,443,309 4,173,604 223,737,844
EXPENDITURES
Current:
General government 18,319,983 - 145,592 1,277,940 - 19,743,515
Public safety 90,872,019 - 3,140,695 946,380 - 94,959,094
Physical environment 1,671,430 - 28,458 104,159 - 1,804,047
Transportation 6,855,256 - - 7,944,399 - 14,799,655
Economic environment 2,496,988 - 2,758,021 - 1,074,503 6,329,512
Human services 243,668 - 1,694,716 186,302 - 2,124,686
Culture and recreation 37,937,816 - 831,538 3,332,513 - 42,101,867
Debt service:
Principal 430,214 - - 27,184 829,405 1,286,803
Interest & fiscal charges 45,063 - - 66 1,142,404 1,187,533
Capital outlay - - 72 47,405,089 2,039,580 49,444,741
Total expenditures 158,872,437 - 8,599,092 61,224,032 5,085,892 233,781,453
Excess (deficiency) of revenues
over (under) expenditures 24,512,649 25,166,232 (1,029,479) (57,780,723) (912,288) (10,043,609)
OTHER FINANCING SOURCES (USES)
Transfers in 12,514,215 - 1,455,900 46,845,872 9,508,079 70,324,066
Transfers out (36,730,631) (28,545,390) (2,825,742) (1,746,961) (5,737,226) (75,585,950)
Proceeds from the sale of capital assets 202,924 - - 8,475 - 211,399
Proceeds from lease obligations 1,540,422 - - - - 1,540,422
Proceeds from subscription obligations 330,392 - - - - 330,392
Total other financing sources (uses) (22,142,678) (28,545,390) (1,369,842) 45,107,386 3,770,853 (3,179,671)
Net change in fund balances 2,369,971 (3,379,158) (2,399,321) (12,673,337) 2,858,565 (13,223,280)
Fund balances - beginning 59,286,451 16,320,354 25,286,000 79,250,554 14,012,679 194,156,038
Fund balances - ending $ 61,656,422 $ 12,941,196 $ 22,886,679 $ 66,577,217 $ 16,871,244 $180,932,758
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Statement of Revenues, Expenditures, and Changes in Fund Balances
Governmental Funds
For the Year Ended September 30, 2023
26
Net change in fund balances - total governmental funds (13,223,280)$
Amounts reported for governmental activities in the Statement of Activities are different because:
Governmental funds report capital outlays as expenditures while governmental activities report
depreciation expense to allocate those costs over the life of the assets. This is the amount by
which capital outlays exceeded depreciation in the current period.
Expenditures for capital assets 49,693,983$
Less current year depreciation (14,043,269)
Expenditures for lease assets and subscription assets 1,845,529
Amortization of lease assets and subscription assets (383,062)
37,113,181
The net book value of capital asset dispositions is reported in the Statement of Activities but does not
require the use of current financial resources and therefore is not reported in the funds.(151,088)
The issuance of long-term debt provides current financial resources to governmental funds; however issuance of
long-term debt increases long-term liabilities in the Statement of Net Position. In the current year these amounts are:
Proceeds from lease obligations (1,540,422)
Proceeds from subscription obligations (330,392)
Deferred outflows and deferred inflows are not current resources or uses of current financial resources
and consequently are not reported in the funds:
Current year change in deferred outflows (51,050,257)
Current year change in deferred inflows 5,054,151
Repayment of long term debt principal is an expenditure in the governmental funds; however, the
repayment reduces long-term liabilities in the Statement of Net Position. Current year amounts are:
Revenue bond principal payments 310,000
Lease liability principal payments 306,841
Subscription liability principal payments 150,557
Financed purchase principal payments 519,405
1,286,803
Net pension asset is not a current financial resource and consequently is not reported in the
funds; however, it is an asset in the Statement of Net Position.
Current year change in the net pension asset 20,317,840
Liability for other post-employment benefits (OPEB) does not require the use of current financial resources
and consequently is not reported in the funds; however, it is a liability in the Statement of Net Position.
Current year change in the liability for other postemployment benefits (942,321)
Some expenses reported in the Statement of Activities do not require the use of current financial
resources and therefore are not reported as expenditures in the governmental funds:
Current year change in compensated absences (92,059)
Amortization of bond discounts and premiums 72,334
Current year change in pollution remediation obligation 16,495
Current year change in accrued interest expense (382,390)
(385,620)
Revenues in the statement of activities that do not provide current financial resources are not
reported as revenues in the funds:
Current year change in accrued property taxes receivable 663
Current year change in accrued liens receivable (43,759)
Current year change in accrued lease interest receivable (7,410)
Current year change in deferred permit fees 2,600
The net revenues of internal service funds (funds used to charge the costs of certain activities
to individual funds) for governmental activities are reported in the Statement of Activities but not
in the governmental funds.3,129,623
Total change in net position of governmental activities (769,688)$
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Reconciliation of the Statement of Revenues, Expenditures, and
Changes in Fund Balances of Governmental Funds
For the Year Ended September 30, 2023
to the Statement of Activities
27
Variance with
Actual Final Budget
Original Final Amounts Positive (Negative)
Taxes:
Property $80,964,710 $82,044,210 $82,061,583 $ 17,373
Utility taxes 17,890,000 19,180,090 19,944,845 764,755
Communications services 4,130,000 4,130,000 4,558,837 428,837
Other taxes 2,300,000 2,100,000 2,082,520 (17,480)
Total taxes 105,284,710 107,454,300 108,647,785 1,193,485
Franchise fees 11,000,000 11,806,100 13,048,736 1,242,636
Licenses, permits, and fees 3,908,500 3,663,500 3,968,622 305,122
Intergovernmental:
State 17,822,369 19,473,232 19,557,633 84,401
Local 10,946,351 10,816,351 11,021,530 205,179
Total intergovernmental 28,768,720 30,289,583 30,579,163 289,580
Charges for services 17,218,270 17,643,270 17,810,784 167,514
Fines and forfeitures 1,439,000 1,439,000 1,426,817 (12,183)
Investment earnings (loss):
Interest 800,000 1,800,000 2,171,170 371,170
Net appreciation (depreciation) in fair value - - 1,206,841 1,206,841
Total investment earnings (loss)800,000 1,800,000 3,378,011 1,578,011
Rents and leases 1,920,000 2,920,000 3,098,309 178,309
Miscellaneous 792,759 792,758 1,426,859 634,101
Total revenues 171,131,959 177,808,511 183,385,086 5,576,575
EXPENDITURES
General government
City Council 421,756 496,106 436,366 59,740
City Manager's Office 1,031,245 1,131,245 1,056,446 74,799
City Attorney's Office 2,549,409 2,560,279 2,356,934 203,345
Office of Innovation 839,534 831,534 658,011 173,523
Official Records & Legislative Services 1,274,878 1,274,878 1,013,896 260,982
Public Communications 1,548,275 1,548,275 1,439,337 108,938
Finance 2,938,832 2,938,832 2,849,033 89,799
Human Resources 1,918,965 1,918,965 1,609,894 309,071
Non-Departmental 4,933,031 3,393,871 4,593,299 (1,199,428)
Public Works 642,411 722,012 695,533 26,479
Planning 1,796,311 1,796,311 1,558,837 237,474
City Auditor's Office 372,930 372,930 338,727 34,203
Total general government 20,267,577 18,985,238 18,606,313 378,925
Public safety
Police 53,113,768 53,243,837 52,669,149 574,688
Fire 32,949,476 33,722,300 33,005,009 717,291
Development & Neighborhood Services 5,530,714 5,530,714 4,898,356 632,358
Public Works 462,091 462,091 444,503 17,588
Total public safety 92,056,049 92,958,942 91,017,017 1,941,925
Physical environment
Public Works 2,193,308 2,193,308 1,671,430 521,878
Total physical environment 2,193,308 2,193,308 1,671,430 521,878
Transportation
Public Works 7,087,558 7,087,558 6,232,935 854,623
Parks and Recreation 408,015 283,331 200,756 82,575
Public Utilities 412,520 412,520 421,565 (9,045)
Total transportation 7,908,093 7,783,409 6,855,256 928,153
Economic environment
CRA Administration 691,422 691,422 658,264 33,158
Economic Development 2,019,501 1,982,010 1,882,673 99,337
Total economic environment 2,710,923 2,673,432 2,540,937 132,495
Human Services
Human Resources / Equity Services 314,541 314,541 243,668 70,873
Total human services 314,541 314,541 243,668 70,873
Culture and recreation
Parks and Recreation 28,843,138 28,553,220 27,818,212 735,008
Library 8,704,039 8,704,039 8,302,536 401,503
Public Works 317,688 317,688 305,596 12,092
Marine 1,491,046 1,491,046 1,511,472 (20,426)
Total culture and recreation 39,355,911 39,065,993 37,937,816 1,128,177
Total expenditures 164,806,402 163,974,863 158,872,437 5,102,426
Excess (deficiency) of revenues over (under) expenditures 6,325,557 13,833,648 24,512,649 10,679,001
OTHER FINANCING SOURCES (USES)
Transfers in 12,497,802 12,652,501 12,514,215 (138,286)
Transfers out (18,823,359) (36,962,179) (36,730,631) 231,548
Proceeds from sale of capital assets - 200,724 202,924 2,200
Proceeds from lease obligations - - 1,540,422 1,540,422
Proceeds from subscription obligations - - 330,392 330,392
Total other financing sources (uses) (6,325,557) (24,108,954) (22,142,678) 1,966,276
Excess (deficiency) of revenues and other financing sources over (under) expenditures and other financing uses
Fund balances - beginning 59,286,451 59,286,451 59,286,451 -
Fund balances - ending $ 59,286,451 $ 49,011,145 $ 61,656,422 $ 12,645,277
The notes to the financial statements are an integral part of this statement.
Budgeted Amounts
12,645,277
City of Clearwater, Florida
Statement of Revenues, Expenditures, and Changes in Fund Balances -
Budget and Actual
General Fund
For the Year Ended September 30, 2023
REVENUES
- (10,275,306) 2,369,971
28
Variance with
Final Budget
Actual Positive
Original Final Amounts (Negative)
REVENUES
Taxes:
Property $ 4,050,410 $ 4,104,818 $ 4,105,687 $ 869
Sales 16,441,000 16,441,000 16,875,895 434,895
Other taxes 1,327,150 1,450,000 1,483,005 33,005
Total taxes 21,818,560 21,995,818 22,464,587 468,769
Licenses, permits, and fees 140,000 505,598 514,673 9,075
Investment earnings (loss):
Interest 450,000 800,000 694,741 (105,259)
Net appreciation (depreciation) in fair value - - 1,492,231 1,492,231
Total investment earnings (loss) 450,000 800,000 2,186,972 1,386,972
Total revenues 22,408,560 23,301,416 25,166,232 1,864,816
EXPENDITURES
Total expenditures - - - -
Excess of revenues over expenditures 22,408,560 23,301,416 25,166,232 1,864,816
OTHER FINANCING SOURCES (USES)
Transfers in - - - -
Transfers out (28,466,190) (28,545,390) (28,545,390) -
Total other financing sources (uses) (28,466,190) (28,545,390) (28,545,390) -
Excess (deficiency) of revenues and other
financing sources over (under) expenditures
and other financing uses (6,057,630) (5,243,974) (3,379,158) 1,864,816
Fund balances - beginning 16,320,354 16,320,354 16,320,354 -
Fund balances - ending $ 10,262,724 $ 11,076,380 $ 12,941,196 $ 1,864,816
The notes to the financial statements are an integral part of this statement.
For the Year Ended September 30, 2023
Budgeted Amounts
City of Clearwater, Florida
Statement of Revenues, Expenditures, and Changes in Fund Balances -
Budget and Actual (GAAP Basis)
Special Development Fund
29
Water Solid Waste
and Sewer Gas & Recycling
Utility Utility Utility
ASSETS
Current assets:
Cash and investments $ 179,166,725 $ 29,547,189 $ 48,651,944
Accrued interest receivable 575,615 92,591 138,386
Accounts and contracts receivable:
Billed 5,123,161 1,276,736 1,523,963
Unbilled charges estimated 3,640,100 1,582,400 1,211,117
8,763,261 2,859,136 2,735,080
Less: Allowance for uncollectable accounts (60,029) (43,689) (18,210)
Total receivables, net 8,703,232 2,815,447 2,716,870
Lease receivables 39,377 - -
Other receivables 33,181 41,755 1,432
Due from other funds - - -
Due from other governments 706,787 9,813 -
Inventories, at cost 1,212,890 3,709,811 -
Prepaid expenses and other assets 5,080 344,280 -
Total current assets - unrestricted 190,442,887 36,560,886 51,508,632
Current assets - restricted:
Restricted cash and investments 11,348,773 3,816,615 1,368,082
Total current assets - restricted 11,348,773 3,816,615 1,368,082
Total current assets 201,791,660 40,377,501 52,876,714
Noncurrent assets:
Restricted:
Restricted cash and investments 5,449,298 300,000 -
Advances to other funds - - -
Net pension asset 785,281 398,555 512,951
Capital assets:
Land and other nondepreciable assets 24,986,183 2,439,629 1,858,115
Capital assets, net of accumulated depreciation 180,237,332 100,420,933 18,341,350
Intangible right-to-use lease assets, net of accumulated amortization - - -
Intangible right-to-use subscription assets, net of accumulated amortization - - -
Total noncurrent assets 211,458,094 103,559,117 20,712,416
Total assets 413,249,754 143,936,618 73,589,130
DEFERRED OUTFLOWS OF RESOURCES
Deferred outflows - bond refunding 6,911,662 93,396 -
Deferred outflows - pension 3,760,850 1,908,749 2,456,615
Deferred outflows - other postemployment benefits 81,761 40,059 54,303
Total deferred outflows of resources 10,754,273 2,042,204 2,510,918
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Statement of Net Position
Proprietary Funds
September 30, 2023
Business-type
Enterprise
30
Governmental
Activities -
Stormwater Other Internal Service
Utility Funds Total Funds
$ 45,126,447 $ 62,430,694 $ 364,922,999 $ 90,052,153
131,087 189,931 1,127,610 275,633
873,622 - 8,797,482 -
1,445,600 - 7,879,217 -
2,319,222 - 16,676,699 -
(12,090) - (134,018) -
2,307,132 - 16,542,681 - -
- 5,914,416 5,953,793 -
802 - 77,170 48,206
- - - 353,302
- 30,000 746,600 467
- 80,949 5,003,650 520,420
- 100 349,460 4,056,264
47,565,468 68,646,090 394,723,963 95,306,445
1,027,609 - 17,561,079 -
1,027,609 - 17,561,079 -
48,593,077 68,646,090 412,285,042 95,306,445
1,375,312 - 7,124,610 -
- - - 1,498,208
173,993 205,485 2,076,265 640,511
25,325,058 5,703,642 60,312,627 1,047,490
46,013,239 14,511,065 359,523,919 23,493,989
- - - 1,001,374
- - - 5,373,111
72,887,602 20,420,192 429,037,421 33,054,683
121,480,679 89,066,282 841,322,463 128,361,128
147,430 - 7,152,488 -
833,282 984,103 9,943,599 3,067,521
21,061 31,420 228,604 63,841
1,001,773 1,015,523 17,324,691 3,131,362
(Continued)
Activities
Funds
31
Water Solid Waste
and Sewer Gas & Recycling
Utility Utility Utility
City of Clearwater, Florida
Statement of Net Position
Proprietary Funds
September 30, 2023
Business-type
Enterprise
LIABILITIES
Current liabilities:
Accounts and contracts payable 7,794,896 1,966,630 668,914
Accrued payroll 288,148 135,675 165,441
Accrued interest payable 142,672 115,417 42,518
Deposits - - -
Current portion of long-term liabilities:
Compensated absences 430,413 288,479 246,622
Other postemployment benefits 111,661 54,708 74,162
Bonds payable 745,000 682,917 -
Financed purchases 173,906 - -
Lease liabilities - - -
Subscription liabilities - - -
Due to other funds 108,132 - 539,493
Claims payable - - -
Total current liabilities (payable from current assets) 9,794,828 3,243,826 1,737,150
Current liabilities (payable from restricted assets):
Construction contracts payable 1,549,666 - -
Accrued interest payable 1,456,070 16,589 -
Current portion of long-term liabilities, bonds payable 3,725,000 62,083 -
Customer deposits 4,618,037 3,737,943 1,368,082
Total current liabilities (payable from restricted assets) 11,348,773 3,816,615 1,368,082
Total current liabilities 21,143,601 7,060,441 3,105,232
Noncurrent liabilities:
Compensated absences 264,835 177,502 151,748
Other postemployment benefits 2,431,855 1,191,480 1,615,163
Bonds payable (net of unamortized premiums/discounts) 111,501,004 5,685,000 -
Financed purchases 145,303 - -
Lease liabilities - - -
Subscription liabilities - - -
Advances from other funds 216,437 - 1,708,860
Claims payable - - -
Total noncurrent liabilities 114,559,434 7,053,982 3,475,771
Total liabilities 135,703,035 14,114,423 6,581,003
DEFERRED INFLOWS OF RESOURCES
Deferred inflows - pension 309,483 157,072 202,157
Deferred inflows - other postemployment benefits 929,874 455,589 617,593
Deferred inflows - leases 61,086 - -
Total deferred inflows of resources 1,300,443 612,661 819,750
NET POSITION
Net investment in capital assets 93,531,493 96,098,674 20,199,465
Restricted for:
Revenue bond debt service and sinking fund requirements 3,725,000 62,083 -
Revenue bond renewal and replacement requirements 1,554,730 300,000 -
Water and sewer impact fees 3,922,919 - -
Stormwater system fees - - -
Pensions 785,281 398,555 512,951
Unrestricted 183,481,126 34,392,426 47,986,879
Total net position $ 287,000,549 $ 131,251,738 $ 68,699,295
The notes to the financial statements are an integral part of this statement.
32
Governmental
Activities -
Stormwater Other Internal Service
Utility Funds Total Funds
Activities
Funds
1,165,355 693,679 12,289,474 2,710,538
61,000 84,007 734,271 230,402
- - 300,607 38,140
- 77,011 77,011 -
154,794 106,919 1,227,227 502,065
28,762 42,911 312,204 87,187
77,917 - 1,505,834 -
- - 173,906 1,802,756
- - - 526,874
- - - 1,863,478
- 4,755 652,380 4,533,034
- - - 4,580,901
1,487,828 1,009,282 17,272,914 16,875,375
- - 1,549,666 -
170,526 - 1,643,185 -
857,083 - 4,644,166 -
- - 9,724,062 -
1,027,609 - 17,561,079 -
2,515,437 1,009,282 34,833,993 16,875,375
95,246 65,789 755,120 308,923
626,415 934,548 6,799,461 1,898,849
10,682,696 - 127,868,700 -
- - 145,303 1,353,040
- - - 475,084
- - - 1,702,625
- 20,442 1,945,739 9,404,645
- - - 7,207,414
11,404,357 1,020,779 137,514,323 22,350,580
13,919,794 2,030,061 172,348,316 39,225,955
68,571 80,983 818,266 252,428
239,524 357,345 2,599,925 726,067
- 5,919,810 5,980,896 -
308,095 6,358,138 9,399,087 978,495
59,423,969 19,992,502 289,246,103 22,999,559
2,232,395 - 6,019,478 -
- - 1,854,730 -
- - 3,922,919 -
14,318 - 14,318 -
173,993 205,485 2,076,265 640,511
46,409,888 61,495,619 373,765,938 67,647,970
$ 108,254,563 $ 81,693,606 676,899,751 $ 91,288,040
Net position of business-type activities $ 673,118,138
(3,781,613) Adjustment to reflect consolidation of internal
service fund activities related to enterprise funds
33
Water Solid Waste
and Sewer Gas & Recycling
Utility Utility Utility
Operating revenues:
Sales to customers $ 105,428,586 $ 44,076,030 $ 31,731,506
Service charges to customers 222,166 2,606,437 -
User charges to customers - - -
Billings to departments - - -
Rentals 65,659 - 376,566
Other 416,250 489,177 246,901
Total operating revenues 106,132,661 47,171,644 32,354,973
Operating expenses:
Personal services 14,794,262 6,823,739 9,495,635
Purchases for resale 7,578,170 15,045,400 -
Operating materials and supplies 6,288,980 773,729 682,541
Transportation 1,467,770 654,950 5,018,160
Utility service 4,253,464 203,767 177,163
Dumping charges 34,784 - 5,490,838
Depreciation 11,615,441 4,085,464 1,109,148
Amortization of intangible right-to-use lease assets - - -
Amortization of intangible right-to-use subscription assets - - -
Interfund administrative charges 6,933,290 3,022,990 1,671,360
Other current charges:
Professional fees 8,186,594 1,161,862 984,762
Advertising and marketing 40,065 1,236,670 52,943
Communications 202,622 158,140 89,097
Printing and binding 5,048 9,942 16,478
Insurance 1,861,440 640,040 358,890
Repairs and maintenance 23,962,131 22,631 166,043
Rentals 221,223 11,057 2,767
Miscellaneous 437,024 252,814 225,829
Data processing charges 1,219,680 702,520 275,170
Taxes - 2,338,741 11,207
Total other current charges 36,135,827 6,534,417 2,183,186
Total operating expenses 89,101,988 37,144,456 25,828,031
Operating income (loss) 17,030,673 10,027,188 6,526,942
The notes to the financial statements are an integral part of this statement.
Enterprise
City of Clearwater, Florida
Statement of Revenues, Expenses, and Changes in Net Position
Proprietary Funds
For the Year Ended September 30, 2023
Business-type
34
Governmental
Activities -
Stormwater Other Internal Service
Utility Funds Total Funds
$ 17,403,343 $ 13,951,100 $212,590,565 $ -
- - 2,828,603 -
- 192,210 192,210 -
- - - 70,441,026
- 3,562,922 4,005,147 -
170,033 1,538,293 2,860,654 622,949
17,573,376 19,244,525 222,477,179 71,063,975
3,410,904 4,588,338 39,112,878 12,014,244
- 3,004,317 25,627,887 5,258,728
199,162 449,725 8,394,137 1,641,474
906,741 111,414 8,159,035 307,805
79,005 748,090 5,461,489 505,718
107,977 - 5,633,599 -
3,424,732 813,227 21,048,012 9,817,922
- - - 665,563
- - - 132,432
1,486,990 2,494,160 15,608,790 285,050
640,991 806,756 11,780,965 13,200,159
- 1,618 1,331,296 -
32,558 58,847 541,264 1,206,685
344 21,751 53,563 31,579
113,920 156,840 3,131,130 30,092,023
702,186 480,259 25,333,250 1,345,688
5,262 2,209 242,518 219,472
82,304 1,001,371 1,999,342 485,437
338,340 239,220 2,774,930 731,610
- 29,247 2,379,195 16,205
1,915,905 2,798,118 49,567,453 47,328,858
11,531,416 15,007,389 178,613,280 77,957,794
6,041,960 4,237,136 43,863,899 (6,893,819)
(Continued)
Activities
Funds
35
Water Solid Waste
and Sewer Gas & Recycling
Utility Utility Utility
Enterprise
City of Clearwater, Florida
Statement of Revenues, Expenses, and Changes in Net Position
Proprietary Funds
For the Year Ended September 30, 2023
Business-type
Nonoperating revenues (expenses):
Investment earnings (loss):
Interest 3,783,430 608,773 909,696
Net appreciation (depreciation) in fair value 1,594,500 100,674 83,175
Total investment earnings (loss) 5,377,930 709,447 992,871
Interest expense (4,578,943) (351,315) (103,917)
Gain (loss) on disposal of capital assets (66,062) 5,556 -
Total nonoperating revenue (expenses) 732,925 363,688 888,954
Income (loss) before contributions and transfers 17,763,598 10,390,876 7,415,896
Capital grants and contributions 2,513,404 - -
Transfers in - - -
Transfers out (5,355,375) (1,700,000) (1,624,340)
Change in net position 14,921,627 8,690,876 5,791,556
Net position - beginning (as previously reported) 272,078,922 122,560,862 62,907,739
Prior period adjustment (See Note IV.H.) - - -
Net position - beginning (restated) 272,078,922 122,560,862 62,907,739
Total net position - ending $ 287,000,549 $ 131,251,738 $ 68,699,295
Change in Net Position of Proprietary Funds
Adjustment to reflect the consolidation of internal service fund activities related to enterprise funds
Change in net position of business-type activities (page 23)
The notes to the financial statements are an integral part of this statement.
36
Governmental
Activities -
Stormwater Other Internal Service
Utility Funds Total Funds
Activities
Funds
861,010 1,379,074 7,541,983 1,863,405
266,264 (1,698,545) 346,068 403,756
1,127,274 (319,471) 7,888,051 2,267,161
(388,996) - (5,423,171) (323,313)
- - (60,506) 383,203
738,278 (319,471) 2,404,374 2,327,051
6,780,238 3,917,665 46,268,273 (4,566,768)
- 94,996 2,608,400 -
- 11,750,000 11,750,000 5,467,851
(1,428,042) (1,651,363) (11,759,120) (196,847)
5,352,196 14,111,298 48,867,553 704,236
102,902,367 67,100,455 627,550,345 90,583,804
- 481,853 481,853 -
102,902,367 67,582,308 628,032,198 90,583,804
$ 108,254,563 $ 81,693,606 $676,899,751 $ 91,288,040
$ 48,867,553
(2,425,387)
$ 46,442,166
37
Water Solid Waste
and Sewer Gas & Recycling
Utility Utility Utility
CASH FLOWS FROM OPERATING
ACTIVITIES
Cash received from customers $ 105,865,097 $ 47,753,752 $ 32,309,566
Cash received from other funds - - -
Cash payments to suppliers (51,320,602) (23,175,548) (7,476,434)
Cash payments to employees (13,923,663) (7,122,662) (8,817,849)
Cash payments to other funds (12,574,942) (5,472,510) (7,640,444)
Net cash provided (used) by operating activities 28,045,890 11,983,032 8,374,839
CASH FLOWS FROM NONCAPITAL
FINANCING ACTIVITIES
Transfers from other funds - - -
Transfers to other funds (5,355,375) (1,700,000) (1,624,340)
Receipt of cash on loans to/from other funds - - -
Payment of cash on loans to/from other funds (105,476) - (528,706)
Net cash provided (used) by noncapital financing activities (5,460,851) (1,700,000) (2,153,046)
CASH FLOWS FROM CAPITAL AND
RELATED FINANCING ACTIVITIES
Principal payments on debt (4,497,803) (760,741) -
Interest paid (4,486,570) (199,941) (66,221)
Acquisition of capital assets (7,464,160) (5,519,877) (10,302)
Proceeds from sale of capital assets 37,992 - -
Capital contributed by:
Other governmental entities 2,217,833 - -
Property owners 5,464 - -
Developers 542,634 - -
Net cash provided (used) by capital
and related financing activities (13,644,610) (6,480,559) (76,523)
CASH FLOWS FROM INVESTING
ACTIVITIES
Interest received 5,110,910 664,071 924,006
Net cash provided (used) by investing activities 5,110,910 664,071 924,006
Net increase (decrease) in cash and cash equivalents 14,051,339 4,466,544 7,069,276
Cash and cash equivalents at beginning of year 181,913,457 29,197,260 42,950,750
Cash and cash equivalents at end of year $ 195,964,796 $ 33,663,804 $ 50,020,026
Cash and cash equivalents classified as:
Cash and investments $ 179,166,725 $ 29,547,189 $ 48,651,944
Restricted cash and investments 16,798,071 4,116,615 1,368,082
Total cash and cash equivalents $195,964,796 $ 33,663,804 $ 50,020,026
The notes to the financial statements are an integral part of this statement.
Enterprise
City of Clearwater, Florida
Statement of Cash Flows
Proprietary Funds
For the Year Ended September 30, 2023
Business-type
38
Governmental
Activities -
Stormwater Other Internal Service
Utility Funds Total Funds
$ 17,479,127 $ 19,249,282 $222,656,824 $ -
- - - 71,088,094
(1,521,488) (6,687,498) (90,181,570) (51,393,395)
(2,974,543) (4,372,024) (37,210,741) (10,976,610)
(2,928,697) (3,225,719) (31,842,312) (2,215,213)
10,054,399 4,964,041 63,422,201 6,502,876
- 11,750,000 11,750,000 5,467,851
(1,428,042) (1,651,363) (11,759,120) (196,847)
- 25,197 25,197 5,643,518
- - (634,182) (3,279,643)
(1,428,042) 10,123,834 (618,105) 7,634,879
(890,000) - (6,148,544) (3,346,054)
(429,369) - (5,182,101) (346,805)
(1,854,257) (1,474,080) (16,322,676) (10,784,324)
- - 37,992 584,045
- 61,128 2,278,961 -
- - 5,464 -
- - 542,634 -
(3,173,626) (1,412,952) (24,788,270) (13,893,138)
1,064,957 (442,193) 7,321,751 2,133,701
1,064,957 (442,193) 7,321,751 2,133,701
6,517,688 13,232,730 45,337,577 2,378,318
41,011,680 49,197,964 344,271,111 87,673,835
$ 47,529,368 $ 62,430,694 $389,608,688 $ 90,052,153
$ 45,126,447 $ 62,430,694 $ 364,922,999 $ 90,052,153
2,402,921 - 24,685,689 -
$ 47,529,368 $ 62,430,694 $389,608,688 $ 90,052,153
(Continued)
Activities
Funds
39
Water Solid Waste
and Sewer Gas & Recycling
Utility Utility Utility
Enterprise
City of Clearwater, Florida
Statement of Cash Flows
Proprietary Funds
For the Year Ended September 30, 2023
Business-type
Reconciliation of operating income (loss) to
net cash provided by operating activities:
Operating income (loss) $ 17,030,673 $ 10,027,188 $ 6,526,942
Adjustments to reconcile operating income (loss)
to net cash provided by operating activities:
Depreciation 11,615,441 4,085,464 1,109,148
Amortization of intangible right-to-use lease assets - - -
Amortization of intangible right-to-use subscription assets - - -
Capitalized labor and materials (107,531) (711,050) -
Change in assets, deferred outflows, liabilities and deferred inflows:
(Increase) decrease in accounts receivable (176,909) 619,639 (72,069)
(Increase) decrease in lease receivables 152,345 - -
(Increase) decrease in due from other governments - - -
(Increase) decrease in inventory (126,218) (1,551,536) -
(Increase) decrease in prepaid expenses 209,547 - -
(Increase) decrease in net pension asset (785,281) (398,555) (512,951)
(Increase) decrease in deferred outflows 2,291,735 1,360,995 1,821,299
Increase (decrease) in accounts and contracts payable (1,258,475) (774,661) 106,370
Increase (decrease) in accrued payroll 21,023 (65,513) (150,305)
Increase (decrease) in deposits (73,152) (37,531) 26,662
Increase (decrease) in other postemployment benefits 99,116 (125,646) 24,449
Increase (decrease) in net pension liability (295,233) (159,133) (208,688)
Increase (decrease) in deferred inflows (551,191) (286,629) (296,018)
Total adjustments 11,015,217 1,955,844 1,847,897
Net cash provided by operating activities $ 28,045,890 $ 11,983,032 $ 8,374,839
Non-cash investing, capital and financing activities:
Contributions from developers $ 314,730 $ - $ -
Contributions from property owners $ - $ - $ -
The notes to the financial statements are an integral part of this statement.
40
Governmental
Activities -
Stormwater Other Internal Service
Utility Funds Total Funds
Activities
Funds
$ 6,041,960 $ 4,237,136 $ 43,863,899 $ (6,893,819)
3,424,732 813,227 21,048,012 9,817,922
- - - 665,563
- - - 132,432
- - (818,581) -
(94,249) - 276,412 40,613
- (573,766) (421,421) -
- - - (459)
- (5,283) (1,683,037) (33,939)
- (100) 209,447 (1,145,687)
(173,993) (205,485) (2,076,265) (640,511)
826,547 525,459 6,826,035 2,321,205
245,595 (302,010) (1,983,181) 2,882,616
(15,803) (346) (210,944) (72,472)
- (11,548) (95,569) -
6,611 74,354 78,884 45,641
(80,962) (73,285) (817,301) (263,126)
(126,039) 485,688 (774,189) (353,103)
4,012,439 726,905 19,558,302 13,396,695
$ 10,054,399 $ 4,964,041 $ 63,422,201 $ 6,502,876
$- $ - $314,730 $ -
$- $ 49,192 $ 49,192 $ -
41
Pension Custodial
Trust Funds Fund
ASSETS
Cash and investments $ 19,267,524 $ 868,140
Receivables:
Interest and dividends 4,112,603 1,919
Unsettled investment sales 6,905,040 -
Securities lending earnings 24,073 -
Due from others - 50,947
Total receivables 11,041,716 52,866
Managed investment accounts, at fair value:
Cash and cash equivalents 22,497,357 -
Government bonds 50,532,262 -
Index linked government bonds 2,877,928 -
Agency bonds 6,001,109 -
Municipal bonds 3,156,037 -
Domestic corporate bonds 112,892,160 -
International equity securities 106,970,687 -
Domestic stocks 264,344,573 -
Mortgage backed bonds 116,848,804 -
Government issued commercial mortgage backed bonds 21,929 -
Asset backed securities 15,397,042 -
Other/rights/warrants 1,606 -
Domestic equity mutual funds 250,879,222 -
International equity mutual funds 20,200,564 -
Infrastructure 91,519,858 -
Real estate 126,246,933 -
Total managed investment accounts 1,190,388,071 -
Securities lending collateral 105,506,639 -
Total assets 1,326,203,950 921,006
LIABILITIES
Accounts payable 824,785 34,287
Unsettled investment purchases 14,945,354 -
Other payables 42,750 -
Obligations under securities lending 105,506,639 -
Total liabilities 121,319,528 34,287
NET POSITION
Restricted for:
Pensions 1,204,884,422 -
Individuals, organizations and other governments - 886,719
Total net position $ 1,204,884,422 $ 886,719
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Statement of Fiduciary Net Position
Fiduciary Funds
September 30, 2023
42
Pension Custodial
Trust Funds Fund
ADDITIONS
Contributions:
Contributions from employer $ 12,659,053 $ -
Contributions from employer - state tax 2,943,043 -
Contributions from employees 8,941,002 -
Individuals, organizations and other governments - 795,142
Total contributions 24,543,098 795,142
Investment earnings (loss):
Net increase (decrease) in fair value of investments 112,353,833 -
Interest, dividends and other 21,949,610 22,280
Securities lending income 5,962,399 -
Total investment earnings (loss) 140,265,842 22,280
Less investment costs:
Investment management / custodian fees (6,904,501) -
Securities lending costs (5,656,768) -
Net investment earnings (loss) 127,704,573 22,280
Miscellaneous 9,967 -
Total additions 152,257,638 817,422
DEDUCTIONS
Benefits 65,312,560 -
Refunds and transfers to other systems 1,354,890 -
Administrative expenses 425,542 -
Payments to individuals, organizaions and other governments - 787,486
Total deductions and administrative expenses 67,092,992 787,486
Net increase (decrease) in fiduciary net position 85,164,646 29,936
Fiduciary net position - beginning 1,119,719,776 856,783
Fiduciary net position - ending $ 1,204,884,422 $ 886,719
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Statement of Changes in Fiduciary Net Position
Fiduciary Funds
For the Year Ended September 30, 2023
43
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
44
Note I – Summary of Significant Accounting Policies
The City of Clearwater was first incorporated in 1915 and reestablished in 1923 as a municipal corporation by Chapter 9710,
Special Laws of Florida, 1923, as amended. The City is a Florida municipal corporation governed by a five-member City
Council including a mayor-council member. The City has an estimated population of 118,904 and is located in the four-
county Tampa-St. Petersburg-Clearwater Metropolitan Statistical Area (MSA), which has an estimated population of
3,331,228.
The financial statements of the City of Clearwater, Florida, reporting entity (City) have been prepared in accordance with
generally accepted accounting principles (GAAP) as applied to governmental units. The Governmental Accounting
Standards Board (GASB) is the standard-setting body for governmental accounting and financial reporting. The GASB
periodically updates its codification of the existing Governmental Accounting and Financial Reporting standards which,
along with subsequent GASB pronouncements (Statements and Interpretations), constitutes GAAP for governmental units.
The City’s more significant accounting policies are described below.
I.A. Financial Reporting Entity
In evaluating the City as a reporting entity, management has included in the accompanying financial statements the City of
Clearwater (the primary government) and its component units, entities for which the government is financially accountable.
The City has adhered to the standards set forth in GASB Statement No. 14, as amended by GASB Statement No. 39,
GASB Statement No. 61 and GASB Statement No. 90, in reporting the primary government (including blended component
units), the reporting entity, and related organizations.
Blended Component Unit – Clearwater Community Redevelopment Agency: Component units that meet the criteria for
blended presentation are reported in a manner similar to that of the primary government itself. Accordingly, throughout this
report, data presented for the primary government includes data of the following blended component unit. The Clearwater
Community Redevelopment Agency (CRA) is a dependent special district created by Resolution 81-67 and Ordinance 2779-
82 by authority of Chapter 163, Part III, of the Florida Statutes. Although it is legally separate, it is reported as if it were part
of the City (blended component unit) because the City Council serves as the governing board of the CRA per Resolution
81-68, and City management has operational responsibility for the CRA. Therefore, financial statements for the CRA are
included in the City’s annual comprehensive financial report as a governmental non-major special revenue fund and a
governmental non-major capital projects fund. In accordance with Chapter 163.387(8), Florida Statutes, and Rule 10.556,
Rules of the Auditor General, separate audited financial statements of the CRA are available from the City of Clearwater
Finance Department.
Related Organization – Clearwater Housing Authority (CHA): CHA is a dependent special district created by General Law
by authority of Chapter 421, Part I, Florida Statutes. As a public housing authority, CHA receives primary funding from the
Federal Department of Housing and Urban Development (HUD). The City Council appoints the governing board; however,
the City Council is not able to impose its will on the CHA, nor does the City have any responsibility for the budget, debt,
financing deficits, or fiscal management of CHA. Consequently, it is not a component unit of the City of Clearwater. Separate
audited financial statements of the CHA as of March 31, 2023 are available from CHA.
Related Organization – Downtown Development Board: The City of Clearwater serves as administrative agent for the
Clearwater Downtown Development Board (DDB). The Downtown Development Board is an independent special district
created by Special Act by authority of Chapter 189.031, Florida Statutes. The DDB is governed by a board elected by its
members, levies ad valorem taxes (0.9700 mills for fiscal 2023) on downtown properties, and is not financially dependent
upon the City. Consequently, it is not a component unit of the City of Clearwater. The DDB’s cash balance held by the City
as administrative agent is reflected in the City’s fiduciary custodial fund. Separate audited financial statements of the DDB
as of September 30, 2023 are available from the City of Clearwater Finance Department.
Jointly governed organization – Florida Gas Utility: The City of Clearwater is a member of the Florida Gas Utility (FGU), a
non-profit municipal public entity created for the primary purpose of reducing the costs of purchased gas for its members.
FGU is a public body corporate and politic pursuant to Section 163.01, Florida Statutes (the Florida Interlocal Cooperation
Act), as amended, and the Interlocal Agreement, dated September 1, 1989, which was subsequently amended by the
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
45
Amended Interlocal Agreement on June 1, 1992, amended and restated by the Amended and Restated Interlocal
Agreement, dated July 1, 1996, then amended and restated by the Second Amended and Restated Interlocal Agreement,
dated July 27, 1999, and then amended and restated by the Third Amended and Restated Interlocal Agreement dated
March 25, 2011 (the Interlocal Agreement), executed and delivered among FGU and its members, which include
municipalities, municipal utilities, and an interlocal agreement consisting of such entities. Due to the diverse needs of
municipal utility systems, FGU established itself as a project-oriented agency. Under this structure, each member has the
option to participate in a project. FGU has the authority to, among other things, plan, finance, acquire, construct, manage,
operate, deliver, service, utilize, own, broker, exchange, and distribute natural gas, or other energy and energy services,
pursuant to the Interlocal Agreement. As of September 30, 2023, FGU has 25 members. Separate audited financial
statements of FGU as of September 30, 2023, are available from FGU.
I.B. Basis of Presentation
The City’s Basic Financial Statements contain three components: government-wide financial statements, fund financial
statements, and notes to the financial statements.
I.B.1. Government-wide financial statements. The government-wide financial statements report information on all of the
nonfiduciary activities of the primary government and its component unit using the accrual basis of accounting, which is
similar to the accounting used by private-sector businesses. Governmental activities, which normally are supported by taxes
and intergovernmental revenues, are reported separately from business-type activities, which rely to a significant extent on
fees and charges for support.
The statement of net position presents information on all assets, deferred outflows of resources, liabilities, and deferred
inflows of resources of the City. Net position is defined as the residual of all other elements presented in a statement of
financial position. Net position is the difference between (a) assets and deferred outflows of resources and (b) liabilities and
deferred inflows of resources. Changes in net position may serve as an indicator of whether the financial position of the City
is improving or deteriorating.
The statement of activities demonstrates the degree to which the direct expenses of a given function or segment are offset
by program revenues. Direct expenses are those that are clearly identifiable with a specific function or segment. Program
revenues include 1) charges to customers or applicants who purchase, use, or directly benefit from goods, services, or
privileges provided by a given function or segment and 2) grants and contributions that are restricted to meeting the
operational or capital requirements of a particular function or segment. The operating grants include operating-specific and
discretionary (either operating or capital) grants while the capital grants column reflects capital-specific grants. Taxes and
other items not properly included among program revenues are reported instead as general revenues. All revenues and
expenses are reported as soon as the underlying transaction has occurred, regardless of when cash is received or paid.
As a general rule, the effect of interfund activity has been eliminated from the government-wide financial statements.
Exceptions to this general rule are payments-in-lieu of taxes and other interfund services provided and used. Elimination of
these charges would distort the direct costs and program revenues reported for the various functions concerned.
I.B.2. Fund financial statements. Separate financial statements are provided for governmental funds, proprietary funds,
and fiduciary funds, even though the latter are excluded from the government-wide financial statements. An emphasis is on
the major funds in either the governmental or business-type categories. Major individual governmental funds and major
individual enterprise funds are reported as separate columns in the fund financial statements. Non-major funds (by category)
are summarized into a single column.
The City reports the following major governmental funds:
The General Fund is the government’s primary operating fund. It accounts for all financial resources of the general
government, except those required to be accounted for in another fund.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
46
The Special Development Fund is a special revenue fund used to account for impact fees, property taxes for road
improvements, local option gas taxes, infrastructure taxes, and other revenues which are restricted legally or by City Council
policy to be used for specific capital improvement projects.
The Special Programs Fund is a special revenue fund used to account for grants and contributions, the use of which is
restricted for certain programs.
The Capital Improvement Fund is used to provide combined accounting presentation for all City capital improvement
projects except those financed from proprietary funds or bond proceeds where bond ordinance provisions require the
segregation of bond proceeds in separate funds.
The City reports the following major enterprise funds:
The Water and Sewer Utility enterprise fund is used to account for the financing, construction, operation, and maintenance
of the water and sewer services of the City from charges made to users of the service.
The Gas Utility enterprise fund is used to account for the financing, construction, operation, and maintenance of the gas
services of the City from charges made to the users of the service.
The Solid Waste & Recycling Utility enterprise fund is used to account for the financing, construction, operation, and
maintenance of the solid waste and recycling services of the City from charges made to the users of the service.
The Stormwater Utility enterprise fund is used to account for the financing, construction, operation, and maintenance of the
stormwater management system of the City from charges assessed against each developed property.
Proprietary funds distinguish operating revenues and expenses from nonoperating items. Operating revenues and expenses
generally result from providing services and producing and delivering goods in connection with the proprietary fund’s
principal ongoing operations. Operating expenses for proprietary funds include the cost of sales and service, administrative
expenses, and depreciation on capital assets. All revenues and expenses not meeting this definition are reported as
nonoperating revenues and expenses.
Additionally, the City reports the following fund types:
Internal service funds account for fleet management, information technology, telephone, employee relations, facilities
management, radio communications, insurance, and risk management services provided to other City departments on a
cost reimbursement basis. The Garage, Administrative Services, General Services, and Central Insurance funds primarily
benefit governmental funds and are consequently included as governmental activities.
Pension trust funds account for the financial operation and condition of the Employees’ Pension Plan, the Firefighters’ Relief
and Pension Plan, the Police Supplemental Pension Plan, and the Firefighters’ Supplemental Pension Plan.
The custodial fund accounts for the receipt, custody, and expenditure of monies held temporarily in an agency capacity for
other parties. The custodial fund holds the cash balance for the Clearwater Downtown Development Board (DDB), an
independent special district for which the City serves as administrative agent, and also the Treasurer’s Escrow Fund, which
includes amounts held by the City in an escrow capacity for various parties.
The pension trust funds and the custodial fund are fiduciary funds used to account for resources held for the benefit of
parties outside the government. Fiduciary funds are not included in the government-wide financial statements because the
resources of these funds are not available to support the City’s own programs.
I.C. Measurement Focus and Basis of Accounting
The government-wide financial statements are reported using the economic resources measurement focus and the accrual
basis of accounting, as are the proprietary fund and fiduciary fund financial statements. Revenues are recorded when
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
47
earned and expenses are recorded when a liability is incurred, regardless of the timing of related cash flows. Property taxes
are recognized as revenues in the year for which they are levied. Grants and similar items are recognized as revenue as
soon as all eligibility requirements imposed by the provider have been met.
Governmental fund financial statements are reported using the current financial resources measurement focus and the
modified accrual basis of accounting. Revenues are recognized as soon as they are both measurable and available.
Revenues are considered to be available when they are collectible within the current period or soon enough thereafter to
pay liabilities of the current period. For this purpose, the City considers property tax revenues to be available if they are
collected within 60 days of the end of the current fiscal year. Other revenues are considered to be available if they are
collected within 90 days of fiscal year-end. Expenditures generally are recorded when a liability is incurred, as under accrual
accounting. However, debt service expenditures, as well as expenditures related to compensated absences and claims and
judgments, are recorded only when payment is due.
Intergovernmental revenues, representing grants and assistance received from other governmental units, are generally
recognized as revenues in the period when all eligibility requirements, as defined by GASB Statement No. 33, have been
met, and funds are available from the grantor agency or government.
Taxes, franchise fees, licenses, and interest associated with the current fiscal period are all considered susceptible to
accrual and so have been recognized as revenues of the current fiscal period for the governmental funds. All other revenue
items are considered to be measurable and available only when cash is received by the City.
I.D. Statements of cash flows
For purposes of the statements of cash flows, investments with original maturities of three months or less are considered to
meet the definition of cash equivalents. The majority of the investments in which the City's proprietary funds have equity are
held by the City's consolidated pool of cash and investments. Since fund equities in this cash management pool have the
general characteristics of demand deposits in that additional funds may be deposited at any time, and funds may be withdrawn
at any time without prior notice or penalty, each fund's equity account is considered a cash equivalent regardless of the
maturities of investments held by the pool. Funds with deficit (overdraft) positions within the consolidated pool report the deficits
as interfund payables to the City's Capital Improvement Fund.
I.E. Assets, Liabilities, and Net position or Fund Balance
I.E.1. Deposits, pooled cash, and investments
Cash and investments are presented on the balance sheet in the basic financial statements at fair value in accordance with
Generally Accepted Accounting Principles.
Investments with original maturities of three months or less are considered to meet the definition of cash equivalents. The
majority of the investments are held by the City's consolidated pool of cash and investments. The City utilizes the consolidated
cash pool to account for cash and investments of all City funds other than those that are required by ordinance to be physically
segregated. The consolidated cash pool concept allows each participating fund to benefit from the economies of scale and
improved yield that are inherent to a larger investment pool. Formal accounting records detail the individual equities of the
participating funds. The cash pool utilizes a single checking account for all City receipts and disbursements.
Since fund equities in this cash management pool have the general characteristics of demand deposits in that additional funds
may be deposited at any time and funds may be withdrawn at any time without prior notice or penalty, each fund's equity in
pooled cash account is considered a cash equivalent, regardless of the maturities of investments held by the pool.
All individual fund cash equity in a deficit (overdraft) position with respect to the consolidated cash pool is reclassified at
year-end to short-term interfund payables to the Capital Improvement Fund. The Capital Improvement Fund is the fund
selected by management to reflect the offsetting interfund receivables in such cases.
The City Charter and the current Investment Policy, adopted by the City Council on September 9, 2010, authorize
consolidated cash pool investments in the following: direct federal government obligations; federal agencies and
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
48
instrumentalities; SEC registered money market funds with the highest credit quality rating; interest bearing time deposits
or savings accounts in qualified public depositories; debt issued by the State of Florida or any political subdivision thereof
including pools; securities of open-end or closed-end management-type investment companies as defined in the policy;
collateralized repurchase agreements and reverse repurchase agreements; local government investment pools per Section
163.01, Florida Statutes; and commercial paper of prime quality as defined in the policy. All investments are reported at fair
value.
The City utilizes a conservative investment philosophy when it invests its pooled cash funds in that the return of the principal
is more important than the return on the principal. The City does not actively trade its portfolio and generally holds investments
until maturity. Using a laddered approach to maturities and timing maturities to cash needs, the City does not anticipate selling
investments to meet cash flow requirements.
Under the City’s Investment Policy, a performance measurement standard has been established. The performance measure
chosen is a weighted average of the overnight interest rate; and three-month, six-month, one-year, three-year, five-year, and
ten-year Treasury rates, respectively. For the fiscal year ended September 30, 2023, the performance measure weighted
average was 4.53%. The actual pooled cash earnings performance before bank charges was 1.84%.
Investments being held outside of the consolidated cash pool include escrowed debt service investments and employee
retirement investments. Permissible escrowed debt service investments are specifically defined in each individual debt
instrument, but generally follow the same limitations applicable to consolidated cash pool investments. The City maintains
four different employee retirement programs, and each one has its own list of permitted investments. Generally, each plan
allows the same type of investments as the consolidated cash pool, but additionally allows some portion of its assets to be
invested in corporate bonds, notes of corporations, and stocks that are listed on one or more of the recognized national or
international stock exchanges.
I.E.2. Receivables and payables
Activity between funds that are representative of lending/borrowing arrangements outstanding at the end of the fiscal year
are referred to as either “due to/from other funds” (i.e. the current portion of interfund loans) or “advances to/from other
funds” (i.e. the non-current portion of interfund loans). All other outstanding balances between funds are reported as “due
to/from other funds.” Any residual balances outstanding between the governmental activities and business-type activities
are reported in the government-wide financial statements as “internal balances”.
All trade and property tax receivables are shown net of an allowance for uncollectible accounts. Trade accounts receivable
less than 60 days are included in the trade accounts receivable allowance for uncollectible accounts at the five-year average
loss experience rate of 2.12%. Trade accounts receivable in excess of 60 days are reserved at 40%. The property tax
receivable allowance for uncollectible accounts is 10% of the current year portion of the receivable, and 30%, 50%, 70%,
90%, and 95% for the receivable portions attributable to the prior five years respectively (fiscal 2018 thru 2022), and 100%
of the receivable attributable to fiscal years 2017 and prior.
Property tax revenue is recognized in the fiscal year for which the taxes are levied, provided the availability test is met, in
conformance with National Council on Governmental Accounting Interpretation No. 3. Property taxes for the following fiscal
year are levied by City Council action in September of each year. This levy is apportioned to property owners based on the
previous January 1 assessed values. Tax bills are mailed out on or about November 1, and the collection period runs from
November 1 through March 31. On April 1, unpaid property taxes are considered delinquent and become a lien. Tax
certificates are sold in June for real property with delinquent taxes.
Since taxes are not collected prior to November 1, the City does not record revenue for advance collections. Uncollected
taxes receivable at year-end are recorded, with an appropriate allowance for estimated uncollectible amounts. The net
amount deemed to be collectible but not current (not expected to be collected within sixty days after the close of the fiscal
year) is shown as deferred inflows in the appropriate fund.
All delinquent property taxes, except those levied specifically for the restricted purposes of financing activities accounted
for in the Special Development Fund, are recorded in the General Fund. Property tax revenues are recognized in the General
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
49
Fund and the required transfers to the appropriate debt service or pension fund are recorded as transfers from the General
Fund.
The City is permitted by State law to levy ten mills without referendum. Additional millage not subject to the ten mill limitation
is authorized if approved by referendum, for a period not to exceed two years. The tax rate of 5.8850 mills for the year
ended September 30, 2023 was reduced from 5.9550 mills in fiscal 2022.
Water, gas, solid waste and recycling charges to customers are based on actual consumption. Consumption is determined
on a monthly cycle basis. The City recognizes the unbilled consumption as revenue as of September 30th. Stormwater
revenues are billed according to Equivalent Residential Units (ERU’s). There is no unbilled component of stormwater
revenues as of September 30th.
I.E.3. Inventories and prepaid items
Inventories of proprietary funds are stated at cost and valued on the first-in first-out (FIFO) basis. In governmental funds, the
majority of inventory items are accounted for under the purchase method, which provides that expenditures are recognized
when the inventory item is purchased. The only governmental fund inventory that is accounted for under the consumption
method is the General Fund inventory of items for resale at the City’s public fishing pier. Under the consumption method, the
expenditure/expense is recognized when the inventory item is sold (or consumed).
Certain payments to vendors reflect costs applicable to future accounting periods and are recorded as prepaid items in both
government-wide and fund financial statements. The cost of prepaid items is recorded as expenditures/expenses when
consumed rather than when purchased.
I.E.4. Restricted assets
Certain resources of the City’s enterprise funds are classified as restricted assets. Restricted assets include: Water and Sewer
improvement charges restricted by the authorizing ordinances to the construction of additions and improvements to the water
and sewer systems; Water & Sewer Utility, Gas Utility and Solid Waste & Recycling Utility restricted customer deposits; assets
of the Water & Sewer Utility, Gas Utility, and Stormwater Utility funds restricted under the provisions of authorizing ordinances
for revenue bonds to the payment of future revenue bond debt service, system construction, and renewals and replacements;
and the net pension assets of the enterprise and internal service funds that are in an irrevocable trust restricted for pensions.
I.E.5. Capital and intangible right-to-use assets
Capital assets, which include property, plant, equipment, and certain infrastructure assets, (e.g. roads, bridges, etc.) are
reported in the applicable governmental or business-type activities columns in the government-wide financial statements.
Capital assets, as defined by the City, are assets with an initial individual cost of more than $10,000 (amount not rounded)
and useful life greater than one year. Individual assets that cost less than $10,000, but that operate as part of a network
system, may be capitalized in the aggregate, using the group method. Additionally, higher thresholds for capitalization apply
to the following categories: land improvements, $50,000; buildings, building improvements, and utility systems, $100,000;
intangible assets (other than right-to-use leases and subscriptions), $100,000; and infrastructure, $500,000. Capital assets
are recorded at historical cost or estimated historical cost if purchased or constructed. Donated capital assets are recorded
at acquisition value at the date of donation. The costs of normal maintenance and repairs that do not add to the value of the
asset or materially extend asset lives are not capitalized. When City crews contribute to the completion of a capital asset,
time and materials are capitalized to the project cost.
Intangible right-to-use lease assets, which include buildings and equipment, are amortized on a straight-line basis over the
life of the related lease.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
50
Intangible right-to-use subscription assets, which include computer software, are amortized on a straight-line basis over the
life of the related subscription.
Property, plant, equipment, and intangible right-to-use assets of the primary government are depreciated or amortized using
the straight-line method over the following estimated useful lives:
Assets Years
Buildings 10 – 40
Public domain infrastructure 20 – 40
Utility systems 18 – 40
Machinery & equipment 3 – 15
Vehicles 5 – 10
Intangible assets 5 – 20
I.E.6. Compensated absences
It is the City’s policy to permit employees to accumulate earned but unused vacation and sick pay benefits. Vacation and sick
leave “caps” vary depending upon an employee’s bargaining unit, hire date, etc., but generally employees may accumulate
vacation time not exceeding 342 hours and sick leave not exceeding 1,664 hours. Upon retirement from City service a qualified
employee is paid for all vacation time not exceeding the applicable vacation “cap” and one-half of accumulated unused sick
leave not exceeding the sick leave cap (i.e. maximum pay-out of 832 hours for an employee with a 1,664 hour cap). The City
accrues for all earned but unused vacation pay up to the applicable cap and the portion of unused sick leave estimated to be
payable upon retirement. The current portion of compensated absences is the amount estimated to be used in the following
year. For governmental activities, compensated absences are liquidated within the same governmental funds where the
employee vacation and/or sick leave was earned.
I.E.7. Long-term obligations
In the government-wide financial statements, and proprietary fund types in the fund financial statements, long-term debt and
other long-term obligations are reported as liabilities in the applicable governmental activities, business-type activities, or
proprietary fund type statement of net position. Bond premiums and discounts are deferred and amortized over the life of the
bonds using the straight-line method. Bonds payable are reported net of the applicable unamortized bond premium or discount.
Bond issuance costs are expended when incurred.
In the fund financial statements, governmental fund types recognize bond premiums and discounts during the current period.
The face amount of debt issued is reported as other financing sources. Premiums received on debt issuances are reported as
other financing sources while discounts on debt issuances are reported as other financing uses. Issuance costs, whether or
not withheld from the actual debt proceeds received, are reported as debt service expenditures.
I.E.8. Deferred outflows/inflows of resources
In addition to assets, the statement of net position will sometimes report a separate section for deferred outflows of resources.
This separate financial statement element, deferred outflows of resources, represents a consumption on net assets that applies
to a future period(s) and so will not be recognized as an outflow of resources (expense) until that time.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
51
Similarly, in addition to liabilities, the statement of net position will sometimes report a separate section for deferred inflows of
resources. This separate financial statement element, deferred inflows of resources, represents an acquisition of net assets
that applies for a future period(s) and so will not be recognized as an inflow of resources (revenue) until that time. The City
reports deferred inflows related to pensions and other post-employment benefits (OPEB) in the government-wide and all
enterprise and internal service fund statements. Deferred inflows related to business tax receipts are reported in both the
government-wide and governmental fund statements, while deferred inflows related to property taxes, code enforcement liens,
mortgage notes, and intergovernmental revenues are reported in the governmental fund financial statements, but not the
government-wide statements, when the receivable is recorded but the revenue is not available.
Deferred outflows related to deferred amounts on bond refundings are reported in the Water and Sewer Utility, Gas Utility and
Stormwater Utility funds, as well as in the government-wide statements. These amounts represent the difference between the
reacquisition price and the net carrying amount of the old debt, which is amortized over the remaining life of the old debt or the
life of the new debt, whichever is shorter.
Changes in total pension liability arising from the differences between expected and actual experience, changes of assumption
of future economic and demographic factors and the net difference between projected and actual earnings on pension plan
investments are recognized as deferred outflows of resources or deferred inflows of resources and are reported in all enterprise
and internal service funds, as well as in the government-wide statements. Changes between expected and actual experience
and changes of assumptions are recognized in pension expense over a closed period equal to the average of the expected
remaining service lives of all active and inactive employees, while the difference between projected and actual earnings is
recognized in pension expense over a closed five-year period.
Differences between expected and actual experience and changes in assumptions related to OPEB are recognized as deferred
outflows of resources or deferred inflows of resources and are reported in all enterprise and internal service funds, as well as
in the government-wide statements, using a systematic and rational method over a closed period equal to the average of the
expected remaining service lives of all employees that are provided with OPEB through the OPEB plan (active employees and
inactive employees), determined as of the beginning of the measurement period. At October 1, 2022, the beginning of the
current measurement period, the average of the expected remaining services lives for purposes of recognizing the applicable
deferred outflows and inflows of resources established in the current measurement period was 7.1 years.
Deferred inflows related to leases in which the City is the lessor are recorded in the General Fund, Water and Sewer Utility
Fund, Marine Operations Fund, Aviation Operations Fund, and the government-wide statements. The deferred inflow of
resources is recorded in an amount equal to the corresponding lease receivable at inception of the lease, and is recognized
as revenue in a systematic and rational manner over the term of the lease.
I.E.9. Net position flow assumption
Sometimes the City will fund outlays for a particular purpose from both unrestricted resources and restricted resources, such
as restricted bond or grant proceeds. In order to calculate the amounts to report as restricted net position and unrestricted net
position in the government-wide and proprietary fund financial statements, a flow assumption must be made regarding the
order in which the resources are considered to be applied. It is the City’s policy to consider restricted net position to have been
depleted before unrestricted net position is applied.
I.E.10. Fund balance flow assumption
Sometimes the City will fund outlays for a particular purpose from both restricted and unrestricted resources (the total of
committed, assigned and unassigned fund balance). In order to calculate the amounts to report as restricted, committed,
assigned and unassigned fund balance in the governmental fund financial statements, a flow assumption must be made
regarding the order in which the resources are considered to be applied. It is the City’s policy to consider restricted fund balance
to have been depleted before using any of the components of unrestricted fund balance. Further, when the components of
unrestricted fund balance can be used for the same purpose, committed fund balance is depleted first, followed by assigned
fund balance. Unassigned fund balance is applied last.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
52
I.E.11. Fund balance policies
The fund balance of governmental funds is reported in various classifications that comprise a hierarchy based primarily on
the extent to which the government is bound to observe constraints imposed upon the use of the resources reported in the
governmental funds. Each classification of fund balance is based on the relative strength of the constraints that control how
specific amounts can be spent. The order of spending follows the same hierarchy. Restricted resources are applied first
when expenditures are incurred for purposes for which either restricted or unrestricted (committed, assigned or unassigned)
amounts are available. Similarly, within unrestricted fund balance, committed amounts are reduced first followed by
assigned, and then unassigned amounts when expenditures are incurred for purposes for which amounts in any of the
unrestricted fund balance classifications could be used.
Nonspendable fund balance represents amounts that cannot be spent, such as inventories, prepaid amounts, and amounts
that are legally or contractually required to remain intact.
Restricted fund balance includes amounts that can be spent only for the specific purposes stipulated by constitution,
external resource providers, or through enabling legislation.
Committed fund balance includes amounts that can be used only for the specific purposes determined by the adoption of
an ordinance prior to the end of the fiscal year by the City Council, the highest level of decision-making authority. Once
adopted by ordinance, a commitment can only be revised or removed by the adoption of another ordinance.
Assigned fund balance includes amounts that are intended to be used by the government for specific purposes but do not
meet the criteria to be classified as restricted or committed because they are supported by management’s intent rather than
a formal action of the City Council. The Finance Director is authorized by Section 2.511 of the Code of Ordinances to assign
fund balance. Since assignments only exist temporarily, no further action is required to revise or remove them.
Unassigned fund balance includes amounts not classified above. Positive unassigned fund balance may only be reported
in the general fund. In all other funds, unassigned fund balance is limited to negative residual fund balances.
Minimum fund balance. Per City Council Policy, a minimum General Fund unassigned balance of 8.0% of the subsequent
year’s budgeted expenditures must be maintained as a contingency fund for unanticipated financial needs. In addition, 0.5%
of the subsequent year’s budgeted expenditures must be maintained to fund unanticipated retirements of employees
residing in General Fund departments. Budgeted appropriations will maintain these minimum reserves of 8.5% of
subsequent year’s budgeted expenditures, with excess reserves available for specific capital improvement projects or other
“one-time” needs.
Stabilization arrangement. As of September 30, 2023, the City Council has not established a separate revenue
stabilization reserve.
I.E.12. Use of estimates
The preparation of financial statements in conformity with generally accepted accounting principles (GAAP) requires
management to make estimates and assumptions that affect the amounts reported in the financial statements and
accompanying notes. Actual results could differ from the estimates.
I.F. Adoption of new GASB pronouncements
During the fiscal year ended September 30, 2023, the City implemented the following GASB pronouncement:
GASB Statement No. 96, Subscription-Based Information Technology Arrangements. Issued in May 2020, this Statement
provides guidance on the accounting and financial reporting for subscription-based information technology arrangements
(SBITAs) for government end users (governments). This Statement (1) defines a SBITA; (2) establishes that a SBITA results
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
53
in an intangible right-to-use subscription asset and a corresponding subscription liability; (3) provides the capitalization
criteria for outlays other than subscription payments, including implementation costs of a SBITA; and (4) requires note
disclosures regarding a SBITA. To the extent relevant, the standards for SBITAs are based on the standards established in
Statement No. 87, Leases, as amended. The City reports right-to-use subscription assets and corresponding subscription
liabilities as governmental activities in the government-wide statements, as well as in the Administrative Services and
Central Insurance internal service funds.
Note II – Stewardship, Compliance, and Accountability
II.A. Budgets and budgetary accounting
Annual budgets are legally adopted for the General Fund, Special Development special revenue fund, and the Community
Redevelopment Agency special revenue fund. The budgets for the General Fund and the Special Development Fund are
adopted on a basis consistent with GAAP, and appropriations lapse at year-end. The Community Redevelopment Agency
(CRA) Fund annual budget is adopted by the trustees of that agency in accordance with state law. The level of budgetary
control is the total fund. The CRA Fund Budget is adopted on a basis consistent with GAAP, and all appropriations lapse at
year-end.
The level of budgetary control established by the legislative body, the level on which expenditures may not legally exceed
appropriations, is the individual fund. In accordance with provisions of Ordinance 5025-90 and with Section 2.519(4) of the
Clearwater Code, the City Manager may transfer part or all of any unencumbered appropriation balance among programs
within an operating fund, provided such action does not result in the discontinuance of a program. Such transfers must be
included in the next budget review presented to the City Council. Upon detailed written request by the City Manager, the
City Council may by ordinance transfer part or all of any unencumbered appropriation balance from one fund to another.
As established by administrative policy, department directors may transfer money from one operating code to another within
a program without a formal written amendment. Formal requests for budget amendments from department directors are
required for transfers, capital expenditures, and reserves. Thus, certain object classifications within departmental and/or
program budget appropriations are subject to administratively imposed controls, in addition to the legal controls imposed by
City Council action described above.
Budget amounts presented in the accompanying financial statements reflect all amendments adopted by the City Council
and the governing board of the component unit. All amendments were adopted in conformance with legal requirements.
Individual amendments, as well as the net effects of all amendments during the fiscal year, were not material in relation to
the original appropriations for the governmental funds in the aggregate.
Budgets for the Capital Projects Funds, the Special Programs Fund, the SHIP Local Housing Assistance Trust Fund, and the
Pinellas County Local Housing Assistance Trust Fund are adopted on a multi-year completed program basis, where budgetary
appropriations do not lapse at year-end, but may extend across two or more fiscal years. A comparison of annual results with
these budgets would not be meaningful and is therefore not included in this report.
All City Council adopted budgets are integrated into the formal accounting system to allow for monthly comparison of
projected and actual results in all funds for which budgets are adopted.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
54
Note III – Detailed Notes on All Funds
III.A. Deposits and investments
Investments with original maturities of three months or less are considered to meet the definition of cash equivalents. The
majority of the investments in which the City's proprietary funds have equity are held by the City's consolidated pool of cash
and investments. Since fund equities in this cash management pool have the general characteristics of demand deposits, in
that additional funds may be deposited at any time, and funds may be withdrawn at any time without prior notice or penalty,
each fund's equity account is considered a cash-equivalent regardless of the maturities of investments held by the pool. Funds
with deficit (overdraft) positions within the consolidated pool report the deficits as interfund payables to the City's Capital
Improvement Fund.
Fair Value and Net Asset Value
The City of Clearwater and the City’s pension plans categorize fair value measurements within the fair value hierarchy
established by GAAP. The hierarchy is based on the valuation inputs used to measure the fair value of the securities and
assets. Level 1 inputs are quoted prices in active markets for identical assets; Level 2 inputs are significant other observable
inputs; and Level 3 are significant unobservable inputs. Certain investments held by the City and the pension plans are
valued at net asset value (NAV) per share when an investment does not have a readily determined fair value, provided that
the NAV is calculated and used as a practical expedient to estimate fair value in accordance with GAAP requirements.
Equity and Fixed Income Securities – Equity securities, classified in Level 1 of the fair value hierarchy, are valued using
prices quoted in active markets issued by pricing vendors for these securities. Fair value is defined as the quoted market
value on the last trading day of the period. These prices are obtained from various pricing sources by the City’s custodian
bank, Wells Fargo, for the City’s pooled cash investments. Prices for pension investments are obtained by the custodial
agents for each of the pension plans. Debt and equity securities classified in Level 2 of the fair value hierarchy are valued
using prices determined by matrix pricing techniques maintained by various pricing vendors for these securities. Matrix
pricing is used to value securities based on the securities’ relationship to benchmark quoted prices. Debt and equity
securities classified in Level 3 of the fair value hierarchy, when applicable, are securities whose stated market price is
unobservable by the marketplace; often these securities are priced by the issuer or industry groups.
Real Estate Funds – Investments in real estate funds are valued at estimated fair value, as determined in good faith by the
General Partner (GP). These investments are initially valued at cost with subsequent adjustments that reflect third party
transactions, financial operating results, and other factors deemed relevant by the GP. These assets are valued at NAV.
Deposits
All cash of the City is entirely insured either by federal depository insurance or via banks’ participation as qualified public
depositories pursuant to Florida Statutes, Chapter 280, “Security for Public Deposits”. The City is required to verify that
monies are invested in “qualified public depositories” as defined in Florida Statutes section 280.02.
Pooled Cash and Investments
To increase returns and minimize fees, the City follows the practice of pooling available cash and investments of all funds,
with the exception of retirement plan investments and assets held under Bond Trust Indenture Agreements. Please refer to
Note I.E.1. for a discussion of allowable investments under the pooled cash and investments investment policy. All
investments at year-end were in compliance with the pooled cash and investments investment policy.
The City utilizes an overnight repurchase agreement, or “sweep account” with Wells Fargo. The City authorizes the bank to
“sweep” the City’s operating account into the Allspring Treasury Plus Money Market Fund overnight on a daily basis. This
money market sweep account only invests in United States Treasury Bills, Treasury Notes, US government agencies, and
repurchase agreements overcollateralized at 102% by treasuries and agencies. The next day the same account is credited
for the principal amount of the previous day’s sweep. As such, the balance is included as part of the deposit total for
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
55
purposes of financial statement presentation. The outstanding balance in the Wells Fargo sweep Allspring Treasury Plus
Money Market Fund at 9/30/2023 totaled $36,952,613.
Pooled cash and investments as of September 30, 2023 are classified in the accompanying financial statements as follows:
Statement of net position 9/30/2023
Primary Government:
Cash and investments 622,068,009$
Restricted cash and investments 24,685,689
Fiduciary Funds:
Cash and investments 20,135,664
Total pooled cash and investments 666,889,362$
Carrying % of
Pooled Cash and Investments Amount Portfolio Less than 1 1-3 Years More than 3
Moody's
Rating
Cash and cash equivalents: Cash on hand 28,090$ 0.00% N/A
Time / interest bearing / sweep accounts 32,552,117 4.88% N/A Total cash and cash equivalents 32,580,207
Investments:Standard & Local Government Investment Pools:Poor's Rating
Florida Safe Investment Pool 13,826,443 2.07% 13,826,443 - - AAAm
Florida Cooperative Liquid Assets
Securities System 71,508,837 10.72% 71,508,837 - - AAAm
85,335,280 85,335,280 - -
Moody's
Rating
Treasuries 14,303,516 2.14% 9,529,688 - 4,773,828 N/A
U.S. Agencies:
Federal Home Loan Bank (FHLB) 305,577,207 45.83% 40,196,756 167,935,689 97,444,762 Aaa
Federal National Mortgage Assn (FNMA) 56,588,091 8.49% 19,972,310 36,615,781 - Aaa
Federal Farm Credit Bank (FFCB) 84,011,697 12.60% 9,528,887 52,757,972 21,724,838 Aaa
Federal Home Loan Mortgage Corp (FHLMC) 29,019,363 4.35% 29,019,363 - - Aaa Total U.S. Agencies 475,196,358 98,717,316 257,309,442 119,169,600
Municipal bonds 9,283,197 1.39% - 9,283,197 - Aa2
Mortgage backed securities 49,855,071 7.48% 203,108 8,706,196 40,945,767 Aaa
Asset backed securities 335,733 0.05% 15,329 - 320,404 Aaa
Total investments 634,309,155 193,800,721 275,298,835 165,209,599
Total pooled cash and investments 666,889,362$ 100.00%
Investment Maturities in Years
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
56
Interest Rate Risk – Pooled Cash and Investments:
As a means of limiting exposure to fair value losses arising from rising interest rates, the City’s pooled cash investment
policy prohibits investments in securities maturing more than fifteen years from the date of purchase, unless matched to a
specific cash flow requirement. Additionally, the policy allows no more than 10% of the portfolio to have maturities in excess
of ten years unless specifically matched against a debt or obligation. Finally, the investment policy states that it is the City’s
intent to keep the weighted average maturity to three years or less, except for temporary situations due to market conditions
and/or cash needs when the average maturity may exceed three years but shall not exceed five years. Weighted average
maturities for the City’s pooled cash investments are indicated in the table above.
Credit Risk – Pooled Cash and Investments:
The City’s pooled cash investment policy, in accordance with Florida Statutes, allows investments to direct obligations of the
United States, federal agencies, debt issued by the State of Florida or any political subdivision, and commercial paper of prime
quality of the highest letter and numerical rating as provided by at least one nationally recognized rating service. Ratings for
the City’s pooled cash investments are disclosed in the preceding table.
Concentration of Credit Risk – Pooled Cash and Investments:
The City’s pooled cash investment policy limits the investment in any one issuer to 40% of the portfolio. Concentrations of
the various issuers are disclosed in the preceding table.
Custodial Credit Risk – Pooled Cash and Investments:
Monies on deposit with financial institutions are held in qualified public depositories pursuant to State of Florida Statutes,
Chapter 280, which provides protection against any loss to public depositors. Consistent with the City’s investment policy,
investment securities owned by the City are held by the City’s custodian in the City’s name and all purchases use the “delivery
versus payment” procedure.
Fair Value and Net Asset Value Measurement:
The City has adopted the provisions of GASB Statements No. 72 and No. 79 and fully disclosed in the notes to the financial
statements the fair value hierarchy and the methods of valuing the related investments as required under generally accepted
accounting principles. The City of Clearwater categorizes fair value measurements within the fair value hierarchy established
by GAAP. The hierarchy is based on the valuation inputs used to measure the fair value of the securities and assets. Level
1 inputs are quoted prices in active markets for identical assets; Level 2 inputs are significant other observable inputs; and
Level 3 are significant unobservable inputs. Certain investments held by the City are valued at net asset value (NAV) per
share when an investment does not have a readily determined fair value, provided that the NAV is calculated and used as
a practical expedient to estimate fair value in accordance with GAAP requirements.
Fixed Income Securities – Fair value is defined as the quoted market value on the last trading day of the period. These
prices are obtained from various pricing sources by the City’s custodian bank, Bank of America, for the City’s pooled cash
investments. Debt securities classified in Level 2 of the fair value hierarchy are valued using prices determined by matrix
pricing techniques maintained by various pricing vendors for these securities. Matrix pricing is used to value securities based
on the securities’ relationship to benchmark quoted prices.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
57
The City has the following recurring fair value and net asset value measurements as of September 30, 2023:
Quoted Prices in Significant
Active Markets Other Significant
for Identical Observable Unobservable
(in thousands)Assets (Level 1)Inputs (Level 2)Inputs (Level 3)
Investments measured at
fair value:
U.S. Government securities 14,304$ 14,304$ -$ -$
Federal Agency securities 475,196 - 475,196 -
Municipal obligations 9,283 - 9,283 -
Mortgage backed securities 49,855 - 49,855 -
Asset backed securities 336 - 336 -
Total investments measured at fair value 548,974 14,304$ 534,670$ -$
Investments measured at
net asset value:
Florida Safe Investment Pool 13,826
Florida Cooperative Liquid Assets Securities
System 71,509
Total investments measured at net asset value 85,335
Total pooled cash investments 634,309$
The Florida SAFE Investment Pool (FLSAFE) and the Florida Cooperative Liquid Assets Securities System (FLCLASS) are
independent local government investment pools created under the laws of Florida to provide eligible units of local
government with investment vehicles to pool their surplus funds. FLSAFE and FLCLASS investment pools are Stable Net
Asset Value investment pools rated AAAm by Standard & Poors. The investment advisor and administrator for the FLSAFE
investment pool is PMA Financial Network, Inc. and the investment advisor and administrator for the FLCLASS investment
pool is Public Trust Advisors, LLC.
The two local government investment pools, Florida Safe Investment Pool (FLSAFE) and Florida Cooperative Liquid Assets
Securities System (FLCLASS), have no unfunded commitments and both provide same day or next day redemption. The
investment strategies of both prioritize safety of principal and liquidity over return, consistent with the City’s investment
strategy, investing in high-quality short-term investments.
Pension Plan Assets
The City reports four pension funds in the accompanying financial statements. Each of the plans has a separate governing
board of trustees, a separate investment policy, and differing investment restrictions/risks. Consequently, each is disclosed
separately below. All investments at year-end were in compliance with the respective plan investment policies. Please refer
to Note I.E.1. for a discussion of allowable investments under the pension plans.
Investments are reported at fair value or net asset value, as disclosed, and are managed by third party money managers.
The City’s independent custodian and the individual money managers price each instrument (using various third-party
pricing sources) and reconcile material differences. Investments in certain alternative investments are valued using the net
asset value (NAV) per shares outstanding.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
58
Employees’ Pension Plan
At year-end, the Employees’ Pension Plan cash and investment balances were as follows:
Carrying % of Weighted avg Moody's
Employees' Pension Plan Cash and Investments Amount Portfolio maturity (years)Rating
Cash and cash equivalents:
Cash in bank 18,998,263$ 1.63% N/A N/A
Cash in managed investment accounts 18,221,498 1.56% N/A N/A
Total cash and cash equivalents 37,219,761
Investments:
Government bonds 47,153,840 4.03% Aaa
Government bonds 156,089 0.01% A
Government bonds 2,385,398 0.20% Baa
Index linked government bonds 2,877,928 0.25%15.2 Aaa
Agency bonds 544,908 0.05% AGY
Agency bonds 929,356 0.08% Aaa
Agency bonds 2,069,631 0.18% B
Municipal bonds 1,685,252 0.14% Aa
Municipal bonds 1,320,652 0.11% A
Domestic corporate bonds 1,703,142 0.15% Aaa
Domestic corporate bonds 3,270,102 0.28% Aa
Domestic corporate bonds 43,687,767 3.74% A
Domestic corporate bonds 56,391,616 4.83% Baa
Domestic corporate bonds 3,921,273 0.34% Ba
Domestic corporate bonds 160,125 0.01% B
Domestic corporate bonds 2,855,954 0.24% NR
Asset backed securities 866 0.00% AGY
Asset backed securities 11,078,328 0.95% Aaa
Asset backed securities 1,458,836 0.12% Aa
Asset backed securities 914,465 0.08% A
Asset backed securities 1,944,547 0.17% NR
Other/rights/warrants 1,606 0.00% N/A NR
Domestic stocks 260,679,113 22.31% N/A N/A
International equity securities 106,230,485 9.09% N/A N/A
Mortgage backed bonds 115,704,789 9.90% AGY
Mortgage backed bonds 25,545 0.00% Aaa
Mortgage backed bonds 35,444 0.00% NR
Government issued commercial mortgage backed bonds 21,929 0.00%27.0 AGY
International equity mutual funds 15,951,198 1.36% N/A N/A
Domestic equity mutual funds 234,335,516 20.05% N/A N/A
Infrastructure 91,519,858 7.83% N/A N/A
Real Estate/Timber 120,452,905 10.31% N/A N/A
Total investments 1,131,468,463
Total cash and investments 1,168,688,224$ 100.00%
27.6
27.9
14.7
14.3
12.4
9.9
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
59
Interest Rate Risk – Employees’ Pension Plan:
As a means of limiting exposure to fair value losses arising from rising interest rates, the Employees’ Pension Plan
investment policy limits the investment in fixed income investments to no more than 40% of the portfolio. There are no limits
related to weighted average maturities due to the long-term nature of pension plan investing.
Credit Risk – Employees’ Pension Plan:
The Employees’ Pension Plan investment policy limits credit risk by restricting equity investments to corporations that are
listed on one of the national or international stock exchanges. Additionally, fixed income corporate bonds must carry an
“investment grade” rating as established by one of the nationally recognized rating agencies. As of September 30, 2023,
the Plan had $6,151,029 invested in domestic corporate bonds and government agency bonds that had fallen below
investment grade (Ba1 and lower) as the result of investment downgrades, as indicated on the previous table. The
respective money managers notified the Plan administrators of the downgrades and the planned courses of action related
to these securities on a timely basis, consistent with the policy’s individual manager guidelines.
Concentration of Credit Risk – Employees’ Pension Plan:
The Employees’ Pension Plan investment policy limits concentration of credit risk by limiting the investment in common
stock or capital stock of any one corporation to 3% of the plan equity assets, unless due to a higher percentage included in
a nationally recognized market index at least as broad as the Standard and Poor’s Composite Index of 500 companies, or
upon a specific finding by the investment committee that such higher percentage is in the best interest of the fund.
Additionally, the individual manager guidelines associated with the policy provide further diversification of both equity and
fixed income investments to minimize concentration of credit risk.
Custodial Credit Risk – Employees’ Pension Plan:
This is the risk that in the event of the failure of a counterparty, the Plan will not be able to recover the value of its investments
that are in the possession of an outside party. Consistent with the Plan’s investment policy, investments are held by the
Plan’s custodial bank and registered in the Plan’s name.
Foreign Currency Risk – Employees’ Pension Plan:
Risk of loss arises from changes in currency exchange rates. The Employees’ Pension Plan investment policy does not
have a formal policy to limit foreign currency risk, other than a guideline of no more than 25% of the plan assets invested in
international equities.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
60
The Pension Plan’s exposure to foreign currency risk as of September 30, 2023 is as follows:
Investment Currency Fair Value
Common stock Euro currency 21,892,383$
Common stock British pound sterling 11,843,433
Common stock Japanese yen 10,816,679
Common stock Swiss franc 5,103,288
Common stock Australian Dollar 2,541,688
Common stock Swedish krona 1,493,259
Common stock Norwegian krone 1,342,976
Common stock Hong Kong dollar 1,265,881
Common stock South Korean won 963,095
Common stock Singapore dollar 889,738
Common stock Canadian dollar 539,306
Common stock Danish krone 246,838
Total 58,938,564$
Fair Value and Net Asset Value Measurement:
The Employees’ Pension Plan has adopted the provisions of GASB Statement No. 72 and fully disclosed in the notes to the
financial statements the fair value hierarchy and the methods of valuing the related investments as required under the
generally accepted accounting principles. The City’s independent custodian and the individual money managers price each
instrument (using various third-party pricing sources) and reconcile material differences. Investments in certain alternative
investments are valued using the net asset value (NAV) per shares outstanding.
The Employees’ Pension Plan categorizes fair value measurements within the fair value hierarchy established by GAAP.
The hierarchy is based on the valuation inputs used to measure the fair value of the securities and assets. Level 1 inputs
are quoted prices in active markets for identical assets; Level 2 inputs are significant other observable inputs; and Level 3
are significant unobservable inputs. Certain investments held by the pension plan are valued at net asset value (NAV) per
share when an investment does not have a readily determined fair value, provided that the NAV is calculated and used as
a practical expedient to estimate fair value in accordance with GAAP requirements.
Equity and Fixed Income Securities – Equity securities, classified in Level 1 of the fair value hierarchy, are valued using
prices quoted in active markets issued by pricing vendors for these securities. Fair value is defined as the quoted market
value on the last trading day of the period. These prices are obtained from various pricing sources by the City’s custodian
bank, Bank of America, for the City’s pooled cash investments. Prices for pension investments are obtained by the custodial
agents for each of the pension plans. Debt and equity securities classified in Level 2 of the fair value hierarchy are valued
using prices determined by matrix pricing techniques maintained by various pricing vendors for these securities. Matrix
pricing is used to value securities based on the securities’ relationship to benchmark quoted prices. Debt and equity
securities classified in Level 3 of the fair value hierarchy, when applicable, are securities whose stated market price is
unobservable by the marketplace; often these securities are priced by the issuer or industry groups.
Real Estate Funds – Investments in real estate funds are valued at estimated fair value, as determined in good faith by the
General Partner (GP). These investments are initially valued at cost with subsequent adjustments that reflect third party
transactions, financial operating results, and other factors deemed relevant by the GP. These assets are valued at NAV.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
61
The Employees’ Pension Plan has the following recurring fair value and net asset value measurements as of September
30, 2023:
Quoted Prices in Significant
Active Markets Other Significant
for Identical Observable Unobservable
(in thousands)Fair Value Assets (Level 1)Inputs (Level 2)Inputs (Level 3)
Investments measured at
fair value:
Government bonds 49,695$ -$ 49,695$ -$
Index linked government bonds 2,878 2,878
Agency bonds 3,544 - 3,544 -
Municipal bonds 3,006 - 3,006 -
Domestic corporate bonds 111,990 - 111,963 27
Asset backed bonds 15,397 - 15,397 -
Other/Rights/Warrants 2 - - 2
Domestic stocks 260,679 260,679 - -
International equity securities 106,229 106,229 - -
Mortgage backed bonds 115,766 - 115,766 -
Government issued mortgage backed bonds 22 - 22 -
Total investments measured at fair value 669,208 366,908$ 302,271$ 29$
Investments measured at
net asset value:
International equity mutual funds 15,951
Domestic equity mutual funds 234,337
Infrastructure 91,520
Real Estate/Timber 120,452
Total investments measured at net asset value 462,260
Total Employees' Pension Plan investments 1,131,468$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
62
Net Asset Value Investments (in thousands):
Money Manager Value
Unfunded
Commitments Investment Strategy Redemption Restrictions
Dimensional $15,951 $ -
Emerging markets equity collective investment trust
seeking long term capital appreciation by investing at least
80% of net assets in equity securities of companies
located in emerging market countries.
None
Northern Trust 77,437 -
Collective large cap value index fund seeking to
approximate the risk and return characteristics of the
Russell 1000 Value Index.
None
Northern Trust 156,900 -
Collective large cap grow th index fund seeking to
approximate the risk and return characteristics of the
Russell 1000 Growth Index.
None
Multi-Employer
Property Trust 60,170 -
An open-end commingled real estate equity fund
organized as a bank collective trust. Strategy to create top-
quality, core, income-producing assets through
development, rehab, or acquisition and repositioning of
undervalued assets.
Quarterly redemptions with 45
days notice.
Molpus
Woodlands
Group Funds III &
IV
12,128 1,255
Limited Partnership providing income through acquisition,
holding, and distribution of timberland.
No redemption due to Limited
Partnership term of up to 14
years, ending 10/22/2027.
Hancock
Timberland XI LP 8,142 559
Limited Partnership providing income through acquisition,
holding, and distribution of timberland
No redemption due to Limited
Partnership. Tw o-year wind-up
period begins 12/31/2025 and
ends 12/31/2027.
IFM
Infrastructure 91,520 -
Limited Partnership investing in a diversified portfolio of
global infrastructure assets, favoring proprietary
investment opportunities over competitive bidding
processes.
Quarterly redemptions with 90
days notice; manager's best
efforts within 36 months of end of
quarter.
USAA U.S.
Government
Buildings
23,701 -
Core plus real estate strategy for acquisition and build-to-
suit development of high quality assets leased to agencies
of the U.S. Federal and State Governments.
Quarterly redemptions with 60
days notice.
Intercontinental
U.S. Real Estate
Investment Trust
16,311 -
Primarily investing in high-quality core and core plus
properties for stable predictable cash flow and
opportunity for capital appreciation. To a lesser degree,
additional enhanced-core and value properties to further
enhance diversification and return.
Quarterly redemptions with 60
days notice.
462,260$ 1,814$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
63
Firefighters’ Relief and Pension Plan
At year-end, the Firefighters’ Relief and Pension Plan cash and investment balances were as follows:
Carrying % of Weighted avg Moody's
Amount Portfolio maturity (years)Rating
Cash and cash equivalents:
Cash in bank 261,007$ 9.60% N/A N/A
Total cash and cash equivalents 261,007
Investments:
U.S. Agency - Federal Agricultural Mortgage Corp. (FAMCA) 996,145 36.65% 0.62 Aaa
U.S. Agency - Federal Home Loan Bank (FHLB) 1,461,069 53.75% 1.16 Aaa
Total investments 2,457,214
Total managed cash and investments 2,718,221$ 100.00%
Interest Rate Risk – Firefighters’ Relief and Pension Plan:
As a means of limiting exposure to fair value losses arising from rising interest rates, the Firefighters’ Relief and Pension
Plan investment policy stipulates that the Plan does not trade securities and will typically hold securities to maturity. There
are no limits related to weighted average maturities due to the long-term nature of pension plan investing.
Credit Risk – Firefighters’ Relief and Pension Plan:
The Firefighters’ Relief and Pension Plan investment policy limits credit risk by restricting the fixed income investments to
investment grade securities, per a nationally recognized ranking agency.
Custodial Credit Risk – Firefighters’ Relief and Pension Plan:
Monies on deposit with financial institutions are held in qualified public depositories pursuant to State of Florida Statutes,
Chapter 280, which provides protection against any loss to public depositors. Consistent with the City’s investment policy,
investment securities owned by the Plan are held by the City’s custodian in the City’s name and all purchases use the
“delivery versus payment” procedure.
Concentration of Credit Risk – Firefighters’ Relief and Pension Plan:
The Firefighters’ Relief and Pension Plan investment policy limits concentration of credit risk by limiting the recommended
target allocation of the plan to domestic fixed income to 70% of the portfolio, with the remainder of the portfolio allocated to
the City’s well-diversified pooled cash portfolio (see above disclosure). There are no additional limitations on concentrations
with individual issuers or agencies due to the relatively small portfolio of this closed pension plan.
Foreign Currency Risk – Firefighters’ Relief and Pension Plan:
The Firefighters’ Relief and Pension Plan investment policy does not permit investment in foreign fixed income or equity
securities.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
64
Fair Value Measurement:
The Firefighters’ Relief and Pension Plan has the following recurring fair value measurements as of September 30, 2023:
Quoted Prices in Significant
Active Markets Other Significant
for Identical Observable Unobservable
Fair Value Assets (Level 1)Inputs (Level 2)Inputs (Level 3)
Federal agency securities 2,457,214$ -$ 2,457,214$ -$
Police Supplemental Pension Plan
At year-end, the Police Supplemental Pension Plan cash and investment balances were as follows:
Carrying % of Weighted avg Moody's
Amount Portfolio maturity (years)Rating
Cash and cash equivalents:
Cash in bank 8,254$ 0.05% N/A N/A
Cash in managed investment accounts 1,623,355 9.08% N/A N/A
Total cash and cash equivalents 1,631,609
Investments:
Domestic equity mutual funds 11,480,309 64.21%N/A N/R
International equity mutual funds 3,058,205 17.11%N/A N/R
Real estate 1,707,813 9.55%N/A N/R
Total investments 16,246,327
Total managed cash and investments 17,877,936$ 100.00%
Interest Rate Risk – Police Supplemental Pension Plan:
As a means of limiting exposure to fair value losses arising from rising interest rates, the Police Supplemental Pension Plan
investment policy limits the duration of the fixed income portfolio to less than 135% of the duration of the Bloomberg
Barclay’s Intermediate Aggregate Bond Index.
Credit Risk – Police Supplemental Pension Plan:
The Police Supplemental Pension Plan investment policy limits credit risk by restricting equity investments to securities that
are fully and easily negotiable. Investments in corporations whose stock has been publicly traded for less than one year are
limited to 15% at cost value of the equity portfolio. Investment in equity securities whose market capitalization is less than
$10 billion dollars shall be limited to 25% of the total equity portfolio. Exchange traded funds (ETF’s) or Exchange Traded
Notes (ETN’s) may not exceed 10% at cost value of any equity manager’s portfolio. Investments in real estate shall not
exceed 25% (at market valuation) of the value of the total fund assets. Investments in absolute or real return strategies
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
65
shall not exceed 25% of the value of the total fund assets. The average credit quality of the bond portfolio shall be “A” or
higher, and those securities rated below “BBB” shall not exceed 15% of the entire fixed income portfolio.
Concentration of Credit Risk – Police Supplemental Pension Plan:
The Police Supplemental Pension Plan investment policy limits concentration of credit risk by limiting the investment in
common stock or capital stock of any one issuing company within an investment manager’s portfolio to 5% of the portfolio.
Similarly, no more than 5% at cost value of a fixed income investment manager’s portfolio may be invested in the securities
of any single corporate issuer per the plan investment policy. Finally, investments in collateralized mortgage obligations are
limited to 25% of the market value of the investment manager’s total portfolio.
Custodial Credit Risk – Police Supplemental Pension Plan:
This is the risk that in the event of the failure of a counterparty, the Plan will not be able to recover the value of its investments
that are in the possession of an outside party. Plan investments are held by the Plan’s custodial bank and registered in the
Plan’s name.
Foreign Currency Risk – Police Supplemental Pension Plan:
Risk of loss arises from changes in currency exchange rates. The Police Supplemental Pension Plan requires that no more
than 25% of the market value of the plan’s total assets may be invested in foreign equity securities, commingled or mutual
funds. Direct investment in foreign companies is limited to those traded on a national exchange and/or American Depository
Receipts (ADR’s).
Fair Value Measurement:
The Police Supplemental Pension Plan has the following recurring fair value measurements as of September 30, 2023:
Quoted Prices in Significant
Active Markets Other Significant
for Identical Observable Unobservable
Fair Value Assets (Level 1)Inputs (Level 2)Inputs (Level 3)
Domestic equity mutual funds 11,480,309$ 11,480,309$ -$ -$
International equity mutual funds 3,058,205 - - 3,058,205
Real estate 1,707,813 1,707,813
16,246,327$ 11,480,309$ -$ 4,766,018$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
66
Firefighters’ Supplemental Pension Plan
At year-end, the Firefighters’ Supplemental Pension Plan cash and investment balances were as follows:
Carrying % of Weighted avg Moody's
Amount Portfolio maturity (years)Rating
Cash and cash equivalents:
Cash in managed investment accounts 2,652,504$ 13.02% N/A N/A
Total cash and cash equivalents 2,652,504
Investments:
U.S. Treasury obligations 836,935 4.11% 7.4 Aaa
Municipal obligations 74,259 0.36% A1/A2/A3
Municipal obligations 29,769 0.15% Aaa
Municipal obligations 46,105 0.23% N/R
Domestic corporate bonds 370,754 1.82% A1/A2/A3
Domestic corporate bonds 41,690 0.20% Aa1/Aa2/Aa3
Domestic corporate bonds 489,737 2.40% Baa1/Baa2/Baa3
International equity securities 740,202 3.63%N/A N/R
Domestic stocks 3,665,460 17.99% N/A N/R
Mortgage backed bonds 1,083,026 5.32% 16.7 N/R
Domestic equity mutual funds 5,063,397 24.86% N/A N/R
International equity mutual funds 1,191,161 5.85% N/A N/R
Real estate 4,086,215 20.06% N/A N/R
Total investments 17,718,710
Total managed cash and investments 20,371,214$ 100.00%
4.6
4.3
Interest Rate Risk – Firefighters’ Supplemental Pension Plan:
As a means of limiting exposure to fair value losses arising from rising interest rates, the Firefighters’ Supplemental Pension
Plan investment policy limits the duration of the fixed income portfolio to less than 135% of the duration of the Bloomberg
Barclay’s Intermediate Aggregate Bond Index.
Credit Risk – Firefighters’ Supplemental Pension Plan:
The Firefighters’ Supplemental Pension Plan investment policy limits credit risk by restricting equity investments to securities
that are fully and easily negotiable. Investments in corporations whose stock has been publicly traded for less than one year
are limited to 15% at cost value of the equity portfolio. Investment in equity securities whose market capitalization is less
than $10 billion dollars shall be limited to 25% of the total equity portfolio. Exchange traded funds (ETF’s) or Exchange
Traded Notes (ETN’s) may not exceed 10% at cost value of any equity manager’s portfolio. Investments in real estate shall
not exceed 35% (at market valuation) of the value of the total fund assets. Investments in absolute or real return strategies
shall not exceed 20% of the value of the total fund assets. The average credit quality of the bond portfolio shall be “A” or
higher, and those securities rated below “BBB” shall not exceed 15% of the entire fixed income portfolio.
Concentration of Credit Risk – Firefighters’ Supplemental Pension Plan:
The Firefighters’ Supplemental Pension Plan investment policy limits concentration of credit risk by limiting the investment
in common stock or capital stock of any one issuing company within an investment manager’s portfolio to 5% of the portfolio.
Similarly, no more than 5% at cost value of a fixed income investment manager’s portfolio may be invested in the securities
of any single corporate issuer per the plan investment policy. Finally, investments in collateralized mortgage obligations are
limited to 25% of the market value of the investment manager’s total portfolio.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
67
Custodial Credit Risk – Firefighters’ Supplemental Pension Plan:
This is the risk that in the event of the failure of a counterparty, the Plan will not be able to recover the value of its investments
that are in the possession of an outside party. Plan investments are held by the Plan’s custodial bank and registered in the
Plan’s name.
Foreign Currency Risk – Firefighters’ Supplemental Pension Plan:
Risk of loss arises from changes in currency exchange rates. The Firefighters’ Supplemental Pension Plan requires that no
more than 25% of the market value of the plan’s total assets may be invested in foreign equity securities, commingled or
mutual funds. Direct investment in foreign companies is limited to those traded on a national exchange and/or American
Depository Receipts (ADR’s).
Fair Value Measurement:
The Firefighters’ Supplemental Pension Plan has adopted the provisions of GASB Statement No. 72 and fully disclosed in
the notes to the financial statements the fair value hierarchy and the methods of valuing the related investments as required
under generally accepted accounting principles. The Plan has the following recurring fair value measurements as of
September 30, 2023:
Quoted Prices in Significant
Active Markets Other Significant
for Identical Observable Unobservable
Fair Value Assets (Level 1)Inputs (Level 2)Inputs (Level 3)
U.S. Treasury obligations 836,935$ 159,872$ 677,063$ -$
Municipal obligations 150,133 - 150,133 -
Domestic corporate bonds 902,181 - 902,181 -
International equity securities 740,202 695,681 44,521 -
Domestic stocks 3,665,460 3,665,460 - -
Mortgage backed bonds 1,083,026 1,083,026 - -
Domestic equity mutual funds 5,063,397 5,063,397 - -
International equity mutual funds 1,191,161 - - 1,191,161
Real estate 4,086,215 - - 4,086,215
17,718,710$ 10,667,436$ 1,773,898$ 5,277,376$
III.B. Receivables
Receivables as of year-end for the City’s governmental, proprietary and internal service funds, including the applicable
allowances for uncollectible accounts for the proprietary funds, are segregated on the fund financial statements. Mortgages,
Notes, and Other Loans in the amount of $6,189,931 are reported on the Governmental Funds Balance Sheet, net of an
allowance for uncollectible accounts in the amount of $11,857,725. The gross receivable of $18,047,656 includes $4,089,950
of long-term loans receivable that are not expected to be collected within the next fiscal year. Mortgage notes receivable and
the related payment history are reviewed individually on an annual basis to determine collectability for allowance and bad
debt determinations.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
68
Receivables as of year-end for the primary government’s individual major funds, as well as non-major funds and internal
service funds in the aggregate, are as follows:
Receivables, net of applicable allowances for uncollectible accounts (amounts in thousands):
Franchise Accounts
Taxes Fees Interest and Contracts Leases Notes Other Total
General fund 1,655$ 1,250$ 375$ 418$ 2,857$ -$ 245$ 6,800$
Special Development 32 - 110 - - - - 142
Special Programs - - 81 - - 10,621 - 10,702
Capital Improvement - - 38 - - - - 38
Non-major governmental funds - - 48 - - 7,427 - 7,475
Internal service funds - - 276 - - - 48 324
Total governmental 1,687 1,250 928 418 2,857 18,048 293 25,481
Less: Allowance for uncollectable
accounts (91) - - - - (11,858) (11,949)
Net governmental receivables 1,596$ 1,250$ 928$ 418$ 2,857$ 6,190$ 293$ 13,532$
Water and Sewer Utility -$ -$ 576$ 8,763$ 40$ -$ 33$ 9,412$
Gas Utility - - 93 2,859 - - 42 2,994
Solid Waste and Recycling Utility - - 138 2,735 - - 1 2,874
Stormwater Utility - - 131 2,319 - - 1 2,451
Non-major enterprise funds - - 190 - 5,914 - - 6,104
Total business-type - - 1,128 16,676 5,954 - 77 23,835
Less: Allowance for uncollectable
accounts - - - (134) - - - (134)
Net business-type receivables -$ -$ 1,128$ 16,542$ 5,954$ -$ 77$ 23,701$
III.C. Lease Receivables
The City, as a lessor, has entered into the following lease agreements:
Fields, Inc. d/b/a Barefoot Beach House leases the premises on Clearwater Beach at 332 South Gulfview Blvd. to operate
a food and beach accessory concession and restroom complex. The lease terminates on December 31, 2024. There are
no further renewals available. Monthly fixed base rent payments of $8,334 are received in the General Fund, as well as
additional rent which varies based on gross sales. A lease receivable of $124,393 and a deferred inflow of $131,514 are
recorded in the General Fund and the government-wide statements as of September 30, 2023. The City’s incremental
borrowing rate is 0.743%.
Alexandra of Clearwater Beach, Inc. leases the premises on Clearwater Beach at 10 Pier 60 Drive to operate a food and
beach accessory concession and restroom complex. The lease terminates on February 28, 2027. There are no further
renewals available. Fixed base rent of $50,000 is due annually on March 1st, in addition to fixed monthly rent of $10,000
and additional rent which varies based on gross sales. A lease receivable of $549,854 and a deferred inflow of $564,943
are recorded in the General Fund and the government-wide statements as of September 30, 2023. The City’s incremental
borrowing rate is 1.090%.
Clearwater Community Sailing Association, Inc. leases the premises on Clearwater Beach (3,658 square feet of real
property and improvements) at 1001 Gulf Blvd., known as the Clearwater Community Sailing Center, and two additional
tracts of land. The lease terminates on February 29, 2024. There are no renewals available. Monthly base rent of $1,459 is
received in the General Fund, and is subject to increase annually on March 1st based on the CPI for all Urban Consumers
(CPI-U), South Urban Area, for the twelve-month period ending December 31st. A lease receivable of $7,287 and a deferred
inflow of $8,653 are recorded in the General Fund and the government-wide statements as of September 30, 2023. The
City’s incremental borrowing rate is 0.529%.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
69
Clearwater Golf Club, LLC leases the golf course located at 525 Betty Lane North, known as the Clearwater Country Club.
The lease terminates on April 30, 2041. There are no renewals available. In lieu of rent, the Club at its sole expense will
perform the renovations and construction stated in the agreement, valued at approximately $1.2 million, during the five-year
period ending April 30, 2027. A lease receivable of $1,102,705 (present value of the required improvements using a discount
rate of 2.36%) and a deferred inflow of $990,912 are recorded in the General Fund and the government-wide statements
as of September 30, 2023. The City’s incremental borrowing rate is 2.36%.
Martin Luther King, Jr. Neighborhood Family Center, Inc. leases 530 square feet of office space at the North Greenwood
Aquatics and Recreation Complex located at 900 North Martin Luther King, Jr. Avenue. The lease terminates on September
30, 2026 if not renewed for an additional five-year term. Quarterly rent of $5,000 is received in the General Fund, and may
be adjusted for the renewal term, if exercised, to reflect applicable changes in the use of the premises or the cost of operating
the facility. A lease receivable of $58,951 and a deferred inflow of $63,297 are recorded in the General Fund and the
government-wide statements as of September 30, 2023. The City’s incremental borrowing rate is 1.090%.
The Philadelphia Phillies baseball club leases the stadium known as BayCare Ballpark, located at 601 North Old Coachman
Road, for use as a spring training facility and also the home of their Class A affiliate, the Clearwater Threshers. The lease
was set to expire on December 31, 2023 if renewal options were not exercised; however, the Phillies have exercised a
renewal option for an additional five years through December 31, 2028. Annual rent of $204,000 is received in the General
Fund. A lease receivable of $952,900 and a deferred inflow of $1,002,892 are recorded in the General Fund and the
government-wide statements as of September 30, 2023. The City’s incremental borrowing rate is 2.312%.
Clearwater Golf Associates, Inc. leases a golf course located at 1875 Airport Road, known as The Landings Golf Club of
Clearwater. The lease terminates on February 28, 2029. There are no renewals available. Quarterly fixed rent of $3,000 is
received in the General Fund, as well as 3% of gross revenues in excess of $1.1 million annually. A lease receivable of
$60,655 and a deferred inflow of $61,311 are recorded in the General Fund and the government-wide statements as of
September 30, 2023. The City’s incremental borrowing rate is 1.390%.
A portion of the water tower premises at 3200 SR-580 and McMullen Booth Road (5,525 square feet) is leased to Crown
Castle (formerly GTE Mobilnet of Tampa, Inc.) for location of a cell tower and related equipment. The lease terminates on
September 30, 2025 if not renewed for additional five-year terms through 2040. Annual lease payments are received in the
Water and Sewer Utility Fund. A lease receivable of $39,377 and a deferred inflow of $61,086 are recorded in the Water
and Sewer Utility Fund and the government-wide statements as of September 30, 2023. The City’s incremental borrowing
rate is 0.916%.
Fifty-one commercial boat slips at the Clearwater Beach Marina and one slip at Island Estates are leased to various parties
for a term of five years. There is no renewal option. Termination dates range from April 30, 2024 to July 17, 2028. Monthly
lease payments ranging from $487.44 to $2,561.27, based on the passenger capacity and number of vessels in the slip,
are received in the Marine Operations Fund. There are no scheduled rent increases; however, the City Manager is
authorized to adjust vessel slip rent increases or decreases up to ten percent annually, based on surveys of rates charged
by other municipal and local area marinas. Current rates reflect the most recent increase on May 1, 2022. A lease
receivable of $924,567 and a deferred inflow of $950,112 are recorded in the Marine Operations Enterprise Fund and the
government-wide statements as of September 30, 2023. The City’s incremental borrowing rate ranges from 0.743% to
3.305% for these leases.
Clearwater Angler, LLC d/b/a The Bait Shop leases the building at 45 Causeway Blvd., located at the Clearwater Beach
Marina. The lease was set to expire on September 30, 2023; however, the second and final renewal was exercised to
extend the lease term to September 30, 2024. Monthly lease payments of $2,950, increasing 3% to $3,039 on October 1,
2023, are received in the Marine Operations Fund. A lease receivable of $35,726 and a deferred inflow of $38,521 are
recorded in the Marine Operations Enterprise Fund and the government-wide statements as of September 30, 2023. The
City’s incremental borrowing rate is 3.804%.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
70
Suite #101 of the Clearwater Beach Marina headquarters located at 25 Causeway Blvd. is leased to Kenneth Hayslett,
individually, and RE/MAX Action First of Florida, Inc. The lease terminates on May 31, 2024 if the renewal options are not
exercised. Monthly lease payments of $3,854 are received in the Marine Operations Fund. A lease receivable of $30,746
and a deferred inflow of $33,359 are recorded in the Marine Operations Enterprise Fund and the government-wide
statements as of September 30, 2023. The City’s incremental borrowing rate is 0.743%.
Suite #104 of the Clearwater Beach Marina headquarters located at 25 Causeway Blvd. is leased to Thomas C. Wolkowsky,
Patricia A. Wolkowsky and Olivia O. Wolkowsky d/b/a Pirate’s Pantry. The lease was set to expire on September 30, 2023;
however, the second and final renewal was exercised to extend the lease term to September 30, 2024. Monthly lease
payments of $712, increasing 3% to $734 on October 1, 2023, are received in the Marine Operations Fund. A lease
receivable of $8,624 and a deferred inflow of $9,298 are recorded in the Marine Operations Enterprise Fund and the
government-wide statements as of September 30, 2023. The City’s incremental borrowing rate is 3.804%.
Suite #106 of the Clearwater Beach Marina headquarters located at 25 Causeway Blvd. is leased to Thomas C. Wolkowsky,
Patricia A. Wolkowsky and Olivia O. Wolkowsky d/b/a Marina Beach Shoppe. The lease was set to expire on September
30, 2023; however, the second and final renewal was exercised to extend the lease term to September 30, 2024. Monthly
lease payments of $2,674, increasing 3% to $2,755 on October 1, 2023, are received in the Marine Operations Fund. A
lease receivable of $32,385 and a deferred inflow of $34,918 are recorded in the Marine Operations Enterprise Fund and
the government-wide statements as of September 30, 2023. The City’s incremental borrowing rate is 3.804%.
Suite #108 of the Clearwater Beach Marina headquarters located at 25 Causeway Blvd. is leased to Marina Cantina, LLC
d/b/a Poke Havana. The lease was set to expire on September 30, 2023; however, the second and final renewal was
exercised to extend the lease term to September 30, 2024. Monthly lease payments of $1,664, increasing 3% to $1,714 on
October 1, 2023, are received in the Marine Operations Fund. A lease receivable of $20,146 and a deferred inflow of
$21,722 are recorded in the Marine Operations Enterprise Fund and the government-wide statements as of September 30,
2023. The City’s incremental borrowing rate is 3.804%.
Suite #109 of the Clearwater Beach Marina headquarters located at 25 Causeway Blvd. is leased to Harbor Barber and
Beauty Salon, Inc. The lease was set to expire on September 30, 2023; however, the second and final renewal was
exercised to extend the lease term to September 30, 2024. Monthly lease payments of $935, increasing 3% to $963 on
October 1, 2023, are received in the Marine Operations Fund. A lease receivable of $11,317 and a deferred inflow of
$12,202 are recorded in the Marine Operations Enterprise Fund and the government-wide statements as of September 30,
2023. The City’s incremental borrowing rate is 3.804%.
Suite #103 and Suite #105 as well as the entire second floor of the Clearwater Beach Marina headquarters located at 25
Causeway Blvd., is leased to Marina Cantina, LLC for use as restaurant space (10,141 of interior space and 15,578 square
feet of exterior/seasonal patio space). The lease terminates on September 30, 2027 if the renewal options are not exercised.
Monthly lease payments of $16,902 are received in the Marine Operations Fund. A lease receivable of $791,090 and a
deferred inflow of $780,863 are recorded in the Marine Operations Enterprise Fund and the government-wide statements
as of September 30, 2023. The City’s incremental borrowing rate is 0.316%.
The premises (land and building) located at 37 Causeway Blvd. is leased to Clearwater Beach Seafood, Inc. for use as
Crabby’s Dockside Restaurant. The lease terminates on March 31, 2047. There is no renewal option. Current monthly fixed
base rent of $13,697 is received in the Marine Operations Fund, as well as a percentage rent that varies according to food and
alcohol sales. The base rent is adjusted annually on May 1st, the greater of 2% or the percentage increase in the PPI for the
previous twelve months. A lease receivable of $2,930,871 and a deferred inflow of $2,897,151 are recorded in the Marine
Operations Enterprise Fund and the government-wide statements as of September 30, 2023. The City’s incremental borrowing
rate is 2.461%.
Clearwater Marine Aquarium leases Island Estates boat slips 1-20, for a term of five years expiring on May 31, 2026. There
is no renewal option; however, a new agreement may be negotiated at the termination of the current agreement. Consideration
in lieu of rent consists of $137,000 of investments and upgrades to the slips to be completed by May 31, 2026. A lease
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
71
receivable of $130,369 and a deferred inflow of $130,369 are recorded in the Marine Operations Enterprise Fund and the
government-wide statements as of September 30, 2023. The City’s incremental borrowing rate is 1.090%.
The Clearwater Airpark, a public-use airport located at 1000 N. Hercules Avenue, is leased to FlyUSA PV, LLC for an initial
term of five years expiring on February 29, 2028. The agreement provides for one five-year renewal at the discretion of
FlyUSA and four subsequent five-year renewals subject to mutual agreement. Monthly lease payments of $20,000 are
received in the Aviation Operations Enterprise Fund. A lease receivable of $998,575 and a deferred inflow of $1,011,295
are recorded in the Aviation Operations Enterprise Fund and the government-wide statements as of September 30, 2023.
The City’s incremental borrowing rate is 2.682%.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
72
III.D. Capital assets
Capital asset activity for the year ended September 30, 2023:
Beginning
Balance Ending
Governmental Activities (Restated) Increases Decreases Transfers Balance
Non-depreciable capital assets:
Land 92,466,957$ 2,051,894$ (41,780)$ -$ 94,477,071$
Construction in progress 68,922,814 46,924,625 (113,868,308) - 1,979,131
Total non-depreciable capital assets 161,389,771 48,976,519 (113,910,088) - 96,456,202
Depreciable capital assets:
Buildings 173,141,670 21,543,241 (1,653,778) - 193,031,133
Improvements other than buildings 61,009,215 84,894,001 - - 145,903,216
Machinery and equipment 120,284,532 9,880,292 (4,520,146) (82,970) 125,561,708
Infrastructure 163,562,540 6,460,600 - - 170,023,140
Total depreciable capital assets 517,997,957 122,778,134 (6,173,924) (82,970) 634,519,197
Less accumulated depreciation for:
Buildings (93,569,615) (5,678,625) 1,567,516 - (97,680,724)
Improvements other than buildings (30,358,727) (3,591,957) - - (33,950,684)
Machinery and equipment (93,447,095) (10,277,497) 4,301,814 77,414 (99,345,364)
Infrastructure (126,563,114) (4,313,112) - - (130,876,226)
Total accumulated depreciation (343,938,551) (23,861,191) 5,869,330 77,414 (361,852,998)
Net depreciable capital assets 174,059,406 98,916,943 (304,594) (5,556) 272,666,199
Capital assets, net of accumulated depreciation 335,449,177 147,893,462 (114,214,682) (5,556) 369,122,401
Intangible right-to-use lease assets:
Buildings 973,066 1,515,138 (59,673) - 2,428,531
Machinery and equipment 1,299,926 711,711 (372,876) - 1,638,761
Total intangible right-to-use lease assets
being amortized 2,272,992 2,226,849 (432,549) - 4,067,292
Less accumulated amortization for:
Buildings (393,808) (398,305) 59,673 - (732,440)
Machinery and equipment (487,792) (583,666) 372,876 - (698,582)
Total accumulated amortization (881,600) (981,971) 432,549 - (1,431,022)
Intangible right-to-use lease assets, net of
accumulated amortization 1,391,392 1,244,878 - - 2,636,270
Intangible right-to-use subscription assets:
Software - 5,835,934 - - 5,835,934
Total intangible right-to-use subscription assets
being amortized - 5,835,934 - - 5,835,934
Less accumulated amortization for:
Software - (199,085) - - (199,085)
Total accumulated amortization - (199,085) - - (199,085)
Intangible right-to-use subscritption assets, net
of accumulated amortization - 5,636,849 - - 5,636,849
Total Governmental Activities Capital Assets, net 336,840,569$ 154,775,189$ (114,214,682)$ (5,556)$ 377,395,520$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
73
Beginning
Balance Ending
Business-type activities (Restated) Increases Decreases Transfers Balance
Non-depreciable capital assets:
Land 30,599,019$ 50,853$ -$ -$ 30,649,872$
Construction in progress 24,445,677 11,202,329 (5,985,251) - 29,662,755
Total non-depreciable capital assets 55,044,696 11,253,182 (5,985,251) - 60,312,627
Depreciable capital assets:
Buildings 76,953,319 - - - 76,953,319
Improvements other than buildings 733,815,260 9,841,409 - - 743,656,669
Machinery and equipment 21,041,274 2,570,275 (1,568,619) 82,970 22,125,900
Total depreciable capital assets 831,809,853 12,411,684 (1,568,619) 82,970 842,735,888
Less accumulated depreciation for:
Buildings (18,239,468) (2,319,883) - - (20,559,351)
Improvements other than buildings (431,816,993) (16,896,350) - - (448,713,343)
Machinery and equipment (13,494,648) (1,831,779) 1,464,566 (77,414) (13,939,275)
Total accumulated depreciation (463,551,109) (21,048,012) 1,464,566 (77,414) (483,211,969)
Net depreciable capital assets 368,258,744 (8,636,328) (104,053) 5,556 359,523,919
Total Business-type Activites Capital
Assets, net 423,303,440$ 2,616,854$ (6,089,304)$ 5,556$ 419,836,546$
Depreciation and amortization expense was charged to functions / programs of the primary government as follows:
Amortization of
Depreciation of Amortization of subscription
capital assets lease assets assets
Governmental activities:
General government 727,480$ 233,470$ 8,774$
Public safety 1,712,789 82,939 51,318
Transportation, including depreciation on infrastructure assets 4,117,648 - -
Economic environment 45,861 - 6,561
Culture and recreation 7,439,491 - -
Capital assets held by governmental internal service funds are
charged to the various functions based on their usage of assets 9,817,922 665,562 132,432
23,861,191$ 981,971$ 199,085$
Business-type activities:
Water and sewer utility 11,615,441$ -$ -$
Gas utility 4,085,464 - -
Solid waste and recycling utility 1,109,148 - -
Stormwater utility 3,424,732 - -
Marine operations 27,178 - -
Aviation operations 189,148 - -
Parking system operations 263,299 - -
Clearwater Harbor Marina operations 333,602 - -
21,048,012$ -$ -$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
74
III.E. Intangible right-to-use lease assets
The City is a lessee of the following intangible right-to-use lease assets:
The City leases the 6th floor (13,024 square feet) of One Clearwater Tower located at 600 Cleveland Street for use as a
temporary City Hall. The lease was set to expire on January 31, 2024; however, the five-year renewal option was exercised to
extend the lease term to January 31, 2029. Monthly lease payments of $22,597, decreasing to $21,598 on February 1, 2024,
are paid from the General Fund. The City has recorded a lease liability in the government-wide statements in the amount of
$1,376,491 as well as an intangible right-to-use lease asset in the amount of $1,374,719, net of accumulated amortization, as
of September 30, 2023. The City’s incremental borrowing rate is 2.312%.
The City leases 2,660 square feet of office space. The lease was set to expire on April 30, 2023; however, the lease was
amended to extend the term an additional five years to February 29, 2028. Monthly lease payments of $4,167, increasing to
$5,320 on March 1, 2024, are paid from the General Fund. The City has recorded a lease liability in the government-wide
statements in the amount of $270,608 as well as an intangible right-to-use lease asset in the amount of $260,177, net of
accumulated amortization, as of September 30, 2023. The City’s incremental borrowing rate is 2.682%.
The City leases Suite 400 (3,719 square feet) in the Powell Professional Center located at 401 Corbett Street for use as an
employee health clinic. The lease terminates on May 31, 2024. There are no renewal options. Monthly lease payments of
$7,070 are paid from the Central Insurance Fund. The City has recorded a lease liability in the Central Insurance Internal
Service Fund and the government-wide statements in the amount of $56,403 as well as an intangible right-to-use lease asset
in the amount of $61,195, net of accumulated amortization, as of September 30, 2023. The City’s incremental borrowing rate
is 0.743%.
The City leases various computer equipment from Hewlett-Packard Financial Services Company for terms of 36 months.
There are eleven leases outstanding with termination dates ranging from October 31, 2023 to July 31, 2026. There are no
renewal options. Quarterly lease payments ranging from $6,360 to $28,746 are paid from the Administrative Services Fund.
The City has recorded a lease liability in the Administrative Services Internal Service Fund and the government-wide
statements in the amount of $945,555 as well as an intangible right-to-use lease asset in the amount of $940,179, net of
accumulated amortization, as of September 30, 2023. The City’s incremental borrowing rate ranges from 0.529% to 3.238%
for these leases.
The City does not report any intangible right-to-use lease assets in the proprietary fund statements or business-type activities
in the government-wide statements.
Future payments on intangible right-to-use lease assets are as follows:
Principal Interest Total
2024 812,118$ 54,702$ 866,820$
2025 617,281 37,953 655,234
2026 475,581 23,728 499,309
2027 335,375 13,934 349,309
2028 311,922 6,011 317,933
2029 96,780 466 97,246
2,649,057$ 136,794$ 2,785,851$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
75
III.F. Intangible right-to-use subscription assets
The City subscribes to software applications utilized for debt/lease/subscription management, media monitoring and analysis,
GIS technology for economic development, video and data collaboration for the Real Time Crime Center, and housing,
economic and community development programs. Termination dates range from November 30, 2024 to April 30, 2027. Annual
payments of $156,767 for fiscal 2023 were paid from the General Fund. The City has recorded a subscription liability in the
government-wide statements in the amount of $179,835 as well as an intangible right-to-use subscription asset in the amount
of $263,738, net of accumulated amortization, as of September 30, 2023. The City’s incremental borrowing rate ranges from
3.207% to 3.305% for these for these subscriptions.
The City subscribes to software applications utilized for cyber defense and response, fuel management, field mobility, agenda
management, Microsoft Office and related cloud applications, interactive voice response for building permits, and financial and
human capital management. Termination dates range from September 30, 2024 to November 30, 2026. Annual payments of
$1,921,226 for fiscal 2023 were paid from the Administrative Services Fund. The City has recorded a subscription liability in
the Administrative Services Internal Service Fund and the government-wide statements in the amount of $3,452,990 as well
as an intangible right-to-use subscription asset in the amount of $5,252,436, net of accumulated amortization, as of September
30, 2023. The City’s incremental borrowing rate ranges from 2.363% to 3.269% for these subscriptions.
The City subscribes to a software application utilized for claims management. The agreement terminates on June 30, 2028.
The annual payment of $29,207 for fiscal 2023 was paid from the Central Insurance Fund. The City has recorded a subscription
liability in the Central Insurance Internal Service Fund and the government-wide statements in the amount of $113,113 as well
as an intangible right-to-use subscription asset in the amount of $120,675, net of accumulated amortization, as of September
30, 2023. The City’s incremental borrowing rate is 3.331% for this subscription.
The City does not report any intangible right-to-use subscription assets in the proprietary fund statements or business-type
activities in the government-wide statements.
Future payments on intangible right-to-use subscription assets are as follows:
Principal Interest Total
2024 2,014,413$ 104,932$ 2,119,345$
2025 1,618,966 47,838 1,666,804
2026 81,964 3,721 85,685
2027 30,595 1,019 31,614
3,745,938$ 157,510$ 3,903,448$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
76
III.G. Construction commitments
As of September 30, 2023, material outstanding construction commitments were as follows:
Construction
Commitments
Project Fund Outstanding
Pierce Street Lift Station Water & Sewer Utility Enterprise Fund 7,933,000$
Imagine Clearwater Capital Improvement Fund 3,251,073
Northeast Water Reclamation Facility Improvements Water & Sewer Utility Enterprise Fund 2,158,532
Annual Sidewalk Repairs Capital Improvement Fund 2,050,531
Annual Stormwater Repairs Stormwater Utility Enterprise Fund 1,500,000
Wave Attenuator Clearwater Harbor Marina Enterprise Fund 1,099,984
Fire Station #46 Capital Improvement Fund 860,439
Cleveland Street Streetscape Phase 3 CRA Capital Improvement Fund 778,060
Annual Road Resurfacing Capital Improvement Fund 718,984
Cleveland Street Streetscape Phase 3 Capital Improvement Fund 565,989
Total Construction Commitments 20,916,592$
III.H. Interfund receivables, payables, and transfers
III.H.1. Interfund balances
As discussed in Note III.A., individual fund deficits in the consolidated cash pool, if any, have been reclassified as of
September 30, 2023, as interfund loans from the Capital Improvement Fund, which was selected by management for this
purpose. This reclassification results in a corresponding reduction in the cash equity in the Capital Improvement Fund, offset
by an increase in interfund receivables.
As of September 30, 2023, there were no funds with a cash pool deficit.
The amounts of the reclassified cash pool deficits, if any, as well as the current portion of other individual fund interfund
payable and receivable balances are classified as Due from/to Other Funds. The long-term portions of other interfund
balances are classified as Advances to/from Other Funds.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
77
Due from Due to Advances to Advances from
Fund Other Funds Other Funds Other Funds Other Funds
General Fund -$ 286,705$ -$ 956,353$
Special Revenue Funds:
Special Programs Fund - - 325,440
Community Redevelopment Agency Fund - - - 325,440
Capital Projects Fund:
Capital Improvement Fund 5,118,817 - 10,808,529 -
Enterprise Funds:
Water & Sewer Utility Fund - 108,132 - 216,437
Solid Waste & Recycling Utility Fund - 539,493 - 1,708,860
Marine Operations Fund - 4,755 - 20,442
Internal Service Funds:
Garage Fund - 4,034,465 - 8,398,851
Administrative Services Fund - 491,561 - 991,566
General Services Fund - 7,008 - 14,228
Central Insurance Fund 353,302 - 1,498,208 -
5,472,119$ 5,472,119$ 12,632,177$ 12,632,177$
Descriptions of interfund loans as of September 30, 2023:
An internal loan from the Special Programs special revenue fund to the Community Redevelopment Agency Fund in the
amount of $325,440, approved on September 1, 2011, for the environmental cleanup of the Car Pro site in the East Gateway
area of the downtown. This loan is interest-free and is to be repaid upon the sale of the developed parcel. Because the first
principal payment is not due within one year, this loan is classified as an advance.
An internal loan from the Central Insurance Fund to the Solid Waste/Recycling Utility Fund in the amount of $3.5 million,
approved November 16, 2017, to partially fund the construction of a Solid Waste Transfer Station. This loan provides for 10
equal payments of $396,812, including interest at 2.35%, beginning September 30, 2019 and ending September 30, 2028.
The current portion of this loan ($353,302) is due within one year and is therefore classified as due to/due from other funds,
while the long-term portion ($1,498,208) is classified as an advance.
An internal loan from the Capital Improvement Fund to the General Fund in the amount of $125,584 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $26,675, including interest at 2.04%, beginning May
31, 2020 and ending May 31, 2024. The balance of this loan ($26,142) is due within one year and is therefore classified as
due to/due from other funds.
An internal loan from the Capital Improvement Fund to the Water & Sewer Utility Fund in the amount of $191,586 to fund the
purchase of vehicles and other equipment. This loan provides for 5 equal payments of $40,694, including interest at 2.04%,
beginning May 31, 2020 and ending May 31, 2024. The balance of this loan ($39,880) is due within one year and is therefore
classified as due to/due from other funds.
An internal loan from the Capital Improvement Fund to the Solid Waste & Recycling Utility Fund in the amount of $395,983 to
fund the purchase of vehicles and other equipment. This loan provides for 5 equal payments of $84,109, including interest at
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
78
2.04%, beginning May 31, 2020 and ending May 31, 2024. The balance of this loan ($82,426) is due within one year and is
therefore classified as due to/due from other funds.
An internal loan from the Capital Improvement Fund to the Garage Fund in the amount of $3,363,457 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $714,414, including interest at 2.04%, beginning
May 31, 2020 and ending May 31, 2024. The balance of this loan ($700,132) is due within one year and is therefore classified
as due to/due from other funds.
An internal loan from the Capital Improvement Fund to the General Fund in the amount of $174,984 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $36,054, including interest at 1.00%, beginning July
1, 2022 and ending July 1, 2026. The current portion of this loan ($34,993) is due within one year and is therefore classified
as due to/due from other funds, while the long-term portion ($71,041) is classified as an advance.
An internal loan from the Capital Improvement Fund to the Solid Waste & Recycling Fund in the amount of $518,874 to fund
the purchase of vehicles and other equipment. This loan provides for 5 equal payments of $106,909, including interest at
1.00%, beginning July 1, 2022 and ending July 1, 2026. The current portion of this loan ($103,765) is due within one year and
is therefore classified as due to/due from other funds, while the long-term portion ($210,652) is classified as an advance.
An internal loan from the Capital Improvement Fund to the Administrative Services Fund in the amount of $56,170 to fund the
purchase of computers and network equipment. This loan provides for 3 equal payments of $19,005, including interest at
0.75%, beginning July 1, 2022 and ending July 1, 2024. The balance of this loan ($18,863) is due within one year and is
therefore classified as due to/due from other funds.
An internal loan from the Capital Improvement Fund to the General Services Fund in the amount of $35,046 to fund the
purchase of vehicles and other equipment. This loan provides for 5 equal payments of $7,221, including interest at 1.00%,
beginning July 1, 2022 and ending July 1, 2026. The current portion of this loan ($7,008) is due within one year and is therefore
classified as due to/due from other funds, while the long-term portion ($14,228) is classified as an advance.
An internal loan from the Capital Improvement Fund to the Garage Fund in the amount of $5,140,518 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $1,059,151, including interest at 1.00%, beginning
July 1, 2022 and ending July 1, 2026. The current portion of this loan ($1,028,002) is due within one year and is therefore
classified as due to/due from other funds, while the long-term portion ($2,086,945) is classified as an advance.
An internal loan from the Capital Improvement Fund to the General Fund in the amount of $384,674 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $83,516, including interest at 2.80%, beginning
August 1, 2023 and ending August 1, 2027. The current portion of this loan ($74,782) is due within one year and is therefore
classified as due to/due from other funds, while the long-term portion ($237,146) is classified as an advance.
An internal loan from the Capital Improvement Fund to the Water & Sewer Utility Fund in the amount of $351,081 to fund the
purchase of vehicles and other equipment. This loan provides for 5 equal payments of $76,223, including interest at 2.80%,
beginning August 1, 2023 and ending August 1, 2027. The current portion of this loan ($68,252) is due within one year and is
therefore classified as due to/due from other funds, while the long-term portion ($216,437) is classified as an advance.
An internal loan from the Capital Improvement Fund to the Administrative Services Fund in the amount of $49,969 to fund the
purchase of computers and network equipment. This loan provides for 3 equal payments of $17,581, including interest at
2.75%, beginning August 1, 2023 and ending August 1, 2025. The current portion of this loan ($16,652) is due within one year
and is therefore classified as due to/due from other funds, while the long-term portion ($17,110) is classified as an advance.
An internal loan from the Capital Improvement Fund to the Garage Fund in the amount of $2,554,384 to fund the purchase of
radio equipment. This loan provides for 3 equal payments of $898,715, including interest at 2.75%, beginning August 1, 2023
and ending August 1, 2025. The current portion of this loan ($851,253) is due within one year and is therefore classified as
due to/due from other funds, while the long-term portion ($874,662) is classified as an advance.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
79
An internal loan from the Capital Improvement Fund to the Garage Fund in the amount of $3,729,841 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $809,783, including interest at 2.80%, beginning
August 1, 2023 and ending August 1, 2027. The current portion of this loan ($725,097) is due within one year and is therefore
classified as due to/due from other funds, while the long-term portion ($2,299,397) is classified as an advance.
An internal loan from the Capital Improvement Fund to the General Fund in the amount of $798,954 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $173,958, including interest at 2.9%, beginning
September 30, 2024 and ending September 30, 2028. The current portion of this loan ($150,788) is due within one year and
is therefore classified as due to/due from other funds, while the long-term portion ($648,166) is classified as an advance.
An internal loan from the Capital Improvement Fund to the Marine Operations Fund in the amount of $25,197 to fund the
purchase of vehicles and other equipment. This loan provides for 5 equal payments of $5,486, including interest at 2.9%,
beginning September 30, 2024 and ending September 30, 2028. The current portion of this loan ($4,755) is due within one
year and is therefore classified as due to/due from other funds, while the long-term portion ($20,442) is classified as an
advance.
An internal loan from the Capital Improvement Fund to the Administrative Services Fund in the amount of $1,375,405 to fund
the purchase of computers and network equipment. This loan provides for 3 equal payments of $484,846, including interest
at 2.85%, beginning September 30, 2024 and ending September 30, 2028. The current portion of this loan ($445,647) is due
within one year and is therefore classified as due to/due from other funds, while the long-term portion ($929,758) is classified
as an advance.
An internal loan from the Capital Improvement Fund to the Administrative Services Fund in the amount of $55,096 to fund the
purchase of vehicles and other equipment. This loan provides for 5 equal payments of $11,996, including interest at 2.9%,
beginning September 30, 2024 and ending September 30, 2028. The current portion of this loan ($10,398) is due within one
year and is therefore classified as due to/due from other funds, while the long-term portion ($44,698) is classified as an
advance.
An internal loan from the Capital Improvement Fund to the Garage Fund in the amount of $3,867,828 to fund the purchase of
vehicles and other equipment. This loan provides for 5 equal payments of $842,148, including interest at 2.9%, beginning
September 30, 2024 and ending September 30, 2028. The current portion of this loan ($729,981) is due within one year and
is therefore classified as due to/due from other funds, while the long-term portion ($3,137,847) is classified as an advance.
III.H.2. Interfund transfers
Transfers are primarily used to 1) transfer revenues that have been collected in the required fund per state law to the funds
and activities that state law allows for expenditures; 2) transfer of “payment in lieu of taxes” contributions from the utility funds
to the General Fund; 3) transfer funding from governmental funds to debt service and capital improvements funds; and 4)
transfer matching funds from the General Fund to various grant programs.
Other non-routine interfund transfers occurring during the current fiscal year included: A transfer of $10 million from the General
Fund to the Capital Improvement Fund for the MSB Renovation capital project; a transfer of $5 million from the General Fund
to the Capital Improvement Fund for the new City Hall capital project; a transfer of $250,000 from the General Fund to the
Capital Improvement Fund for the Parks & Beautification R&R capital project; a transfer of $240,000 from the General Fund to
the Capital Improvement Fund for the City Hall demolition capital project; $150,000 from the General Fund to the Capital
Improvement Fund for the Clearwater Municipal Cemetery Renovation capital project; $610,200 from the General Fund to the
Special Programs Fund for opening events at Coachman Park; $168,500 from the General Fund to the Special Programs
Fund for an acoustical study for The Sound amphitheater; a transfer of $115,200 from the General Fund to the Special
Programs Fund for police officers overtime for special events; a transfer of $127,190 from the Special Programs Fund to the
General Fund reflecting CDBG funds for land development costs; $27,509 from the Special Programs Fund to the General
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
80
Fund for Economic Development & Housing department grant administration software; and a transfer of $17,000 from the
Aviation Operations Fund to the Garage Internal Service Fund for replacement of a golf cart.
Interfund transfers for the year ended September 30, 2023 consisted of the following:
Transfers to General Fund from:
Special Programs Fund 384,276$
Water & Sewer Utility Enterprise Fund 5,326,050
Gas Utility Enterprise Fund 1,700,000
Solid Waste & Recycling Utility Enterprise Fund 1,624,340
Stormwater Utility Enterprise Fund 948,680
Nonmajor governmental funds 1,035,393
Nonmajor enterprise funds 1,495,476
Total 12,514,215
Transfers to Special Programs Fund from:
General Fund 1,455,900
Transfers to Capital Improvement Fund from:
General Fund 27,154,980
Special Development Fund 17,045,390
Special Programs Fund 2,357,502
Nonmajor enterprise funds 116,000
Internal service funds 172,000
Total 46,845,872
Transfers to Nonmajor governmental funds from:
General Fund 4,806,246
Nonmajor governmental funds 4,701,833
Total 9,508,079
Transfer to Nonmajor enterprise funds from:
General Fund 250,000
Special Development Fund 11,500,000
Total 11,750,000
Transfers to Internal service funds from:
General Fund 3,063,505
Capital Improvement Fund 1,746,961
Special Programs Fund 83,964
Water & Sewer Utility Enterprise Fund 29,325
Gas Utility Enterprise Fund -
Solid Waste & Recycling Utility Enterprise Fund -
Stormwater Utility Enterprise Fund 479,362
Nonmajor enterprise funds 39,887
Internal service funds 24,847
Total 5,467,851
Total interfund transfers 87,541,917$
III.I. Financed Purchases
The City purchases various equipment for governmental and business-type activities under financed purchase agreements
(direct borrowings). The equipment is purchased with cash and subsequently provided as collateral via a financing agreement,
typically for a five-year term. Obligations under these financed purchase agreements are recorded at the present value of their
future minimum payments as of date of inception. Purchase of the assets is recorded as a cash outflow and the subsequent
receipt of the financing proceeds is recorded as “proceeds from issuance of debt” for Statement of Cash Flows reporting.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
81
Capitalized equipment subject to financed purchase agreements as of September 30, 2023:
Governmental Business-type
Activities Activities
Equipment 9,868,079$ 836,576$
Less: Accumulated Depreciation (5,920,847) (501,946)
Total 3,947,232$ 334,630$
The future minimum payments under financed purchase agreements are as follows as of September 30, 2023:
Governmental Business-type
Year Ending Sept. 30 Activities Activities
2024 2,099,255$ 176,966$
2025 1,458,967 146,279
3,558,222 323,245
Deduction of the amount of imputed interest necessary to
reduce net minimum lease payments to present value
3,514,814$ 319,209$
(43,408) (4,036)
III.J. Long-term debt
III.J.1. Bonds Payable
$14,810,000 Revenue Bonds (Spring Training Facility), Series 2002; issued to finance a portion of the cost
of the acquisition, construction, rehabilitation and equipping of a spring training facility to be used by the
Philadelphia Phillies major league baseball team; serial bonds due in annual installments of $325,000 on
March 1, 2024; interest at 5.375%; 5.375% term bonds in the amount of $1,420,000 due March 1, 2027; and
5.375% term bonds in the amount of $1,750,000 due March 1, 2031.
$3,170,000
$30,000,000 Non-Ad Valorem Revenue Bonds (Imagine Clearwater Improvements), Series 2022; issued to
finance and/or reimburse a portion of the cost of acquisition, construction and equipping of the Imagine
Clearwater Project; serial bonds due in annual installments of $205,000 on October 1, 2023 to $1,165,000
due at October 1, 2042; interest at 4.00% to 5.00%; 4.125% term bonds in the amount of $3,785,000 due
October 1, 2045; 4.125% term bonds in the amount of $4,280,000 due October 1, 2048; 4.125% term bonds
in the amount of $3,155,000 due October 1, 2050; and 4.125% term bonds in the amount of $3,420,000 due
October 1, 2052.
30,000,000
Total revenue bonds for governmental activities 33,170,000
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
82
$69,270,000 Water and Sewer Revenue Refunding Bonds, Series 2017; issued to refund and redeem the
outstanding principal of the City’s Water and Sewer Revenue Bonds, Series 2009A, maturing on and after
December 1, 2020; term bonds due in annual installments of $770,000 on December 1, 2023, to $9,265,000
on December 1, 2039; interest at 3.50% to 5.00%. 67,170,000
$29,080,000 Water and Sewer Revenue Refunding Bond, Series 2017B; a direct placement bank loan
issued to refund and redeem the outstanding principal of the City’s Water and Sewer Revenue Refunding
Bonds, Series 2011, maturing on and after December 1, 2022; term bonds due in annual installments of
$2,340,000 on December 1, 2023, to $2,895,000 on December 1, 2032; interest at 2.40%.26,090,000
$20,430,000 Water and Sewer Revenue Refunding Bonds, Series 2020: issued to refund and redeem the
outstanding principal of the City’s Water and Sewer Revenue Refunding Bond, Series 2014, a direct
placement bank loan, maturing on and after December 1, 2020; serial bonds due in annual installments of
$1,360,000 on December 1, 2023, to $2,060,000 on December 1, 2032; interest at 5.00%.16,920,000
$7,365,000 Gas System Revenue Refunding Bond, Series 2013; a direct placement bank loan issued to
current refund the City’s callable Gas System Revenue Refunding Bonds, Series 2004, maturing after
September 1, 2013; term bonds due in annual installments of $440,000 on September 1, 2024, to $1,520,000
on September 1, 2026; interest at 2.41%. 3,445,000
$5,405,000 Gas System Revenue Refunding Bond, Series 2014; a direct placement bank loan issued to
current refund the City’s callable Gas System Revenue Refunding Bonds, Series 2005, maturing after
September 1, 2014; term bonds due in annual installments of $305,000 on September 1, 2024, to $2,040,000
on September 1, 2027; interest at 2.67%. 2,985,000
$19,365,000 Stormwater System Revenue Refunding Bonds, Series 2012, issued to pay and redeem all of
the Stormwater Revenue Bonds, Series 2002, currently outstanding; serial bonds due in annual installments
of $935,000 on November 1, 2023, to $1,350,000 on November 1, 2032, interest at 3.00% to 5.00%. 11,355,000
Total revenue bonds and direct placement bank loans for business-type activities 127,965,000
Total bonds payable $161,135,000
III.J.2. Restrictive covenants and collateral requirements
The Revenue Bonds (Spring Training Facility), Series 2002, are special, limited obligations of the City, payable solely from
and secured by a lien upon and pledge of the (i) payments received by the City from the State of Florida pursuant to Section
212.20, Florida Statutes (State payments); and (ii) payments received by the City from Pinellas County, Florida pursuant to
the Interlocal Agreement dated December 1, 2000 (County payments). The pledge of the State Payments and County
Payments does not constitute a lien upon any property of the City. Furthermore, neither the City, Pinellas County, the State
of Florida, nor any political subdivision thereof has pledged its faith or credit or taxing power to the payment of the bonds.
However, the City has pledged, per a municipal bond insurance debt service agreement, to supplement State and County
payments with non-ad valorem City revenues, if necessary, to pay debt service.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
83
The Non-Ad Valorem Revenue Bonds (Imagine Clearwater Improvements), Series 2022, are limited obligations of the City,
payable solely from non-ad valorem revenues of the City and secured by a covenant to budget and appropriate funds
sufficient for the payment of principal and interest and certain other required payments in each fiscal year. The pledge of
non-ad valorem revenues does not constitute a lien upon any property of the City, nor do the bonds constitute a general
indebtedness of the City.
The Water and Sewer Revenue Refunding Bonds, Series 2017, Series 2017B and Series 2020, are limited obligations of
the City payable solely from and secured by a lien upon and pledge of the net revenues of the City’s water and sewer
system (System). The pledge of the System’s net revenues does not constitute a lien upon any property of the City. The
covenants of the ordinances authorizing the bonds include, among other things, an obligation of the City to fix and maintain
such rates, and collect such fees, rentals and other charges for the services and facilities of the System and revise the same
from time to time whenever necessary, which will provide gross revenues in each fiscal year sufficient to pay the cost of
operation and maintenance of the system; one hundred fifteen percent (115%) of the bond service requirement becoming
due in such fiscal year on the outstanding bonds; plus one hundred percent (100%) of all reserve and other payments
required to be made pursuant to the ordinances authorizing the bonds. The City further covenants that such rates, fees,
rentals and other charges will not be reduced so as to render them insufficient to provide gross revenues for such purpose.
The Gas System Revenue Refunding Bonds, Series 2013 and Series 2014, are limited obligations of the City payable solely
from and secured by a lien upon and pledge of the net revenues of the City’s gas system (System). The pledge of the
System’s net revenues does not constitute a lien upon any property of the City. The covenants of the ordinances authorizing
the bonds include, among other things, an obligation of the City to fix, establish, revise from time to time whenever
necessary, maintain and collect always, such fees, rates, rentals and other charges for the use of the product, services and
facilities of the System which will always provide revenues in each year sufficient to pay, and out of such funds pay, 100%
of the cost of operations and maintenance of the System in such year and all reserve and other payments provided for in
the ordinances authorizing the bonds, along with one hundred twenty five percent (125%) of the bond service requirement
due in such year on all outstanding bonds.
The Stormwater Revenue Refunding Bonds, Series 2012, are limited obligations of the City payable solely from and secured
by a lien upon and pledge of the net revenues of the City’s stormwater management system (System). The pledge of the
System’s net revenues does not constitute a lien upon any property of the City. The covenants of the ordinances authorizing
the bonds include, among other things, an obligation of the City to fix, revise from time to time whenever necessary, and
maintain and collect always such fees, rates, rentals and other charges for use of the products, services, and facilities which
will always provide net revenues in each year sufficient to pay one hundred fifteen percent (115%) of the bond service
requirement becoming due in such fiscal year on the outstanding bonds. The City further covenants that such rates, fees,
rentals and other charges will not be reduced so as to render them insufficient to provide revenues for such purpose.
Additionally, the covenants of each of the above issues includes a “Reserve Requirement” equal to the lesser of the
Maximum Bond Service Requirement for any given year; 125% of the Average Annual Bond Service Requirement; or the
largest amount as shall not adversely affect the exclusion of interest on the Bonds from gross income for Federal income
tax purposes. A Reserve Fund has been funded for the Series 2012 Bonds.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
84
Annual debt service requirements to maturity for revenue bonds and direct placement bank loans are as follows:
Year Ending
September 30 Principal Interest Principal Interest Principal Interest
2024 530,000$ 1,488,703$ 3,065,000$ 4,074,688$ 3,085,000$ 760,804$
2025 845,000 1,453,072 3,215,000 3,927,538 4,195,000 685,237
2026 890,000 1,408,366 3,360,000 3,778,113 4,300,000 582,838
2027 935,000 1,361,334 3,520,000 3,621,913 4,550,000 477,948
2028 980,000 1,311,978 3,670,000 3,458,363 2,575,000 362,460
2029-2033 4,690,000 5,781,109 21,055,000 14,570,406 13,815,000 844,619
2034-2038 4,275,000 4,722,250 39,390,000 7,883,725 - -
2039-2043 5,385,000 3,602,100 18,170,000 733,998 - -
2044-2048 6,580,000 2,384,588 - - - -
2049-2053 8,060,000 875,144 - - - -
Totals 33,170,000$ 24,388,644$ 95,445,000$ 42,048,744$ 32,520,000$ 3,713,906$
Governmental Activities
Revenue Bonds Direct Placement Bank Loans
Business-type Activities
Revenue Bonds
III.J.3. Pledged revenues
State of Florida and Pinellas County Payments Pledged: The City has pledged future revenues derived from payments
received from the State of Florida pursuant to Section 212.20, Florida Statutes, and payments from Pinellas County, Florida
pursuant to an Interlocal Agreement, together with any investment income earned on the revenues, to repay $14.8 million
in Spring Training Facility Revenue bonds issued in September 2002. Proceeds from the bonds provided financing for a
portion of the costs of the acquisition, construction, rehabilitation, and equipping of a spring training facility to be used by
the Philadelphia Phillies major league baseball team. The bonds are payable solely from the State of Florida and Pinellas
County, Florida payments and are payable through March 2031. Annual principal and interest payments on the bonds are
expected to require less than 100 percent of net revenues. The total principal and interest remaining to be paid on the bonds
is $3,898,313. Principal and interest paid for the current year and total revenue received were $488,719 and $514,473,
respectively.
Non-Ad Valorem Revenues: The City has covenanted and agreed to appropriate in its annual budget, by amendment if
necessary, sufficient amounts of non-ad valorem revenues for payment of the principal and interest and to make certain
other payments as required, for each fiscal year in which the Non-Ad Valorem Revenue Bonds (Imagine Clearwater
Improvements) Series 2022, remain outstanding. Proceeds from the bonds provided financing for the cost of acquisition,
construction or equipping of the Imagine Clearwater Project and to pay related costs of issuance of the Series 2022 bonds.
Annual principal and interest payments on the bonds are expected to require less than 100 percent of net revenues. Debt
service payments commenced on April 1, 2023. The total principal and interest remaining to be paid on the bonds as of
September 30, 2023, is $53,660,331. Principal and interest paid for the current year ($951,025) required 0.74% of total
pledged revenue ($128,298,577).
Water and Sewer Utility Net Revenues Pledged: The City has pledged future net revenues of the City of Clearwater,
Florida, Water & Sewer Utility, defined as all income or earnings, including any income from the investment of funds, derived
by the City from the operation of the utility after deduction of current expenses for the operation, maintenance and repair of
the system, but not including reserves for renewals and replacements, for extraordinary repairs or any allowance for
depreciation to repay: $69.3 million Water and Sewer Revenue Refunding bonds issued in February 2017. Proceeds from the bonds provided
financing to refund and redeem the outstanding principal maturing on or after December 1, 2020 of the City’s Water and
Sewer Revenue Bonds, Series 2009A. The bonds are payable solely from the Water and Sewer Utility net revenues and
are payable through December 2039.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
85
$29.1 million Water and Sewer Revenue Refunding bond, a direct placement bank loan, issued in September 2017.
Proceeds from the bonds provided financing to refund and redeem the outstanding principal maturing on or after December
1, 2022 of the City’s Water and Sewer Revenue Refunding Bonds, Series 2011. The bonds are payable solely from the
Water and Sewer Utility net revenues and are payable through December 2032.
$20.4 million Water and Sewer Revenue Refunding bonds issued January 2020. Proceeds from the bonds provided
financing to refund and redeem the outstanding principal maturing on or after December 1, 2020 of the City’s Water and
Sewer Revenue Refunding bond, Series 2014, a direct placement bank loan. The bonds are payable solely from the Water
and Sewer Utility net revenues and are payable through December 2032.
Annual principal and interest payments on the bonds are expected to require less than 85 percent of net revenues. The
total principal and interest remaining to be paid on the bonds is $153,348,685. Principal and interest paid for the current
year ($8,756,255) required 25.74% of total net revenue ($34,024,044).
Stormwater Utility Net Revenues Pledged: The City has pledged future net revenues of the City of Clearwater, Florida,
Stormwater Utility, defined as all income or earnings, including any income from the investment of funds, derived by the
City from the operation of the utility after deduction of current expenses for the operation, maintenance and repair of the
system, but not including reserves for renewals and replacements, for extraordinary repairs or any allowance for
depreciation to repay:
$19.4 million Stormwater Revenue Refunding bonds issued in February 2012. Proceeds from the bonds provided sufficient
funds to be available on March 5, 2012 to pay and redeem the City’s outstanding Stormwater Revenue Bonds, Series 2002.
The bonds are payable solely from the Stormwater Utility net revenues and are payable through November 2032.
Annual principal and interest payments on the bonds are expected to require less than 60 percent of net revenues. The
total principal and interest remaining to be paid on the bonds is $13,488,019. Principal and interest paid for the current year
($1,319,369 required 12.45% of total net revenue ($10,593,966).
Gas System Utility Net Revenues Pledged: The City has pledged future net revenues of the City of Clearwater, Florida,
Gas System Utility defined as all income or earnings, including any income from the investment of funds, derived by the
City from the operation of the utility after deduction of current expenses for the operation, maintenance and repair of the
system, but not including reserves for renewals and replacements, for extraordinary repairs or any allowance for
depreciation to repay:
$7.4 million Gas System Revenue Refunding bond, a direct placement bank loan, issued in June 2013. Proceeds from the
bonds provided financing to refund the outstanding principal of the Gas System Revenue Refunding bonds, Series 2004.
The bonds are payable solely from the Gas System Utility net revenues and are payable through September 2026.
$5.4 million Gas System Revenue Refunding bond, a direct placement bank loan, issued in June 2014. Proceeds from the
bonds provided financing to refund the outstanding principal of the Gas System Revenue Refunding bonds, Series 2005.
The bonds are payable solely from the Gas System Utility net revenues and are payable through September 2027.
Annual principal and interest payments on the bonds are expected to require less than 60 percent of net revenues. The
total principal and interest remaining to be paid on the bonds is $6,890,946. Principal and interest paid for the current year
($916,218) required 6.18% of total net revenue ($14,822,099).
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
86
III.J.4. Changes in long-term liabilities
Beginning Ending Due Within
Balance Additions Reductions Balance One Year
Governmental activities:
Bonds payable: 33,480,000$ -$ (310,000)$ 33,170,000$ 530,000$
Add (subtract) deferred amounts:
For issuance premiums (discounts) 1,251,447 - (72,334) 1,179,113 -
Net bonds payable 34,731,447 - (382,334) 34,349,113 530,000
Financed purchases (a) 7,380,273 - (3,865,459) 3,514,814 2,065,510
Compensated absences (b)9,952,837 6,206,169 (6,209,513) 9,949,493 6,159,518
Other postemployment benefits (c) 16,023,252 2,548,750 (1,560,788) 17,011,214 746,796
Net pension liability 6,162,205 - (6,162,205) - -
Lease liability 1,356,287 2,252,133 (959,363) 2,649,057 812,118
Subscription liability - 5,833,713 (2,087,775) 3,745,938 2,014,413
Claims payable (d) 9,742,504 24,441,502 (22,395,691) 11,788,315 4,580,901
Governmental activity
Long-term liabilities 85,348,805$ 41,282,267$ (43,623,128)$ 83,007,944$ 16,909,256$
Business-type activities:
Bonds payable:
Revenue bonds payable 98,360,000$ -$ (2,915,000)$ 95,445,000$ 3,065,000$
Less deferred amounts:
For issuance premiums (discounts) 6,933,688 - (848,961) 6,084,727 -
Net revenue bonds payable 105,293,688 - (3,763,961) 101,529,727 3,065,000
Direct placement bank loans (e) 35,540,000 - (3,020,000) 32,520,000 3,085,000
Less deferred amounts:
For issuance premiums (discounts) (37,502) - 6,475 (31,027) -
Net direct placement bank loans 35,502,498 - (3,013,525) 32,488,973 3,085,000
Total bonds payable 140,796,186 - (6,777,486) 134,018,700 6,150,000
Financed purchases (a)532,753 - (213,544) 319,209 173,906
Compensated absences (b) 2,236,785 982,752 (1,237,190) 1,982,347 1,227,227
Other postemployment benefits (c)7,032,781 203,505 (124,621) 7,111,665 312,204
Net pension liability 817,301 - (817,301) - -
Business-type activity
Long-term liabilities 151,415,806$ 1,186,257$ (9,170,142)$ 143,431,921$ 7,863,337$
(a) Financed purchase agreements (direct borrowings):
On September 19, 2013, City Council approved a Master Lease Purchase Agreement with The Bankcorp Bank
d/b/a Mears Motor Leasing to finance the acquisition of vehicles and equipment from October 1, 2013 through
September 30, 2018. Since the agreement expired at the end of fiscal 2018, there is no remaining line of credit as
of September 30, 2023. The vehicles and equipment were purchased by the city with cash and subsequently
provided as collateral to the lender. The city has the option to prepay without any prepayment penalty. In the event
that insufficient funds are appropriated in any fiscal year to pay amounts due, the agreement will terminate on the
last day of the fiscal year for which payments were made, and the city will surrender the vehicles and equipment to
the lender. In the event of default, the lender’s sole remedy is to sue for compensatory damages, which are agreed
to be any accrued and unpaid rental payments, provided that the vehicles and equipment are surrendered to the
lender in proper working order.
On February 1, 2019, City Council approved a Master Lease Purchase Agreement with SunTrust Equipment
Finance and Leasing Corp. (now Truist Equipment Finance Corp.) to provide a line of credit in the amount of
$36,650,000 to finance the acquisition of vehicles and equipment from October 1, 2018 through September 30,
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
87
2023. Since the agreement expired at the end of fiscal 2023, there is no remaining line of credit as of September
30, 2023. The vehicles and equipment were purchased by the city with cash and subsequently provided as collateral
to the lender. The city has the option to prepay in whole but not in part on any payment date as set forth in the
applicable Payment Schedule, if and to the extent the Payment Schedule permits such prepayment, with written
notice given not less than thirty days prior to the payment date. In the event that that sufficient funds are not
appropriated for the following fiscal year, the city will be deemed to not have renewed the agreement, the agreement
will terminate at the end of the current fiscal year, and the city will be required to return the equipment to the lender.
In the event of default, the lender may, at its option, declare all payments due to the end of the current budget year
to be immediately due and payable, terminate the agreement and repossess any or all of the equipment, or exercise
any other remedy available at law or in equity with respect to such default.
The reduction in financed purchases of $3,865,459 includes $3,346,054 for internal service funds and $519,405 for
governmental funds. There are no additions for governmental funds for fiscal 2023. (b) Compensated absences are paid by the fund where salaries are incurred, which is primarily the General Fund for
governmental activities. (c) Since the OPEB plan’s inception in fiscal 2008, other postemployment benefits costs are allocated to and paid by
funds based on their percentage of full-time equivalent employees, which is primarily the General Fund for
governmental activities. (d) The Central Insurance Fund, an internal service fund, accrues for estimated claims and pays claims for all
departments.
(e) Direct placement bank loans outstanding include:
$3,445,000 for Gas System Revenue Refunding Bond, Series 2013, issued by STI Institutional & Governmental,
Inc. Net revenues derived by the City from the operation of the respective utility system are pledged as security for
the loans. In the event of default as defined in the City’s bond ordinance, the default rate of interest shall be the
lesser of the maximum rate permitted by law or 18%. There are no termination or acceleration provisions that have
finance-related consequences.
$2,985,000 for Gas System Revenue Refunding Bond, Series 2014, issued by TD Bank, N.A. Net revenues derived
by the City from the operations of the respective utility systems are pledged as security for the loans. In the event
of default as defined by the City’s bond ordinance, the default rate of interest shall be Prime Rate plus 4%. There
are no termination or acceleration provisions that have finance-related consequences.
$26,090,000 for Water and Sewer Revenue Refunding Bond, Series 2017B, issued by Raymond James Capital
Funding, Inc. Net revenues derived by the City from the operation of the City’s water and sewer utility are pledged
as security for the loan. In the event of default as defined by the City’s bond ordinance, the default rate of interest
shall be the greater of (a) Prime Rate plus 3%, (b) the Federal Funds Rate plus 5%, or (c) 7% per annum. There
are no termination or acceleration provisions that have finance-related consequences.
III.K. Restricted assets
Restricted assets are classified as current or noncurrent on the Statement of Net Position based on the underlying liabilities
payable from the restricted assets.
III.K.1. Water and Sewer Utility Fund
Assets in the Water and Sewer Utility Fund restricted for construction include:
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
88
Sewer Improvement charges, the use of which is restricted by the authorizing ordinance to the
construction of additions to the sewer system; assets remaining as of September 30, 2023, are:
Cash and Investments $3,701,978
Assets of the Water and Sewer Utility Fund restricted under the provisions of the ordinances authorizing
the issuance of Water and Sewer Revenue Bonds consisted of the following as of September 30, 2023:
Water and Sewer Revenue Bonds Debt Service:
Cash and Investments 5,181,070
Water and Sewer Revenue Bonds Renewals and Replacements:
Cash and Investments 3,296,986
Assets of the Water and Sewer Utility Fund representing Customers' Deposits and therefore restricted,
consisting entirely of Cash and Investments as of September 30, 2023 4,618,037
Total restricted assets – Water and Sewer Utility Fund $16,798,071
III.K.2. Gas Utility Fund
Assets in the Gas Utility Fund restricted under the provisions of the ordinance authorizing the issuance of revenue bonds
consisted of the following as of September 30, 2023:
Gas System Revenue Bonds
Debt Service:
Cash and Investments $ 78,672
Renewals and Replacements:
Cash and Investments 300,000
Assets of the Gas Utility Fund representing Customers' Deposits as of September 30, 2023:
Cash and Investments 3,737,943
Total restricted assets – Gas Utility Fund $ 4,116,615
III.K.3. Solid Waste & Recycling Utility Fund
Restricted assets in the Solid Waste & Recycling Utility Fund represent customer deposits in the amount of $1,368,082 as of
September 30, 2023, consisting entirely of Cash and Investments.
III.K.4. Stormwater Utility Fund
Assets restricted under the provisions of the ordinances for the issuance of revenue bonds consisted of the following as of
September 30, 2023:
Stormwater Revenue Refunding Bonds – Series 2012
Debt Service: Cash and Investments $2,402,921
Total restricted assets – Stormwater Utility Fund $2,402,921
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
89
III.L. Fund Balance Classification
Special Special Capital Non-Major
General Development Programs Improvement Governmental
Fund Fund Fund Fund Funds
Non Spendable:
Inventories 98,976$ -$ -$ -$ -$
Prepaid items 1,808 - - - -
Restricted for:
General government - - - 9,166,898 -
Public safety - - 2,720,653 3,369,088 -
Physical environment - 21,611 998,748 2,606,801 -
Transportation - 3,480,031 - 6,542,794 -
Economic environment - - 3,437,017 - 15,552,603
Human services - - 529,189 - -
Culture and recreation - 4,256,333 1,337,966 12,197,372 1,318,641
Infrastructure capital projects - 2,332,358 - - -
Committed to:
General government - - 1,683,203 13,888,803 -
Public safety - - 2,936,585 1,121,917 -
Physical environment - - - 1,641,716 -
Transportation - - - 7,961,521 -
Economic environment - - 6,090,803 - -
Human services - - 1,534,492 279,813 -
Culture and recreation - - 201,807 7,800,494 -
Assigned to:
General government 442,787 - 25,970 - -
Public safety 88,097 - 87,286 - -
Physical environment - - 15,410 - -
Transportation 65,460 541,813 - - -
Economic environment 27,191 - 1,231,952 - -
Human services 5,561 - 31,841 - -
Culture and recreation 122,867 127,073 23,757 - -
Infrastructure capital projects - 2,181,977 - - -
Unassigned 60,803,675 - - - -
Total Fund Balances 61,656,422$ 12,941,196$ 22,886,679$ 66,577,217$ 16,871,244$
General Fund assigned fund balance ($751,963) relates to encumbrances.
In the Special Development Fund, restricted amounts relate to collections from drainage fees ($21,611), sidewalk fees
($354,470), transportation impact fees ($2,680,088), local option gas tax ($445,473), recreation impact fees ($4,256,333), and
local infrastructure sales tax ($2,332,358). Assigned amounts relate to the portion of property tax revenues that is set aside in
the budget process to provide funding for road maintenance projects ($541,813), interest earned on recreation impact fees
($127,073), and interest earned on local infrastructure sales tax balances ($2,181,977).
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
90
Significant restrictions in Special Programs Fund include public safety restrictions for law enforcement programs
($1,620,390) and EMS programs ($938,125); physical environment restrictions for tree replacements ($998,748); economic
environment restrictions for economic development programs ($801,531) and low-income housing ($2,635,486); human
services restrictions for youth programming ($379,664) and opioid settlements ($135,281); and culture and recreation
restrictions for library programs ($1,308,380). Significant commitments include general government commitments to the
electronic plan submittal program ($139,073), the Nagano Sister City program ($186,024), the lien foreclosure program
($749,864) and the planning studies fund ($608,242); commitments to public safety for emergency operations ($2,273,879),
police vehicles ($449,150), and law enforcement programs ($213,556); commitments to economic environment for
economic development programs ($349,184), the North Greenwood CRA ($4,055,300) and affordable housing ($1,686,319)
commitments to human services for grant programs ($1,534,492); and commitments to culture and recreation for special
events ($201,807).
Amounts in the Capital Improvement Fund all relate to funding for various capital projects.
Significant restrictions in the non-major governmental funds include economic environment restrictions for low-income
housing ($2,273,842) and community redevelopment ($13,278,761); and culture and recreation restrictions for debt service
($1,318,641).
Note IV - Other Information
IV.A. Risk management
The City is self-insured within certain parameters for losses arising from claims for general liability, auto liability, police
professional liability, public official’s liability, property damage, and workers' compensation. Insurance coverage has been
maintained by the City to pay for or indemnify the City for losses in excess of certain specific retentions and up to specified
maximum limits in the case of claims for liability, property damage, and workers' compensation. The liability excess coverage
is $5,000,000 per occurrence ($10,000,000 aggregate) with self-insured retention of $500,000. There is workers’
compensation coverage to the statutory limit, with self-insured retention of $600,000. The property damage excess coverage
is $100 million per occurrence, except $50 million for the perils of Named Storm (per occurrence), Flood (annual aggregate)
and Earth Movement (annual aggregate) after either a $100,000 self-insured retention for perils other than a named storm
or 5% self-insured retention for named storm and High Hazard Flood with a $100,000 minimum. Settled claims have not
exceeded excess coverage in any of the past three years.
On October 17, 2012, City Council authorized a partial self-insured funding arrangement with Cigna for health insurance
effective for the plan year beginning January 1, 2013. Per this arrangement, the City is self-insured for medical and
pharmacy claims up to $250,000 per person per year. The City has purchased stop loss insurance from Cigna which covers
50% of individual claims for any amount of the claim between the amounts of $250,000 and $350,000 and covers 100% of
individual claims for any amount of the claim exceeding the amount of $350,000 per person per year. In accordance with
the fully insured arrangement between the City and Cigna prior to January 1, 2013, the City has no liability for health
insurance claims incurred prior to this date. The City estimates a liability for health insurance claims incurred but not yet
paid as of September 30, 2023 in the amount of $1,418,301.
The transactions relating to the self-insurance program are accounted for in the Central Insurance Fund, an internal service
fund. The billings by the Central Insurance Fund to the various operating funds (the interfund premiums) are based on
actuarial estimates of the amounts needed to pay prior and current year claims. The claims liability reported as of September
30, 2023, is based on the requirements of GASB Statement No. 10, which requires that a liability for claims be reported if
information prior to the issuance of the financial statements indicates that it is probable that a liability has been incurred at
the date of the financial statements and the amount of the loss can be reasonably estimated.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
91
Changes in the claims liability amounts in fiscal years 2023 and 2022 were:
IV.B. Employee retirement systems and pension plans
IV.B.1. Defined benefit pension plans
The City contributes to two separate single-employer, self-administered defined benefit pension plans covering approximately
three-fourths of all City employees. The Employees' Pension Plan covers all permanent, full-time City employees who
successfully pass the required physical examination, except for firefighters employed prior to July 1, 1963, and certain
unclassified (primarily managerial) employees. The Firefighters’ Relief and Pension Plan covered eligible firefighters hired prior
to July 1, 1963 and is closed to new entrants. As indicated, both plans are self-administered, and the administrative costs of
the plans are financed from the respective plan assets.
Each pension fund is accounted for as a pension trust fund; therefore, each is accounted for in substantially the same manner
as proprietary funds with an economic resources measurement focus and the accrual basis of accounting. Fund assets,
primarily investments, are valued at fair value for balance sheet purposes. Investment values are determined using the
estimated fair value determined by averaging estimated fair values obtained from three or more nationally recognized
brokers. For purposes of measuring the net pension liability (asset), deferred outflows of resources and deferred inflows of
resources related to pensions, and pension expense, information about the fiduciary net position of the plans, and additions
to/deductions from the plans’ fiduciary net position have been determined on the same basis as they are reported by the
plans. For this purpose, benefit payments (including refunds of employee contributions) are recognized when due and
payable in accordance with the benefit terms.
Detailed information about each plan’s fiduciary net position is available on pages 114-119 and pages 142-143 of this
Annual Comprehensive Financial Report. Neither of these plans issues a stand-alone financial report.
The Employees' Pension Plan is authorized by and operates under the provisions of Sections 2.391 through 2.428 of the
Municipal Code of the City of Clearwater. Sections 2.391 through 2.401 apply to those participants who attained a vested
benefit and terminated employment prior to January 1, 2013. Sections 2.410 through 2.428 apply to those participants who
are actively employed by the City of Clearwater as of or after January 1, 2013. Plan provisions have been duly approved as
required by the voters in referendums. Since the last valuation, there have been no changes in actuarial assumptions or
methods.
There have been two ordinances adopted since the last valuation which revised benefits and had an actuarial impact on
the plan. The impact of these changes was measured in the Actuarial Impact Statements dated July 29, 2022 and August
26, 2022.
Self
Insurance
Balance at September 30, 2021 10,067,200$
Current year claims and changes in estimat 22,520,573
Claims paid (22,845,269)
Balance at September 30, 2022 9,742,504
Current year claims and changes in estimat 24,441,502
Claims paid (22,395,691)
Balance at September 30, 2023 11,788,315$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
92
Ordinance No. 9634-22 was adopted on November 3, 2022, amending the Plan by providing a 1.5% Cost of Living
Adjustment (COLA) annually on all benefits for firefighters, including any benefits accrued after January 1, 2013. For any
non-grandfathered members (not eligible for normal retirement on January 1, 2013), there will be a five-year delay (after
the retirement date) until the COLA is applied to benefits accrued after January 1, 2013. This change applies to all
firefighters actively employed as of October 1, 2022.
Ordinance No. 9620-22 was adopted on November 17, 2022, amending the Plan by reducing the service requirement for
Non-Hazardous Duty members to become 100% vested from 10 years to 5 years of credited service, and increasing the
benefit multiplier prospectively for post-December 31, 2012 Non-Hazardous Duty hires from 2% to 2.5% for credited service
accrued after September 30, 2022.
Management of the Employees’ Pension Plan is vested in the Clearwater City Council, serving as the Pension Trustees.
Plan membership/Employees covered by benefit terms. As of the most recent actuarial valuation date, January 1, 2023,
the membership of the Employees’ Pension Plan was as follows:
Employees'
Pension Plan
Retirees and beneficiaries currently receiving benefits 1,447
Terminated employees entitled to benefits but not yet receiving them 82
Active employees 1,506
Total number of participants 3,035
Benefits provided. For all hazardous duty participants and those non-hazardous duty participants hired before January 1,
2013, the normal retirement benefit is a monthly benefit equal to 2.75% of average monthly compensation for the highest five
of the final ten years of service multiplied by the number of years of service to date of retirement. For non-hazardous duty
participants hired after January 1, 2013, the multiplier is 2% for years of service through October 1, 2022 and 2.5% for years
of service after October 1, 2022. For non-hazardous duty participants hired after October 1, 2022, the multiplier is 2.5% of
average monthly compensation.
Eligibility for normal retirement occurs upon completion of 10 years of service and the attainment of age 65, or completion of
20 years of service and the attainment of age 55, or completion of 30 years of service regardless of age, for employees hired
before January 1, 2013 who are engaged in non-hazardous duty. For employees hired on or after January 1, 2013 who are
engaged in non-hazardous duty, eligibility for normal retirement occurs upon completion of 25 years of service and attainment
of age 60, or completion of 10 years of service and attainment of age 65. For those engaged in hazardous duty, eligibility
occurs upon completion of 20 years of service or upon completion of 10 years of service and attainment of age 55.
For all hazardous duty participants and non-hazardous duty participants eligible to retire as of January 1, 2013, the normal
monthly benefit is payable for the life of the participant and will continue, after the participant's death, to be paid at the same
amount for 5 years to the surviving spouse; after 5 years, the survivor annuity is reduced to 50% of the original amount and
ceases upon death or remarriage of the spouse. For non-hazardous duty participants not eligible to retire as of January 1,
2013, the normal benefit is a monthly annuity paid for the life of the participant. There are several other benefit payment options
that are computed to be the actuarial equivalent of the normal benefit.
The plan provides for an annual cost of living adjustment (COLA) of up to 1.5% for benefits accrued prior to January 1, 2013.
For non-hazardous duty participants, there is a five-year delay until the COLA is applied to benefits accrued after January 1,
2013. For hazardous duty police officers actively employed on or after January 1, 2020, there is a COLA of 1.5% on all benefits
accrued after January 1, 2013. For hazardous duty firefighters actively employed on or after October 1, 2022, there is a COLA
of 1.5% on all benefits accrued after January 1, 2013. For all non-grandfathered hazardous duty participants (not eligible for
normal retirement on January 1, 2013), there will be a five-year delay (after the retirement date) until the COLA is applied to
benefits accrued after January 1, 2013.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
93
The plan also provides for disability and death benefits, vesting after completion of 10 years of service for hazardous duty
participants and 5 years of service for non-hazardous duty participants, and the refund of employee contributions in the event
of a non-vested termination.
Covered employees in non-hazardous duty and employees in hazardous duty who are eligible to retire as of January 1, 2013
contribute 8% of their compensation. Covered employees in hazardous duty who are not eligible to retire as of January 1, 2013
contribute 10% of their compensation. It is the City's obligation to provide a sufficient additional contribution to maintain the
actuarial soundness of the fund but, in any event, not less than 7% of participating employee’s compensation per the ordinance
governing the plan.
Contributions. Employer contributions are made in equal installments during the first two quarters of the fiscal year based
upon the actuarially determined percentage of payroll and the actual payroll payable at the time contributions are made. The
minimum required City contribution is 7% of covered payroll. Member contributions are made continuously throughout the year.
Investment policy. The Employees’ Pension Plan Statement of Investment Objectives and Guidelines was adopted by the
Pension Trustees on December 16, 2019. The investment policy requires an annual review by the Pension Investment
Committee with a recommendation to the Pension Trustees to confirm or revise. The following was the Trustees’ adopted
asset allocation policy as of September 30, 2023:
The Employees’ Pension Plan has invested in real estate, timber, and infrastructure limited partnership funds. The
strategies of these funds are long term and illiquid in nature. As a result, investors are subject to redemption restrictions
which generally limit distributions and restrict the ability of limited partners to exit a partnership investment prior to its
dissolution. These investments partnerships are valued using their respective net asset value (NAV) and are audited
annually. The most significant input into the NAV of such an entity is the fair value of its investment holdings. These
holdings are valued by the general partners on a quarterly or semi-annual basis, in conjunction with management and
investment advisors, and consultation with valuation specialists. The management assumptions are based upon the
nature of the investment and the underlying business. The valuation techniques vary based upon investment type and
involve a certain degree of expert judgment. All timber acquisitions are valued per an independent expert third party
appraisal within one year of acquisition and similar independent third-party appraisals of fair value are conducted at least
every three years thereafter. The infrastructure fund’s assets are valued by international recognized accounting firms
and/or internationally recognized appraisal firms (independent appraisers) on a quarterly basis, with the independent
appraisers rotated at three-year intervals.
Concentrations. As of September 30, 2023, the Employees' Pension Plan held no investments (other than U.S. Government
or U.S. Government guaranteed obligations) in any one organization comprising 5% or more of the net position available
for benefits.
Asset Class Target Allocation
Core Fixed Income 28.00%
Global Equity 5.00%
U.S. Large Cap Equities 26.00%
U.S Mid Cap Equities 7.00%
U.S. Small Cap Equities 6.00%
International Equities 10.00%
Emerging Markets Equities 3.00%
Private Real Estate and REITS 15.00%
100.00%
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
94
Rate of return. For the fiscal year ended September 30, 2022, the annual money-weighted rate of return on investments of
the Employees’ Pension Plan, net of pension plan investment expense, was 11.47%. The money-weighted rate of return
expresses investment performance, net of investment expense, adjusted for the changing amounts actually invested.
Net pension liability. The components of the net pension liability of the City for the Employees’ Pension Plan as of
September 30, 2023, were as follows:
Total pension liability 1,146,716,136$
Plan fiduciary net position 1,163,824,206
City's net pension liability (asset) (17,108,070)$
Plan fiduciary net position as a percentage of 101.49%
the total pension liability
The changes in the net pension liability (asset) of the City for the Employees’ Pension Plan for the year ending September
30, 2023 were as follows:
Total Pension Plan Fiduciary Net Pension
Liability Net Position Liability/(Asset)
(a) (b) (a) - (b)
Balances at 9/30/2022 1,089,718,239$ 1,082,738,733$ 6,979,506$
Changes for the year:
Service cost 19,874,939 - 19,874,939
Interest 70,094,980 - 70,094,980
Benefit changes 11,732,652 - 11,732,652
Differences between expected and
actual experience 17,713,076 - 17,713,076
Assumption changes - - -
Contributions - employer - 12,659,053 (12,659,053)
Contributions - employee - 8,941,002 (8,941,002)
Contributions - state tax - 12,000 (12,000)
Net investment income - 122,246,393 (122,246,393)
Benefit payments, including refunds
of employee contributions (62,417,750) (62,417,750) -
Administrative expense - (355,225) 355,225
Net changes 56,997,897 81,085,473 (24,087,576)
Balances at 9/30/2023 1,146,716,136$ 1,163,824,206$ (17,108,070)$
Actuarial assumptions. The total pension liability was determined by an actuarial valuation as of January 1, 2023 (Valuation
Date), using the following actuarial assumptions, applied to September 30, 2023 (Measurement Date):
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
95
Inflation 2.25%
Salary increases Hazardous Duty - 4.50% to 7.60%, including 2.25% inflation,
based on merit and seniority
Non-Hazardous Duty - 2.75% to 6.50%, including 2.25% inflation,
based on merit and seniority
Investment rate of return 6.50% net of investment expense
The actuarial assumptions used in the January 1, 2023 valuation were based on the results of an Experience Investigation
for the Five Years Ended December 31, 2017.
Long-term expected rate of return. The long-term expected rate of return on investments of the Employees’ Pension Plan
was determined using a building-block method in which expected future real rates of return (expected returns, net of pension
plan investment expense and inflation) are developed for each major asset class. These real rates of return are combined
to produce the long-term expected rate of return by weighting the expected future real rates of return by the target asset
allocation percentage and by adding expected inflation. For each major asset class that is included in the pension plan’s
target asset allocation as of September 30, 2023, these best estimates are summarized in the following table:
Long-Term Expected
Asset Class Real Rate of Return
Core Fixed Income 2.30%
Global Equity 4.73%
U.S. Large Cap Equities 4.95%
U.S. Mid Cap Equities 5.20%
U.S. Small Cap Equities 5.20%
International Equities 3.95%Emerging Markets Equities 4.95%
Private Real Estate and REITS 6.20%
Discount rate. A single discount rate of 6.50% was used to measure the total pension liability. The single discount rate was
based on the expected rate of return on pension plan investments of 6.50%. The projection of cash flows used to determine
single discount rate assumed that plan member contributions will be made at the current contribution rate and that employer
contributions will be made at rates equal to the difference between actuarially determined contribution rates and the member
rate. Based on these assumptions, the pension plan’s fiduciary net position was projected to be available to make all
projected future benefit payments of current plan members. Therefore, the long-term expected rate of return on pension
plan investments was applied to all periods of projected benefit payments to determine the total pension liability.
Sensitivity of the net pension liability (asset) to changes in the discount rate. The following presents the Employee Pension
Plan’s net pension liability (asset), calculated using a single discount rate of 6.50%, as well as what the plan’s net pension
liability (asset) would be if it were calculated using a single discount rate that is one percent lower or one percent higher.
1% Discount Rate 1%
Decrease Assumption Increase
5.50% 6.50% 7.50%
127,973,402$ (17,108,070)$ (137,030,712)$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
96
Pension expense and deferred outflows of resources and deferred inflows of resources related to pensions. For the year
ended September 30, 2023, the City recognized pension expense of $43,915,144 for the Employees’ Pension Plan. When
combined with the Firefighters’ Relief and Pension Plan’s pension expense of $558, the City recognized $43,915,702 of
pension expense for fiscal 2023. As of September 30, 2023, the City reported deferred outflows of resources and deferred
inflows of resources related to pension from the following sources:
Net Deferred
Deferred Outflows Deferred Inflows Outflows (Inflows)
of Resources of Resources of Resources
Differences between expected and
actual experience 15,094,739$ 204,703$ 14,890,036$
Changes in assumptions 5,825,041 6,537,662 (712,621)
Net differences between projected
and actual earnings on pension
plan investments 61,013,833 - 61,013,833
Total 81,933,613$ 6,742,365$ 75,191,248$
Amounts reported as deferred outflows or resources and deferred inflows on resources related to pensions will be
recognized in pension expense as follows:
Year ended September 30:
2024 13,770,644$
2025 17,175,771
2026 51,933,874
2027 (7,689,041)
2028 -
Thereafter -
75,191,248$
The Firefighters’ Relief and Pension Plan is authorized and operated under the provisions of Subpart B, Article I (Laws
of Florida, Chapter 30658, 1955 and amendments), Sections 1 through 27 of the Municipal Charter and Related Law of the
City of Clearwater and Chapter 26, Article III, Sections 26.50 through 26.52 of the Municipal Code of the City of Clearwater.
Management of the Firefighters’ Relief and Pension Plan rests with the Board of Trustees, which consists of the Mayor, the
Fire Chief and three members of the Fire Department, which can be either active or retired members of the Firefighters’
Relief and Pension Plan, as stipulated in Chapter 2008-287, Laws of Florida. In the event that no member of the plan is
available to stand for election, then a current firefighter of the department below the rank of chief who is willing to serve
shall be placed on the ballot. If no one is available to stand for election, or if no one is available to participate in the voting,
then members of the Board of Trustees will be appointed by the City Council from membership of the City Council.
Plan membership/Employees covered by benefit terms. As of the most recent actuarial valuation date, October 1, 2023,
the membership of the Firefighters’ Relief and Pension Plan was as follows:
Firefighters'
Relief and
Pension Plan
Retirees and beneficiaries currently receiving benefits 11
Terminated employees entitled to benefits but not yet receiving them -
Active employees -
Total number of participants 11
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
97
Benefits provided. The normal retirement benefit is a monthly benefit in the amount of 50% of the prevailing wage at the
date of retirement of the lowest rank held by the participant during the three years immediately preceding retirement plus
2% of such prevailing wage for each year of service in excess of 20 years up to a maximum of 60%. Participants retiring at
the age of 65 years are entitled to a benefit of 60% of the prevailing wage of the lowest rank held by the participant during
the three years immediately preceding retirement. The ending rate of pay specified above may not exceed the highest rate
of pay for the rank of Captain. Eligibility for normal retirement occurs upon completion of 20 years of service or attainment
of age 65. The monthly benefits are payable for the life of the participant and continue, after the participant's death, to be
paid to certain eligible surviving beneficiaries at an amount that is one-half of the amount received by the participant.
Benefits are also provided for children of the deceased participant who are less than 18 years of age subject to certain
limitations as to amount. The plan also provides for disability and death benefits and for vesting upon completion of at least
12 years of service. The plan provides for post-retirement cost of living increases equal to the increase in the prevailing
wage for the rank at which the participant retired with a limitation for those retiring on or after January 1, 1972, of 100% of
the initial pension benefit for total cost of living increases. Participating employees were required to contribute 6% of their
salaries up to the equivalent of the salary of a fireman holding the rank of Captain. Effective with the fiscal year ended
September 30, 2007, the Firefighters’ Relief and Pension Plan, with no remaining active members (only retirees), is fully funded
per the requirements of the governing Ordinance. The City may elect to contribute should future valuations show an actuarial
need for such.
Contributions. Effective with the fiscal year ended September 30, 2007, the Firefighters’ Relief and Pension Plan, with no
remaining active members (only retirees), was fully funded per the requirements of the governing Ordinance. There were no
contributions to the plan, as it is a fully funded plan with no active participants. The City may elect to contribute should future
annual valuations show an actuarial need for such.
Investment policy. The Firefighters’ Relief and Pension Plan investment policy was adopted on September 28, 2000. It must
be reviewed annually by the Board of Trustees. The following was the adopted asset allocation policy as of September 30,
2023:
Asset Class Target Allocation
Domestic Fixed Income 0 - 70%
Pooled Cash 30% - 100%
Concentrations. As of September 30, 2023, the Firefighters’ Relief and Pension Plan held no investments (other than U.S.
Government or U.S. Government guaranteed obligations) in any one organization comprising 5% or more of the net position
available for benefits.
Rate of return. For the fiscal year ended September 30, 2023, the annual money-weighted rate of return on investments of
the Firefighters’ Relief and Pension Plan, net of pension plan investment expense, was 1.45%. The money-weighted rate of
return expresses investment performance, net of investment expense, adjusted for the changing amounts actually invested.
Net pension liability (asset). The components of the net pension liability (asset) of the City for the Firefighters’ Relief and
Pension Plan as of September 30, 2023, were as follows:
Total pension liability 1,436,997$
Plan fiduciary net position 2,753,663
City's net pension liability (asset) (1,316,666)$
Plan fiduciary net position as a percentage of 191.63%
the total pension liability
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
98
The changes in the net pension liability (asset) of the City for the Firefighters’ Relief and Pension Plan for the year ending
September 30, 2023 were as follows:
Total Pension Plan Fiduciary Net Pension
Liability Net Position Liability/(Asset)
(a) (b) (a) - (b)
Balances at 9/30/2022 1,623,517$ 2,912,716$ (1,289,199)$
Changes for the year:
Service cost - - -
Interest 38,084 70,084 (32,000)
Differences between expected and
actual experience (8,654) - (8,654)
Assumption changes - - -
Contributions - employer - - -
Contributions - employee - - -
Net investment income - (9,062) 9,062
Benefit payments, including refunds
of employee contributions (215,950) (215,950) -
Administrative expense - (4,125) 4,125
Net changes (186,520) (159,053) (27,467)
Balances at 9/30/2023 1,436,997$ 2,753,663$ (1,316,666)$
Increase (Decrease)
Actuarial assumptions. The total pension liability was determined by an actuarial valuation as of October 1, 2022 (Valuation
Date), using the following actuarial assumptions, applied to September 30, 2023 (Measurement Date):
Inflation 2.00%
Salary increases N/A
Investment rate of return 2.50% net of investment expense
For non-disabled retirees, sex-distinct rates set forth in the PUB-2010 Headcount-Weighted Healthy Retiree Mortality Table
for public safety employees (Below Median table for males), with full generational improvements in mortality using Scale
MP-2018 and with ages set forward one year; for disabled retirees, sex-distinct rates set forth in the PUB-2010 Headcount-
Weighted Disabled Retiree Mortality Table (80% general employee rates plus 20% public safety employee rates), with full
generational improvements in mortality using Scale MP-2018.
Long-term expected rate of return. Because the Firefighters’ Relief and Pension Plan is limited to investments in fixed
income securities and pooled cash, the long-term expected rate of return will approximate the discount rate of 2.50%.
Discount rate. A discount rate of 2.50% was used to measure the total pension liability. The discount rate was based on
the actuary’s expectation of future yields and consideration of the City’s projection of future weighted yield based on current
asset holdings.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
99
Sensitivity of the net pension liability (asset) to changes in the discount rate. The following presents the Firefighters’ Relief
and Pension Plan’s net pension liability (asset), calculated using a discount rate of 2.50%, as well as what the plan’s net
pension liability (asset) would be if it were calculated using a single discount rate that is one percent lower or one percent
higher.
1% Discount Rate 1%
Decrease Assumption Increase
1.50% 2.50% 3.50%
(1,236,313)$ (1,316,666)$ (1,389,138)$
Pension expense and deferred outflows of resources and deferred inflows of resources related to pensions. For the year
ended September 30, 2023, the City recognized pension expense of $558 for the Firefighters’ Relief and Pension Plan.
When combined with the Employees’ Pension Plan’s pension expense of $43,915,144, the City recognized $43,915,702
pension expense for fiscal 2023. As of September 30, 2023, the City reported deferred outflows of resources and deferred
inflows of resources related to pension from the following sources:
Net Deferred
Deferred Outflows Deferred Inflows Outflows (Inflows)
of Resources of Resources of Resources
Differences between expected and
actual experience -$ -$ -$
Changes in assumptions - - -
Net differences between projected
and actual earnings on pension
plan investments 113,077 - 113,077
Total 113,077$ -$ 113,077$
Amounts reported as deferred outflows or resources and deferred inflows on resources related to pensions will be
recognized in pension expense as follows:
Year ended September 30:
2024 37,087$
2025 37,087
2026 37,089
2027 1,814
2028 -
Thereafter -
113,077$
IV.B.2. Police Supplemental Pension Fund
A supplemental defined contribution pension plan exists for all eligible policemen, which is funded by earmarked revenues
received from the State and is administered by the Board of the Police Supplemental Pension Plan. The revenues received
from the State are allocated among eligible police officers based on the number of days employed as Clearwater Police
Officers. These revenues received from the State of Florida “on-behalf” of the City’s employees, which comprise the plan
contributions, totaled $1,372,769 for the year ended September 30, 2023, and are obtained from an eighty-five one
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
100
hundredths of one percent (0.85%) excise tax on the gross receipts from premiums collected on casualty insurance policies
covering property within the City's corporate limits. These monies were recognized as General Fund revenues and General
Fund police department expenditures in the current year. The current year contributions represent 5.92% of covered
employees’ gross payroll. The fair value of cash and investments as of September 30, 2023, totaled $17,869,682.
The Police Supplemental Pension Fund is authorized by and operates under the provisions of Sections 2.471 through 2.480
of the Municipal Code of the City of Clearwater and Chapter 185 of Florida Statutes. Under the plan provisions, the total monies
received during each fiscal year, after payment or provision for all costs and expenses of management and operation of the
plan, are allocated to participants based on the total number of shares to which each participant is entitled. Each participant is
entitled to one share in the fund for each day of service as a police officer of the City.
All police officers, as defined in Section 26.70(g) of the Code of Ordinances of the City of Clearwater, who are elected,
appointed, or employed full-time by the City are eligible to participate in the plan. There are no employee contributions to
the supplemental plan. Benefits are fully vested for a lump sum distribution after twenty years from the date of hire, with
provision for partial vesting after ten or more years under the plan. Accumulated benefits are payable in full in case of death
while employed by the City or in case of total and permanent job-related disability. Non-vested participants' account values
upon termination of employment during any fiscal year are added to the monies received during that fiscal year for allocation
to the remaining participants in the plan based on total days worked.
Plan assets, primarily investments, are valued at fair value for balance sheet purposes. Investment values are determined
using the estimated fair value determined by averaging estimated fair values obtained from three or more nationally
recognized brokers.
For the fiscal year ended September 30, 2023, the gross payroll of the covered officers was $23,205,568; the City's total gross
payroll for the same period was $120,121,975.
Since the entitlement to benefits is based entirely upon the allocation of monies received by the plan to the participants' share
accounts, there is no actuarial liability on the part of either the State or the City.
IV.B. 3. Firefighters’ Supplemental Pension Fund
A supplemental defined contribution pension plan exists for all eligible firefighters, which is funded by earmarked revenues
received from the State and is administered by the Board of the Clearwater Firefighters’ Supplemental Pension Plan. The
revenues received from the State are allocated among eligible firefighters based on the number of days worked during the
previous year. These revenues received from the State of Florida “on-behalf” of the City’s employees, which comprise the
plan contributions, amounted to $1,558,274 in the year ended September 30, 2023, and are obtained from a one and eighty-
five one hundredths percent (1.85%) excise tax on the gross receipts from premiums collected on property insurance policies
covering property within the City's corporate limits. These monies were recognized as General Fund revenues and General
Fund fire department expenditures in the current year. The current year contributions represent 8.41% of covered employees’
gross payroll. The fair value of cash and investments as of September 30, 2023, totaled $20,371,214.
As the plan is described as a money purchase pension plan, whereby contributions are allocated based on the number of
days worked during the fiscal year ended September 30, and interest earnings allocated based on the beginning balances
in each participant's account, there is no actuarial liability on the part of the State or the City.
The Firefighters’ Supplemental Pension Fund is authorized by and operates under the provisions of Sections 2.441 through
2.455 of the Municipal Code of the City of Clearwater and Chapter 175 of Florida Statutes. Eligibility requires two years of
credited calendar year service as a firefighter with concurrent participation in the Employees' Pension Plan. There is no
employee contribution to the supplemental plan, and benefits are vested for a lump sum distribution at ten years unless
there is early retirement, disability or death. Non-vested participants' account values upon termination of employment are
reallocated among the remaining participants based on days worked during the previous year.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
101
Plan assets, primarily investments, are valued at fair value for balance sheet purposes. Investment values are determined
using the estimated fair value determined by averaging estimated fair values obtained from three or more nationally
recognized brokers.
For the fiscal year ended September 30, 2023, the gross payroll of covered firefighters was $18,535,538; the City's total
gross payroll for the same period was $120,121,975.
IV.B.4. Pension Plan Financial Statements
Separate financial statements are provided in the Notes per the guidance of GASB Statement No. 34 as follows:
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
102
Statement of Fiduciary Net Position:
Defined Benefit Defined Contribution
Pension Trust Funds Pension Trust Funds
Firefighters' Police Firefighters' Total
Employees' Relief and Supplemental Supplemental Pension
Pension Fund Pension Fund Pension Fund Pension Fund Trust Funds
ASSETS
Cash and cash equivalents $ 18,998,263 $ 261,007 $ 8,254 $ - $ 19,267,524
Receivables:-
Interest and dividends 4,019,758 35,442 30,952 26,451 4,112,603
Unsettled investment sales 6,905,040 - - - 6,905,040
Securities lending earnings 24,073 - - - 24,073
Due from others - - - - -
Total receivables 10,948,871 35,442 30,952 26,451 11,041,716
Managed investment accounts, at fair value:
Cash and cash equivalents 18,221,498 - 1,623,355 2,652,504 22,497,357
Government bonds 49,695,327 - - 836,935 50,532,262
Index linked government bonds 2,877,928 - - - 2,877,928
Agency bonds 3,543,895 2,457,214 - - 6,001,109
Municipal bonds 3,005,904 - - 150,133 3,156,037
Domestic corporate bonds 111,989,979 - - 902,181 112,892,160
International equity securities 106,230,485 - - 740,202 106,970,687
Domestic stocks 260,679,113 - - 3,665,460 264,344,573
Mortgage backed bonds 115,765,778 - - 1,083,026 116,848,804
Government issued commercial
mortgage backed bonds 21,929 - - - 21,929
Asset backed securities 15,397,042 - - - 15,397,042
Other/rights/warrants 1,606 - - - 1,606
Domestic equity mutual funds 234,335,516 - 11,480,309 5,063,397 250,879,222
International equity mutual funds 15,951,198 - 3,058,205 1,191,161 20,200,564
Infrastructure 91,519,858 - - - 91,519,858
Real estate 120,452,905 - 1,707,813 4,086,215 126,246,933
Total managed investment accounts 1,149,689,961 2,457,214 17,869,682 20,371,214 1,190,388,071
Securities lending collateral 105,506,639 - - - 105,506,639
Total assets 1,285,143,734 2,753,663 17,908,888 20,397,665 1,326,203,950
LIABILITIES
Accounts payable 824,785 - - - 824,785
Unsettled investment purchases 14,945,354 - - - 14,945,354
Other payables 42,750 - - - 42,750
Obligations under securities lending 105,506,639 - - - 105,506,639
Total liabilities 121,319,528 - - - 121,319,528
NET POSITION
Restricted for:
Pensions 1,163,824,206 2,753,663 17,908,888 20,397,665 1,204,884,422
Total net position $ 1,163,824,206 $ 2,753,663 $ 17,908,888 $ 20,397,665 $ 1,204,884,422
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
103
Statement of Changes in Fiduciary Net Position:
Defined Benefit Defined Contribution
Pension Trust Funds Pension Trust Funds
Firefighters' Police Firefighters' Total
Employees' Relief and Supplemental Supplemental Pension Trust
Pension Fund Pension Fund Pension Fund Pension Fund Funds
ADDITIONS
Contributions:
Employer $ 12,659,053 $ - $ - $ - $12,659,053
Employer - state tax 12,000 - 1,372,769 1,558,274 2,943,043
Employees 8,941,002 - - - 8,941,002
Total contributions 21,612,055 - 1,372,769 1,558,274 24,543,098
Investment earnings (loss):
Net increase (decrease) in fair value
of investments 108,044,500 (39,931) 3,314,794 1,034,470 112,353,833
Interest, dividends and other 20,672,749 100,953 349,719 826,189 21,949,610
Securities lending income 5,962,399 - - - 5,962,399
Total investment earnings (loss) 134,679,648 61,022 3,664,513 1,860,659 140,265,842
Less investment costs:
Investment management/custodian fees (6,776,487) - (24,941) (103,073) (6,904,501)
Securities lending costs (5,656,768) - - - (5,656,768)
Net investment earnings (loss) 122,246,393 61,022 3,639,572 1,757,586 127,704,573
Miscellaneous - - 6,360 3,607 9,967
Total additions 143,858,448 61,022 5,018,701 3,319,467 152,257,638
DEDUCTIONS
Benefits 61,062,860 215,950 1,784,493 2,249,257 65,312,560
Refunds and transfers to other systems 1,354,890 - - - 1,354,890
Administrative expenses 355,225 4,125 18,530 47,662 425,542
Total deductions 62,772,975 220,075 1,803,023 2,296,919 67,092,992
Net increase (decrease) in
fiduciary net position 81,085,473 (159,053) 3,215,678 1,022,548 85,164,646
Fiduciary net position - beginning 1,082,738,733 2,912,716 14,693,210 19,375,117 1,119,719,776
Fiduciary net position - ending $ 1,163,824,206 $ 2,753,663 $17,908,888 $20,397,665 $ 1,204,884,422
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
104
IV.B.5. 401(a) Defined Contribution Plan
For all management employees not covered under either of the defined benefit pension plans, the City provides pension
benefits through a 401(a) defined contribution plan. In a defined contribution plan, benefits depend solely on amounts
contributed to the plan plus investment earnings. Employees are participants from the date of employment and are fully
vested upon enrollment. The plan is totally contributory on the part of the City in an amount equal to 15% of compensation
on behalf of the City Manager and the City Attorney and 8% of compensation on behalf of all other management contract
employees and Assistant City Attorneys. The City makes bi-weekly contributions to the Trust throughout the plan year to
meet its funding obligations under the plan. Plan provisions and contribution requirements are established and may be
amended by the City Council.
MissionSquare Retirement, the trustee for the defined annuity, offers participants a variety of investment options.
The City’s total gross payroll for the fiscal year ended September 30, 2023 was $120,121,975. The Plan members’ payroll
for the same period totaled $5,215,851. The City’s contribution, per the above contribution rates, totaled $452,343.
IV.B.6. Deferred compensation plan
The City offers its employees a deferred compensation plan created in accordance with Internal Revenue Code Section 457.
The plan, available to all City employees, permits them to defer a portion of their salary until future years. Participation in the
plan is optional. The deferred compensation is not available to employees until termination, retirement, death, or unforeseeable
emergency.
Effective January 1, 1997, Federal legislation converted the Section 457 deferred compensation assets from City assets to
employee assets. As a result of these changes, plan assets are no longer subject to the claims of the City’s general creditors.
Consequently, these assets are no longer reported in the accompanying financial statements, in compliance with GASB
Statement No. 32.
IV.C. Post-employment Benefits Other Than Pension (OPEB)
Plan Description. The City of Clearwater administers a single-employer defined benefit healthcare plan (the “Plan”) that
provides medical insurance benefits to its employees and their eligible dependents. Because the City provides a medical
plan to active employees of the City and their eligible dependents, the City is also required by Section 112.0801, Florida
Statutes, to provide retirees with the opportunity to participate in this Plan. While the City does not directly contribute towards
the costs of retiree premiums via an explicit subsidy, the ability of retirees to obtain health insurance coverage at a group
rate which includes active employees, constitutes a significant economic benefit to retirees, or an “implicit” subsidy. This
implicit subsidy is considered an “other post-employment benefit” (OPEB) obligation of the City. Since the City is currently
funding this OPEB obligation on a pay-as-you-go basis, there are no plan assets accumulated in a trust that meets the
criteria in paragraph 4 of GASB Statement No. 75. The OPEB expense recognized each fiscal year is equal to the change
in the total OPEB liability from the beginning of the year to the end of the year, not including the impact of employer
contributions, adjusted for deferred recognition of the liability.
Benefits provided. Benefit provisions for the Plan are established by the City Council and may be amended by the City
Council. The retirees pay the full group premium amount for health insurance with no explicit subsidy from the City.
Additionally, the City provides and pays for $1,000 of term life insurance for retirees who retired before October 1, 2008.
The term life insurance benefit provision was also established, and may be amended, by action of the City Council.
Contribution rates for the Plan are established on an annual basis by the City Council. Eligible retirees and their covered
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
105
dependents receiving benefits contribute 100% of their premium costs for health insurance and 0% of the cost for the $1,000
term life insurance.
Employees covered by benefit terms. As of September 30, 2023 (measurement date), the following employees were
covered by the benefit terms:
Inactive plan members or beneficiaries currently receiving benefits 563
Inactive plan members entitled to but not yet receiving benefits74
Active plan members 1,569
Total plan members 2,206
Total OPEB Liability. The City’s total OPEB liability of $24,122,879 was measured as of September 30, 2023 and was
determined by an actuarial valuation as of January 1, 2022. The Total OPEB Liability was rolled forward 21 months from
the Valuation Date to the Measurement Date using standard actuarial techniques.
Actuarial assumptions and other inputs. The total OPEB liability in the January 1, 2022 actuarial valuation was determined
using the following actuarial assumptions and other inputs, applied to all periods included in the measurement, unless
otherwise specified:
Actuarial cost method Entry age normal
Inflation 2.25%
Discount rate 4.40%
Healthcare cost trend rates Based on the Getzen Model, with trend starting
at 5.75% and gradually decreasing to an
ultimate trend rate of 3.99%
The discount rate is based on Fidelity Investments’ “20-Year Municipal GO AA Index” as of the most recent date available
on or before the measurement date.
Mortality rates are the same as used in the July 1, 2021 actuarial valuation of the Florida Retirement System for non-K-12
Instructional Regular Class and Special Risk Class members. These rates were taken from adjusted Pub-2010 mortality
tables published by the Society of Actuaries with generational mortality improvements using Scale MP-2018. Adjustments
to referenced tables are based on the results of a statewide experience study covering the period 2013 through 2018.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
106
The changes in the total OPEB liability for the measurement year ending September 30, 2023 were as follows:
Total OPEB
Liability
Balance at 9/30/2022 23,056,031$
Changes for the year:
Service cost 1,688,573
Interest 1,063,683
Changes in benefit terms -
Differences between expected and
actual experience -
Changes in assumptions and other inputs (545,424)
Benefit payments (1,139,984)
Net changes 1,066,848
Balance at 9/30/2023 24,122,879$
Changes in assumptions and other inputs reflect a change in the discount rate from 4.40% at the beginning of the
measurement period to 4.63% at the end of the measurement period. In addition, per capita costs and premiums were
updated based on information provided.
Sensitivity of the total OPEB liability to changes in the discount rate. The following presents the City’s total OPEB liability
calculated using a discount rate of 4.63%, as well as what the City’s total OPEB liability would be if it were calculated using
a discount rate that is one percent lower or one percent higher.
Sensitivity of the total OPEB liability to changes in the healthcare cost trend rates. The following presents the City’s total
OPEB liability calculated using the current healthcare cost trend rate assumption based on the Getzen Model of 5.75% and
gradually decreasing to an ultimate trend rate of 3.99%, as well as what the City’s total OPEB liability would be if it were
calculated using a trend rate that is one percent lower or one percent higher.
1% Discount Rate 1%
Decrease Assumption Increase
3.63% 4.63% 5.63%
26,549,250$ 24,122,879$ 21,974,118$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
107
Current Healthcare
1% Cost Trend Rate 1%
Decrease Assumption Increase
21,143,455$ 24,122,879$ 27,756,745$
OPEB expense and deferred outflows of resources and deferred inflows of resources related to OPEB. For the year ended
September 30, 2023, the City recognized OPEB expense of $747,724. As of September 30, 2023, the City reported deferred
outflows of resources and deferred inflows of resources related to OPEB from the following sources:
Deferred Outflows Deferred Inflows Net Deferred Inflows
of Resources of Resources of Resources
Differences between expected and
actual experience -$ 5,426,224$ (5,426,224)$
Changes in assumptions and other inputs 775,428 3,392,761 (2,617,333)
Total 775,428$ 8,818,985$ (8,043,557)$
Amounts reported as deferred outflows of resources and deferred inflows of resources related to OPEB will be recognized
in OPEB expense as follows:
Year ended September 30:
2024 (1,871,717)$
2025 (2,355,458)
2026 (1,609,163)
2027 (1,021,917)
2028 (1,007,713)
Thereafter (177,589)
(8,043,557)$
IV.D. Securities lending transactions
The City of Clearwater Employees’ Pension Plan participates in securities lending transactions, as authorized by the Pension
Trustees on April 14, 2003, via a Securities Lending Authorization Agreement with Northern Trust Company, which is also the
pension plan’s custodian. Securities are loaned versus collateral that may include cash, U.S government securities, and
irrevocable letters of credit. U.S. securities are loaned versus collateral at 102% of the market value of the securities plus any
accrued interest. Non-U.S. securities are loaned versus collateral at 105% of the market value plus any accrued interest. The
Plan’s investment policy places no restrictions on the amount of securities that can be loaned.
Non-cash collateral cannot be pledged or sold unless the borrower defaults. All securities loans can be terminated on demand
by either the lender or the borrower. The average term for the pension plan’s loans as of September 30, 2023 was 82 days.
Cash open collateral is invested in a short term investment pool, the Northern Trust Collective SL Core Short Term Investment
Fund (CORECOLL), which had an interest sensitivity of 21 days as of September 30, 2023.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
108
There were no significant violations of legal or contractual provisions, nor any borrower or lending agent default losses known
to the securities lending agent. The Plan did not impose any restrictions on the amount of loans made by Northern Trust during
fiscal year 2023.
There are no dividends or coupon payments owing on the securities lent. Securities lending earnings are credited to
participating clients on approximately the fifteenth day of the following month.
Indemnification deals with the situation in which a client's securities are not returned due to the insolvency of a borrower
and Northern Trust has failed to live up to its contractual responsibilities relating to the lending of those securities. Northern
Trust’s responsibilities include performing appropriate borrower and collateral investment credit analyses, demanding
adequate types and levels of collateral, and complying with applicable Department of Labor and Federal Financial
Institutions Examination Council regulations concerning securities lending.
The following is a summary of securities on loan and their collateral at fair value:
Security Type Loaned Securities Cash Collateral
U.S. Equity 52,015,199$ 53,423,052$
U.S. Corporate Fixed 22,861,904 23,446,394
U.S. Government Fixed 26,203,672 26,749,500
U.S. Agencies 570,639 584,139
Global Equities 1,225,630 1,303,554
Total 102,877,044$ 105,506,639$
Securities Collateralized by Cash
On the statement of fiduciary net position, a securities lending asset of $105,506,639 was reported that represents the fair
value of the investments made with cash collateral as of September 30, 2023. In addition, a securities lending obligation of
$105,506,639 was reported that represents the collateral that the City is required to maintain to cover the fair value of the
loaned securities.
IV.E. Contingencies and commitments
Pollution Remediation Claims Liabilities
Pursuant to GASB Statement No. 49, Accounting and Financial Reporting for Pollution Remediation Obligations, the City is
required to analyze known polluted sites to determine future component cost outlays, including estimation where required,
for pollution remediation. As of September 30, 2022, accruals totaled $456,601, consisting of $169,169 for the Harbor Drive
Fill Area site, $8,008 for the Joe DiMaggio Sports Complex site, and $279,424 for assessment and remediation at the Gas
Plant site (see the Soil and groundwater contamination site note below).
During fiscal year 2023 there was an increase to estimates and contractual commitments in the amount of $41,000, and
reductions/payments totaled $304,375. As of September 30, 2023, accruals totaled $193,226, consisting of $160,682 for
the Harbor Drive Fill Area site and $32,544 for assessment and remediation at the Gas Plant site.
In addition to the above sites for which accruals exist, the City has 15 other sites that have known contamination from
petroleum products, metals, arsenic, chlorine or coal tar. Seven of these sites are on the State of Florida Petroleum Clean-
up Program. When any of these seven sites will be scheduled for cleanup cannot be determined at this time. They are under
monitoring plans or are awaiting responses from the FDEP on data submitted by the City. Any additional cleanup costs for
these sites cannot be estimated at this time.
Remediation of the former fill area at Phillip Jones Ballfield is complete; however, this site remains on the list as it includes
the Harbor Drive Fill Area. Remediation of Phillip Jones Ballfield is complete, and the site is currently under monitoring and
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
109
maintenance. An initial closure design plan for the Harbor Drive Fill Area dated January 29, 2021, was approved by the
FDEP on December 16, 2021. A revised closure design plan for the Harbor Drive Fill Area was prepared by the City’s
consultant, Geosyntec, on January 19, 2023. Implementation of the closure plan is expected to commence in 2024.
Soil and groundwater contamination site
The City is the owner of property located at 400 North Myrtle Avenue, Clearwater, Pinellas County, Florida ("Property").
The Property occupies approximately six acres and is currently used by the City Gas Division (“CGS”) as its administrative
offices and operating facility. The City operated a manufactured gas plant at the Property from approximately 1929 to 1960.
Following the discovery in June 1990 of soil and groundwater impacts at the Property allegedly resulting from the prior
operation of the manufactured gas plant, the Florida Department of Environmental Protection ("FDEP") directed the City to
implement measures to delineate the area and vertical extent of the impacts at the Property and, if necessary, implement
appropriate remedial actions.
Contamination assessment activities were initiated at the Property in 1995. On April 17, 1996, the City executed an
Intergovernmental Agreement with FDEP, governing the scope of assessment and remediation work performed at the
Property. The material terms and conditions of the Intergovernmental Agreement require the City to perform contamination
assessment activities to delineate the area and vertical extent of soil and groundwater impacts and, if necessary, to
remediate such impacts to the extent required by Florida law.
Field activities to delineate the extent of impacts were performed from 1995 to 2003. The results of the final field work are
presented in a Supplemental Assessment Report dated May 2003, in which the City's consultant concluded that field
activities to delineate the extent of soil and groundwater impacts were complete and that a risk assessment should be
undertaken to evaluate an appropriate remedy for the reported impacts.
By letter dated April 19, 2004, FDEP directed the City to install two additional monitoring wells within the source area on
site to delineate the vertical extent of groundwater impacts. The City and FDEP previously discussed the potential harm to
the underlying aquifer that may result from the installation of monitoring wells through a source area and the underlying clay
confining unit during a meeting with FDEP held on November 29, 2003. Based on the advice of its environmental consultant
and other specialists consulted concerning this issue, the City has consistently maintained that the installation of the
additional monitoring wells requested by FDEP will likely provide a pathway for the migration of impacts into the aquifer
underlying the clay confining unit that is otherwise not presently impacted by the former operations of the MGP based on
existing perimeter monitoring well data. The City responded to the FDEP by letter dated April 29, 2004, requesting that
FDEP advise the City whether the directive to install the additional vertical extent wells was deemed by FDEP to be final
agency action that would otherwise be subject to review in an administrative proceeding. The City's April 29, 2004 response
included a request for an extension of time to file an administrative proceeding in the event that FDEP deemed the April 19,
2004 FDEP communication to be final agency action.
During fiscal 2005, the Myrtle Avenue Utility and Roadway Widening project began, requiring extensive dewatering during
construction. Consulting, equipment, laboratory, permitting, and labor costs for dewatering in areas where there was
suspected or known contamination from the former MGP plant were charged to the City of Clearwater Gas Division. All
activities related to the Myrtle Avenue dewatering project were documented in the “Supplemental Site Assessment Report
– North Myrtle Ave Roadway Corridor” dated March 2007.
On January 17, 2008, FDEP issued a letter to the City stating FDEP was willing to replace the need for additional vertical
delineation wells with periodic sampling of existing deep wells, as long as they remain unaffected by the contaminants of
concern on the site. In May 2009, FDEP issued a status report on all Manufactured Gas Plant sites in Florida. The report
referenced the January 17, 2008 letter and reaffirmed FDEP’s agreement to forego additional on-site vertical delineation if
the City continued to monitor the perimeter wells on the facility. On June 22, 2009, the perimeter monitoring wells were
tested, and the results were reported to FDEP. On February 3, 2010, FDEP issued a letter that formally accepted Clearwater
Gas System’s Contamination Assessment Report (CAR) and required no further site assessment activities. Furthermore,
the DEP required CGS to re-sample all monitoring wells on the site within 60 days of the February 3, 2010 letter.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
110
In May 2010, CGS issued a Request for Proposal (RFP) to prepare a Feasibility Study, for DEP approval, that would offer
a long-term corrective action plan for the gas plant site. Arcadis, Inc. was selected to conduct the Feasibility Study; however,
two months into the project the City’s environmental legal counsel recommended an alternate method of site remediation.
They proposed that the City work with the University of Waterloo (Canada) to treat the contaminated soils with sodium
persulfate, a chemical oxidant, which would stop the off-site groundwater impacts that were experienced on the Pinellas
County Health Department site. Chemical oxidation is accepted as a very effective method of dealing with Manufactured
Gas Plant residuals. This project was approved by the City Council in January 2011, and was scheduled to last
approximately 6 years at an estimated cost of $600,000.
In May 2017 it was determined that the University of Waterloo project was not working as originally projected. The sodium
persulfate was not oxidizing the source material enough to grant site closure. Therefore, it was determined to abandon the
project and look at other remedies for the site. The City’s environmental legal counsel proposed to convert the site to a
Brownfield site in order to obtain full site closure. This would be done in conjunction with the site redevelopment of all CGS
buildings at 400 North Myrtle Avenue.
On December 7, 2018, City Council approved a Brownfield Site Rehabilitation Agreement (BSRA) with the FDEP. Under
this agreement, no further active remediation will be required, and the site will be closed with a restrictive covenant to include
an impervious cap to address remaining soil contamination at the site and prohibit the withdrawal of groundwater for any
purpose within the site property. The groundwater use restriction may also be required on the adjacent Pinellas County
Health Department property.
A Site Environmental Management Plan (“SEMP”) was subsequently created to provide guidance to contractors performing
work at the site for encountering, handling and managing contaminated soils. In addition, a Remedial Action Plan (“RAP”)
was administered in March 2018, which includes the SEMP, an Engineering Control Maintenance Plan and a Declaration
of Restrictive Covenant (“DRC”) that will be required by the FDEP to obtain final site closure.
CGS underwent site redevelopment between 2018 and 2020, resulting in an upgraded campus for CGS operations. Post-
redevelopment groundwater monitoring has been performed at the site since 2021, including installation of new onsite
groundwater monitoring wells to replace wells that were abandoned or damaged during redevelopment, and installation of
on and offsite wells to complete delineation of dissolved phase groundwater impacts relative to the site. The City’s
contractor, Geosyntec, prepared and submitted a Natural Attenuation Monitoring Plan (NAMP) to FDEP on the City’s behalf
in May 2023 and outlined a water sampling schedule to show plume stability. This plan will be the basis for future site
groundwater monitoring until plume stability is adequately demonstrated and a Site Rehabilitation Completion Report
(SRCR) is ultimately approved by FDEP.
The proposed semi-annual water sampling is now underway, with the understanding that future sampling scopes will be
based upon the evaluation of the data associated with previous sampling events. Full site closure is anticipated in fiscal
year 2025.
Benefits of closing the site under the Brownfield Program include liability projections to the City as set forth in F.S. Section
376.82(2)(a) and the opportunity for the City to obtain voluntary cleanup tax credits (“VCTC”) for the cost of constructing the
impervious cap and completion of site closure activities. For eligible costs recovered by the City through VCTC’s, the City
is able to then sell the VCTC’s on the market. Such sales typically net 80-90% recovery for municipalities taking similar
actions. The City was awarded $744,076 in tax credits for calendar years 2017-2020. The City issued Bid #44-21 to sell
the tax credit certificates issued by FDEP. Fallbrook Tax Credits LLC submitted the highest bid of $0.9112 on the dollar,
which yielded $678,002 from the sale of the tax certificates.
The City has pursued insurance claims under certain insurance policies covering the Property for the period from June 1961
through July 1986. On September 17, 2001, the City agreed to reduce its claim against Southern American Insurance
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
111
Company ("SAIC"), the sole remaining excess carrier with the City, at an undiscounted value of $300,000. In December
2007, the liquidator managing the SAIC liquidation made an initial payment to the City in the amount of $96,000. In
September 2008, a second distribution payment of $174,000 was issued to the City. Finally, in December 2009, the City
received a payment of $30,000 for a total collection amount of $300,000. In total, the City has recovered $787,500 on all
outstanding insurance claims.
From 1993 through September 30, 2023, the City has spent $1,853,341 on MGP assessment activities, which includes both
environmental consultant and legal fees.
Contractual Commitment – Water and Sewer Utility
Under the terms of a 30-year contract between the City and Pinellas County, which is effective through September 30, 2035,
the maximum amount of water available to the City is 15 million gallons per day on an annual average basis with no minimum
quantity purchase requirement. Effective October 1, 2022, the rate, which is set by the Pinellas County Board of County
Commissioners (BOCC), was $4.3007 per 1,000 gallons. The rate effective October 1, 2023 is $4.5157 per 1,000 gallons.
The cost of water purchased from the County during fiscal years 2022 and 2023 was $7,976,674 and $7,578,115
respectively.
Grant Revenues
During the current fiscal year and prior fiscal years, the City received revenues and contributions related to grants from the
State of Florida, the federal government, and other grantors. These grants are for specific purposes and are subject to
review and audit by the grantor agencies. Such audits could result in requests for reimbursement for expenditures disallowed
under the terms of the grants. Based upon prior experience, City management believes such disallowances, if any, will not
be significant.
Encumbrances
Encumbrance accounting is used in governmental funds to ensure effective budgetary control and accountability and to
facilitate effective cash planning and control. As of September 30, 2023, encumbrances expected to be honored upon
performance by the vendor in the coming year were:
Tax Abatements
In accordance with Chapter 29, Article VII of the Clearwater Code of Ordinances, Article VII, Section 3 of the Constitution
of the State of Florida, and Section 196-1995, Florida Statutes, the City Council may grant Economic Development Ad
Valorem Tax Exemptions of up to 75 percent of the assessed value of the qualifying property for up to ten years to new
businesses and expansions of existing businesses which create employment opportunities that will benefit the entire
community.
For the fiscal year ending September 30, 2023, the City abated real and tangible personal property taxes totaling $146,391
under this program, consisting of the following agreements:
A Business Maintenance and Continued Performance Agreement with Skye Lane Properties, LLC dated January 14, 2014,
for the relocation of 54 jobs from St. Petersburg, the creation of 11 new jobs, the investment of $6.1 million in the expansion
of the property, including the renovation of the facility, construction of a tri-level parking deck, and the purchase of new
furniture, fixtures and equipment. This agreement, which commenced in fiscal 2016, grants an exemption of ad valorem
General fund 751,963$
Special Programs Fund 2,244,397
Capital Improvement fund 16,902,303
Nonmajor governmental funds 3,962,877
23,861,540$
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
112
taxes of 75 percent for the first five years and 50 percent for the next five years. In the event of default, Skye Lane Properties,
LLC will be subject to the taxes exempted plus annual interest at the maximum rate allowed by law. Tax abatements since
inception total $95,799.
A Business Maintenance and Continued Performance Agreement with Instrument Transformers, Inc. dated March 10, 2014
and amended February 11, 2016, for the creation of 143 new jobs and the investment of $49 million in the expansion of the
Clearwater facility, including the purchase or lease of new equipment. This agreement, which commenced in fiscal 2017,
grants an exemption of ad valorem taxes of 75 percent for ten years. In the event of default, Instrument Transformers, Inc.
will be subject to the taxes exempted plus annual interest at the maximum rate allowed by law. Tax abatements since
inception total $850,610.
IV.F. Pending litigation
In the normal course of operations, the City is a defendant in various legal actions, the ultimate resolution of which is not
expected to have a material effect on the financial statements, other than for amounts that have been reserved and recorded
as liabilities in the Central Insurance Fund.
IV.G. Conduit debt
The City has one issue of conduit debt outstanding as follows:
Original Amount Amount
Issue Outstanding Outstanding
Description / Purpose Amount at 9/30/22 at 9/30/23
Drew Gardens Refunding Bonds / residential rental facility 3,425,000$ 840,000$ 640,000$
The City issued Mortgage Revenue Refunding Bonds, Series 1992A (FHA Insured Mortgage Loan – Drew Gardens Project),
dated August 1, 1992, in the amount of $3,425,000, to provide a portion of the money required to refund a prior issue of the
bonds of the Issuer that were issued to provide money to make a mortgage loan insured by the Federal Housing
Administration pursuant to Section 221(d)(4) of the National Housing Act of 1934, as amended, to pay the cost of acquiring,
constructing, improving and equipping a 180-unit multifamily residential rental housing facility owned by Drew Gardens
Associates, Ltd., a Florida limited partnership, and to pay certain costs of the refunding. The bonds are payable solely from
and secured by a lien upon and a pledge of the pledged revenues, consisting mainly of the bond proceeds. No additional
commitments were extended by the City. As of September 30, 2023, the bonds have an aggregate outstanding principal
amount payable of $640,000. The bonds do not constitute a debt, liability, or obligation of the City of Clearwater, the State
of Florida, or any political subdivision thereof and, accordingly, have not been reported in the accompanying financial
statements.
City of Clearwater, Florida
Notes to the Basic Financial Statements
For the Year Ended September 30, 2023
113
IV.H. Prior period adjustment
During the current year it was determined that amounts previously expensed as professional services in the Marine
Operations Fund for the Beach Marina Rehabilitation Project should have been capitalized as construction in progress. A
prior period adjustment was recorded as follows:
Operating Net
Expenses Position
Balances, as previously reported:
Marine Operations Fund 481,853$ 7,263,674$
Prior period adjustment:
Marine Operations Fund (481,853) 481,853
Balances, as restated:
Marine Operations Fund -$ 7,745,527$
IV.I. Subsequent event
On February 15, 2024, City Council adopted Ordinance No. 9744-24 amending the governance structure of the Clearwater
Downtown Development Board in order to create strategic alignment and more efficient operations involving the City, the
Clearwater Community Redevelopment Agency and the Clearwater Downtown Development Board. The ordinance
provides that beginning April 1, 2024, the five members of the City Council shall, as an additional duty in public office, also
serve as voting members of the Clearwater Downtown Development Board. The Mayor shall serve as the Chairperson of
the Board. In addition, the City Council shall appoint or reappoint two citizens to serve as Board members alongside the
five City Council members. The two citizen Board members shall either reside within the District, have a principal place of
business or employment within the District, or own real property in the District, and shall serve a term of three years.
2023 2022 2021 2020 2019 2018 2017 2016 2015 2014Total Pension LiabilityService Cost $ 19,874,939 18,718,516 $ 18,412,162 $ 16,934,015 $ 15,240,018 $ 15,065,668 14,770,113 $ 15,173,452 $ 14,585,979 $ 14,670,375 Interest on the Total Pension Liability 70,094,980 68,447,973 68,636,343 66,061,748 65,042,520 62,567,359 61,050,474 58,870,815 56,983,247 55,622,257 Benefit Changes 11,732,652 - - 6,428,217 - - - - - - Difference between Expected and Actual Experience 17,713,076 (345,877) 166,476 5,473,272 (6,533,554) 6,780,611 (8,071,653) 6,832,090 (3,532,969) (11,230,163) Assumption Changes - 6,156,036 (16,344,158) 11,877,993 25,495,302 - 381,755 (4,748,597) - - Benefit Payments (61,062,860) (57,321,813) (56,274,207) (50,966,931) (49,687,426) (46,860,103) (44,490,793) (42,069,828) (39,276,003) (37,118,458) Refunds (1,354,890) (1,772,430) (1,222,375) (1,177,456) (1,017,365) (892,181) (1,366,008) (1,060,187) (1,000,827) (1,675,419) Net Change in Total Pension Liability56,997,897 33,882,405 13,374,241 54,630,858 48,539,495 36,661,354 22,273,888 32,997,745 27,759,427 20,268,592 Total Pension Liability - Beginning1,089,718,239 1,055,835,834 1,042,461,593 987,830,735 939,291,240 902,629,886 880,355,998 847,358,253 819,598,826 799,330,234Total Pension Liability - Ending (a)$ 1,146,716,136 1,089,718,239 $ 1,055,835,834 $ 1,042,461,593 $ 987,830,735 $ 939,291,240 902,629,886 $ 880,355,998 $ 847,358,253 $ 819,598,826Plan Fiduciary Net PositionContributions - Employer $ 12,659,053 11,912,374 $ 11,917,353 10,364,100 $ 10,901,645 $ 10,650,462 11,898,912 $ 13,178,874 $ 14,923,098 $ 18,860,463 Contributions - Employer (from State) 12,000 12,000 12,000 12,000 12,000 12,000 12,000 12,000 12,000 12,000 Contributions - Employee 8,941,002 8,591,715 8,013,951 7,925,645 7,326,649 7,127,965 7,004,943 6,706,567 6,483,666 7,073,440 Net Investment Income 122,246,393 (204,174,834) 231,147,434 102,588,458 53,143,676 93,775,837 102,284,783 88,501,532 (4,165,092) 82,832,149 Benefit Payments (61,062,860) (57,321,813) (56,274,207) (50,966,931) (49,687,426) (46,860,103) (44,490,793) (42,069,828) (39,276,003) (37,118,458) Refunds (1,354,890) (1,772,430) (1,222,375) (1,177,456) (1,017,365) (892,181) (1,366,008) (1,060,187) (1,000,827) (1,675,419) Administrative Expense (355,225) (322,664) (340,629) (288,079) (335,282) (343,115) (295,301) (297,984) (297,942) (175,212) Net Change in Plan Fiduciary Net Position81,085,473 (243,075,652) 193,253,527 68,457,737 20,343,897 63,470,865 75,048,536 64,970,974 (23,321,100) 69,808,963 Plan Fiduciary Net Position - Beginning1,082,738,733 1,325,814,385 1,132,560,858 1,064,103,121 1,043,759,224 980,288,359 905,239,823 840,268,849 863,589,949 793,780,986Plan Fiduciary Net Position - Ending (b)$ 1,163,824,206 1,082,738,733 $ 1,325,814,385 1,132,560,858 $ 1,064,103,121 $ 1,043,759,224 980,288,359 $ 905,239,823 $ 840,268,849 $ 863,589,949Net Pension Liability/(Asset) - Beginning$ 6,979,506 (269,978,551) $ (90,099,265) $ (76,272,386) $ (104,467,984) $ (77,658,473) $ (24,883,825) $ 7,089,404 $ (43,991,123) $ 5,549,248 Net Pension Liability/(Asset) - Ending (a) - (b)$ (17,108,070) 6,979,506 $ (269,978,551) $ (90,099,265) $ (76,272,386) $ (104,467,984) $ (77,658,473) $ (24,883,825) $ 7,089,404 $ (43,991,123)Plan Fiduciary Net Position as a Percentage of Total Pension Liability/(Asset)101.49% 99.36% 125.57% 108.64% 107.72% 111.12% 108.60% 102.83% 99.16% 105.37%Covered Payroll$ 101,349,015 97,193,423 $ 90,810,283 $ 89,845,375 $ 82,998,580 $ 80,852,451 79,558,524 $ 76,942,048 $ 74,021,494 $ 75,629,669 Net Pension Liability/(Asset) as a Percentage of Covered Payroll-16.88% 7.18% -297.30% -100.28% -91.90% -129.21% -97.61% -32.34% 9.58% -58.17%Schedule of Changes in Net Pension Liability and Related RatiosPage 1 of 6City of Clearwater, FloridaDefined Benefit Pension PlansRequired Supplementary InformationEmployees' Pension Plan114
2023 2022 2021 2020 2019 2018 2017 2016 2015 2014Total Pension LiabilityInterest $ 38,084 40,834 $ 51,167 $ 52,304 $ 72,699 $ 84,902 $ 90,635 $ 99,691 $ 100,650 $ 92,956 Difference between Expected and Actual Experience (8,654) 67,373 (17,191) 80,335 (141,190) (205,912) 76,981 (296,507) 114,258 (426,528) Assumption Changes - - (215,006) (55,554) - - - 208,676 201,922 - Benefit Payments (215,950) (227,768) (245,126) (262,649) (285,762) (332,638) (365,154) (423,458) (442,775) (525,760) Other - - - - - - - - - 143,654 Net Change in Total Pension Liability(186,520) (119,561) (426,156) (185,564) (354,253) (453,648) (197,538) (411,598) (25,945) (715,678) Total Pension Liability - Beginning1,623,517 1,743,078 2,169,234 2,354,798 2,709,051 3,162,699 3,360,237 3,771,835 3,797,780 4,513,458 Total Pension Liability - Ending (a)$ 1,436,997 1,623,517 $ 1,743,078 $ 2,169,234 $ 2,354,798 $ 2,709,051 $ 3,162,699 $ 3,360,237 $ 3,771,835 $ 3,797,780 Plan Fiduciary Net PositionNet Investment Income $ 61,022 (98,130) $ 14,512 $ 147,975 $ 319,636 $ 59,255 $ (149,322) $ 171,674 $ 199,776 $ 169,627 Benefit Payments (215,950) (227,768) (245,126) (262,649) (285,762) (332,638) (365,154) (423,458) (442,775) (525,760) Administrative Expense (4,125) (8,870) (3,000) (2,500) (2,500) (2,500) (3,500) (2,758) (2,005) (5,808) Net Change in Plan Fiduciary Net Position(159,053) (334,768) (233,614) (117,174) 31,374 (275,883) (517,976) (254,542) (245,004) (361,941) Plan Fiduciary Net Position - Beginning2,912,716 3,247,484 3,481,098 3,598,272 3,566,898 3,842,781 4,360,757 4,615,299 4,860,303 5,222,244 Plan Fiduciary Net Position - Ending (b)$ 2,753,663 2,912,716 $ 3,247,484 $ 3,481,098 $ 3,598,272 $ 3,566,898 $ 3,842,781 $ 4,360,757 $ 4,615,299 $ 4,860,303 Net Pension Liability/(Asset) - Beginning$ (1,289,199) (1,504,406) $ (1,311,864) $ (1,243,474) $ (857,847) $ (680,082) $ (1,000,520) $ (843,464) $ (1,062,523) $ (495,433) Net Pension Liability/(Asset) - Ending (a) - (b)$ (1,316,666) (1,289,199) $ (1,504,406) $ (1,311,864) $ (1,243,474) $ (857,847) $ (680,082) $ (1,000,520) $ (843,464) $ (1,062,523) Plan Fiduciary Net Position as a Percentage of Total Pension Liability/(Asset)191.63% 179.41% 186.31% 160.48% 152.81% 131.67% 121.50% 129.78% 122.36%127.98%Covered PayrollN/AN/AN/AN/AN/AN/AN/AN/AN/AN/ANet Pension Liability/(Asset) as a Percentage of Covered PayrollN/AN/AN/AN/AN/AN/AN/AN/AN/AN/ASchedule of Changes in Net Pension Liability and Related RatiosPage 2 of 6City of Clearwater, FloridaDefined Benefit Pension PlansRequired Supplementary InformationFirefighters' Relief and Pension Plan115
Actuarially Contribution Actual Contribution
FY Ending Determined Actual Deficiency Covered as a % of
September 30 Contribution Contribution (Excess) Payroll Covered Payroll
2014 19,608,078$ 18,872,463$ 1 735,615$ 75,629,669$ 24.95%
2015 10,803,098$ 14,935,098$ (4,132,000)$ 74,021,494$ 2 20.18%
2016 8,767,703$ 13,190,874$ (4,423,171)$ 76,942,048$ 17.14%
2017 8,944,103$ 11,910,912$ (2,966,809)$ 79,558,524$ 14.97%
2018 8,659,427$ 10,662,462$ (2,003,035)$ 80,852,451$ 13.19%
2019 8,813,297$ 10,913,645$ (2,100,348)$ 82,998,580$ 13.15%
2020 9,720,956$ 10,376,100$ (655,144)$ 89,845,375$ 11.55%
2021 11,534,013$ 11,929,353$ (395,340)$ 90,810,283$ 13.14%
2022 11,412,994$ 11,924,374$ (511,380)$ 97,193,423$ 12.27%
2023 12,799,094$ 12,671,053$ 1 128,041$ 101,349,015$ 12.50%
Valuation Date:January 1, 2022
Notes:
Methods and Assumptions Used to Determine Contribution Rates:
Actuarial Cost Method Entry Age Normal
Amortization Method Level Dollar, Closed
Remaining Amortization Period 25 years (longest remaining period); 13 years (single equivalent period)
Asset Valuation Method 5-year smoothed market; 20% corridor
Inflation 2.25%
Salary Increases 2.75% to 7.60% depending on service; including inflation
Investment Rate of Return 6.50%
Retirement Age
Mortality
Other Information:
Notes
Page 3 of 6
City of Clearwater, Florida
Defined Benefit Pension Plans
Required Supplementary Information
Experience-based table of rates that are specific to the employment
classification and type of eligibility condition.
2 The definition of Covered Payroll for GASB Statement Nos. 67 and 68 was changed under GASB Statement No.
82 to be the pensionable earnings for members of the Plan. As a result, the Covered Payroll amount previously
reported for fiscal year 2015 has been revised to reflect this change.
Hazardous Duty Employees: PUB-2010 Headcount Weighted Safety Healthy
Employee Mortality Table (for pre-retirement mortality) and the PUB-2010
Headcount Weighted Safety Healthy Retiree Mortality Table (for post-
retirement mortality), with separate rates for males and females and ages set
forward one year, with mortality improvements projected to all future years after
2010 using Scale MP-2018. For males, the base mortality rates for both pre-
retirement and post-retirement mortality are based on the Below Median
Healthy tables. These are the same rates used for Special Risk Class
members of the Florida Retirement System (FRS) in the July 1, 2021 valuation,
as mandated by Chapter 112.63, Florida Statutes.
Effective with the January 1, 2022 valuation, the investment return assumption
was reduced from 6.55% to 6.50%. Additionally, the Plan provisions for
Firefighter members and Non-Hazardous Duty members were amended under
Ordinance No. 9634-22, adopted November 17, 2022. Please refer to the
January 1, 2022 valuation report dated April 26, 2022 and the January 1, 2023
valuation report dated May 15, 2023 for additional details.
Schedule of Contributions
Employees' Pension Plan
1 A portion of the plan's credit balance was applied to meet the remainder of the actuarially determined contribution
for the fiscal years ending September 30, 2014 and September 30, 2023.
Notes to Schedule of Contributions
Actuarially determined contributions are calculated as of January 1, which is
nine months prior to the beginning of the fiscal year in which contributions are
reported.
Nonhazardous Duty Employees: PUB-2010 Headcount Weighted General
Below-Median Employee Mortality Table (for pre-retirement mortality) and the
PUB-2010 Headcount Weighted General Below-Median Healthy Retiree
Mortality Table (for post-retirement mortality), with separate rates for males and
females and mortality improvements projected to all future years after 2010
using Scale MP-2018. Fore males, the base mortality rates are set back one
year. These are the same rates used for Regular Class (other than K-12
School Instructional Personnel) members of the Florida Retirement System
(FRS) in the July 1, 2021 valuation, as mandated by Chapter 112.63, Florida
Statutes.
116
Page 4 of 6
Effective with the fiscal year ended September 30, 2007, the Firefighters' Relief and Pension Plan, with no
remaining active members (only retirees), was fully funded per the requirements of the governing Ordinance. The
City may elect to contribute should future valuations show an actuarial need for such.
Schedule of Contributions
Firefighters' Relief and Pension Plan
Notes to Schedule of Contributions
City of Clearwater, Florida
Defined Benefit Pension Plans
Required Supplementary Information
There have been no employer contributions for the last ten fiscal years.
117
2023 2022 2021 2020 2019 2018 2017 2016 2015 2014Annual money-weighted rate of return, net ofinvestment expense 11.47 -15.65% 20.61% 9.73% 5.11% 9.69% 11.28% 10.63%-0.03% 10.90%Page 5 of 6Schedule of Investment ReturnsEmployees' Pension PlanCity of Clearwater, FloridaDefined Benefit Pension PlansRequired Supplementary Information 118
2023 2022 2021 2020 2019 2018 2017 2016 2015 2014Annual money-weighted rate of return, net ofinvestment expense 1.45% 0.58% 2.48% 5.06% 6.52% 1.82% 4.68% 4.554% 4.315% 3.902%Note: Data unavailable prior to 2014.Page 6 of 6Schedule of Investment ReturnsFirefighters' Relief and Pension PlanCity of Clearwater, FloridaDefined Benefit Pension PlansRequired Supplementary Information 119
2023 2022 2021 2020 2019 2018
Total OPEB Liability
Service cost $ 1,688,573 $ 2,412,125 $ 2,213,247 $ 2,282,038 $ 1,677,787 $ 1,731,394
Interest 1,063,683 645,528 662,501 953,389 1,086,906 974,551
Changes of benefit terms - - - 28,595 - -
Difference between expected and actual experience - (5,128,309) - (4,646,689) - -
Changes of assumptions and other inputs (545,424) (1,481,029) (120,728) (4,692,393) 4,006,356 (1,029,325)
Benefit payments (1,139,984) (912,692) (1,022,036) (1,048,358) (1,122,335) (1,054,805)
Net Change in Total OPEB Liability 1,066,848 (4,464,377) 1,732,984 (7,123,418) 5,648,714 621,815
Total OPEB Liability - Beginning 23,056,031 27,520,408 25,787,424 32,910,842 27,262,128 26,640,313
Total OPEB Liability - Ending $ 24,122,879 $ 23,056,031 $ 27,520,408 $ 25,787,424 $ 32,910,842 $ 27,262,128
Estimated covered-employee payroll $ 115,695,892 $ 110,228,154 $ 101,205,829 $ 99,272,204 $ 95,520,530 $ 92,964,945
Total OPEB liability as a percentage of
covered-employee payroll 20.85% 20.92% 27.19% 25.98% 34.45% 29.33%
Valuation Date: January 1, 2022
Measurement Date: September 30, 2022
Roll Forward Procedures:
Methods and Assumptions Used to Determine Total OPEB Liability:
Actuarial Cost Method Entry Age Normal
Inflation 2.25%
Discount Rate 4.40%
Salary Increases
Retirement Age
Mortality
Healthcare Cost Trend Rates
Aging Factors
Expenses
Other Information:
Data unavailable prior to 2018.
Note: There are no assets accumulated in a trust that meets the criteria of GASB codification P22.101 or P52.101 to pay related benefits for the OPEB plan.
There we no benefit changes during the year.
Page 1 of 1
City of Clearwater, Florida
Other Post-Employment Benefits
Required Supplementary Information
Notes to Schedule:
Based on the 2013 SOA Study "Health Care Costs - From Birth to Death".
Administrative expenses are included in the per capita health costs.
The following assumption changes have been reflected in the Schedule of Changes in the Total OPEB
Liability for the measurement period ending September 30, 2022:
- The discount rate was changed from 2.19% as of the beginning of the measurement period to 4.40%
as of September 30, 2022 (based on the Long-Term Municipal Bond rate). This change significantly
decreased the Total OPEB Liability.
- Medical claims costs and premiums were updated based on actual claims and premium information
provided for this valuation. This change increased the Total OPEB Liability.
The Total OPEB Liability was rolled forward nine months from the Valuation Date to the Measurement
Date using standard actuarial techniques.
Salary increase rates used in the January 1, 2022 actuarial valuation of the City of Clearwater
Employees' Pension Plan.
Retirement rates used in the January 1, 2022 actuarial valuation of the City of Clearwater Employees'
Pension Plan.
Mortality rates are the same as used in the July 1, 2021 actuarial valuation of the Florida Retirement
System for non-K-12 Instructional Regular Class and Special Risk Class members. These rates were
taken from adjusted PUB-2010 mortality tables published by the Society of Actuaries with generational
mortality improvements using Scale MP-2018. Adjustments to referenced tables are based on the
results of a statewide experience study covering the period 2013 to 2018.
Based on the Getzen Model, with trend starting at 5.75% and gradually decreasing to an ultimate trend
rate of 3.99%.
120
121
Nonmajor Governmental Funds
Special Revenue Funds
Special revenue funds are used to account for specific revenues that are legally restricted to expenditures
for particular purposes.
Community Redevelopment Agency Fund – to account for receipt, custody, and expenditure of property tax
increment funds associated with related redevelopment projects.
Local Housing Assistance SHIP Trust Fund – to account for monies allocated to the City under the State
Local Housing Assistance SHIP grant program.
Pinellas County Local Housing Assistance Trust Fund – to account for monies allocated to the City under
the Pinellas County Local Housing Assistance grant program.
122
Debt Service Funds
Debt service funds provide separate accounting records for all debt interest, principal, and reserve
requirements for general government long-term. Debt of proprietary funds is serviced through restricted
accounts maintained within the individual enterprise or internal service fund associated with the debt.
Non-Ad Valorem Revenue Bonds – to account for the advance monthly accumulation of resources by
transfer of General Revenues from the General Fund and the payment of currently maturing installments
of principal and interest each year.
Notes and Mortgages Debt Service Fund - to account for the advance monthly accumulation of resources
by transfer of General Revenues from the General and Special Revenue Funds and the payment of
currently maturing installments of principal and interest on the various note and mortgage obligations of the
governmental funds during each fiscal year.
Spring Training Facility Revenue Bonds Debt Service Fund – to account for the advance monthly
accumulation of resources received from the State of Florida and Pinellas County, and the payment of
currently maturing installments of principal and interest each year.
123
Capital Projects Funds
Capital projects funds are used to account for resources to be used for the acquisition or construction of
major capital improvement projects, other than those financed by proprietary funds. A major capital
improvement project is a property acquisition, a major construction undertaking, or a major improvement to
an existing facility or property, with a cost greater than $25,000 and a minimum useful life of at least five
years.
Community Redevelopment Agency Capital Projects Fund – to provide separate accounting records for the
acquisition or construction of capital improvement projects for the Clearwater Community Redevelopment
Agency.
SHIP Pinellas County
Community Local Housing Local Housing
Redevelopment Assistance Assistance
Agency Trust Trust Total
ASSETS
Cash and investments $ 339,527 $ 2,027,078 $ 243,634 $ 2,610,239
Receivables:
Accrued interest 40,345 5,442 679 46,466
Mortgage notes - 2,291,464 122,455 2,413,919
Total assets $ 379,872 $ 4,323,984 $ 366,768 $ 5,070,624
LIABILITIES
Accounts and contracts payable $ 2,932 $ 2,991 $ - $ 5,923
Due to other governments 48,000 - - 48,000
Advances from other funds 325,440 - - 325,440
Total liabilities 376,372 2,991 - 379,363
DEFERRED INFLOWS OF RESOURCES
Deferred inflows - mortgage notes - 2,291,464 122,455 2,413,919
Total deferred inflows - 2,291,464 122,455 2,413,919
FUND BALANCES
Restricted 3,500 2,029,529 244,313 2,277,342
Total fund balances 3,500 2,029,529 244,313 2,277,342
Total liabilities, deferred inflows and fund balances $ 379,872 $ 4,323,984 $ 366,768 $ 5,070,624
The notes to the financial statements are an integral part of this statement.
Special Revenue Funds
City of Clearwater, Florida
Combining Balance Sheet
Nonmajor Governmental Funds
September 30, 2023
124
Capital
Spring Project
Training Fund Total
Notes Facility Non-Ad Valorem Community Nonmajor
and Revenue Revenue Redevelopment Governmental
Mortgages Bonds Bonds Total Agency Funds
$- $ 446,239 $ 871,088 $ 1,317,327 $ 13,353,429 $ 17,280,995
- 1,315 - 1,315 - 47,781
- - - - - 2,413,919
$- $ 447,554 $ 871,088 $ 1,318,642 $ 13,353,429 $ 19,742,695
$- $ - $ - $ - $ 78,169 $ 84,092
- - - - - 48,000
- - - - - 325,440
- - - - 78,169 457,532
- - - - - 2,413,919
- - - - - 2,413,919
- 447,554 871,088 1,318,642 13,275,260 16,871,244
- 447,554 871,088 1,318,642 13,275,260 16,871,244
$- $ 447,554 $ 871,088 $ 1,318,642 $ 13,353,429 $ 19,742,695
Debt Service Funds
125
SHIP Pinellas County
Community Local Housing Local Housing
Redevelopment Assistance Assistance
Agency Trust Trust Total
REVENUES
Intergovernmental:
State $ - $676,148 $ - $ 676,148
Local 2,638,432 - 10,984 2,649,416
Investment earnings (loss):
Interest 266,490 47,798 7,314 321,602
Net appreciation (depreciation) in fair value (46,047) (26,105) 2,613 (69,539)
Total investment earnings (loss) 220,443 21,693 9,927 252,063
Miscellaneous 81,504 - - 81,504
Total revenues 2,940,379 697,841 20,911 3,659,131
EXPENDITURES
Current:
Economic environment 393,521 80,717 1,316 475,554
Debt service:
Principal - - - -
Interest & fiscal charges - - - -
Capital outlay - - - -
Total expenditures 393,521 80,717 1,316 475,554
Excess (deficiency) of revenues
over (under) expenditures 2,546,858 617,124 19,595 3,183,577
OTHER FINANCING SOURCES (USES)
Transfers in 2,810,526 - - 2,810,526
Transfers out (5,360,097) (110,426) - (5,470,523)
Total other financing sources (uses) (2,549,571) (110,426) - (2,659,997)
Net change in fund balances (2,713) 506,698 19,595 523,580
Fund balances - beginning 6,213 1,522,831 224,718 1,753,762
Fund balances - ending $ 3,500 $ 2,029,529 $244,313 $ 2,277,342
The notes to the financial statements are an integral part of this statement.
Special Revenue Funds
City of Clearwater, Florida
Combining Statement of Revenues, Expenditures, and Changes in Fund Balances
Nonmajor Governmental Funds
For the Year Ended September 30, 2023
126
Spring
Training Fund Total
Notes Facility Non-Ad Valorem Community Nonmajor
and Revenue Revenue Redevelopment Governmental
Mortgages Bonds Bonds Total Agency Funds
$- $500,004 $ - $500,004 $ - $ 1,176,152
- - - - - 2,649,416
- 8,416 - 8,416 - 330,018
- 6,053 - 6,053 - (63,486)
- 14,469 - 14,469 - 266,532
- - - - - 81,504
- 514,473 - 514,473 - 4,173,604
- - - - 598,949 1,074,503
519,405 310,000 - 829,405 - 829,405
12,211 179,169 951,024 1,142,404 - 1,142,404
- - - - 2,039,580 2,039,580
531,616 489,169 951,024 1,971,809 2,638,529 5,085,892
(531,616) 25,304 (951,024) (1,457,336) (2,638,529) (912,288)
531,616 - 1,464,104 1,995,720 4,701,833 9,508,079
- - - - (266,703) (5,737,226)
531,616 - 1,464,104 1,995,720 4,435,130 3,770,853
- 25,304 513,080 538,384 1,796,601 2,858,565
- 422,250 358,008 780,258 11,478,659 14,012,679
$- $447,554 $871,088 $ 1,318,642 $ 13,275,260 $ 16,871,244
Capital Debt Service Funds
Project
127
Variance with
Final Budget
Actual Positive
Original Final Amounts (Negative)
REVENUES
Intergovernmental - Local $ 2,826,383 $ 2,638,432 $ 2,638,432 $ -
Investment earnings (loss):
Interest 55,000 90,019 266,490 176,471
Net appreciation (depreciation) in fair value - - (46,047) (46,047)
Total investment earnings (loss) 55,000 90,019 220,443 130,424
Miscellaneous 81,504 81,504 81,504 -
Total revenues 2,962,887 2,809,955 2,940,379 130,424
EXPENDITURES
Current - Economic environment 589,843 589,843 393,521 196,322
Total expenditures 589,843 589,843 393,521 196,322
Excess (deficiency) of revenues over (under) expenditures 2,373,044 2,220,112 2,546,858 326,746
OTHER FINANCING SOURCES (USES)
Transfers in 2,845,545 2,810,526 2,810,526 -
Transfers out (5,218,589) (5,030,638) (5,360,097) (329,459)
Total other financing sources (uses) (2,373,044) (2,220,112) (2,549,571) (329,459)
Excess (deficiency) of revenues and other sources
over (under) expenditures and other uses - - (2,713) (2,713)
Fund balances - beginning 6,213 6,213 6,213 -
Fund balances - ending $ 6,213 $ 6,213 $ 3,500 $ (2,713)
The notes to the financial statements are an integral part of this statement.
Budgeted Amounts
City of Clearwater, Florida
Schedule of Revenues, Expenditures, and Changes in Fund Balances -
Budget and Actual (GAAP Basis)
Community Redevelopment Agency
For the Year Ended September 30, 2023
128
129
Nonmajor Enterprise Funds
Enterprise funds are used to account for the financing, acquisition, operation, and maintenance of
governmental facilities that are supported primarily by user charges.
Marine Operations Fund - to account for the financing, operation, and maintenance of the City’s marine
operations (excluding the downtown boat slips) and associated real property from rents collected from
users.
Aviation Operations Fund - to account for the financing, operation, and maintenance of the City’s airpark
operations from rents collected from users.
Parking System Fund - to account for the financing, construction, operation and maintenance of the City's
parking system, including on- and off-street parking on Clearwater Beach and Downtown Clearwater, from
parking charges.
Clearwater Harbor Marina Fund - to account for the financing, operation, and maintenance of the City’s
downtown boat slips from boat slip rentals.
Marine Aviation Parking Clearwater
Operations Operations System Harbor Marina Total
ASSETS
Current assets:
Cash and investments $ 17,965,638 $ 768,513 $ 40,266,357 $ 3,430,186 $ 62,430,694
Accrued interest receivable 55,599 2,319 120,525 11,488 189,931
Lease receivables 4,915,841 998,575 - - 5,914,416
Due from other governments - 30,000 - - 30,000
Inventories, at cost 80,949 - - - 80,949
Prepaid expenses and other assets 80 - - 20 100
Total current assets 23,018,107 1,799,407 40,386,882 3,441,694 68,646,090
Noncurrent assets:
Net pension asset 47,974 5,279 129,548 22,684 205,485
Capital assets:
Land and other nondepreciable assets 2,023,388 1,401,500 1,028,093 1,250,661 5,703,642
Capital assets, net of accumulated depreciation 276,426 3,879,589 1,553,402 8,801,648 14,511,065
Total noncurrent assets 2,347,788 5,286,368 2,711,043 10,074,993 20,420,192
Total assets 25,365,895 7,085,775 43,097,925 13,516,687 89,066,282
DEFERRED OUTFLOWS OF RESOURCES
Deferred outflows - pension 229,754 25,281 620,430 108,638 984,103
Deferred outflows - other postemployment benefits 7,638 1,194 18,827 3,761 31,420
Total deferred outflows of resources 237,392 26,475 639,257 112,399 1,015,523
LIABILITIES
Current liabilities:
Accounts and contracts payable 391,205 900 231,576 69,998 693,679
Accrued payroll 23,398 415 48,988 11,206 84,007
Deposits 37,537 - - 39,474 77,011
Current portion of long-term liabilities:
Compensated absences 40,059 - 57,920 8,940 106,919
Other postemployment benefits 10,431 1,631 25,713 5,136 42,911
Due to other funds 4,755 - - - 4,755
Total current liabilities 507,385 2,946 364,197 134,754 1,009,282
Noncurrent liabilities:
Compensated absences 24,649 - 35,639 5,501 65,789
Other postemployment benefits 227,179 35,518 559,991 111,860 934,548
Advances from other funds 20,442 - - - 20,442
Total noncurrent liabilities 272,270 35,518 595,630 117,361 1,020,779
Total liabilities 779,655 38,464 959,827 252,115 2,030,061
DEFERRED INFLOWS OF RESOURCES
Deferred inflows - pension 18,907 2,080 51,056 8,940 80,983
Deferred inflows - other postemployment benefits 86,867 13,581 214,125 42,772 357,345
Deferred inflows - leases 4,908,515 1,011,295 - - 5,919,810
Total deferred inflows of resources 5,014,289 1,026,956 265,181 51,712 6,358,138
NET POSITION
Net investment in capital assets 2,110,859 5,281,089 2,581,495 10,019,059 19,992,502
Restricted for:
Pensions 47,974 5,279 129,548 22,684 205,485
Unrestricted 17,650,510 760,462 39,801,131 3,283,516 61,495,619
Total net position $ 19,809,343 $ 6,046,830 $ 42,512,174 $ 13,325,259 $ 81,693,606
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Net Position
Nonmajor Enterprise Funds
September 30, 2023
130
Marine Aviation Parking Clearwater
Operations Operations System Harbor Marina Totals
Operating revenues:
Sales to customers $ 4,207,153 $ 8,433 $ 9,734,698 $ 816 $ 13,951,100
User charges to customers 172,373 - - 19,837 192,210
Rentals 2,386,667 260,413 - 915,842 3,562,922
Other 114,436 26 1,420,438 3,393 1,538,293
Total operating revenues 6,880,629 268,872 11,155,136 939,888 19,244,525
Operating expenses:
Personal services 1,265,483 121,751 2,630,284 570,820 4,588,338
Purchases for resale 3,004,035 - - 282 3,004,317
Operating materials and supplies 121,093 26,939 244,977 56,716 449,725
Transportation 13,901 10,075 81,454 5,984 111,414
Utility service 533,827 27,988 92,668 93,607 748,090
Depreciation 27,178 189,148 263,299 333,602 813,227
Interfund administrative charges 223,040 20,490 2,217,640 32,990 2,494,160
Other current charges:
Professional fees 51,485 54,834 651,464 48,973 806,756
Advertising and marketing 1,618 - - - 1,618
Communications 22,756 - 35,529 562 58,847
Printing and binding 838 79 20,751 83 21,751
Insurance 53,230 11,890 62,820 28,900 156,840
Repairs and maintenance 22,747 1,583 421,007 34,922 480,259
Rentals 2,040 - 169 - 2,209
Miscellaneous 164,175 1,785 817,219 18,192 1,001,371
Data processing charges 79,270 6,600 131,650 21,700 239,220
Taxes 29,247 - - - 29,247
Total other current charges 427,406 76,771 2,140,609 153,332 2,798,118
Total operating expenses 5,615,963 473,162 7,670,931 1,247,333 15,007,389
Operating income (loss) 1,264,666 (204,290) 3,484,205 (307,445) 4,237,136
Nonoperating revenues (expenses):
Investment earnings (loss):
Interest 469,746 29,438 803,646 76,244 1,379,074
Net appreciation (depreciation) in fair value (1,120,291) 6,508 (547,837) (36,925) (1,698,545)
Total investment earnings (loss) (650,545) 35,946 255,809 39,319 (319,471)
Total nonoperating revenue (expenses) (650,545) 35,946 255,809 39,319 (319,471)
Income (loss) before contributions and transfers 614,121 (168,344) 3,740,014 (268,126) 3,917,665
Capital grants and contributions 49,192 45,804 - - 94,996
Transfers in 11,750,000 - - - 11,750,000
Transfers out (349,497) (31,960) (1,220,796) (49,110) (1,651,363)
Change in net position 12,063,816 (154,500) 2,519,218 (317,236) 14,111,298
Net position - beginning (as previously reported) 7,263,674 6,201,330 39,992,956 13,642,495 67,100,455
Prior period adjustment (See Note IV.H.) 481,853 - - - 481,853
Net position - restated 7,745,527 6,201,330 39,992,956 13,642,495 67,582,308
Net position - ending $ 19,809,343 $ 6,046,830 $ 42,512,174 $ 13,325,259 $ 81,693,606
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Revenues, Expenses, and Changes in Net Position
Nonmajor Enterprise Funds
For the Year Ended September 30, 2023
131
Marine Aviation Parking Clearwater
Operations Operations System Harbor Marina Totals
CASH FLOWS FROM OPERATING
ACTIVITIES
Cash received from customers $ 6,877,363 $281,592 $ 11,155,136 $935,191 $ 19,249,282
Cash payments to suppliers (3,668,489) (162,498) (2,352,336) (504,175) (6,687,498)
Cash payments to employees (1,196,652) (106,651) (2,521,627) (547,094) (4,372,024)
Cash payments to other funds (423,581) (51,418) (2,650,081) (100,639) (3,225,719)
Net cash provided by (used) operating activities 1,588,641 (38,975) 3,631,092 (216,717) 4,964,041
CASH FLOWS FROM NONCAPITAL
FINANCING ACTIVITIES
Transfers from other funds 11,750,000 - - - 11,750,000
Transfers to other funds (349,497) (31,960) (1,220,796) (49,110) (1,651,363)
Receipt of cash on loans to/from other funds 25,197 - - - 25,197
Net cash provided (used) by
noncapital financing activities
CASH FLOWS FROM CAPITAL AND
RELATED FINANCING ACTIVITIES
Acquisition of capital assets (797,413) - (140,363) (536,304) (1,474,080)
Capital contributed by other governmental entities - 61,128 - - 61,128
Net cash provided (used) by
capital and related financing activities (797,413) 61,128 (140,363) (536,304) (1,412,952)
CASH FLOWS FROM INVESTING
ACTIVITIES
Interest received (696,164) 34,871 186,180 32,920 (442,193)
Net cash provided (used) by investing activities (696,164) 34,871 186,180 32,920 (442,193)
Net increase (decrease) in cash and cash equivalents 11,520,764 25,064 2,456,113 (769,211) 13,232,730
Cash and cash equivalents at beginning of year 6,444,874 743,449 37,810,244 4,199,397 49,197,964
Cash and cash equivalents at end of year $ 17,965,638 $ 768,513 $ 40,266,357 $ 3,430,186 $ 62,430,694
Cash and cash equivalents classified as:
Cash and investments $ 17,965,638 $ 768,513 $ 40,266,357 $ 3,430,186 $ 62,430,694
Total cash and cash equivalents $ 17,965,638 $ 768,513 $ 40,266,357 $ 3,430,186 $ 62,430,694
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Cash Flows
Nonmajor Enterprise Funds
For the Year Ended September 30, 2023
11,425,700 (31,960) (1,220,796) (49,110) 10,123,834
132
Marine Aviation Parking Clearwater
Operations Operations System Harbor Marina Totals
City of Clearwater, Florida
Combining Statement of Cash Flows
Nonmajor Enterprise Funds
For the Year Ended September 30, 2023
Reconciliation of operating income (loss) to net
cash provided (used) by operating activities:
Operating income (loss) $ 1,264,666 $ (204,290) $ 3,484,205 $ (307,445) $ 4,237,136
Adjustments to reconcile operating income (loss)
to net cash provided (used) by operating activities:
Depreciation 27,178 189,148 263,299 333,602 813,227
Change in assets, deferred outflows, liabilities and deferred inflows:
(Increase) decrease in lease receivables 424,809 (998,575) - - (573,766)
(Increase) decrease in inventory (5,283) - - - (5,283)
(Increase) decrease in prepaid expenses (80) - - (20) (100)
(Increase) decrease in net pension asset (47,974) (5,279) (129,548) (22,684) (205,485)
(Increase) decrease in deferred outflows 85,811 32,112 357,565 49,971 525,459
Increase (decrease) in accounts and contracts payable 236,595 (51,653) (225,069) (261,883) (302,010)
Increase (decrease) in accrued payroll 13,814 (9,465) (13,877) 9,182 (346)
Increase (decrease) in deposits (6,851) - - (4,697) (11,548)
Increase (decrease) in other postemployment benefits 43,017 4,640 19,448 7,249 74,354
Increase (decrease) in net pension liability (15,355) (2,792) (47,461) (7,677) (73,285)
Increase (decrease) in deferred inflows (431,706) 1,007,179 (77,470) (12,315) 485,688
Total adjustments 323,975 165,315 146,887 90,728 726,905
Net cash provided by operating activities $ 1,588,641 $ (38,975) $ 3,631,092 $ (216,717) $ 4,964,041
Non-cash investing, capital and financing activities:
Contributions from property owners $ 49,192 $ - $ - $ - $ 49,192
The notes to the financial statements are an integral part of this statement.
133
134
This Page Intentionally Left Blank
135
Internal Service Funds
Internal service funds are used to account for services and commodities furnished by a designated
department to other departments within the City or to other governments on a cost reimbursement basis.
Garage Fund - to account for the cost of automotive and other motorized equipment of the City. The
acquisition cost of new or upgraded equipment is financed through user departments and the asset value is
simultaneously contributed to the Garage Fund. The cost of replacement of existing equipment is financed
by the Garage Fund.
Administrative Services Fund - to account for various support activities including information technology,
printing, mailing, and telephone services. The cost for these services is charged to user departments based
on the cost of providing units of service.
General Services Fund - to account for various support activities including building maintenance and
custodial services for all City departments and facilities. The cost for these services is charged to user
departments based on the cost of providing units of service.
Central Insurance Fund - to account for the City's limited self-insurance program wherein all funds are
assessed charges based on damage claims incurred and on management's assessment of individual funds'
risk exposure. All claims and premiums are paid out of this fund, together with other costs necessary to
administer the program. Medical self-insurance costs and employee health clinic operating expenses are
also paid from this fund.
Administrative General Central
Garage Services Services Insurance Total
ASSETS
Current assets:
Cash and investments $ 15,338,059 $ 19,470,146 $ 16,017,192 $ 39,226,756 $ 90,052,153
Accrued interest receivable 43,305 60,658 52,423 119,247 275,633
Other receivables 3,396 - - 44,810 48,206
Due from other funds - - - 353,302 353,302
Due from other governments - - - 467 467
Inventories, at cost 520,420 - - - 520,420
Prepaid expenses and other assets - 360 - 4,055,904 4,056,264
Total current assets 15,905,180 19,531,164 16,069,615 43,800,486 95,306,445
Noncurrent assets:
Advances to other funds - - - 1,498,208 1,498,208
Net pension asset 149,910 347,358 121,838 21,405 640,511
Capital assets:
Land and other nondepreciable assets 729,591 317,899 - - 1,047,490
Capital assets, net of accumulated depreciation 20,685,085 2,774,270 34,634 - 23,493,989
Intangible right-to-use lease assets, net of accumulated amortization - 940,179 - 61,195 1,001,374
Intangible right-to use subscription assets, net of accumulated amortization - 5,252,436 - 120,675 5,373,111
Total noncurrent assets 21,564,586 9,632,142 156,472 1,701,483 33,054,683
Total assets 37,469,766 29,163,306 16,226,087 45,501,969 128,361,128
DEFERRED OUTFLOWS OF RESOURCES
Deferred outflows - pension 717,947 1,663,560 583,502 102,512 3,067,521
Deferred outflows - other postemployment benefits 15,276 33,367 12,515 2,683 63,841
Total deferred outflows of resources 733,223 1,696,927 596,017 105,195 3,131,362
LIABILITIES
Current liabilities:
Accounts and contracts payable 782,181 474,361 628,292 825,704 2,710,538
Accrued payroll 50,953 121,638 46,630 11,181 230,402
Accrued interest payable 37,887 190 63 - 38,140
Current portion of long-term liabilities:
Compensated absences 90,487 337,615 60,614 13,349 502,065
Other postemployment benefits 20,862 45,569 17,092 3,664 87,187
Financed purchases 1,800,850 - 1,906 - 1,802,756
Lease liability - 470,471 - 56,403 526,874
Subscription liability - 1,837,455 - 26,023 1,863,478
Due to other funds 4,034,465 491,561 7,008 - 4,533,034
Claims payable - - - 4,580,901 4,580,901
Total current liabilities (payable from current assets) 6,817,685 3,778,860 761,605 5,517,225 16,875,375
Noncurrent liabilities:
Compensated absences 55,677 207,736 37,296 8,214 308,923
Other postemployment benefits 454,359 992,438 372,251 79,801 1,898,849
Financed purchases 1,353,040 - - - 1,353,040
Lease liability - 475,084 - - 475,084
Subscription liability - 1,615,535 - 87,090 1,702,625
Advances from other funds 8,398,851 991,566 14,228 - 9,404,645
Claims payable - - - 7,207,414 7,207,414
Total noncurrent liabilities 10,261,927 4,282,359 423,775 7,382,519 22,350,580
Total liabilities 17,079,612 8,061,219 1,185,380 12,899,744 39,225,955
DEFERRED INFLOWS OF RESOURCES
Deferred inflows - pension 59,080 136,895 48,017 8,436 252,428
Deferred inflows - other postemployment benefits 173,734 379,481 142,338 30,514 726,067
Total deferred inflows of resources 232,814 516,376 190,355 38,950 978,495
NET POSITION
Net investment in capital assets 18,150,319 4,804,158 32,728 12,354 22,999,559
Restricted for:
Pensions 149,910 347,358 121,838 21,405 640,511
Unrestricted 2,590,334 17,131,122 15,291,803 32,634,711 67,647,970
Total net position $ 20,890,563 $ 22,282,638 $ 15,446,369 $ 32,668,470 $ 91,288,040
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Net Position
Internal Service Funds
September 30, 2023
136
Administrative General Central
Garage Services Services Insurance Total
Operating revenues:
Billings to departments $ 15,911,776 $ 15,901,157 $ 6,424,175 $ 32,203,918 $ 70,441,026
Other 197,422 - 1,654 423,873 622,949
Total operating revenues 16,109,198 15,901,157 6,425,829 32,627,791 71,063,975
Operating expenses:
Personal services 2,879,991 6,144,828 2,400,643 588,782 12,014,244
Purchases for resale 5,258,728 - - - 5,258,728
Operating materials and supplies 255,395 633,825 550,569 201,685 1,641,474
Transportation 1,253 64,588 241,964 - 307,805
Utility service 138,498 - 361,898 5,322 505,718
Depreciation 9,145,118 656,443 16,361 - 9,817,922
Amortization of intangible right-to-use lease assets - 583,666 - 81,897 665,563
Amortization of intangible right-to-use subscription assets - 114,256 - 18,176 132,432
Interfund administrative charges 281,050 4,000 - - 285,050
Other current charges:
Professional fees 756,749 4,101,473 4,618,955 3,722,982 13,200,159
Communications 31,123 1,109,797 50,301 15,464 1,206,685
Printing and binding 51 29,618 514 1,396 31,579
Insurance:
Premiums 41,910 27,460 38,090 5,543,061 5,650,521
Claims incurred - - - 24,441,502 24,441,502
Repairs and maintenance 685,159 434,481 206,661 19,387 1,345,688
Rentals 18,304 97,838 95,111 8,219 219,472
Miscellaneous 81,132 339,268 32,347 32,690 485,437
Data processing charges 242,490 301,870 158,090 29,160 731,610
Taxes 8,779 - - 7,426 16,205
Total other current charges 1,865,697 6,441,805 5,200,069 33,821,287 47,328,858
Total operating expenses 19,825,730 14,643,411 8,771,504 34,717,149 77,957,794
Operating income (loss) (3,716,532) 1,257,746 (2,345,675) (2,089,358) (6,893,819)
Nonoperating revenues (expenses)
Investment earnings (loss):
Interest 288,208 402,224 344,944 828,029 1,863,405
Net appreciation (depreciation) in fair value (115,254) (343,854) 69,391 793,473 403,756
Total investment earnings (loss)172,954 58,370 414,335 1,621,502 2,267,161
Interest expense (290,028) (28,704) (359) (4,222) (323,313)
Gain (loss) on disposal of capital assets 546,163 - (162,960) - 383,203
Total nonoperating revenue (expenses) 429,089 29,666 251,016 1,617,280 2,327,051
Income (loss) before contributions and transfers (3,287,443) 1,287,412 (2,094,659) (472,078) (4,566,768)
Transfers in 2,412,851 - 3,055,000 - 5,467,851
Transfers out - (24,847) - (172,000) (196,847)
Change in net position (874,592) 1,262,565 960,341 (644,078) 704,236
Net position - beginning 21,765,155 21,020,073 14,486,028 33,312,548 90,583,804
Net position - ending $ 20,890,563 $ 22,282,638 $ 15,446,369 $ 32,668,470 $ 91,288,040
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Revenue, Expenses, and Changes in Net Position
Internal Service Funds
For the Year Ended September 30, 2023
137
Administrative General Central
Garage Services Services Insurance Total
CASH FLOWS FROM OPERATING
ACTIVITIES
Cash received from other funds $ 16,109,198 $ 15,908,177 $6,425,829 $ 32,644,890 $ 71,088,094
Cash payments to suppliers (6,744,173) (6,243,681) (5,531,825) (32,873,716) (51,393,395)
Cash payments to employees (2,579,798) (5,650,116) (2,204,041) (542,655) (10,976,610)
Cash payments to other funds (903,642) (739,599) (505,046) (66,926) (2,215,213)
Net cash provided (used) by operating activities 5,881,585 3,274,781 (1,815,083) (838,407) 6,502,876
CASH FLOWS FROM NONCAPITAL
FINANCING ACTIVITIES
Transfers from other funds 2,412,851 - 3,055,000 - 5,467,851
Transfers to other funds - (24,847) - (172,000) (196,847)
Receipt of cash on loans to/from other funds 3,867,828 1,430,501 - 345,189 5,643,518
Payment of cash on loans to/from other funds (3,237,775) (34,929) (6,939) - (3,279,643)
Net cash provided (used) by
noncapital financing activities 3,042,904 1,370,725 3,048,061 173,189 7,634,879
CASH FLOWS FROM CAPITAL AND
RELATED FINANCING ACTIVITIES
Principal payments on debt (3,002,572) (335,949) (7,533) - (3,346,054)
Interest paid (313,234) (28,935) (414) (4,222) (346,805)
Acquisition of capital assets (6,702,174) (3,973,974) - (108,176) (10,784,324)
Proceeds from sale of capital assets 579,045 - 5,000 - 584,045
Net cash provided (used) by capital and
related financing activities (9,438,935) (4,338,858) (2,947) (112,398) (13,893,138)
CASH FLOWS FROM INVESTING
ACTIVITIES
Interest received 149,206 22,267 388,837 1,573,391 2,133,701
Net cash provided (used) by investing activities 149,206 22,267 388,837 1,573,391 2,133,701
Net increase (decrease) in cash and cash equivalents (365,240) 328,915 1,618,868 795,775 2,378,318
Cash and cash equivalents at beginning of year 15,703,299 19,141,231 14,398,324 38,430,981 87,673,835
Cash and cash equivalents at end of year $ 15,338,059 $ 19,470,146 $16,017,192 $ 39,226,756 $ 90,052,153
Cash and cash equivalents classified as:
Cash and investments $ 15,338,059 $ 19,470,146 $16,017,192 $ 39,226,756 $ 90,052,153
Total cash and cash equivalents $ 15,338,059 $ 19,470,146 $16,017,192 $ 39,226,756 $ 90,052,153
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Cash Flows
Internal Service Funds
For the Year Ended September 30, 2023
138
Administrative General Central
Garage Services Services Insurance Total
City of Clearwater, Florida
Combining Statement of Cash Flows
Internal Service Funds
For the Year Ended September 30, 2023
Reconciliation of operating income (loss) to net
cash provided (used) by operating activities:
Operating income (loss) $ (3,716,532) $ 1,257,746 $(2,345,675) $ (2,089,358) $ (6,893,819)
Adjustments to reconcile operating income (loss)
to net cash provided (used) by operating activities:
Depreciation 9,145,118 656,443 16,361 - 9,817,922
Amortization of intangible right-to-use lease assets - 583,666 - 81,897 665,563
Amortization of intangible right-to-use subscription assets - 114,256 - 18,176 132,432
Change in assets, deferred outflows, liabilities and deferred inflows:
(Increase) decrease in accounts receivable 16,035 7,020 - 17,558 40,613
(Increase) decrease in due from other governments - - - (459) (459)
(Increase) decrease in inventory (33,939) - - - (33,939)
(Increase) decrease in prepaid expenses - (160) - (1,145,527) (1,145,687)
(Increase) decrease in net pension asset (149,910) (347,358) (121,838) (21,405) (640,511)
(Increase) decrease in deferred outflows 610,772 1,107,158 519,572 83,703 2,321,205
Increase (decrease) in accounts and contracts payable 170,710 161,098 317,629 2,233,179 2,882,616
Increase (decrease) in accrued payroll (22,163) (42,058) (12,562) 4,311 (72,472)
Increase (decrease) in other postemployment benefits 13,870 67,809 (38,346) 2,308 45,641
Increase (decrease) in net pension liability (64,909) (135,402) (53,742) (9,073) (263,126)
Increase (decrease) in deferred inflows (87,467) (155,437) (96,482) (13,717) (353,103)
Total adjustments 9,598,117 2,017,035 530,592 1,250,951 13,396,695
Net cash provided (used) by operating activities $ 5,881,585 $ 3,274,781 $(1,815,083) $ (838,407) $ 6,502,876
The notes to the financial statements are an integral part of this statement.
139
140
This Page Intentionally Left Blank
141
Fiduciary Funds
Fiduciary Funds are used to account for resources that are managed in a trustee capacity or as an agent for
other parties or funds.
Employees’ Pension Fund - to account for the financial operation and condition of the major employee
retirement system.
Firefighters’ Relief and Pension Fund - to account for the financial operation and condition of the
Firefighters' Relief and Pension Plan, closed to new members in 1962, and containing 12 retired members
with no active members. The Plan was fully funded effective with fiscal year 2007.
Police Supplemental Pension Fund - to account for the financial operation and condition of a supplemental
pension plan funded by the State for sworn police officers.
Firefighters’ Supplemental Pension Fund - to account for the financial operation and condition of a
supplemental pension plan funded by the State for firefighters.
Custodial Fund - to account for fiduciary activities that are not held in a trust or equivalent arrangement that
meets specific criteria.
Defined Benefit Defined Contribution
Pension Trust Funds Pension Trust Funds
Firefighters' Police Firefighters'Total
Employees' Relief and Supplemental Supplemental Pension Custodial
Pension Fund Pension Fund Pension Fund Pension Fund Trust Funds Fund
ASSETS
Cash and cash equivalents $ 18,998,263 $261,007 $ 8,254 $ - $ 19,267,524 $868,140
Receivables:
Interest and dividends 4,019,758 35,442 30,952 26,451 4,112,603 1,919
Unsettled investment sales 6,905,040 - - - 6,905,040 -
Securities lending earnings 24,073 - - - 24,073 -
Due from others - - - - - 50,947
Total receivables 10,948,871 35,442 30,952 26,451 11,041,716 52,866
Managed investment accounts, at fair value:
Cash and cash equivalents 18,221,498 - 1,623,355 2,652,504 22,497,357 -
Government bonds 49,695,327 - - 836,935 50,532,262 -
Index linked government bonds 2,877,928 - - - 2,877,928 -
Agency bonds 3,543,895 2,457,214 - - 6,001,109 -
Municipal bonds 3,005,904 - - 150,133 3,156,037 -
Domestic corporate bonds 111,989,979 - - 902,181 112,892,160 -
International equity securities 106,230,485 - - 740,202 106,970,687 -
Domestic stocks 260,679,113 - - 3,665,460 264,344,573 -
Mortgage backed bonds 115,765,778 - - 1,083,026 116,848,804 -
Government issued commercial mortgage backed bonds 21,929 - - - 21,929 -
Asset backed securities 15,397,042 - - - 15,397,042 -
Other/rights/warrants 1,606 - - - 1,606 -
Domestic equity mutual funds 234,335,516 - 11,480,309 5,063,397 250,879,222 -
International equity mutual funds 15,951,198 - 3,058,205 1,191,161 20,200,564 -
Infrastructure 91,519,858 - - - 91,519,858 -
Real estate 120,452,905 - 1,707,813 4,086,215 126,246,933 -
Total managed investment accounts 1,149,689,961 2,457,214 17,869,682 20,371,214 1,190,388,071 -
Securities lending collateral 105,506,639 - - - 105,506,639 -
Total assets 1,285,143,734 2,753,663 17,908,888 20,397,665 1,326,203,950 921,006
LIABILITIES
Accounts payable 824,785 - - - 824,785 34,287
Unsettled investment purchases 14,945,354 - - - 14,945,354 -
Other payables 42,750 - - - 42,750 -
Obligations under securities lending 105,506,639 - - - 105,506,639 -
Total liabilities 121,319,528 - - - 121,319,528 34,287
NET POSITION
Restricted for:
Pensions 1,163,824,206 2,753,663 17,908,888 20,397,665 1,204,884,422 -
Individuals, organizations and other governments - - - - - 886,719
Total net position $ 1,163,824,206 $ 2,753,663 $ 17,908,888 $ 20,397,665 $ 1,204,884,422 $886,719
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Fiduciary Net Position
Fiduciary Funds
September 30, 2023
142
Defined Benefit Defined Contribution
Pension Trust Funds Pension Trust Funds
Firefighters' Police Firefighters'Total
Employees' Relief and Supplemental Supplemental Pension Custodial
Pension Fund Pension Fund Pension Fund Pension Fund Trust Funds Fund
ADDITIONS
Contributions:
Employer $ 12,659,053 $ - $ - $ - $ 12,659,053 $ -
Employer - state tax 12,000 - 1,372,769 1,558,274 2,943,043 -
Employees 8,941,002 - - - 8,941,002 -
Individuals, organizations and other governments - - - - - 795,142
Total contributions 21,612,055 - 1,372,769 1,558,274 24,543,098 795,142
Investment earnings (loss):
Net increase (decrease) in fair value of investments 108,044,500 (39,931) 3,314,794 1,034,470 112,353,833 -
Interest, dividends and other 20,672,749 100,953 349,719 826,189 21,949,610 22,280
Securities lending income 5,962,399 - - - 5,962,399 -
Total investment earnings (loss) 134,679,648 61,022 3,664,513 1,860,659 140,265,842 22,280
Less investment costs:
Investment management / custodian fees (6,776,487) - (24,941) (103,073) (6,904,501) -
Securities lending costs (5,656,768) - - - (5,656,768) -
Net investment earnings (loss) 122,246,393 61,022 3,639,572 1,757,586 127,704,573 22,280
Miscellaneous - - 6,360 3,607 9,967 -
Total additions 143,858,448 61,022 5,018,701 3,319,467 152,257,638 817,422
DEDUCTIONS
Benefits 61,062,860 215,950 1,784,493 2,249,257 65,312,560 -
Refunds and transfers to other systems 1,354,890 - - - 1,354,890 -
Administrative expenses 355,225 4,125 18,530 47,662 425,542 -
Payments to individuals, organizations and other governments- - - - - 787,486
Total deductions and administrative expenses 62,772,975 220,075 1,803,023 2,296,919 67,092,992 787,486
Net increase (decrease) in fiduciary net position 81,085,473 (159,053) 3,215,678 1,022,548 85,164,646 29,936
Fiduciary net position - beginning 1,082,738,733 2,912,716 14,693,210 19,375,117 1,119,719,776 856,783
Fiduciary net position - ending $ 1,163,824,206 $ 2,753,663 $ 17,908,888 $ 20,397,665 $ 1,204,884,422 $ 886,719
The notes to the financial statements are an integral part of this statement.
City of Clearwater, Florida
Combining Statement of Changes in Fiduciary Net Position
Fiduciary Funds
For the Year Ended September 30, 2023
143
144
This Page Intentionally Left Blank
Financial Trends
Schedule 1 Net Position by Component
Schedule 2 Changes in Net Position
Schedule 2a Program Revenues by Function/Program
Schedule 3 Fund Balances of Governmental Funds
Schedule 4 Changes in Fund Balances of Governmental Funds
Revenue Capacity
Schedule 5 Assessed Value and Estimated Actual Value of Taxable Property
Schedule 6 Direct and Overlapping Property Tax Rates
Schedule 7 Property Tax Levies and Collections
Schedule 8a Principal Real Property Taxpayers
Schedule 8b Principal Personal Property Taxpayers
Debt Capacity
Schedule 9 Ratios of Outstanding Debt by Type
Schedule 10 Ratios of General Bonded Debt Outstanding
Schedule 11 Direct and Overlapping Governmental Activities Debt
Schedule 12 Legal Debt Margin Information
Schedule 13 Pledged-Revenue Coverage
These schedules present information to help the reader assess the affordability of the City’s current
levels of outstanding debt, and the City’s ability to issue additional debt in the future.
CITY OF CLEARWATER, FLORIDA
STATISTICAL SECTION
This section of the City’s ACFR presents detailed information as a context for understanding what the
information in the financial statements, note disclosures, and required supplementary information say
about the City’s overall financial health. This information has not been audited by the independent auditor.
These schedules contain trend information to help the reader understand how the City’s financial
performance and well-being changed over time.
These schedules contain information to help the reader assess the City’s significant local revenue, the
property tax.
145
Economic and Demographic Information
Schedule 14 Demographic and Economic Statistics
Schedule 15 Principal Employers
Operating Information
Schedule 16 Full-time Equivalent City Government Employees by Function/Program
Schedule 17 Operating Indicators by Function/Program
Schedule 18 Capital Assets Statistics by Function/Program
These schedules offer economic and demographic indicators to help the reader understand the
environment within which the City’s financial activities take place.
These schedules contain service and infrastructure data to help the reader understand how the
information in the City’s financial report relates to the services the City provides and the activities it
performs.
Sources: Unless otherwise noted, the information in this section is derived from the City’s annual
comprehensive financial reports for the relevant year.
STATISTICAL SECTION (CONTINUED)
CITY OF CLEARWATER, FLORIDA
146
2014201520162017201820192020202120222023Primary GovernmentGovernmental activities Net investment in capital assets261,886$ 262,934$ 263,810$ 271,834$ 256,608$ 267,703$ 271,011$ 283,538$ 296,599$ 328,830$ Restricted 56,044 57,003 52,936 119,003 145,996 129,078 136,164 295,044 53,555 66,417 Unrestricted153,334 121,033 128,785 72,595 57,072 102,030 132,181 48,583 291,427 245,564 Total governmental activities net position 471,264$ 440,970$ 445,531$ 463,432$ 459,676$ 498,811$ 539,356$ 627,165$ 641,581$ 640,811$ Business-type activities Net investment in capital assets214,175$ 226,571$ 231,591$ 254,503$ 250,410$ 284,905$ a292,925$ 285,264$ 284,557$ 289,246$ Restricted 49,530 45,503 36,803 47,946 54,034 36,271 36,576 48,861 11,608 13,888 Unrestricted163,876 164,135 194,997 183,726 194,547 225,022 a260,807 291,320 330,029 369,984 Total business-type activities net position 427,581$ 436,209$ 463,391$ 486,175$ 498,991$ 546,198$ 590,308$ 625,445$ 626,194$ 673,118$ Primary government Net investment in capital assets476,061$ 489,505$ 495,401$ 526,337$ 507,018$ 552,608$ 563,936$ 568,802$ 581,156$ 618,076$ Restricted105,574 102,506 89,739 166,949 200,030 165,349 172,740 343,905 65,163 80,305 Unrestricted317,210 285,168 323,782 256,321 251,619 327,052 392,988 339,903 621,456 615,548 Total primary government net position 898,845$ 877,179$ 908,922$ 949,607$ 958,667$ 1,045,009$ 1,129,664$ 1,252,610$ 1,267,775$ 1,313,929$ Note:Fiscal years prior to 2015 are not restated for GASB-68.Fiscal years prior to 2018 are not restated for GASB-75.a Reclassified to correct the calculation of Net Investment in Capital Assets in 2019.Schedule 1City of Clearwater, FloridaNet Position by ComponentLast Ten Fiscal Years(accrual basis of accounting, in thousands of dollars)147
2014201520162017201820192020202120222023Governmental activities: General government15,018$ 16,818$ 13,488$ 14,876$ 18,323$ 15,982$ 13,110$ 12,020$ 14,810$ 20,434$ Public safety70,126 99,056 71,718 66,795 67,737 71,645 72,720 37,949 96,123 121,526 Physical environment3,416 3,273 4,142 3,993 4,055 551 5,934 3,077 4,245 1,940 Transportation 11,129 19,366 14,532 14,339 17,020 15,957 12,424 12,247 18,497 19,600 Economic environment2,517 4,895 4,019 5,305 6,205 7,671 7,298 4,545 4,861 6,496 Human services 137 249 526 455 462 574 598 505 746 2,163 Culture and recreation33,051 40,783 36,894 36,497 50,485 45,595 36,528 38,751 47,192 53,120 Interest on long-term debt727 689 740 748 745 808 617 528 1,215 1,770 Total governmental activities expenses136,121 185,129 146,059 143,008 165,032 158,783 149,229 109,622 187,689 227,049 Business-type activities: Water and sewer utility64,810 69,550 64,866 73,253 82,197 68,458 66,362 72,634 88,561 94,447 Gas utility31,639 33,352 29,195 30,716 35,569 35,553 32,671 37,233 43,643 37,731 Solid waste utility17,572 22,486 17,989 17,626 17,053 19,328 18,580 22,062 22,090 23,279 Stormwater utility16,476 16,110 13,664 13,148 14,550 11,730 12,308 13,384 11,875 12,109 Recycling 3,094 2,455 2,958 2,864 3,042 1,594 2,675 3,282 3,164 3,810 Marine 4,378 4,182 3,476 3,781 4,119 4,212 3,677 4,548 6,187 5,648 Aviation 345 399 415 470 640 502 486 518 538 478 Parking system 3,637 4,724 4,097 4,379 4,817 5,054 5,732 5,832 5,031 7,761 Harborview Center 522 - - - - - - - - - Clearwater Harbor Marina779 911 848 823 895 919 947 1,125 1,141 1,259 Total business-type activities expenses143,252 154,169 137,508 147,060 162,882 147,350 143,438 160,618 182,230 186,522 Total primary government expenses 279,373$ 339,298$ 283,567$ 290,068$ 327,914$ 306,133$ 292,667$ 270,240$ 369,919$ 413,571$ Notes:The Harborview Center Fund was closed in FY 2014 and its operations transferred to the General Fund during the year ended September 30, 2014Fiscal years prior to 2015 are not restated for GASB-68.Fiscal years prior to 2018 are not restated for GASB-75.Fiscal year 2021 decrease in governmental activities expenses partially due to significant increase in net pension asset and related decrease in pension expenseFiscal year 2022 increase in governmental activities expense partially due to elimination of net pension asset and related increase in pension expense, due to investment market downturnExpensesPage 1 of 3Schedule 2City of Clearwater, FloridaChanges in Net PositionLast Ten Fiscal Years(accrual basis of accounting, in thousands of dollars)148
2014201520162017201820192020202120222023 Charges for services: General government22,726$ 23,668$ 23,030$ 23,380$ 24,391$ 26,013$ 25,869$ 25,752$ 26,543$ 29,116$ Public safety11,040 10,593 11,952 11,788 11,318 11,769 12,739 13,858 13,695 14,022 Physical environment150 196 137 67 237 120 65 83 33 32 Transportation 454 327 150 157 127 182 175 157 160 136 Economic environment132 109 105 105 312 165 149 124 1,323 133 Culture and recreation6,855 7,103 7,751 8,336 8,384 8,892 6,401 6,421 9,073 11,213 Operating grants and contributions6,305 6,893 6,236 7,012 7,456 8,630 6,925 12,540 31,435 11,427 Capital grants and contributions2,391 2,326 2,642 3,894 7,146 6,257 2,519 2,595 1,821 3,709 Total governmental activities program revenues50,053 51,215 52,003 54,739 59,371 62,028 54,842 61,530 84,083 69,788 Business-type activities: Charges for services: Water and sewer utility67,141 70,848 75,203 81,514 83,994 87,242 91,069 96,837 102,430 106,133 Gas utility41,347 41,143 38,598 40,602 45,120 45,762 42,785 43,034 47,355 47,172 Solid waste utility19,966 20,401 21,602 22,492 23,234 24,504 24,646 26,501 28,028 29,481 Stormwater utility16,789 17,162 17,854 18,512 18,397 18,503 17,248 17,435 17,300 17,573 Recycling 2,370 2,261 2,390 2,546 2,316 2,444 2,710 3,032 3,251 2,874 Marine4,643 4,352 4,054 4,444 5,065 5,284 4,885 5,896 7,090 6,881 Aviation 268 283 291 311 317 323 333 314 335 269 Parking system 5,159 6,215 6,638 7,027 6,348 7,128 7,653 10,721 10,963 11,155 Harborview Center50 - - - - - - - - - Clearwater Harbor Marina619 664 717 799 804 850 872 893 971 940 Operating grants and contributions140 50 208 83 83 664 166 83 84 49 Capital grants and contributions13,590 4,662 3,487 3,564 3,785 3,973 1,764 2,546 5,183 2,559 Total business-type activities program revenues172,082 168,041 171,042 181,894 189,463 196,677 194,131 207,292 222,990 225,086 Total primary government program revenues222,135$ 219,256$ 223,045$ 236,633$ 248,834$ 258,705$ 248,973$ 268,822$ 307,073$ 294,874$ Notes:The Harborview Center Fund was closed in FY 2014 and its operations transferred to the General Fund during the year ended September 30, 2014Program revenuesPage 2 of 3Schedule 2 (continued)City of Clearwater, FloridaChanges in Net PositionLast Ten Fiscal Years(accrual basis of accounting, in thousands of dollars)149
2014201520162017201820192020202120222023Net (Expenses) / RevenueGovernmental activities (85,142)$ (132,905)$ (92,924)$ (87,041)$ (104,252)$ (94,877)$ (92,294)$ (48,092)$ (103,605)$ (157,262)$ Business-type activities 28,830 13,872 33,534 34,834 26,581 49,327 50,693 46,674 40,759 38,563 Total primary government net (expense) / revenue (56,312)$ (119,033)$ (59,390)$ (52,207)$ (77,671)$ (45,550)$ (41,601)$ (1,418)$ (62,846)$ (118,699)$ General Revenues and Other Changes in Net PositionGovernmental activities: Taxes: Property taxes 38,574$ 40,925$ 43,580$ 46,853$ 50,610$ 64,050$ 68,614$ 73,093$ 76,821$ 86,168$ Sales taxes 15,722 16,833 17,595 18,009 19,015 19,839 19,311 22,842 26,167 26,876 Utility taxes 14,309 14,095 14,518 14,835 15,544 16,449 17,166 17,746 18,467 19,945 Communications services taxes 5,061 4,919 4,618 4,512 4,721 4,371 4,369 4,175 4,190 4,559 Local business tax b2,111 2,029 662 a1,913 1,956 2,077 2,028 2,127 2,067 2,082 Local option gas tax b1,443 1,490 1,532 1,546 1,536 1,526 1,382 1,439 1,461 1,483 Intergovernmental: State revenue sharing b3,245 3,441 3,520 3,707 3,826 3,969 3,694 4,274 5,339 5,584 Investment earnings 2,596 3,279 2,285 698 (136) 8,617 4,550 (642) (25,822) c9,640 Miscellaneous 28 26 108 36 100 182 94 304 114 146 Extraordinary item - 6,480 - - - - - - - - Transfers 13,410 9,330 9,069 12,831 10,341 12,932 11,631 10,543 9,217 9 Total governmental activities 96,499 102,847 97,487 104,940 107,513 134,012 132,839 135,901 118,021 156,492 Business-type activities: Investment earnings 3,407 4,086 2,715 783 (350) 10,811 5,047 (994) (30,793) c7,888 Transfers (13,410) (9,330) (9,069) (12,831) (10,341) (12,932) (11,631) (10,543) (9,217) (9) Total business-type activities (10,003) (5,244) (6,354) (12,048) (10,691) (2,121) (6,584) (11,537) (40,010) 7,879 Total primary government 86,496$ 97,603$ 91,133$ 92,892$ 96,822$ 131,891$ 126,255$ 124,364$ 78,011$ 164,371$ Change in Net PositionGovernmental activities 11,357$ (30,058)$ 4,563$ 17,899$ 3,261$ 39,135$ 40,545$ 87,809$ 14,416$ (770)$ Business-type activities 18,827 8,628 27,180 22,786 15,890 47,206 44,109 35,137 749 46,442 Total primary government change in net position 30,184$ (21,430)$ 31,743$ 40,685$ 19,151$ 86,341$ 84,654$ 122,946$ 15,165$ 45,672$ Notes:a Reduction in Local Business Tax in 2016 is due to the deferral of receipts for following fiscal year renewals received during July, August and September.b Amounts previously reported as "Other Taxes" in fiscal years 2014-2019 have been separately itemized.c Fiscal 2022 decrease in investment earnings due to a large unrealized current year loss on investments resulting from a significant increase in interest rates during fiscal 2022. Page 3 of 3Schedule 2 (continued)City of Clearwater, FloridaChanges in Net PositionLast Ten Fiscal Years(accrual basis of accounting, in thousands of dollars)150
(accrual basis of accounting, in thousands of dollars)2014201520162017201820192020202120222023Function/ProgramGovernmental activities: General government 22,728$ 23,668$ 23,030$ 23,432$ 24,398$ 26,298$ 25,869$ 25,877$ 49,027$ 29,116$ Public safety 14,192 13,201 15,439 14,778 14,455 16,363 15,547 19,693 16,484 17,610 Physical environment 447 1,311 986 1,538 1,729 1,690 415 329 394 135 Transportation 885 1,024 927 1,312 2,889 1,759 1,007 1,397 1,665 1,405 Economic environment 1,828 1,713 1,426 2,014 1,725 1,315 1,327 4,386 4,781 5,279 Human services - 350 333 368 431 400 421 347 391 627 Culture and recreation 9,973 9,948 9,862 11,297 13,744 14,203 10,256 9,501 11,341 15,616 Subtotal governmental activities 50,053 51,215 52,003 54,739 59,371 62,028 54,842 61,530 84,083 69,788 Business-type activities: Water and sewer utility78,478 74,146 77,312 82,531 86,706 89,115 92,057 98,541 107,296 108,646 Gas utility41,347 41,143 38,598 40,602 45,120 45,762 42,785 43,034 47,355 47,172 Solid waste utility19,966 20,401 21,727 22,492 23,234 25,166 24,646 26,501 28,028 29,481 Stormwater utility 18,821 17,805 19,029 21,053 19,358 20,575 17,907 17,519 17,300 17,573 Recycling 2,453 2,261 2,473 2,629 2,399 2,444 2,876 3,115 3,335 2,874 Marine4,658 4,357 4,055 4,447 5,070 5,286 4,885 5,896 7,090 6,930 Aviation 480 999 377 314 424 351 450 1,072 652 315 Parking system 5,159 6,215 6,704 7,027 6,348 7,128 7,653 10,721 10,963 11,155 Harborview Center50 - - - - - - - - - Clearwater Harbor Marina670 714 767 799 804 850 872 893 971 940 Subtotal business-type activities 172,082 168,041 171,042 181,894 189,463 196,677 194,131 207,292 222,990 225,086 Total primary government 222,135$ 219,256$ 223,045$ 236,633$ 248,834$ 258,705$ 248,973$ 268,822$ 307,073$ 294,874$ Notes:The Harborview Center Fund was closed in FY 2014 and its operations transferred to the General Fund during the year ended September 30, 2014.Schedule 2aCity of Clearwater, FloridaProgram Revenues by Function/ProgramLast Ten Fiscal Years 151
2014201520162017201820192020202120222023General Fund: Nonspendable 33$ 40$ 59$ 62$ 76$ 49$ 64$ 46$ 84$ 101$ Restricted - - - - - - - - - - Committed - - - - - - - - - - Assigned 894 447 352 232 436 452 338 630 737 752 Unassigned 23,488 31,540 33,243 28,276 27,176 38,168 48,933 67,749 58,465 60,804 Total General Fund 24,415$ 32,027$ 33,654$ 28,570$ 27,688$ 38,669$ 49,335$ 68,425$ 59,286$ 61,657$ All Other Governmental Funds: Nonspendable -$ -$ -$ -$ -$ 10$ 192$ -$ -$ 12,273$ Restricted 56,043 53,900 52,936 58,681 67,328 76,094 72,163 76,215 88,455 69,767 Committed 19,374 20,167 22,360 22,132 19,829 19,661 25,539 24,597 45,806 34,333 Assigned 6,689 7,815 7,475 7,094 3,043 5,828 6,921 9,400 609 2,903 Unassigned (6,347) (2,553) - - - - - - - - Total all other governmental funds 75,759$ 79,329$ 82,771$ 87,907$ 90,200$ 101,593$ 104,815$ 110,212$ 134,870$ 119,276$ Schedule 3City of Clearwater, FloridaFund Balances of Governmental FundsLast Ten Fiscal Years(modified accrual basis of accounting, in thousands of dollars)152
2014201520162017201820192020202120222023Total Governmental Funds: Property taxes 38,597$ 40,919$ 43,614$ 46,852$ 50,710$ 64,050$ a 68,522$ 73,096$ 76,856$ 86,167$ Sales taxes 9,465 10,188 10,715 11,014 11,670 12,278 12,087 14,296 16,586 16,876 Utility taxes 14,309 14,094 14,518 14,835 15,544 16,449 17,166 17,746 18,467 19,945 Communications services taxes 5,061 4,919 4,618 4,512 4,721 4,371 4,368 4,175 4,190 4,559 Other taxes 3,554 3,519 2,194 3,459 3,493 3,603 3,409 3,566 3,527 3,565 Franchise fees 9,877 9,873 9,311 9,394 9,992 10,643 10,312 10,355 10,787 13,049 Licenses, permits, and fees 3,292 4,408 3,339 3,893 3,748 3,995 4,439 5,265 6,419 4,483 Intergovernmental revenues 26,354 27,573 28,293 30,236 34,277 34,770 29,730 36,442 56,637 39,846 Charges for services 15,574 15,830 16,536 17,304 17,381 17,719 15,461 17,106 18,265 19,815 Fines and forfeitures 1,480 1,638 2,116 1,727 2,165 2,605 2,321 2,308 2,387 1,938 Investment earnings (loss) 1,717 2,160 1,486 460 194 5,292 b2,963 (387) c(18,025) e7,427 Rents and leases - - - - - - - 2,048 d2,538 3,030 Miscellaneous 2,734 3,886 3,714 4,051 4,499 4,289 3,592 1,137 1,496 3,038 Total revenues 132,014 139,007 140,454 147,737 158,394 180,064 174,370 187,153 200,130 223,738 ExpendituresTotal Governmental Funds: Current: General government 14,391 13,159 12,917 16,277 17,250 17,521 12,648 13,248 14,514 19,743 Public safety 66,771 66,886 69,575 71,752 74,486 74,164 78,002 81,172 87,269 94,959 Physical environment 3,400 3,158 3,594 4,185 4,403 3,488 3,938 3,644 4,003 1,804 Transportation 7,787 9,925 9,554 9,626 9,629 9,956 8,453 8,427 14,019 14,800 Economic environment 2,544 3,993 3,473 4,826 4,106 4,831 6,602 4,711 4,758 6,329 Human services 137 223 525 466 490 594 634 595 728 2,125 Culture and recreation 27,557 28,339 31,279 33,868 43,030 40,080 34,971 35,218 38,899 42,102 Debt service: Principal 947 928 979 1,088 1,271 1,486 1,508 1,617 1,347 1,287 Interest & fiscal charges 542 501 459 414 380 348 308 260 222 1,187 Bond issuance costs - - - - - - - - 482 - Capital outlay 16,098 12,132 12,062 13,015 8,921 12,068 15,916 19,029 51,822 49,445 Total expenditures 140,174 139,244 144,417 155,517 163,966 164,536 162,980 167,921 218,063 233,781 Excess (deficiency) of revenues over (under) expenditures (8,160) (237) (3,963) (7,780) (5,572) 15,528 11,390 19,232 (17,933) (10,043) Total Governmental Funds: Transfers in 34,453 39,386 32,824 45,413 49,202 45,697 47,307 45,071 103,139 70,324 Transfers out (25,819) (31,190) (25,074) (38,658) (43,895) (40,396) (42,979) (40,354) (102,303) (75,585) Proceeds from sale of capital assets - - 314 - - 1,545 1,746 537 635 211 Proceeds from lease obligations - - - - - - - - 755 f1,540 Proceeds from suscription obligations - - - - - - - - - 330 g Other long term debt issued - 82 968 1,077 1,677 - 964 - 31,226 - Total other financing sources (uses) 8,634 8,278 9,032 7,832 6,984 6,846 7,038 5,254 33,452 (3,180) Extraordinary Item:BP Oil settlement proceeds - 6,480 - - - - 474$ 14,521$ 5,069$ 52$ 1,412$ 22,374$ 18,428$ 24,486$ 15,519$ (13,223)$ Debt service as a percentage of noncapital expenditures 1.3% 1.1%1.1% 1.1% 1.1% 1.3%1.2% 1.3% 0.9% 1.4%Notes:Fiscal years prior to 2015 are not restated for GASB-68.Fiscal years prior to 2018 are not restated for GASB-75.a The increase in 2019 investment earnings was due to an unrealized gain in market value as of September 30, 2019 as well as an increase in the average balance of cash and investments.b The increase in 2019 property taxes was due to an increase in the millage rate from 5.155 to 5.955 as well as an increase in property values.c The decrease in 2021 investment earnings was due to a decrease interest rates as well as an unrealized loss in market value as of September 30, 2021 .d Rents and leases were separated from Miscellaneous Revenues in fiscal year 2021.e The decrease in 2022 investment earnings was due to an unrealized loss in market value as of September 30, 2022 due to rising interest rates.f GASB-87 implemented in fiscal year 2022.g GASB-96 implemented in fiscal year 2023.Other Financing Sources (Uses)Net Change in Fund BalancesRevenuesSchedule 4City of Clearwater, FloridaChanges in Fund Balances of Governmental FundsLast Ten Fiscal Years(modified accrual basis of accounting, in thousands of dollars)153
Less:Government Homestead Total Total Estimated Assessedand Assessment Less:Taxable Direct Actual Value as %Fiscal Residential Commercial Industrial Institutional Personal OtherCap Tax Exempt Assessed Tax Taxable of ActualYear Property Property Property Property Property Property DifferentialbProperty Value RatecValue Value2014 6,863,874$ 2,077,078$ 149,298$ 1,057,915$ 601,743$ 113,552$ 485,295$ 2,640,339$ 7,737,826$ 5.1550 9,103,325$ 85.0%2015 7,713,777 2,145,212 156,487 1,117,973 631,798 113,591 959,433 2,714,945 8,204,460 5.1550 9,652,306 85.0%2016 8,606,077 2,248,376 161,628 1,167,103 659,302 116,457 1,447,451 2,762,807 8,748,685 5.1550 10,292,571 85.0%2017 9,309,714 2,416,458 181,646 1,170,702 653,678 116,714 1,655,985 2,792,826 9,400,101 5.1550 11,058,942 85.0%2018 10,027,947 2,634,890 191,916 1,199,559 753,946 112,055 1,835,694 2,903,688 10,180,931 5.1550 11,977,566 85.0%2019 10,929,070 2,924,352 193,383 1,229,391 1,097,973 130,025 2,022,246 3,322,023 11,159,925 5.9550 13,129,324 85.0%2020 11,645,166 3,133,808 201,106 1,289,515 1,043,462 142,185 2,150,286 3,392,403 11,912,553 5.9550 14,014,768 85.0%2021 12,416,788 3,258,784 220,657 1,399,614 1,119,370 161,319 2,244,667 3,613,906 12,717,959 5.9550 14,962,305 85.0%2022 13,737,120 3,209,249 245,906 1,572,209 933,816 172,180 2,864,425 3,604,655 13,401,400 5.9550 15,766,353 85.0%2023 17,750,873 3,750,153 274,103 1,757,218 958,385 193,414 5,668,813 3,842,942 15,172,391 5.8850 17,849,872 85.0%a Properties are assessed at approximately 85% of market value to reflect cost of sales, personal property included in market value, etc.b Chapter 193.155, Florida Statutes, provides for an annual cap on assessment increases for "Homestead properties" (properties qualifying for Homestead exemption). The cap is the lower of 3% of the assessed value of the property or the percentage change in the Consumer Price Index for All Urban Consumers.c Rate is per $1,000 of assessed valueAssessed ValueaSchedule 5City of Clearwater, FloridaAssessed Value and Estimated Actual Value of Taxable PropertyLast Ten Fiscal Years(in thousands of dollars)154
Fiscal
Year Operating
Total
Direct
Pinellas
County
Pinellas
County
Schools
Pinellas
Transit
District
Emergency
Medical
Services
Other
Districts
Downtown
Development
Board a
2014 5.1550 5.1550 5.3377 8.0600 0.7305 0.9158 1.2959 0.9651
2015 5.1550 5.1550 5.3377 7.8410 0.7305 0.9158 1.2799 0.9651
2016 5.1550 5.1550 5.3377 7.7700 0.7305 0.9158 1.2629 0.9651
2017 5.1550 5.1550 5.3377 7.3180 0.7500 0.9158 1.2448 0.9651
2018 5.1550 5.1550 5.3590 7.0090 0.7500 0.9158 1.2262 0.9700
2019 5.9550 5.9550 5.3590 6.7270 0.7500 0.9158 1.2086 0.9700
2020 5.9550 5.9550 5.3950 6.5840 0.7500 0.9158 1.1932 0.9700
2021 5.9550 5.9550 5.3590 6.4270 0.7500 0.9158 1.1800 0.9700
2022 5.9550 5.9550 5.2092 6.3250 0.7500 0.9158 1.1666 0.9700
2023 5.8850 5.8850 4.8188 5.9630 0.7500 0.8775 1.0978
b 0.9700
Source: Pinellas County Tax Collector
a A separate taxing district established by referendum which affects only downtown properties.
b "Other" includes Pinellas County Planning Council 0.0210; Juvenile Welfare Board 0.8508;
SW Florida Water Management District 0.2260.
Schedule 6
City Direct Rates Overlapping Rates
City of Clearwater, Florida
Direct and Overlapping Property Tax Rates
Last Ten Fiscal Years
(rate per $1,000 of assessed value)
155
Fiscal
Year
Taxes Levied for
the Fiscal Year Amount
Percentage
of Levy
Collections in
Subsequent
Years Amount
Percentage
of Levy
2014 39,888,516$ 38,521,211$ 96.57% 64,400$ 38,585,611$ 96.73%
2015 42,294,009 40,832,366 96.54% 62,629 40,894,995 96.69%
2016 45,099,493 43,545,722 96.55% 54,148 43,599,870 96.67%
2017 48,457,539 46,762,216 96.50% 46,274 46,808,490 96.60%
2018 52,482,716 50,620,131 96.45% 38,301 50,658,432 96.52%
2019 66,457,374 64,014,536 96.32% 105,985 64,120,521 96.48%
2020 70,939,266 68,396,543 96.42% 49,533 68,446,076 96.49%
2021 75,735,461 73,035,751 96.44% 39,916 73,075,667 96.49%
2022 79,805,351 76,777,645 96.21% 10,079 76,787,724 96.22%
2023 89,289,531 86,129,520 96.46% - 86,129,520 96.46%
Note 1:Discounts are allowed for early payment: 4% for November, 3% for December,2% for January, and 1% for
February. No discount is allowed for payment in March. Penalties are assessed beginning in April.
Schedule 7
Collected within the Fiscal
Year of the Levy Total Collections to Date
City of Clearwater, Florida
Property Tax Levies and Collections
Last Ten Fiscal Years
156
Taxpayer
Taxable
Assessed
Value Rank
Percentage of
Total City
Taxable
Assessed
Value
Taxable
Assessed
Value Rank
Percentage of
Total City
Taxable
Assessed
Value
REAL PROPERTY
WYNDHAM VACATION RESORTS INC 127,200,000$ 1 0.87% $139,920,938 1 1.91%
COUNTRYSIDE MALL LLC 99,960,000 2 0.68%
JOHN S TAYLOR PROPERTIES LLC 99,070,000 3 0.68%
US HWY 19N FL PARTNERS LLC 97,350,000 4 0.67% 46,075,000 3 0.63%
ADREX CLEARWATER MANAGER LLC 94,000,000 5 0.64%
DC CLEARWATER BEACH 1 PROPERTY LLC 85,750,000 6 0.59%
P E F P SOLARIS KEY LLC 85,547,000 7 0.59%
B W C HOSPITALITY LLC 81,835,085 8 0.56%
JEMB POCONO LLC 80,300,000 9 0.55%
BAYSIDE ARBORS XII LLC 77,483,925 10 0.53%
301 SOUTH GULFVIEW LLC 56,525,337 2 0.77%
STANDARD GRAND RESERVE LLC 40,900,000 4 0.56%
SAND KEY ASSOC LTD PARTNERSHIP 38,975,000 5 0.53%
CENTRO NP CLEARWATER MALL LLC 38,135,911 6 0.52%
SANDPEARL RESORT LLC 36,986,799 7 0.51%
ZOM BAYSIDE ARBORS LTD 36,489,820 8 0.50%
N W P CLEARWATER HOLDINGS LLC 30,550,000 9 0.42%
WEINGARTEN NOSTAT INC 26,490,000 10 0.36%
Total 928,496,010$ 6.36% 491,048,805$ 6.71%
Source: Pinellas County Property Appraiser
Schedule 8a
City of Clearwater, Florida
Principal Real Property Taxpayers
Current Year and Nine Years Ago
2023 2014
157
Taxpayer
Taxable
Assessed
Value Rank
Percentage of
Total City
Taxable
Assessed
Value
Taxable
Assessed
Value Rank
Percentage of
Total City
Taxable
Assessed
Value
PERSONAL PROPERTY
DUKE ENERGY FLORIDA 109,926,515$ 1 19.94% 67,528,991$ 1 16.28%
FRONTIER FLORIDA LLC (1)24,773,416 2 4.49% 33,417,645 2 8.06%
SPECTRUM SUNSHINE STATE LLC (2)15,401,845 3 2.79% 16,286,333 3 3.93%
BAUSCH & LOMB INC 12,870,939 4 2.33% 5,264,795 10 1.27%
INSTRUMENT TRANSFORMERS INC 12,536,222 5 2.27% 8,026,081 5 1.94%
MONIN INC 9,222,493 6 1.67% 5,559,922 8 1.34%
PUBLIX SUPER MARKET 9,104,860 7 1.65% 8,202,216 4 1.98%
WYNDHAM GRAND CLEARWATER BEACH 7,588,423 8 1.38%
FLORIDA GAS TRANSMISSION 7,375,594 9 1.34% 7,410,023 6 1.79%
WOW! INTERNET, CABLE & PHONE 6,098,469 10 1.11%
HYATT REGENCY CLEARWATER BEACH 6,146,498 7 1.48%
MODEL SCREW PRODUCTS INC 5,354,417 9 1.29%
Total 214,898,776$ 38.97% 163,196,921$ 39.35%
Notes:
(1) Frontier Florida LLC was listed as Verizon Florida LLC in 2014.
(2) Spectrum Sunshine State LLC was listed as Bright House Networks LLC in 2014.
Source: Pinellas County Property Appraiser
Schedule 8b
City of Clearwater, Florida
Principal Personal Property Taxpayers
Current Year and Nine Years Ago
2023 2014
158
Spring TrainingFacilityWater/Sewer Gas Stormwater Total PercentageFiscal Intergovernmental Non-Ad Valorem Financed Lease Subscription Revenue Revenue Revenue Financed Primaryof Personal PerYearRevenue BondsRevenue BondsPurchasesLiabilitiesLiabilitiesBondsBondsBondsPurchasesGovernmentIncome aCapita a2014 9,053$ -$ 9,260$ -$ -$ 164,714$ 13,554$ 36,249$ 296$ 233,126$ 4.61% 2,132 2015 8,397 - 14,033 - - 159,642 12,566 34,791 279 229,708 4.31% 2,075 2016 7,717 - 18,035 - - 152,866 11,563 33,257 437 223,875 4.08% 1,992 2017 7,014 - 21,241 - - 150,862 10,555 31,680 1,141 222,493 3.81% 1,956 2018 6,273 - 25,211 - - 143,377 9,905 30,057 1,150 215,973 3.49% 1,868 2019 5,498 - 17,470 - - 135,694 9,245 28,377 838 197,122 3.02% 1,691 2020 4,681 - 19,901 - - 130,676 8,570 22,776 1,338 187,942 2.69% 1,592 2021 3,826 - 12,787 - - 126,027 7,875 21,354 893 172,762 2.22% 1,467 2022 3,521 31,210 7,380 1,356 b - 121,070 7,165 12,561 533 184,796 2.26% 1,550 2023 3,203 31,146 3,515 2,649 3,746 c115,971 6,430 11,618 319 178,597 * 1,502 Note: Details regarding the City's outstanding debt can be found in the notes to the financial statements.a See Schedule 14 for personal income and population data.b GASB-87 implemented in fiscal year 2022.c GASB-96 implemented in fiscal year 2023.* Data not available.Schedule 9Business-Type ActivitiesCity of Clearwater, FloridaRatios of Outstanding Debt by TypeLast Ten Fiscal Years(amounts in thousands, except per capita)Governmental Activities159
Percentage of
General Non-Ad Valorem Actual Taxable
Fiscal Obligation Revenue Value of Per
Year Bonds Bonds Total Property (a) Capita (b)
2014 -$ -$ -$ - -$
2015 - - - - -
2016 - - - - -
2017 - - - - -
2018 - - - - -
2019 - - - - -
2020 - - - - -
2021 - - - - -
2022 - 30,000 30,000 0.22% 252
2023 - 30,000 30,000 0.20% 252
(a) See Schedule 5 for property value data.
(b) Population data can be found in Schedule 14.
Note: Details regarding the City's outstanding debt can be found in the notes to the financial
statements.
Schedule 10
General Bonded Debt Outstanding
City of Clearwater, Florida
Ratios of General Bonded Debt Outstanding
Last Ten Fiscal Years
(amounts in thousands, except per capita)
160
Estimated
Estimated Share of
Debt Percentage Overlapping
Governmental Unit Outstanding Applicable a Debt
Debt repaid with property taxes -$ n/a -$
Other debt
Pinellas County Government Notes 2,100 13.7% 287
Pinellas County Government Capital Leases 31,298 13.7% 4,285
Pinellas County Government SBITA's 4,188 13.7% 573
Pinellas County School District Certificates of Participation 127,416 13.7% 17,443
Pinellas County School District Capital Leases 5,093 13.7% 697
Subtotal, overlapping debt 23,285
City direct debt 44,259
Total direct and overlapping debt 67,544$
Sources: Assessed value data used to estimate applicable percentages provided by Pinellas County Property
Appraiser. Debt outstanding data is provided by each respective governmental unit.
Pinellas County Government debt is reported as of September 30, Pinellas County School Board debt is reported
as of June 30.
Note: Overlapping governments are those that coincide, at least in part, with the geographic boundaries of
the city. This schedule estimates the portion of the outstanding debt of those overlapping governments
that is borne by the residents and businesses of Clearwater. This process recognizes that, when considering
the city's ability to issue and repay long-term debt, the entire debt burden borne by the residents and
businesses should be taken into account.
a The percentage of overlapping debt applicable is estimated using taxable assessed property values. Applicable
percentages were estimated by determining the portion of another governmental unit's taxable assessed value
that is within the City's boundaries and dividing it by each unit's total taxable assessed value.
(amounts in thousands)
Schedule 11
City of Clearwater, Florida
Direct and Overlapping Governmental Activities Debt
As of September 30, 2023
161
Total Net Debt
Applicable
Total Net Debt to Limit
Fiscal Debt Applicable Legal as Percentage
Year Limit to Limit Debt Margin of Debt Limit
2014 1,955,083$ 208,318$ 1,746,765$ 10.66%
2015 2,057,302 204,926 1,852,376 9.96%
2016 2,170,214 199,317 1,970,897 9.18%
2017 2,307,618 199,611 2,108,007 8.65%
2018 2,466,049 193,379 2,272,670 7.84%
2019 2,676,718 182,710 2,494,008 6.83%
2020 2,852,238 170,515 2,681,723 5.98%
2021 3,042,407 155,808 2,886,599 5.12%
2022 3,214,295 169,392 3,044,903 5.27%
2023 3,611,227 159,041 3,452,186 4.40%
Legal Debt Margin Calculation for Fiscal Year 2023
Assessed valuation of all real property 18,056,134$
Debt Limit (20% of assessed valuation per City Charter) 3,611,227
Debt applicable to limit:
Bonds payable 161,135$
Financed purchases 3,834
Less: Amount set aside for repayment
of bonded debt (5,928)
159,041
Legal debt margin 3,452,186$
Note: Per City Charter, the City's indebtedness, to include revenue, refunding, and improvement
bonds shall not exceed 20 percent of the current assessed valuation of all real property located
in the City.
(amounts in thousands)
Schedule 12
City of Clearwater, Florida
Legal Debt Margin Information
Last Ten Fiscal Years
162
Less: Net
Fiscal Gross Operating Available
Year Revenues Expenses Revenues Principal Interest Coverage
2014 1,097$ -$ 1,097$ 610$ 463$ 1.02
2015 1,100 - 1,100 635 439 1.02
2016 1,095 - 1,095 660 413 1.02
2017 1,090 - 1,090 685 380 1.02
2018 1,084 - 1,084 725 343 1.01
2019 1,121 - 1,121 760 303 1.05
2020 1,101 - 1,101 805 261 1.03
2021 743 - 743 845 220 0.70
2022 459 - 459 295 195 0.94
2023 514 514 310 179 1.05
Non-Ad Valorem Revenue Bonds
There are no pledged revenues for the Non-Ad Valorem Revenue Bonds. The City covenanted and agreed
to budget and appropriate amounts from Non-Ad Valorem Revenues sufficient to pay principal and interest
when due. Such covenant to budget and appropriate does not create any lien or pledge of such
Non-Ad Valorem Revenues.
(a) Pledged revenues for the Spring Training Facility Revenue Bonds include payments received from
the State of Florida pursuant to Section 212.20, Florida Statutes, and payments from Pinellas County
through February 2021, pursuant to an inter-local agreement dated December 1, 2000, along
with related interest earnings.
Debt Service
Spring Training Facility Revenue Bonds (a)
Schedule 13
City of Clearwater, Florida
Pledged-Revenue Coverage
Last Ten Fiscal Years
(amounts in thousands)
Page 1 of 2
163
Less: Net
Fiscal Gross Operating Available Maximum
Year Revenues Expenses Revenues Principal Interest Coverage Coverage (a)
Water & Sewer Utility Revenue Bonds
2014 68,601$ 44,732$ 23,869$ 5,680$ 8,099$ 1.73
2015 72,303 47,680 24,623 5,885 7,675 1.82
2016 76,164 42,131 34,033 6,375 7,260 2.50
2017 81,897 50,177 31,720 6,660 5,974 2.51
2018 83,739 46,484 37,255 6,985 5,181 3.06
2019 91,903 50,060 41,843 7,300 5,043 3.39
2020 93,603 53,539 40,064 4,190 4,723 4.50
2021 96,355 53,490 42,865 3,735 4,812 5.02
2022 85,443 69,729 15,714 4,120 4,625 1.80
2023 111,511 77,487 34,024 4,310 4,446 3.89
Gas Utility Revenue Bonds
2014 41,963$ 29,173$ 12,790$ 925$ 384$ 9.77 6.11
2015 41,961 30,407 11,554 980 358 8.64 5.52
2016 39,142 26,591 12,551 995 328 9.49 5.99
2017 40,773 27,927 12,846 1,000 297 9.90 6.13
2018 45,119 30,307 14,812 650 266 16.17 7.07
2019 47,496 32,353 15,143 660 250 16.64 7.23
2020 43,382 28,972 14,410 675 234 15.85 6.88
2021 42,914 32,576 10,338 695 217 11.34 4.94
2022 44,759 38,932 5,827 710 199 6.41 2.78
2023 47,881 33,059 14,822 735 181 16.18 7.08
Stormwater Utility Revenue Bonds
2014 17,256$ 12,553$ 4,703$ 1,300$ 1,186$ 1.89
2015 18,123 11,529 6,594 1,375 1,084 2.68
2016 18,360 9,537 8,823 1,455 1,079 3.48
2017 18,685 9,042 9,643 1,500 1,039 3.80
2018 18,451 7,844 10,607 1,550 991 4.17
2019 21,181 7,672 13,509 1,610 937 5.30
2020 17,947 8,052 9,895 5,535 (b)840 1.55
2021 17,084 8,579 8,505 1,360 743 4.04
2022 13,547 7,244 6,303 8,735 (c)583 0.68
2023 18,700 8,106 10,594 890 429 8.03
(a) Maximum debt service coverage is presented for continuing disclosure on the Gas System
(b) Principal payment in 2020 includes an additional principal payment in the amount of $4,205,000
on November 1, 2019 to redeem all outstanding principal on the 2014 Stormwater Revenue
Refunding Bond, a direct placement bank loan.
(c) Principal payment in 2022 includes an additional principal payment in the amount of $7,885,000
on November 1, 2021 to redeem all outstanding principal on the 2013 Stormwater Revenue
Refunding Bond, a direct placement bank loan.
Debt Service
Revenue Bonds and is based upon the maximum annual debt service for outstanding
bonds and parity bonds.
Schedule 13 (continued)
City of Clearwater, Florida
Pledged-Revenue Coverage
Last Ten Fiscal Years
(amounts in thousands)
Page 2 of 2
164
Year Population (a)
Personal
Income
(thousands of
dollars)
Per Capita
Personal
Income (b)
Median
Age (c)
School
Enrollment (d)
Unemployment
Rate (e)
2014 109,340 5,053,913$ 46,222$ 46.9 14,160 5.9%
2015 110,679 5,333,842 48,192 47.1 14,132 5.0%
2016 112,387 5,493,252 48,878 47.4 14,000 4.7%
2017 113,723 5,845,931 51,405 47.6 13,652 3.9%
2018 115,589 6,193,027 53,578 47.8 13,207 3.3%
2019 116,585 6,528,993 56,002 48.1 12,523 2.9%
2020 118,017 6,984,010 59,178 48.4 12,013 5.7%
2021 117,800 7,767,261 65,936 48.5 11,897 4.3%
2022 119,208 8,182,676 68,642 * 11,735 2.5%
2023 118,904 * * * 11,416 3.2%
(a)
(b)
(c)
(d)
(e)
Note:
* Data not available.
Data is the latest published annual data available for an unspecified point in each year, not specifically
September 30.
Schedule 14
City of Clearwater, Florida
Demographic and Economic Statistics
Last Ten Fiscal Years
Per capita personal income data for Pinellas County for 2014-2022 is from the Florida Office of Economic
and Demographic Research.
Population data for the City of Clearwater is from the University of Florida, Bureau of Economic and
Business Research, published April 1st of each year.
Median age data for Pinellas County for 2014-2021 is from the U.S. Census Bureau.
School enrollment data for public schools located within the City of Clearwater is from the Pinellas County
School District.
Unemployment data for the Tampa-St. Petersburg-Clearwater Metropolitan Statistical Area for
September of each year is from the Bureau of Labor Statistics.
165
Employer Employees Rank
Percentage
of Total
County
Employment Employees Rank
Percentage
of Total
County
Employment
BayCare (including all hospitals and subsidiaries) 14,300 1 2.65%
Pinellas County School Board (District office and schools) 11,800 2 2.19% 15,928 1 4.01%
Publix (including Publix Pharmacy and Liquor Stores) 7,500 3 1.39%
Pinellas County Government c 6,000 4 1.11%
U.S. Dept. of Veterans Administration (including VA district office and healthcare system) 4,900 5 0.91% 4,406 2 1.11%
Walmart (including Sam's Club and Walmart Neighborhood Grocery Stores) 4,800 6 0.89%
Raymond James Financial (all subsidiaries) 3,800 7 0.70% 2,475 8 0.62%
City of St. Petersburg 3,800 8 0.70% 3,112 3 0.78%
Johns Hopkins All Children's Hospital (all subsidiaries) 3,600 9 0.67% 2,950 4 0.74%
HCA Florida Healthcare (including all hospitals and subsidiaries) 3,500 10 0.65%
St. Petersburg College 2,744 5 0.69%
Pinellas County Sheriff 2,693 6 0.68%
Morton Plant Hospital 2,525 7 0.64%
Home Shopping Network 2,150 9 0.54%
Mease Hospital 2,050 10 0.52%
Total Employment 539,439 396,809
a Data is for Pinellas County. City data is not available.
c Includes employees in the Pinellas County Unified Personnel System and the Sheriff's Office.
b Source: Florida Research and Economic Database and Pinellas County Department of Economic Development.
2023b 2014
Schedule 15
City of Clearwater, Florida
Principal Employersa
Current Year and Nine Years Ago
166
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023
Function/Program
General government 282.3 281.8 287.3 295.9 298.8 301.3 301.3 301.8 307.8 315.3
Public safety:
Fire 201.0 201.0 201.0 204.0 204.0 205.0 204.0 204.0 204.0 205.0
Police 364.5 364.0 362.5 367.5 373.3 373.3 374.3 375.3 375.3 387.3
Physical environment 21.0 21.0 21.0 21.0 21.0 21.0 21.0 21.0 21.0 9.0 a
Transportation 34.0 34.0 34.0 35.0 35.0 35.0 36.0 36.0 36.0 62.0 a
Economic environment 10.0 10.0 12.0 10.4 11.0 11.0 11.0 11.0 12.0 12.5
Culture and recreation:
Library 73.6 74.4 81.4 82.3 85.1 84.0 84.0 83.6 83.3 83.3
Parks & Rec 202.5 204.6 209.7 219.0 241.4 240.9 240.9 243.4 245.4 249.8
Water & Sewer Utility 176.0 184.0 187.0 188.0 196.0 196.0 196.0 196.0 196.0 198.0
Gas Utility 83.0 87.0 92.0 104.0 110.0 110.0 110.0 110.0 110.0 97.0
Solid Waste Utility 111.5 111.5 111.5 111.5 111.5 111.5 111.5 111.5 112.5 110.5
Stormwater Utility 49.0 49.0 52.0 52.0 52.0 52.0 52.0 52.0 52.0 51.0
Recycling 22.0 22.0 22.0 22.0 22.0 22.0 22.0 22.0 21.0 21.0
Marine 24.6 24.6 27.7 28.3 18.6 18.9 18.9 15.6 15.6 18.5
Clearwater Harbor Marina 5.6 5.6 6.7 6.7 6.7 6.3 6.5 8.8 8.8 9.1
Aviation 1.4 1.4 1.4 1.4 1.4 1.6 1.6 2.6 2.6 2.9
Parking System 33.7 33.7 35.8 41.3 44.8 44.8 45.6 45.4 45.4 45.6
Total 1,695.7 1,709.6 1,745.0 1,790.3 1,832.6 1,834.6 1,836.6 1,840.0 1,848.7 1,877.8
Source: City of Clearwater Office of Management and Budget
a Reorganization and creation of a Public Works Department.
Schedule 16
City of Clearwater, Florida
Full-time Equivalent City Government Employees by Function/Program
Last Ten Fiscal Years
167
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023Function/ProgramGeneral government: Planning Commercial building permits issued 1,988 1,854 1,706 1,757 1,902 2,425 1,931 1,886 1,939 1,561 Residential building permits issued 5,756 6,546 6,987 9,134 8,702 8,856 8,536 9,141 9,096 8,779 Public safety: Police Average officer training hours 85 120 115 150 194 170 82 121 145 135 Total volunteer training hours 286 246 1034 58 679 209 144 34 107 0 Fire Percentage of fire responses under 7.5 minutes 93% 93% 91% 89% 89% 89% 82% 79% 82% 84%Physical environment Square feet of sidewalks repaired/constructed 23,651 35,611 36,694 48,075 39,335 41,268 33,658 28,250 20,843 21,376 Transportation Miles of roadway resurfaced 8.2 0 15.89 6.2 16.88 17.6612 11.4 2.47 10.54 Economic environment Code enforcement cases brought to compliance 4,431 4,458 4,736 4,771 4,642 4,561 5,187 4,947 3,733 3,889 Human services City employees that mentor in area schools 6 5 16 13 1720 0 199 0Culture and recreation: Library system Library visits 600,148 636,006 562,387 522,014 582,315 625,411 389,063 280,977 372,527 431,168 Circulation 1,019,984 987,430 869,469 891,597 857,232 865,987 742,493 694,440 692,288 711,218 Parks and recreation Recreation center visitations 517,378 696,094 714,657 689,750 708,562 718,261 386,282 307,880 498,551 508,677 Athletic program visitations 989,570 1,066,767 1,093,090 1,104,126 916,355 1,054,200 859,860 877,982 978,996 1,177,709 Water and Sewer Utility:Water customers 43,704 44,236 44,743 45,275 45,486 45,587 45,760 46,087 46,203 46,213 Volume of water pumped (million gallons/day) 12.1 12.1 11.7 11.9 11.4 11.2 11.9 11.7 11.9 12.1 Sewer customers 33,564 33,390 33,763 33,947 34,111 34,183 34,442 34,654 34,712 34,724 Miles of sewers cleaned 197 172 160 251 161 109 138 136 94 121 Gas Utility:Number of customers 20,719 21,277 21,973 23,031 24,620 26,438 28,243 30,001 31,548 32,991 Solid Waste Utility:Solid waste tonnage collected and disposed 113,218 117,214 124,917 123,425 122,890 127,008 118,461 124,233 122,566 118,077 Stormwater Utility:Number of equivalent residential units 100,629 101,663 102,798 103,742 104,105 104,621 105,161 105,581 105,589 106,416 Recycling Utility:Marketable tons recycled 11,716 12,079 13,467 13,438 11,503 4,169 3,275 3,843 3,623 8,627 * Note: No operating indicators are available for marine, aviation, parking and Clearwater Harbor Marina functions.Schedule 17City of Clearwater, FloridaOperating Indicators by Function/ProgramLast Ten Fiscal Years168
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023
Function/Program
Public safety:
Fire
Stations 8888 8 8 8 8 8 8
Police
Stations 6777 6 6 6 6 6 5
Transportation:
Paved streets (miles) 320 321 322 322 324 327 327 324 329 324
Culture and recreation:
Library system
Volumes in collection (thousands)582 564 519 528 469 473 439 428 455 452
Parks and recreation
Parks acreage 1453 1455 1457 1457 1457 1457 1457 1875 1875 1774
Recreational paths (miles) 18 22 22 22 22 22 22 19 19 19
Playgrounds 27 27 27 26 26 26 26 27 27 27
Baseball and softball fields 32 32 32 32 32 32 32 34 34 34
Soccer and football fields 20 20 20 21 21 21 21 18 16 17
Recreation centers 5555 6 6 6 6 6 6
Water & Sewer Utility :
Water mains (miles) 596.97 588.57 587.75 584.6 582.63 586.14 595.72 586.42 587.69 588.02
Sanitary sewer mains (miles) 364.24 364.27 368.98 370.2 370.0 370.44 372.14 372.15 372.3 372.11
Daily treatment capacity
(millions of gallons)28.5 28.5 28.5 28.5 28.5 28.5 28.5 28.5 28.5 28.5
Gas Utility :
Gas mains (miles) 862 884 908 930 965 994 1,021 1,056 1,075 1,085
Stormwater Utility:
Stormwater mains (miles)151.41 152.63 153.74 153.99 154.59 154.12 155.47 156.49 157.55 157.4
Marine:
Boat slips 189 189 189 189 189 190 198 198 198 198
Clearwater Harbor Marina:
Boat slips 126 126 126 126 126 126 127 127 127 127
Aviation:
Airpark spaces 177 177 177 177 177 177 174 174 174 174
Parking system:
Parking spaces 2232 2312 2302 2345 2462 3073 3108 3004 2580
a 2815 b
a Reduction in spaces due to temporary closure of lot 11 for Imagine Clearwater construction, as well as the sale of spaces in the North Beach Parking Garage.
b Increase in spaces due to reopening of lot 11 with additional spaces, as well as additional spaces on Drew Street and the 300 block of Cleveland Street.
Sources: Various city departments
Note: No capital asset indicators are available for the general government, physical environment, economic environment
human services, solid waste and recycling functions.
Schedule 18
City of Clearwater, Florida
Capital Asset Statistics by Function/Program
Last Ten Fiscal Years
169
170
This Page Intentionally Left Blank
171
Other Information
172
Page 1 of 5
City of Clearwater, Florida
Continuing Disclosure – Gas System Revenue Bonds
Series 2013 and 2014
The System:
Rates, Fees and Charges
Clearwater Gas System (CGS) is not subject to regulation by any State agency in establishing or revising
its rates. The rate structure for customers receiving firm natural gas service consists of three distinct groups
of charges:
(1) the Purchased Gas Adjustment (PGA) rate;
(2) rate riders including the Energy Conservation Adjustment (ECA), the Usage and Inflation Adjustment
(UIA), and the regulatory imposition adjustment (RIA); and
(3) the base rates.
The PGA rate is the mechanism by which CGS recovers the cost of natural has it purchases and distributes
to its customers. The ECA is designed to recover costs associated with energy conservation and demand
management. The UIA is designed to mitigate operational and financial risk associated with fluctuations in
demand and inflationary cost increases. The RIA is designed to recover the cost of regulatory imposed
programs. The base rates (customer and commodity charges) effectively recover all other costs of
distributing natural gas to customers.
The current rate structure in effect at September 30, 2023 is based on a Natural Gas Rate Study completed
in December 2020, and was adopted by Ordinance 9433-21 to be effective for all gas bills and services
rendered on or after March 1, 2021. The Residential Customer Charge was increased by $2 per month
effective March 1, 2021 and then an additional $2 per month effective March 1, 2022. The Commercial
Non-Fuel energy charge decreased by $0.04 per therm effective March 1, 2021. These changes were not
revenue neutral in the first year and reduced reserve levels by approximately $559,000; however, reserves
are projected to remain above the minimum 180-day reserve requirement throughout the five-year forecast
period included in the rate study.
Where competitive fuel sources or transportation service are available to the customer, the City Council
has authorized the City Manager to enter into contract gas service rates at special rates and/or conditions
as required to obtain/retain the customer load. Such contract service must meet the normal construction
feasibility formula to insure profitable payback to CGS. In addition to the above rate changes, all customers
served under contract rates as of February 28, 2021 were allowed to remain on their existing contracts until
the next expiration date, at which time the contract was automatically discontinued and the customer was
moved to the applicable standard rate unless a new contract was executed. As of September 30,
2023,contract rates applied to 133 customer accounts impacting 4% of total revenues.
CLEARWATER GAS SYSTEMNATURAL GAS RATE BILLING FACTORSFOR AUGUST 1, 2023 - OCTOBER 31, 2023 BASED ON APPROVED GAS ADJUSTMENT FACTORSInterr. Contract Firm Natural Gas Rate Schedules NG RateNG Rate RS SMF MMF LMF SGS MGS LGS RAC GAC LAC SL SL w/M& NGV NSS IS CNS Relight(Non-Resl) (Non-Resl)Applicable Annual Therm Range NA (1 - NA (4 + NA (4 + NA (4 + 0 - 18,000- 100,000 NA (1 - NA (0 - NA (150 NA NA NA NA 100,000 NA or Other Rate Determinant 3 Units) Units) Units) Units) 17,999 99,999 & up 3 Units) 149 tons) tons & +)& upMonthly Customer Charge $16.00 $25.00 $40.00 $95.00 $25.00 $40.00 $95.00 Rate Rate Rate $20.00 $20.00 By Contract $50.00 $250.00 By Contract(For Central Pasco Territory) ($24.00) ($40.00) ($70.00) ($160.00) ($40.00) ($70.00) ($160.00) Suspended Suspended Suspended ($30.00) ($30.00) (By Contract) ($75.00) ($400.00) (By Contract)Reserved for Reserved for Reserved forNon-Fuel Energy Charge/ThermFuture Use Future Use Future UseNon-Fuel Energy Charge $0.44 $0.44 $0.44 $0.44 $0.38 $0.34 $0.30 NA NA NA$0.20 $0.35 By Contract $0.38 $0.24 By ContractEnergy Conservation Adj. (ECA) 0.13 0.13 0.13 0.13 0.13 0.13 0.13 NA NA NANANANA NANA NARegulatory Imposition Adj. (RIA) 0.02 0.02 0.02 0.02 0.02 0.02 0.02 NA NA NANANANA NANA NAUsage & Inflation Adj. (UIA)0.010.010.010.010.030.030.03NANANANANANANANANATotal Non-Fuel Energy Charge$0.60 $0.60 $0.60 $0.60 $0.56 $0.52 $0.48NA NA NA$0.20 $0.35By Contract$0.38 $0.24By ContractPurchased Gas Adjustment (PGA)0.690.690.690.690.690.690.69NANANA0.690.69By Contract0.690.600.60Total Energy Charge/Therm1.29 1.29 1.29 1.29 1.25 1.21 1.17NA NA NA0.89 1.04By Contract1.07 0.84 0.60+ Non-FuelMinimum Monthly Bill $16.00 $25.00 $40.00 $95.00 $25.00 $40.00 $95.00 NA NA NA $20.00 $20.00 By Contract $50.00 $250.00 Customer(For Central Pasco Territory) ($24.00) ($40.00) ($70.00) ($160.00) ($40.00) ($70.00) ($160.00) ($30.00) ($30.00) (By Contract) ($75.00) ($400.00) Charge ++ FAC + FAC + FAC + FAC + Non-Fuel Therm Non-Fuel ThermRate for Contract Rate for Contract# of Therms # of ThermsCompares to LP/Gallon Rate of 1.18$ 1.18$ 1.18$ 1.18$ 1.14$ 1.11$ 1.07$ NA NA NA0.81$ 0.95$ NA 0.98$ 0.77$ with 6.0% Franchise1.25$ 1.25$ 1.25$ 1.25$ 1.21$ 1.17$ 1.13$ NA NA NA0.86$ 1.01$ NA 1.04$ 0.81$ Utility Tax Note:Fuel Rate per Therm 10/01/1973 $0.069 $0.000 $0.000 $0.000 $0.000 $0.000 $0.000 NA NA NA $0.000 $0.000 $0.000 $0.000 $0.055 $0.000Non-Utility Taxable Fuel/Therm $0.621 $0.690 $0.690 $0.690 $0.690 $0.690 $0.690 NA NA NA $0.690 $0.690 $0.000 $0.690 $0.545 $0.600BTU FACTOR = THERMS/100 CUBIC FEET (CCF)10/202211/202212/202201/202302/202303/202304/202305/202306/202307/202308/202309/2023FY 22/23 Avg. Firm & Interruptible Service Rates 1.026 1.027 1.026 1.024 1.028 1.028 1.024 1.022 1.020 1.021 1.024 1.024 1.024 173
City of Clearwater, Florida Continuing Disclosure - Gas System Revenue Bonds Page 2 of 5 Series 2013 and 2014__________________________________________________________
Page 3 of 5
Table 1 Breakdown of Transportation Capacity
Phase II (FTS-1) Phase III (FTS-2) Total
MMBtu Per Day MMBtu Per Day MMBtu
Contract Period 2/01/17 - 1/31/27 2/1/14 - 2/28/25 Per Day
October 170,438 41,788 212,226
Nov-Mar 1,543,069 268,931 1,812,000
April 216,570 53,430 270,000
May-Sept 711,756 206,244 918,000
Total Annual 2,641,833 570,393 3,212,226
The two natural gas transmission companies that serve within the State of Florida are Florida Gas Transmission (FGT)
and Gulfstream. Currently FGT is the sole provider of transportation service to the City. Florida Gas Transmission is a
natural gas pipeline which brings gas from Texas, Louisiana, Mississippi, and Alabama into Florida. The pipeline is
owned 50% by Energy Transfer Partners (Owner/Operator) and 50% by Kinder Morgan Partnership, each respectively
representing units in Citrus Corporation.
The City joined Florida Gas Utility (FGU) in October 2000 by Resolution 00-35. FGU is responsible for the purchase &
management of the City's natural gas supply. An updated All Requirements Gas Service Agreement, which was
approved by Resolution 02-02 in January 2002, required the City to purchase 100% of its supply through FGU. FGU was
formed through an Interlocal Agreement among its members. The Interlocal Agreement became effective on September
1, 1989 and consisted of five municipal utilities. Over the next several years, additional electric and gas distribution
utilities joined FGU, bringing its current membership to 25.
In addition, the City has entered into a Gas Supply & Transportation Agreement with Peoples Gas System (PGS), dated
12/02/04, to purchase natural gas to serve customers located in our Central Pasco territory, generally east of the
Suncoast Parkway in Pasco County. The City received a letter from FGU Council, dated 8/31/04, granting the City
permission to utilize TECO Peoples Gas as a third party gas supplier since FGU is unable and unwilling to provide gas to
the City within the meaning of the provisions of Section 3 (a)(i) and (ii) of the All Requirements Gas Service Agreement
between the City and FGU.
The City has two Firm Transportation Service agreements (FTS-1 & FTS-2) with FGT in order to deliver natural gas to
the City's four gate stations. FGU is currently managing the City's Phase II (FTS-1) and Phase III (FTS-2) transportation
capacity on a daily basis. Table 1 shows the breakdown of the City's annual gas supply entitlements with FGT. The total
annual entitlement is 3,212,226 decatherms of natural gas transportation.
City of Clearwater, Florida
Continuing Disclosure - Gas System Revenue Bonds
Series 2013 and 2014
GAS SUPPLY
On August 1, 1990, the Federal Energy Regulatory Commission (FERC) deregulated the natural gas pipeline industry.
This allows other natural gas suppliers and local distribution companies, like the City of Clearwater, to transport gas over
the Florida Gas Transmission (FGT) pipelines as opposed to purchasing natural gas supply from only FGT.
174
175
Page 4 of 5
City of Clearwater, Florida
Continuing Disclosure – Gas System Revenue Bonds
Series 2013 and 2014
Service Area
The Clearwater Gas System (CGS) is owned and operated as an enterprise utility by the City of Clearwater.
CGS operates over 1,085 miles of underground gas main and handles the supply and distribution of both
natural and propane (LP) gas throughout northern Pinellas County and western Pasco County. As a “full
service” gas utility, CGS provides gas appliance sales, installation of inside customer gas piping, domestic
and commercial gas equipment service, construction and maintenance of underground gas mains and
service lines, and 24-hour response to any gas emergency within the service area. The Florida Public
Service Commission and the Federal Department of Transportation regulate CGS for safety.
CGS has been serving customers in the Clearwater area for 100 years (since 1924) when operations began
with a manufactured gas plant operation from coal and coke. In 1959, when natural gas transmission lines
were finally extended to the Florida peninsula, CGS discontinued manufacturing gas and began receiving
piped natural gas from Florida Gas Transmission.
Clearwater Gas System serves over 31,000 customers in a 330 square mile service territory, which includes
20 municipalities as well as the unincorporated areas of northern Pinellas County and western Pasco
County. The Pinellas County service territory is 158 square miles and extends generally from Ulmerton and
Walsingham Roads on the south to the Pasco County line on the north and from the Gulf of Mexico on the
West to the Hillsborough County line on the east. This includes all of the Pinellas beach communities south
to Redington Beach. The Pasco County service territory is 172 square miles and extends from the Gulf of
Mexico on the West inland about 20 miles to just east of State Road 41 and Land O’ Lakes and from the
Pinellas and Hillsborough County lines on the South to generally State Road 52 on the north. The CGS
service territory extends 42.3 miles from the southwestern-most to the northwestern-most points.
Clearwater Gas System prides itself in being a competitive and public service-minded utility, providing safe,
economical and environmentally-friendly gas, which is made in America, available in our communities for
all of the homes and businesses in our service area, with special focus on the residential customers who
make up approximately 90% of our customer base.
Page 5 of 5
City of Clearwater, Florida
Continuing Disclosure - Gas System Revenue Bonds
Series 2013 and 2014
Location Meters Percentage
Belleair 632 2.04%
Belleair Beach 291 0.94%
Belleair Bluffs 59 0.19%
Belleair Shores 32 0.10%
Clearwater 7,825 25.29%
Dunedin 1,701 5.50%
Indian Rocks Beach 241 0.78%
Indian Shores 163 0.53%
Largo 1,214 3.92%
Madeira Beach 1 0.00%
New Port Richey 86 0.28%
North Redington Beach 99 0.32%
Oldsmar 169 0.55%
Port Richey 16 0.05%
Redington Beach 253 0.82%
Redington Shores 117 0.38%
Safety Harbor 770 2.49%
Tarpon Springs 1,696 5.48%
Unincorporated Areas Pasco 7,275 23.51%
Central Pasco 4,637 14.98%
Unincorporated Areas Pinellas 3,669 11.86%
Total 30,946 100.00%
Peak Monthly % of Gross
Customer Name Therms Revenues
Morton Plan Hospital 96,732.2 1.74%
Mease Hospital 91,916.3 1.65%
New Port Richey Hospital Inc. 85,576.7 2.14%
MI Metals 70,418.4 1.43%
Largo Medical Center 52,345.9 1.46%
Average No. Gas Gas
Customers Volume Sales
Interruptible (including CNG Station) 20 28.67% 14.77%
Residential 28,318 20.04% 34.77%
Commercial (excluding CNG Station) 2,610 51.29% 50.46%
Therms Revenues
Interruptible (including CNG Station) 7,382,175.4 5,731,197$
Residential 5,158,862.8 13,494,384
Commercial (excluding CNG Station) 13,206,752.1 19,582,699
Totals 25,747,790.3 38,808,280$
As of September 30, 2023 the System's active natural gas customers were located as shown in the
following table:
The following table shows the five largest interruptible customers by peak monthly consumption and the
percent of the System's revenues derived from such customers during the 12 months ending September
30, 2023.
The following table shows the breakdown of the System's customers by category as well as the volume
of gas sold and the sales revenues generated by each category for the year ended September 30, 2023:
176
177
Page 1 of 3
City of Clearwater, Florida
Continuing Disclosure – Water and Sewer Revenue Refunding Bonds
Series 2017, 2017B and 2020
Historical Financial Information
Water System:
Source and Volume of Water Pumped
(in million gallons per day, averaged over the fiscal year)
Historical Growth in Number of Water Customers
(all figures are as of September of the year indicated)
Potable Reclaimed Total
Water Water Water
Service Service Service
FY Customers Customers Customers
2019 37,848 7,739 45,587
2020 37,951 7,809 45,760
2021 38,244 7,843 46,087
2022 38,320 7,883 46,203
2023 38,306 7,907 46,213
Ten Largest Water Customers
Fiscal Year Ending September 30, 2023
Water Used Revenues
Name of User (in 100 Cubic Feet) Produced
1. CITY OF CLEARWATER 90,736 1,500,712$
2. CHURCH OF SCIENTOLOGY 147,938 1,298,256
3. MORTON PLANT HOSPITAL 108,900 1,184,721
4. INFINITY THE STANDARD 93,492 875,227
5. PINELLAS COUNTY SCHOOLS 37,546 519,919
6. THE SANDPEARL RESORT 48,727 389,176
7. PINELLAS COUNTY GOVERNMENT 14,643 310,148
8. JEMB POCONO LLC 30,140 307,565
9. THE GENESIS APARTMENT LLC 34,470 292,773
10. SPT WAH WELLINGTON, LLC 35,359 291,743
641,951 6,970,240$
Reclaimed Water System:
Average
Daily Flow
Year MGD
2019 5.7
2020 6.1
2021 5.5
2022 5.8
2023 5.6
FY City Wells County Total
2019 6.9 4.3 11.2
2020 7.7 4.2 11.9
2021 6.7 5.0 11.7
2022 6.8 5.1 11.9
2023 7.3 4.8 12.1
178
Page 2 of 3
City of Clearwater, Florida
Continuing Disclosure – Water and Sewer Revenue Refunding Bonds
Series 2017, 2017B and 2020
Sewer System:
Average Sewage Flow and Historical Growth in Number of Sewer Customers
(as of September of the year indicated)
Sewer
Year Flow in MGD Customers
2019 12.8 34,183
2020 12.7 34,442
2021 12.2 34,654
2022 12.0 34,712
2023 12.6 34,724
Ten Largest Sewer Customers
Fiscal Year Ending September 30, 2023
Sewer Used Revenues
Name of User (in 100 Cubic Feet) Produced
1. MORTON PLANT HOSPITAL 85,132 1,037,321$
2. CHURCH OF SCIENTOLOGY 111,540 1,021,591
3. CITY OF CLEARWATER 39,269 830,936
4. INFINITY THE STANDARD 93,492 828,695
5. PINELLAS COUNTY SCHOOLS 36,204 652,088
6. THE SANDPEARL RESORT 48,724 432,132
7. THE GENESIS APRTMENT LLC 34,470 327,440
8. PINELLAS COUNTY GOVERNMENT 8,871 318,253
9. JEMB POCONO LLC 30,137 315,340
10. SPT WAH WELLINGTON, LLC 35,356 313,925
523,195 6,077,721$
Rates, Fees and Charges
The City uses a three-tiered rate structure for water and sewer usage. The base rate for water
includes a minimum usage for residential and nonresidential water rates. Any usage over the
minimum is billed at one rate per 1,000 gallons up to a designated level and at a second rate for
usage over that level. For irrigation, there is a base rate, with no usage allowance, and a charge
per 1,000 gallons of water usage up to a designated level and a higher charge for usage over that
amount. The sewer base rate includes a minimum usage and a fixed charge per 1,000 gallons of
water usage over the basic allowance. The minimum usage and second and third tier usage levels
vary with the size of the meters. For fiscal year 2023 there were no changes to the three-tiered rate
structure for water or sewer usage.
179
Page 3 of 3
City of Clearwater, Florida
Continuing Disclosure – Water and Sewer Revenue Refunding Bonds
Series 2017, 2017B and 2020
Residential and October 1, October 1, October 1, October 1, October 1,
Nonresidential Water Rates 2019 2020 2021 2022 2023
Minimum - Under 1 inch 23.16$ 24.09$ 25.05$ 25.80$ 26.58$
1 inch 54.04 56.21 58.45 60.20 62.02
1.5 inch 772.00 803.00 835.00 860.00 886.00
2 inch 1,798.76 1,870.99 1,945.55 2,003.80 2,064.38
3 or 2 inch manifold 2,771.48 2,882.77 2,997.65 3,087.40 3,180.74
4 inch 5,334.52 5,548.73 5,769.85 5,942.60 6,122.26
6 inch 13,703.00 14,253.25 14,821.25 15,265.00 15,726.50
8 inch 23,160.00 24,090.00 25,050.00 25,800.00 26,580.00
Additional charges are assessed for usage in excess of designated minimums.
Size of Meter
Rates for Irrigation October 1, October 1, October 1, October 1, October 1,
(Lawn) Meters 2019 2020 2021 2022 2023
Minimum - Under 1 inch 8.26$ 8.59$ 8.94$ 9.21$ 9.48$
1 inch 24.80 25.79 26.82 27.62 28.45
1.5 inch 124.08 129.04 134.20 138.23 142.37
2 inch 347.43 361.32 375.78 387.05 398.67
3 or 2 inch manifold 686.56 714.02 742.58 764.86 787.80
4 inch 1,323.50 1,376.44 1,431.50 1,474.45 1,518.68
6 inch 3,995.32 4,155.13 4,321.34 4,450.98 4,584.51
Size of Meter
October 1, October 1, October 1, October 1, October 1,
Sewer Rates 2019 2020 2021 2022 2023
Minimum - Under 1 inch 31.89$ 33.18$ 34.50$ 35.55$ 36.60$
1 inch 74.41 77.42 80.50 82.95 85.40
1.5 inch 1,063.00 1,106.00 1,150.00 1,185.00 1,220.00
2 inch 2,476.79 2,576.98 2,679.50 2,761.05 2,842.60
3 or 2 inch manifold 3,816.17 3,970.54 4,128.50 4,254.15 4,379.80
4 inch 7,345.33 7,642.46 7,946.50 8,188.35 8,430.20
6 inch 18,868.25 19,631.50 20,412.50 21,033.75 21,655.00
8 inch 31,890.00 33,180.00 34,500.00 35,550.00 36,600.00
Per 1,000 gallons of water used
over the allowed minimum 10.63 11.06 11.50 11.85 12.20
Size of Meter
Additional Indebtedness
No additional indebtedness was incurred for capital improvements to the water and sewer systems, or for the
financed purchase of capital equipment.
180
Page 1 of 1
City of Clearwater, Florida
Continuing Disclosure – Stormwater System Revenue Refunding Bonds
Series 2012
Rates, Fees, and Charges
The City uses a measurement of one equivalent residential unit or ERU as the basis for the
stormwater management utility fee. The rates per ERU from the inception of the utility are as
follows:
Effective Date Rate per ERU Effective Date Rate per ERU
January 1, 1991 $3.00 October 1, 2010 $12.51
October 1, 1998 4.00 October 1, 2011 13.04
October 1, 1999 4.17 October 1, 2012 13.40
October 1, 2000 4.35 October 1, 2013 13.77
October 1, 2001 4.54 October 1, 2014 14.15
January 1, 2002 6.13 October 1, 2015 14.33
October 1, 2002 7.16 October 1, 2016 14.51
October 1, 2003 8.01 October 1, 2017 14.58
October 1, 2004 8.65 October 1, 2018 14.65
October 1, 2005 9.35 October 1, 2019 13.40
October 1, 2006 9.71 October 1, 2020 13.40
October 1, 2007 10.51 October 1, 2021 13.40
October 1, 2008 11.14 October 1, 2022 13.64
October 1, 2009 11.80 October 1, 2023 13.87
Single-family homes, multifamily units, condominium units, apartments and mobile homes are rated
as one ERU per dwelling unit. Nonresidential property is charged at the rate of 1,830 square feet
of impervious area per ERU.
HISTORICAL NET REVENUES
2019 2020 2021 2022 2023
Net Operating Revenues (Excluding
Depreciation) 11,721,958$ 9,090,521$ 8,669,978$ 10,056,468$ 9,466,692$
Interest Income and other
Non-operating Revenues (Expenses) 1,786,699 804,165 (164,421) (3,753,234) 1,127,274
Total Net Revenues 13,508,657$ 9,894,686$ 8,505,557$ 6,303,234$ 10,593,966$
Maximum Annual Debt Service 2,568,762$ 2,175,028$ 2,175,028$ 1,375,312$ 1,375,312$
Coverage 5.26 4.55 3.91 4.58 7.70
Fiscal Year Fiscal Year Fiscal Year Fiscal Year Fiscal Year
2019 2020 2021 2022 2023
Taxes
Electric Utility Taxes
(Public Service Tax) 11,895,320$ 12,423,810$ 12,712,884$ 13,177,949$ 14,206,888$
Water Utility Taxes
(Public Service Tax) 3,754,315 4,000,713 4,246,078 4,497,067 4,678,161
Gas/Propane Utility Taxes
(Public Service Tax) 799,213 741,067 786,621 792,079 782,045
Communications Services Taxes 4,370,997 4,368,536 4,174,817 4,190,145 4,558,837
Local Business Tax 2,077,054 2,027,827 2,127,380 2,066,475 2,082,520
Local Option Gas Tax (1)1,526,214 1,381,690 1,438,852 1,460,864 1,483,005
Intergovernmental Revenues
Infrastructure Sales Surtax(2)12,277,473 12,087,548 14,296,517 16,585,888 16,875,895
Half-Cent Sales Tax 7,561,298 7,223,098 8,545,241 9,581,538 10,000,390
State Revenue Sharing 3,968,913 3,694,083 4,274,388 5,339,006 5,583,615
County Fire Protection Tax(3)2,204,826 1,982,071 2,347,737 2,485,600 2,457,962
County EMS Tax(4)5,466,073 6,385,390 6,920,226 6,549,680 7,011,751
Other Intergovernmental(5)2,008,240 1,999,853 2,059,830 2,361,645 2,532,401
Permits and Fees
Electric Franchise Fees 9,994,490 9,723,086 9,792,097 10,165,857 12,707,196
Gas Franchise Fees 648,251 588,685 563,190 621,152 619,290
Other Licenses and Permits 3,995,469 4,439,432 5,264,834 6,418,933 4,483,295
Charges for Services
General Governmental 9,911,353 10,130,574 10,658,514 10,090,583 11,562,558
Public Safety 431,472 477,087 545,259 554,372 322,714
Physical Environment 59,738 25,157 45,825 36,930 37,016
Transportation 160,537 93,970 169,080 65,196 66,172
Culture and Recreation 5,532,353 3,508,054 4,241,205 5,600,062 5,822,324
Other
Enterprise Fund Transfers(6)10,902,995 11,877,105 11,471,726 10,163,054 11,094,546
Rents and Leases 2,045,244 1,721,918 2,048,323 2,538,288 3,098,309
Fines and Forfeitures 1,881,613 1,479,026 1,688,182 1,607,344 1,426,817
Miscellaneous 4,538,757 2,174,890 604,175 (8,618,050) (8)4,804,870
Total Sources of Non-Ad Valorem
Revenues(7)108,012,207$ 104,554,669$ 111,022,981$ 108,331,657$ 128,298,577$
Source: City of Clearwater, Florida
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
Page 1 of 2
Other Intergovernmental Revenues are derived from a number of sources including Florida Department of Transportation reimbursements
for traffic signals and street lighting, mobile home licenses, alcoholic beverage licenses, firefighters' supplemental compensation, rebates on
municipal vehicle fuel, the Pinellas Library Cooperative, County traffic signal reimbursements, and other reimbursements from the County for
the use of Fire and EMS vehicles in the Clearwater Fire District.
The Enterprise Fund Transfers revenue include the total amount of transfers from each enterprise fund (with the exception of the Gas Fund)
to the General Fund calculated at 5.5% of gross revenues in the prior fiscal year; the annual dividend transferred from the Gas Fund to the
General Fund; and net parking fine revenues transferred from the Parking enterprise fund to the General Fund.
May not add due to rounding.
Negative miscellaneous revenues for fiscal year 2022 are due to a significant unrealized investment loss at 9/30/2022 due to a significant
increase in interest rates.
The County Emergency Medical Services ("EMS") Tax funds are revenues from the County that are reimbursed to the City for provision of
EMS services to the unincorporated areas within the designated Clearwater Fire District. County EMS Tax funds are restricted legally for
such purposes and may not be used to pay debt service on the Series 2022 Bonds.
Revenues derived from the Local Option Gas Tax may only be used for transportation operations and maintenance. As such, local option
gas tax funds are not available to pay debt service on the Series 2022 Bonds. A portion of Infrastructure Sales Surtax funds are restricted legally or by City Council policy to be used for specific capital improvement
projects, and thus may only be used with respect to certain capital projects after a special public hearing is held. Thus, a special public
hearing would be required for the City's Infrastructure Sales Surtax Revenues to be available to pay debt service on the Series 2022 Bonds.
The current Infrastructure Sales Surtax will expire on December 31, 2029, which is prior to the expiration of the Series 2022 Bonds.
The County Fire Protection Tax funds are revenues from the County that are reimbursed to the City for provision of fire services to the
unincorporated areas within the designated Clearwater Fire District. County Fire Protection Tax funds are restricted legally for such purposes
and may not be used to pay debt service on the Series 2022 Bonds.
City of Clearwater, Florida
Continuing Disclosure - Non-Ad Valorem Revenue Bonds, Series 2022
Historical Non-Ad Valorem Revenues
181
Fiscal Year Fiscal Year Fiscal Year Fiscal Year Fiscal Year
2019 2020 2021 2022 2023
Revenues
Total Governmental Funds:
Property taxes 64,050$ 68,522$ 73,096$ 76,856$ 86,167$
Sales taxes 12,278 12,087 14,296 16,586 16,876
Utility taxes 16,449 17,166 17,746 18,467 19,667
Communications services taxes 4,371 4,368 4,175 3,824 4,559
Other taxes 3,603 3,409 3,566 3,527 3,566
Franchise fees 10,643 10,312 10,355 10,787 13,326
Licenses, permits, and fees 3,995 4,439 5,265 6,419 4,483
Intergovernmental revenues 34,770 29,730 36,442 56,637 39,846
Charges for services 17,719 15,461 17,106 18,265 19,815
Fines and forfeitures 2,605 2,321 2,308 2,387 1,938
Investment earnings 5,292 2,963 (387) (1)(18,025) (1)7,359
Miscellaneous 4,289 3,592 3,185 4,034 6,136
Total Revenues 180,064 174,370 187,153 199,764 223,738
Expenditures
Total Governmental Funds:
Current:
General government 17,521 12,648 13,248 14,514 19,743
Public safety 74,164 78,002 81,172 87,269 94,959
Physical environment 3,488 3,938 3,644 4,003 1,804
Transportation 9,956 8,453 8,427 14,019 14,800
Economic environment 4,831 6,602 4,711 4,758 6,329
Human services 594 634 595 728 2,125
Culture and recreation 40,080 34,971 35,218 38,899 42,102
Debt service:
Principal 1,486 1,508 1,617 1,347 1,287
Interest and issuance costs 348 308 260 704 1,187
Capital outlay: 12,068 15,916 19,029 51,822 (2)49,445 (2)
Total Expenditures 164,536 162,980 167,921 218,063 233,781
Excess (deficiency) of revenues over (under)
expenditures 15,528 11,390 19,232 (18,299) (10,043)
Other Financing Sources (Uses)
Total Governmental Funds:
Transfers in 45,697 47,307 45,071 103,139 70,324
Transfers out (40,396) (42,979) (40,354) (102,302) (75,586)
Proceeds from sale of capital assets 1,545 1,746 537 634 211
Proceeds from lease obligations - - - 755 1,541
Proceeds from subscription obligations - - - - 330
Other long term debt issued - 964 - 31,226 (3)-
Total other financing sources (uses) 6,846 7,038 5,254 33,452 (3,180)
Net Change in Fund Balances 22,374 18,428 24,486 15,153 (13,223)
Debt service as a percentage of noncapital
expenditures 1.2% 1.2% 1.3% 1.2% 1.3%
Source: City of Clearwater, Florida Annual Comprehensive Financial Report for the Fiscal Year Ended September 30, 2023.
(1)
(2)
(3)
Page 2 of 2
City of Clearwater, Florida
Changes in Fund Balances of Governmental Funds
The decreases in 2021 and 2022 investment earnings was primarily due to unrealized losses in market value at September 30, 2021
and September 30, 2022, caused by increases in interest rates.
Continuing Disclosure - Non-Ad Valorem Revenue Bonds, Series 2022
(modified accrual basis of accounting, in thousands of dollars)
The large increase in other long term debt issued for fiscal year 2022 was due to issuance of the Series 2022 Non-ad Valorem
revenue bonds.
The increased level of capital outlay expenditures in 2022 and 2023 was primarily due to expenditures for the Imagine Clearwater
waterfront park and amphitheater project.
182
183
City of Clearwater, Florida
Fire Services Program
Pursuant to agreements between the City of Clearwater, the Pinellas County Fire Authority and the Pinellas
County Emergency Medical Services Authority, the City has provided fire and emergency medical services
to the respective authorities. With respect to fire services, the services are provided for the benefit of
properties located outside the corporate limits of the City, but within a designated service area. Emergency
medical services are provided for the benefit of persons residing both inside and outside the corporate limits
of the City, based on the Authority's nearest unit dispatch policy.
With respect to the Fire Services Program, a budget was prepared by Fire Department personnel covering
proposed expenditures for fiscal year ending September 30, 2023, for the Fire Department as a whole.
Since the funding for the Emergency Medical Services Program is based on the level fixed in prior years,
the Fire Services Program budget is essentially the residual obtained by deducting the approved level of
funding for the Emergency Medical Services Program from the budgeted amounts included in the total Fire
Department budget. This budget was submitted to, and duly approved by, the relevant Authority prior to the
commencement of the fiscal year. Income received from Pinellas County Fire Protection Authority and valid
program expenditures for the Fire Services Program for the fiscal year ended September 30, 2023 are
summarized below.
Total Revenue Received from Pinellas County Fire Protection Authority 2,457,962$
Total Fire Service Expenditures for Fiscal Year Ended September 30, 2023 2,834,707$
The Fire Service Program does not currently utilize an equipment reserve.
INDEPENDENT AUDITOR’S REPORT ON INTERNAL CONTROL OVER
FINANCIAL REPORTING AND ON COMPLIANCE AND OTHER MATTERS
BASED ON AN AUDIT OF FINANCIAL STATEMENTS PERFORMED IN
ACCORDANCE WITH GOVERNMENT AUDITING STANDARDS
To the Honorable Mayor and City Council Members
City of Clearwater, Florida
We have audited, in accordance with the auditing standards generally accepted in the United States of America
and the standards applicable to financial audits contained in Government Auditing Standards issued by the
Comptroller General of the United States, the financial statements of the governmental activities, the business‐
type activities, each major fund, and the aggregate remaining fund information of City of Clearwater, Florida (the
“City”), as of and for the year ended September 30, 2023, and the related notes to the financial statements, which
collectively comprise the City’s basic financial statements, and have issued our report thereon dated April 1, 2024.
We have also audited the financial statements of each of the City’s nonmajor governmental funds, nonmajor
enterprise funds, internal service funds, and fiduciary funds presented as supplementary information in the
accompanying combining and individual fund statements as of and for the year ended September 30, 2023, as
listed in the table of contents.
Report on Internal Control over Financial Reporting
In planning and performing our audit of the financial statements, we considered the City’s internal control over
financial reporting (internal control) as a basis for designing audit procedures that are appropriate in the
circumstances for the purpose of expressing our opinions on the financial statements, but not for the purpose of
expressing an opinion on the effectiveness of the City’s internal control. Accordingly, we do not express an opinion
on the effectiveness of the City’s internal control.
A deficiency in internal control exists when the design or operation of a control does not allow management or
employees, in the normal course of performing their assigned functions, to prevent, or detect and correct,
misstatements, on a timely basis. A material weakness is a deficiency, or a combination of deficiencies, in internal
control, such that there is a reasonable possibility that a material misstatement of the entity’s financial statements
will not be prevented, or detected and corrected, on a timely basis. A significant deficiency is a deficiency, or a
combination of deficiencies, in internal control that is less severe than a material weakness, yet important enough
to merit attention by those charged with governance.
Our consideration of internal control was for the limited purpose described in the first paragraph of this section
and was not designed to identify all deficiencies in internal control that might be material weaknesses or,
significant deficiencies. Given these limitations, during our audit we did not identify any deficiencies in internal
control that we consider to be material weaknesses. However, material weaknesses or significant deficiencies may
exist that were not identified.
Report on Compliance and Other Matters
As part of obtaining reasonable assurance about whether the City’s financial statements are free from material
misstatement, we performed tests of its compliance with certain provisions of laws, regulations, contracts, and
grant agreements, noncompliance with which could have a direct and material effect on the financial statements.
However, providing an opinion on compliance with those provisions was not an objective of our audit, and
184
accordingly, we do not express such an opinion. The results of our tests disclosed no instances of noncompliance
or other matters that are required to be reported under Government Auditing Standards.
Purpose of This Report
The purpose of this report is solely to describe the scope of our testing of internal control and compliance and the
results of that testing, and not to provide an opinion on the effectiveness of the entity’s internal control or on
compliance. This report is an integral part of an audit performed in accordance with Government Auditing
Standards in considering the entity’s internal control and compliance. Accordingly, this communication is not
suitable for any other purpose.
CARR, RIGGS & INGRAM, LLC
Clearwater, Florida
April 1, 2024
185
MANAGEMENT LETTER
To the Honorable Mayor and City Council Members
City of Clearwater, Florida
Report on the Financial Statements
We have audited the financial statements of the City of Clearwater, Florida (the "City"), as of and for the
fiscal year ended September 30, 2023, and have issued our report thereon dated April 1, 2024.
Auditor’s Responsibility
We conducted our audit in accordance with auditing standards generally accepted in the United States
of America; the standards applicable to financial audits contained in Government Auditing Standards,
issued by the Comptroller General of the United States; the audit requirements of Chapter 10.550, Rules
of the Auditor General.
Other Reporting Requirements
We have issued our Independent Auditor’s Report on Internal Control over Financial Reporting and
Compliance and Other Matters Based on an Audit of the Financial Statements Performed in Accordance
with Government Auditing Standards, and Independent Accountant’s Report on an examination
conducted in accordance with AICPA Professional Standards, AT‐C Section 315, regarding compliance
requirements in accordance with Chapter 10.550, Rules of the Auditor General. Disclosures in those
reports, which are dated April 1, 2024, should be considered in conjunction with this management
letter.
Prior Audit Findings
Section 10.554(1)(i)1., Rules of the Auditor General, requires that we determine whether or not
corrective actions have been taken to address findings and recommendations made in the preceding
financial audit report. Corrective actions have been taken to address findings and recommendations
made in the preceding financial audit report.
Financial Condition and Management
Sections 10.554(1)(i)5.a. and 10.556(7), Rules of the Auditor General, require us to apply appropriate
procedures and communicate the results of our determination as to whether or not the City met one or
more of the conditions described in Section 218.503(1), Florida Statutes, and to identify the specific
condition(s) met. In connection with our audit, we determined that the City did not meet any of the
conditions described in Section 218.503(1), Florida Statutes.
186
Pursuant to Sections 10.554(1)(i)5.b. and 10.556(8), Rules of the Auditor General, we applied financial
condition assessment procedures. It is management’s responsibility to monitor the City’s financial
condition, and our financial condition assessment was based in part on representations made by
management and review of financial information provided by same.
Section 10.554(1)(i)2., Rules of the Auditor General, requires that we communicate any
recommendations to improve financial management. In connection with our audit, we did not have any
such recommendations.
Additional Matters
Section 10.554(1)(i)3., Rules of the Auditor General, requires us to communicate noncompliance with
provisions of contracts or grant agreements, or abuse, that have occurred, or are likely to have occurred,
that have an effect on the financial statements that is less than material but warrants the attention of
those charged with governance. In connection with our audit, we did not note any such findings.
Purpose of this Letter
Our management letter is intended solely for the information and use of the Legislative Auditing
Committee, members of the Florida Senate and the Florida House of Representatives, the Florida
Auditor General, Federal and other granting agencies, and applicable management, and is not intended
to be and should not be used by anyone other than these specified parties.
CARR, RIGGS & INGRAM, LLC
Clearwater, Florida
April 1, 2024
187
INDEPENDENT ACCOUNTANT'S REPORT ON COMPLIANCE WITH
SECTION 218.415, FLORIDA STATUTES
To the Honorable Mayor and City Council Members
City of Clearwater, Florida
We have examined the City of Clearwater, Florida’s, (the “City”), compliance with the requirements of
Section 218.415, Florida Statutes, Local Government Investment Policies, during the year ended
September 30, 2023. Management is responsible for the City’s compliance with the requirements. Our
responsibility is to express an opinion on the City’s compliance with the specified requirements based on
our examination.
Our examination was conducted in accordance with attestation standards established by the AICPA.
Those standards require that we plan and perform the examination to obtain reasonable assurance
about whether the City complied, in all material respects, with the specified requirements referenced
above. An examination involves performing procedures to obtain evidence about whether the City
complied with the specified requirements. The nature, timing, and extent of the procedures selected
depend on our judgment, including an assessment of the risks of material noncompliance, whether due
to fraud or error. We believe that the evidence we obtained is sufficient and appropriate to provide a
reasonable basis for our opinion.
We are required to be independent and to meet our other ethical responsibilities in accordance with
relevant ethical requirements relating to the examination engagement.
Our examination does not provide a legal determination on the City’s compliance with the specified
requirements.
In our opinion, the City complied, in all material respects, with the aforementioned requirements for the
year ended September 30, 2023.
This report is intended solely for the information and use of management and the State of Florida
Auditor General and is not intended to be and should not be used by anyone other than these specified
parties.
CARR, RIGGS & INGRAM, LLC
Clearwater, Florida
April 1, 2024
188
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0701
Agenda Date: 7/15/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Gas System
Agenda Number: 5.1
SUBJECT/RECOMMENDATION:
Accept Clearwater Gas System Fiscal Year 2024 Dividend to the City General Fund (WSO)
SUMMARY:
By City Council policy, CGS commits to pay an Annual Dividend of at minimum $1,700,000 to the City’s
General Fund. After the City books close for the year, the Gas System calculates the Annual Adjusted
Dividend payment to return half (½) of its annual Net Income less bond interest earnings as a dividend to
the City in the following year. CGS’ financial performance for Fiscal Year 2023 exceeded its plan;
therefore, CGS will actually pay a Fiscal Year 2024 dividend of $4,345,438, an increase of $2,645,438
above the minimum $1.7M payment to the City.
APPROPRIATION CODE AND AMOUNT:
N/A
USE OF RESERVE FUNDS:
N/A
STRATEGIC PRIORITY:
Page 1 City of Clearwater Printed on 6/10/2024
ANNUAL DIVIDEND
PAYMENT TO CITY
GENERAL FUND
OVERVIEW
ESTABLISHED IN 1924
MANUFACTURED GAS UNTIL 1959
330 SQUARE MILE TERRITORY
1,100 MILES OF GAS MAINS
SERVE 20 CITIES & 2 COUNTIES
32,000 CUSTOMERS
REVENUES (FY23)
SALE OF GAS: $39.7M
APPLIANCE SALES: $1.3M
INSTALLATION:$1.9M
CNG VEHICLE FUELING: $750K
SERVICE & REPAIR: $730K
FRANCHISE FEES:$1.4M
TAXES $846K
OTHER $550K
TOTAL REVENUES: $47.2M
FY 2024 Dividend
$8,690,876 = NET PROFITS (FY23)
$4,345,438 = DIVIDEND PAYMENT
-$1,700,000 = COUNCIL POLICY (MIN)
$2,645,438
EXCESS DIVIDEND PAYMENT
TO GENERAL FUND
Historical Dividend Payments
To City ($Millions)
$3.8
$2.5
$3.6
$2.7
$3.2
$4.0
$3.2
$1.7 $1.7
$4.3
$0.0
$0.5
$1.0
$1.5
$2.0
$2.5
$3.0
$3.5
$4.0
$4.5
$5.0
Min
$1.7M
Transfer
Gas Transfer
Payments to City
$4,345,438
$2,690,000
$3,580,000
$570,000 $575,000
Dividend Payment (A)
Administrative Transfer (B)
Clearwater City Services (C)
Clearwater Franchise (D)
Clearwater Utility Tax (E)
Projected FY 2024 Total = $11,760,438
A
B
C
D E
QUESTIONS?
ANNUAL DIVIDEND
PAYMENT TO CITY
GENERAL FUND
ANNUAL DIVIDEND
PAYMENT TO CITY
GENERAL FUND
OVERVIEW
ESTABLISHED IN 1924
MANUFACTURED GAS UNTIL 1959
330 SQUARE MILE TERRITORY
1,100 MILES OF GAS MAINS
SERVE 20 CITIES & 2 COUNTIES
32,000 CUSTOMERS
REVENUES (FY23)
SALE OF GAS: $39.7M
APPLIANCE SALES: $1.3M
INSTALLATION:$1.9M
CNG VEHICLE FUELING: $750K
SERVICE & REPAIR: $730K
FRANCHISE FEES:$1.4M
TAXES $846K
OTHER $550K
TOTAL REVENUES: $47.2M
FY 2024 Dividend
$8,690,876 = NET PROFITS (FY23)
$4,345,438 = DIVIDEND PAYMENT
-$1,700,000 = COUNCIL POLICY (MIN)
$2,645,438
EXCESS DIVIDEND PAYMENT
TO GENERAL FUND
Historical Dividend Payments
To City ($Millions)
$3.8
$2.5
$3.6
$2.7
$3.2
$4.0
$3.2
$1.7 $1.7
$4.3
$0.0
$0.5
$1.0
$1.5
$2.0
$2.5
$3.0
$3.5
$4.0
$4.5
$5.0
Min
$1.7M
Transfer
Gas Transfer
Payments to City
$4,345,438
$2,690,000
$3,580,000
$570,000 $575,000
Dividend Payment (A)
Administrative Transfer (B)
Clearwater City Services (C)
Clearwater Franchise (D)
Clearwater Utility Tax (E)
Projected FY 2024 Total = $11,760,438
A
B
C
D E
QUESTIONS?
ANNUAL DIVIDEND
PAYMENT TO CITY
GENERAL FUND
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0678
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: General Services
Agenda Number: 6.1
SUBJECT/RECOMMENDATION:
Authorize the purchase of vehicles (heavy and light duty) and equipment in the not-to-exceed amount of
$17,575,900.00 budgeted in the Fiscal Year (FY) 2024/25 budget, pursuant to Clearwater Code of
Ordinances Sections 2.563(1)(c), Piggyback, 2.563(1)(d), Non-competitive purchases, and 2.561(5), Small
Purchases; declare the vehicles and equipment being replaced as surplus and authorize for disposal at
auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code of Ordinances
Sections 2.623(6), (7)(c), (7)(e), and (8); authorize lease purchase under the City's Master Lease Purchase
Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is
deemed to be in the City's best interest, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The Fleet Division is requesting a consolidated expenditure authorization in the not-to-exceed amount of
$17,575,900.00 for the acquisition of vehicles and equipment per attached spreadsheet. New purchases
are to replace designated units due for replacement in FY25, which have reached the end of their useful
and economic life. Factors used to determine the end of useful and economic life include, but are not
limited to age, life to date, mileage/hours of operations, historical maintenance cost as compared to like
vehicles, operating cost per mile/hour, anticipated and ongoing repairs, and physical condition.
Due to delays in manufacturing, the Fleet Department is requesting to begin the procurement process for
the vehicles and equipment on the FY25 vehicle purchase/replacement list ahead of the FY25 budget that
starts October 1, 2024. In addition to prolonged delays in receiving vehicles and/or equipment, the order
banks for the vehicles are fluid and open and close without notice. Ordering now will enable Fleet to get
orders submitted in advance of other municipalities who may be ordering later. Finally, the authorization to
purchase helps insulate the City against price increases (will purchase on current quotes) as there have
been substantial increases year after year.
Authorization is requested to piggyback off the following contracts, pursuant to Clearwater Code 2.563(1)
(c):
·Florida Sheriffs Association (FSA), a purchasing cooperative in the State of Florida
o Contract #FSA23-VEL31.0, Pursuit, Administrative and Other Vehicles - valid through September 30,
2024.
o Contract #FSA23-VEH21.0, Heavy Trucks - valid through September 30, 2024.
o Contract #FSA23-EQU21.0, Heavy Equipment - valid through September 30, 2024.
§There are anticipated renewals on all contracts.
·Omnia Partners (Omnia), the largest cooperative purchasing organization for public sector
procurement.
o Contract #EV2671-01 Utility, Transportation, and Golf Vehicles valid through December 31, 2026.
·Sourcewell (formerly NJPA), a purchasing cooperative operating under legislative authority in the State
of Minnesota.
o Contract #060920-NAF, Class 4-8 Chassis with Related Equipment - valid through August 1, 2024.
o Contract #091521-NAF, Cars, Trucks, Vans, SUVs, Cab Chassis & Other Vehicles - valid through
November 8, 2025
·State of Florida, Department of Management Services, cooperatively bids requirements of agencies
throughout Florida.
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0678
o Contract #25100000-23-STC, Motor Vehicles valid through May 16, 2025.
o Contract # 25101600-21-STC, Medium and Heavy Trucks - valid through September 30, 2026.
o Contract # 25101900-21-STC, Agriculture and Lawn Equipment - valid through December 31, 2026.
Authorization to add additional piggyback contracts is requested as needed to ensure the City is receiving
the most competitive pricing for vehicles and equipment which will be monitored by the Procurement
Division.
Authorization to procure optional features not included on the piggyback contract, as impractical, due to
delay in receipt of vehicle and/or equipment, possible void of warranty for after-market items, manufacturer
delay in receiving parts, etc., pursuant to Clearwater Code of Ordinances Section 2.563(1)(d). Typically,
when procuring optional features through the dealership, these features are priced below Manufacturer
Suggested Retail Price (MSRP). This will be monitored for compliance by the Procurement Division.
While most of the vehicles and equipment are procured through piggyback contracts, for those that do not
fall under this category, authorization is requested to procure these vehicles and equipment through
competitive quotes pursuant to Section 2.561(5) Small Purchases, purchases under $50,000.00. This will
be monitored for compliance by the Procurement Division.
Once the new vehicle is road ready (graphics, accessories or upfitting, etc.) and equipment has been
upfitted, appropriate vehicles and equipment designated for surplus authorization will be transferred to
Tampa Machinery Auction. Tampa Machinery Auction was competitively solicited by Pinellas County
under Contract No. 190-0534-R(JJ) valid through November 17, 2027.
APPROPRIATION CODE AND AMOUNT:
FUND IMPACTED
010 General Fund 2,352,500 L/P
421 Public Utilities 1,372,000 L/P
423 Gas 359,000 L/P
424 Solid Waste 7,339,000 L/P
426 Recycling 716,000 L/P
432 Marina 200,000 L/P
555 Cust Svc/IT 68,000 L/P
565 Gen Service 513,000 L/P
Total 12,919,500
Penny Funds (94238) 336,000 Cash/CIP
Garage Fund (94233) 162,900 Cash/CIP
General Fund-Parks Operating 85,500 Cash/Operating
W&S Fund-Public Utilities Operating 31,000 Cash/Operating
Stormwater Fund- Strm CIP (C1908) 2,243,000 Cash/CIP
Public Works (L2301) 471,000 L/P
Public Utilities (L2301) 200,000 L/P
Parks (L2301) 369,000 L/P
Solid Waste Fund (L2301) 758,000 L/P
4,656,400
Grand Total 17,575,900
Total 24-25 VRL Budget 17,575,900
Total 23-24 VRL Budget 10,095,700
Budget Change 24/25 vs 23/24 7,480,220
Budget Increase/Decrease 74%
STRATEGIC PRIORITY:
These purchases help accomplish strategic objective 1.2. Fleet division operators maintain public
infrastructure to deliver effective and efficient services by optimizing City assets and resources.
Page 2 City of Clearwater Printed on 6/10/2024
Dept Fund
Cost
Center
Old
Unit Year Old Make/Model Mileage
L/P Replace
L1901
Cash Rplc
94233
Other CIP
L2301/C190
Penny/Police
Dept Cash
(New) Dept Total
New
Year New Make
Customer Service 555 9855 G3960 2013 Ford F150 66,920 34,000 2025 Ford Maverick Crew Cab 2WD Hybrid
Customer Service 555 9885 G4367 2017 Nissan Frontier 78,082 34,000 2025 Ford Maverick Crew Cab 2WD Hybrid
68,000 - - - - 68,000
Public Works 010 1341 G1080 1986 Butler TS410W Trailer na 11,000 2025 Big Tex 14TL-20 Tilt Deck Trailer
Public Works 010 1312 G1210 1991 Duerr 430HCD/Splitter na 2,800 2025 DK2 Woodsplitter
Public Works 010 1341 G1453 1995 Wells Cargo Enclosed Trailer 14,000 2025 Cargo Mate 7 x 16 Enclosed Trailer
Public Works 010 1341 G2448 2001 Odell Predator Trailer 15,100 2025 Cargo Mate 7 x 16 Enclosed Trailer 9k GVWR
Public Works 010 1341 G2604 2002 Wacker Neuson RD11A Roller 27,500 2025 Wacker Neuson RD12L Ride On Roller
Public Works 010 1341 G3794 2012 FREIGHTLINER M2 65,766 228,000 2025 Intl MV607 Asphault Truck
Public Works 010 1341 G3870 2012 Chevrolet 3500 64,706 98,000 2025 Intl CV515 2WD Crew Knapheide Dump
Public Works 010 1341 G3876 2012 GMC 3500 78,596 98,000 2025 Intl CV515 2WD Crew Knapheide Dump
Public Works 419 2090 G4076 2014 Case 590SN Backhoe(tr to marine)2,345 160,000 2025 John Deere 410P Backhoe
Public Works 419 2090 G4282 2016 Jeep Grand Cherokee 88,193 36,000 2025 Ford Maverick Crew Cab 4WD
Public Works 419 2090 G4283 2016 FORD F550 63,876 91,000 2025 Ford F550 Crew 4WD Dump w/Back Pack
Public Works 419 2090 G4492 2018 INTL 7500 Aquatech 29,595 647,000 2025 Freightliner 114SD w/Vac Con V311HN
Public Works 419 2090 G4660 2018 INTL Durastar Vactor 30,678 647,000 2025 Freightliner 114SD w/Vac Con V311HN
Public Works 419 2090 G4688 2019 FREIGHTLINER M2 SWEEPER 36,543 331,000 2025 Freightliner M2/Elgin RegionX Sweeper
Public Works 010 2090 new add 331,000 Freightliner M2/Elgin RegionX Sweeper
Public Works 010 1312 new add 200,000 2024 Ford F550 Altec AT37G
Public Works 010 1341 new add 98,000 2024 Intl CV 515 Reg Cab Knapheide Dump
Public Works 010 1341 new add 75,000 2024 Bobcat S770 Skid Steer
Public Works 010 1341 new add 37,000 2024 Texas Trailer FB3030GVB 102 x 25 Trailer
Public Works 010 1341 new add 61,000 2024 Bobcat PaviJet 7
451,500 42,900 2,714,000 - - 3,208,400
Fire 010 1230 G4518 2018 Chevrolet Suburban 78,593 58,000 2025 Ford F150 Crew Responder
Fire 010 1240 G4419 2017 Chevrolet Suburban 85,496 59,000 2025 Chevrolet Tahoe 4WD-Red
117,000 - - - - 117,000
Bldg & Maintenance 565 6531 G2244 2000 COXCO FLATBED TRAILER na 24,000 2025 Felling FT-12 EZT Drop Deck Trailer
Bldg & Maintenance 565 6531 G3036 2004 JLG PLATFORM LIFT TRAILER na 25,000 2025 Felling FT-20 IT-1 Tilt Drop Deck Trailer
Bldg & Maintenance 565 6531 G3093 2006 Chevrolet 2500 40,414 240,000 2025 Navistar CV515 Mechanics Body
Bldg & Maintenance 565 6531 G3276 2006 JLG 7616 Trailer na 17,000 2025 Felling FT-7-EZT Drop Deck Trailer
Bldg & Maintenance 565 6531 G4304 2016 FORD F250 EXT CAB CNG SVC BDY 67669 56,000 Ford Transit T350
Bldg & Maintenance 565 6531 21704 1996 JLG 2030ES 75,000 2025 JLG ERT4769 Scissor Lift Rough Terrain
Bldg & Maintenance 565 6531 28214 2006 JLG 2030ES 24,000 2025 JLG ES2632 Scissor Lift
Bldg & Maintenance 565 6531 New Add 2025 Ford Transit T-350 DRW 69,000 2025 Ford Transit T350 w/Liftgate
513,000 17,000 - - - 530,000
Fleet 566 6611 G3231 2002 EZ GO Golf Cart 1093 hrs 20,000 2025 Club Car 700 Electric
Fleet 566 6611 NEW ADD - Reassigned 2013 Ford F150 Ext Cab (G3914 from PU)
- 20,000 - - - 20,000
Planning & Development010 1430 G4149 2015 Chevrolet Equinox 83,867 46,000 2025 Toyota Highlander Hybrid
Dept Fund
Cost
Center
Old
Unit Year Old Make/Model Mileage
L/P Replace
L1901
Cash Rplc
94233
Other CIP
L2301/C190
Penny/Police
Dept Cash
(New) Dept Total
New
Year New Make
Planning & Development010 1430 G4240 2016 Chevrolet Equinox 81,610 46,000 2025 Toyota Highlander Hybrid
92,000 - - - - 92,000
Marine & Aviation 435 1371 G3926 2012 Case 580N Backhoe 1,716 2014 Case 590SN Backhoe from PW (G4076)
Marine & Aviation 435 1371 G0486 200,000 Tug Boat and Trailer (ITB)
200,000 - - - - 200,000
Police 010 1131 G2656 2003 Sterling Acterra 42,781 70,000 2025 Swamp Buggy (High Water Vehicle)
Police 010 1131 G4247 2016 Ford Explorer 103,225 48,000 2025 Ford Interceptor Explorer SUV
Police 010 1131 G4255 2016 Ford Explorer 89,555 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4258 2016 Ford Explorer 95,498 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4261 2016 Ford Explorer 81,000 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1129 G4266 2016 Dodge Charger 70,094 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1121 G4352 2017 Nissan Altima 89,849 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4394 2017 Ford Explorer 88,794 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4409 2017 Ford Explorer 82,116 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4410 2017 Ford Explorer 78,832 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4480 2017 Ford F150 (covered)81,677 43,000 2025 Ford F150 Ext Cab
Police 010 1131 G4532 2018 Ford Explorer 87,941 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4539 2018 Ford Explorer 91,237 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4545 2018 Ford Explorer 88,939 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4552 2018 Ford Explorer 95,528 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4672 2018 Ford Taurus 94,094 48,000 2025 Ford Interceptor Explorer SUV White
Police 010 1131 G4897 2020 Polaris Ranger 570 1,092 25,000 2025 Polaris Ranger Crew XP1000 Blue
474,000 - - 336,000 - 810,000
Parks & Rec 010 1868 G2490 2003 Lesco Spreader 14,000 2025 Billy Goat Z3000 Stand On Blower
Parks & Rec 010 1868 G2491 2003 Lesco Spreader 23,000 2025 Z-Spray Max Hopper
Parks & Rec 010 1881 G2601 2002 TORO 44507 turn in no replacement
Parks & Rec 010 1825 G3317 2008 Chevrolet Express Van 36,098 55,000 2025 Ford Transit 15-Passenger
Parks & Rec 010 1883 G3444 2008 Ford F150 63,450 41,000 2025 Ford F150 Reg Cab 2WD
Parks & Rec 010 1885 G3446 2008 Ford F150 54,401 41,000 2025 Ford F150 Reg Cab 2WD
Parks & Rec 010 1881 G3651 2010 Turfco Mete-R-Matic 16,000 2025 Turfco Mete-R-Matic Top Dresser
Parks & Rec 010 1889 G3656 2010 SMITHCO 42-001-D 1705 hrs 31,000 2025 Toro Sand Pro 3040
Parks & Rec 010 1868 G3877 2012 Jacobsen Groommaster 37 hrs 11,000 2025 Toro 30" Stand on Aerator
Parks & Rec 010 1885 G3895 2012 Toro 3280-D 1393 hrs 48,000 2025 Harper Turbo Vac TV60
Parks & Rec 010 1872 G3962 2013 Ford F150 78,635 38,000 2025 Toyota Rav 4 Hybrid
Parks & Rec 010 1885 G4004 2014 Jacobsen Groommaster 2300 hrs 31,000 2025 Toro Sand Pro 3040
Parks & Rec 010 1887 G4005 2014 Jacobsen Groommaster 2659 hrs 31,000 2025 Toro Sand Pro 3040
Parks & Rec 010 1877 G4067 2014 Ford F150 4WD 55,632 56,000 2025 Ford F150 Ext Cab 4WD
Parks & Rec 010 1883 G4175 2015 Jacobsen Groommaster 636 hrs 31,000 2025 Toro Sand Pro 3040
Parks & Rec 010 1863 G4194 2015 Ford F350 2WD 52,623 81,000 2025 Ford F350 Crew Dump 4WD/DRW
Parks & Rec 010 1863 G4195 2015 Ford F350 71,112 81,000 2025 Ford F350 Crew Dump 4WD/DRW
Parks & Rec 010 1867 G4199 2015 Ford F150 86,390 56,000 2025 Ford F150 Ext Cab 4WD
Parks & Rec 010 1863 G4200 2015 Ford F150 80,761 56,000 2025 Ford F250 Crew 4WD
Parks & Rec 010 1863 G4201 2015 Ford F150 EXT CAB 62,585 34,000 2025 Ford Maverick Crew 2WD
Dept Fund
Cost
Center
Old
Unit Year Old Make/Model Mileage
L/P Replace
L1901
Cash Rplc
94233
Other CIP
L2301/C190
Penny/Police
Dept Cash
(New) Dept Total
New
Year New Make
Parks & Rec 010 1863 G4202 2015 Ford F150 EXT CAB 44,267 56,000 2025 Ford F250 Crew 4WD
Parks & Rec 010 1877 G4243 2016 Case 821F Wheel Loader 3693 hts 370,000 2025 Case 821G Z-Bar Front Loader
Parks & Rec 010 1863 G4616 2018 Ford F350 2WD 33,260 81,000 2025 Ford F350 Crew Dump 4WD/DRW
Parks & Rec 010 1869 new add 33,000 2025 Toro Z Master Revolution 60" Electric
Parks & Rec 010 1865 new add 38,000 2025 Toyota Rav 4 Hybrid
Parks & Rec 010 1863 new add 52,000 2025 Ventrac 4520 Tractor
Parks & Rec 010 1865 new add 14,000 2025 Billy Goat Z3000 Stand On Blower
Parks & Rec 010 1863 new add 14,000 2025 Billy Goat Z3000 Stand On Blower
Parks & Rec 010 1877 new add 123,000 2025 Bobcat T770 w/72" Drum Mulcher
Parks & Rec 010 1865 new add 20,000 2025 Club Carry All 710 Electric Cart
Parks & Rec 010 1865 new add 20,000 2025 Club Carry All 710 Electric Cart
Parks & Rec 010 1872 new add 17,500 2025 500 Gal Trailer Mounted Water Tank
Parks & Rec 010 1872 new add 104,000 2025 JLG 450AJ Aerial Lift
Parks & Rec 010 1869 new add 19,000 2025 Multiquip Power Buggy WBH-16F
1,218,000 64,000 369,000 - 85,500 1,736,500
Gas 423 2076 G3641 2011 Ford F250 78,122 48,000 2025 Ford F250 2WD Reg Cab
Gas 423 2066 G3886 2013 Chevrolet 3500 83,443 69,000 2025 Ford F450 2WD Reg Cab SVC Body
Gas 423 2066 G4294 2016 Ford F450 97,010 69,000 2025 Ford F450 2WD Reg Cab SVC Body
Gas 423 2175 G4306 2016 Ford F250 153,123 65,000 2025 Ford F250 4WD Ext Cab SVC Body
Gas 423 2175 G4442 2017 Ford F250 4x4 167,677 54,000 2025 Ford F250 4WD Ext Cab
Gas 423 2175 G4452 2017 Ford F250 4x4 132,226 54,000 2025 Ford F250 4WD Ext Cab
359,000 - - - - 359,000
Public Utilities 421 2051 G3765 2011 Ford F350 76,716 77,000 2025 Ford F450 Ext Cab SVC Body 4WD Lift
Public Utilities 421 1347 G3914 2013 Ford F150 STD 58,580 48,000 2025 Ford F250 Reg Cab SVC Body 4WD
Public Utilities 421 2051 G3917 2013 Ford F150 STD 70,934 65,000 2025 Ford F250 Ext Cab SVC Body 4WD
Public Utilities 421 2051 G3957 2013 Ford F350 95,567 75,000 2025 Ford F450 Ext Cab SVC Body 4WD
Public Utilities 421 2054 G3966 2014 Ford F350 87,088 77,000 2025 Ford F450 Reg Cab SVC Body 2WD
Public Utilities 421 1346 G3972 2013 Ford F450 72,258 77,000 2025 Ford F450 Crew Cab 2WD Dump Truck
Public Utilities 421 1354 G4007 2014 BOBCAT 3200 2462 hrs 19,000 2025 Bobcat UV34
Public Utilities 421 2053 G4041 2014 Ford E150 77,397 49,000 2025 Ford F150 Crew Cab 4WD
Public Utilities 421 2053 G4042 2014 Ford E150 80,415 49,000 2025 Ford F150 Crew Cab 4WD
Public Utilities 421 2054 G4070 2014 Ford F150 4x4 75,952 48,000 2025 Ford F150 Ext Cab 4WD
Public Utilities 421 1346 G4071 2014 Ford F150 100,631 48,000 2025 Ford F150 Ext Cab 4WD
Public Utilities 421 1347 G4177 2016 FORD F550 107,999 134,000 2025 Ford F550 w/Paflinger Crane
Public Utilities 421 2051 G4181 2015 Ford F250 100,518 65,000 2025 Ford F250 EXT Cab SVC Body 4WD
Public Utilities 421 1346 G4502 2018 INTL 7500 Aquatech 34,497 560,000 2025 Freightliner 114SD 2100i Vactor Truck
Public Utilities 421 1346 new add 151,000 2025 Ring O Matic 850-VX Vac Excavator
Public Utilities 421 1346 new add 11,000 11,000 2025 Vestil EPFC-25 Floor Crane
Public Utilities 421 2051 new add 38,000 2025 Toyota Rav Hybrid
Public Utilities 421 2054 new add 20,000 2025 Club Car 700 Electric
1,372,000 19,000 200,000 - 31,000 1,622,000
Solid Waste 424 2082 G4074 2014 Autocar ACX64 ASL-CNG 55,101 509,000 2025 Autocar ACX64 Newway ASL-CNG
Dept Fund
Cost
Center
Old
Unit Year Old Make/Model Mileage
L/P Replace
L1901
Cash Rplc
94233
Other CIP
L2301/C190
Penny/Police
Dept Cash
(New) Dept Total
New
Year New Make
Solid Waste 424 2082 G4075 2014 Autocar ACX64 ASL-CNG 78,686 509,000 2025 Autocar ACX64 Newway ASL-CNG
Solid Waste 424 2082 G4099 2014 Crane Carrier REL CNG 95,541 381,000 2025 Battle Motor Crew Cab REL w/tipper CNG
Solid Waste 424 2082 G4100 2014 Crane Carrier REL CNG 93,081 381,000 2025 Battle Motor Crew Cab REL w/tipper CNG
Solid Waste 424 2082 G4113 2014 Ford F150 4x4 95,081 56,000 2025 Ford F150 Crew Cab 4WD with Liftgate
Solid Waste 424 2082 G4160 2015 Autocar CNG Mini-REL 61,500 358,000 2025 Battle Motor 3 Man REL w/Tipper CNG
Solid Waste 424 2082 G4161 2015 Autocar ACX64 ASL-CNG 74,842 509,000 2025 Autocar ACX64 Newway ASL-CNG
Solid Waste 424 2082 G4162 2015 Autocar ACX64 ASL-CNG 71,952 509,000 2025 Autocar ACX64 Newway ASL-CNG
Solid Waste 424 2082 G4320 2016 Autocar ACX64 ASL-CNG 76,543 509,000 2025 Autocar ACX64 Newway ASL-CNG
Solid Waste 424 2082 G4321 2016 Autocar ACX64 ASL-CNG 57,461 509,000 2025 Autocar ACX64 Newway ASL-CNG
Solid Waste 424 2082 G4322 2016 Autocar ACX64 ASL-CNG 68,788 509,000 2025 Autocar ACX64 Newway ASL-CNG
Solid Waste 424 2082 G4323 2016 Autocar ACX64 ASL-CNG 63,476 509,000 2025 Autocar ACX64 Newway ASL-CNG
Solid Waste 424 2087 G4188 2015 Ford Transit 88,544 58,000 2025 Ford Transit T350 DRW
Solid Waste 424 2083 G4465 2017 Peterbilt 320 FEL 109,325 477,000 2025 Autocar ACX CNG FEL-CNG
Solid Waste 424 2083 G4466 2017 Peterbilt 320 FEL 99,984 477,000 2025 Autocar ACX CNG FEL-CNG
Solid Waste 424 2083 G4467 2017 Peterbilt 320 FEL 99,634 477,000 2025 Autocar ACX CNG FEL-CNG
Solid Waste 424 2084 G3976 2014 Peterbilt 384 Tractor 135,515 282,000 2025 Peterbilt 384 CNG Tractor
Solid Waste 424 2084 G3977 2014 Peterbilt 384 Tractor 140,915 282,000 2025 Peterbilt 384 CNG Tractor
Solid Waste 424 2088 G4223 2015 Toyota Camry 96,784 38,000 2025 Toyota RAV Hybrid
Recycling 426 2042 G4169 2015 Crane Carrier MF Truck-CNG 81,747 358,000 2025 Battle Motor 3 Man REL w/Tipper CNG
Recycling 426 2042 G4455 2017 Crane Carrier MF Truck-CNG 76,777 358,000 2025 Battle Motor 3 Man REL w/Tipper CNG
Solid Waste 424 2089 new 379,000 2025 Kenworth T880 RO CNG
Solid Waste 424 2089 new 379,000 2025 Kenworth T880 RO CNG
8,055,000 - 758,000 - - 8,813,000
12,919,500 162,900 4,041,000 336,000 116,500 17,575,900
010 General Fund 2,352,500 L/P
421 Public Utilities 1,372,000 L/P
423 Gas 359,000 L/P
424 Solid Waste 7,339,000 L/P
426 Recycling 716,000 L/P
432 Marina 200,000 L/P
555 Customer Service/IT 68,000 L/P
565 General Services 513,000 L/P
12,919,500
336,000 Cash/CIP
162,900 Cash/CIP
85,500 Cash/Operating
31,000 Cash/Operating
2,243,000 Cash/CIP
471,000 L/P
200,000 L/P
369,000 L/P
- L/PMarine & Aviation (L2301)
W&S Fund - Public Utilties Operating
Stormwater Fund - Stormwater CIP (C1908)
Public Works (L2301)
Public Utilities (L2301)
Parks (L2301)
Total Replacements L/P
Penny/Police (94238)
Garage Fund-Motorize Equip (94233)
General Fund - Parks Operating
Dept Fund
Cost
Center
Old
Unit Year Old Make/Model Mileage
L/P Replace
L1901
Cash Rplc
94233
Other CIP
L2301/C190
Penny/Police
Dept Cash
(New) Dept Total
New
Year New Make
758,000 L/P
4,656,400
17,575,900
Total 24/25 Vehicle Replacement Budget 17,575,900
Total for 23/24 Vehicle Replacement Budget 10,095,700
Budget Change 24/25 vs 23/24 7,480,200
Budget Increase/Decrease 74%
Solid Waste Fund (L2301)
Total Other CIP and Operating
GRAND TOTAL:
2024 Model Year FLORIDA Price Schedule
CONTRACT # 091521-NAF &
060920-NAF
5330 US HWY 27 SOUTH, SEBRING FL 33870
863-402-4234
chris.wilson@alanjay.com
July 2023 Market Update: Is there light at the end of
the tunnel?
With the open of 2024 order banks, the auto industry appears to be emerging
from the global supply chain shortages. We are being provided a positive outlook
by some of our manufacturers while others are having a more difficult time.
o Toyota – Good allocation for full product line of 2024 vehicles, pricing to be
released in August/September.
o Nissan – Good allocation for full product line of 2024 vehicles, all pricing is
currently available
o Ford – Good allocation for full product lie of 2024 vehicles, all pricing is currently
available. Every vehicle order will have to be approved through the Ford Order
Verification Program (FOVP). This requires a signed quote and Letter of Intent or
a Signed PO for every order placed.
o Stellantis (Chrysler, Dodge, JEEP, RAM) – We will have limited offerings, but most
pricing is currently available. Unfortunately, we will not have access to Promaster
nor 3500/4500/5500 Chassis for municipal fleet once again for 2024 production.
o General Motors – The entire product line from GM is on what has been termed
controlled allocation. This is unprecedented ideology in municipal fleet as we
have never worried about allocation. As GM’s largest volume municipal dealer in
the US, Alan Jay is working diligently to obtain as much allocation as possible to
fill your agency’s needs. Though many GM vehicles have pricing released for
2024, we are still awaiting others.
The following is listing of 2024 production vehicles and associated equipment in
conformance with our Sourcewell bid award. Please note that all models listed are
not currently available & those without pricing indicated have yet to be published.
Updates with additional pricing will follow.
“Strive not to be a success, but rather to be of value.” – Albert Einstein.
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2024 CC10706 1FL 9C1 2024 CHEVY TAHOE POLICE 2WD $52,445 $49,721
2 2024 CK10706 1FL 9C1 2024 CHEVY TAHOE POLICE 4WD $55,445 $52,733
3 2024 CK10543 1WT 9C1 2024 CHEVY SILVERADO 1500 CREW CAB POLICE PACKAGE 4WD 5.5' BED WORK TRUCK 147''WB TBA TBA
4 2024 CK10706 1FL 5W4 2024 CHEVY TAHOE SPECIAL SERVICE 4WD $54,745 $51,790
5 2024 CK10543 1WT 5W4 2024 CHEVY SILVERADO 1500 CREW CAB SPECIAL SERVICE 4WD 5.5' BED WORK TRUCK 147''WB TBA TBA
6 2024 1ZC69 1FL 2024 CHEVY MALIBU 1FL $24,700 $24,271
7 2024 1ZD69 1LT 2024 CHEVY MALIBU 1LT $28,100 $27,734
8 2024 1DR48 1SB 2024 CHEVY SPARK LS CVT TBA TBA
9 2024 1DS48 1LT 2024 CHEVY SPARK 1LT CVT TBA TBA
10 2024 1TR58 2024 CHEVY TRAX 1LS 2WD $20,400 $21,355
11 2024 1TU58 2024 CHEVY TRAX 1LT 2WD $22,300 $23,290
12 2024 1TR56 2024 CHEVY TRAIL BLAZER 1LS 2WD $23,100 $23,190
13 2024 1TV56 2024 CHEVY TRAIL BLAZER 1LS 4WD $25,100 $25,228
14 2024 1XP26 1LS 2024 CHEVY Equinox 2WD LS $26,600 $25,375
15 2024 1XP26 1FL 2024 CHEVY Equinox 2WD 1FL $26,850 $25,626
16 2024 1XR26 1LT 2024 CHEVY Equinox 2WD 1LT $29,495 $28,292
17 2024 1XR26 2FL 2024 CHEVY Equinox 2WD 2FL $28,150 $26,936
18 2024 1XS26 1LZ 2024 CHEVY Equinox 2WD PREMIER $31,800 $30,615
19 2024 1XX26 1LS 2024 CHEVY Equinox AWD LS $28,200 $26,987
20 2024 1XX26 1FL 2024 CHEVY Equinox AWD 1FL $28,450 $27,239
21 2024 1XY26 1LT 2024 CHEVY Equinox AWD LT $31,095 $29,904
22 2024 1XY26 2FL 2024 CHEVY Equinox AWD 2FL $29,750 $28,549
23 2024 1XZ26 1LZ 2024 CHEVY Equinox AWD PREMIER $33,400 $32,228
24 2024 1MF26 9C3 2024 CHEVY BLAZER EV 2FL 9C3 AWD Detective Police Package $55,600 $56,040
25 2024 1MF26 9C1 2024 CHEVY BLAZER EV 2FL 9C1 AWD Marked Police Package $56,000 $56,432
26 2024 1MC26 2024 CHEVY BLAZER EV LT AWD $48,800 $47,274
27 2024 1MD26 2024 CHEVY BLAZER EV RS AWD $53,200 $52,615
28 2024 1NK26 2024 CHEVY BLAZER 2LT FWD $35,400 $34,616
29 2024 1NL26 2024 CHEVY BLAZER RS FWD $42,800 $42,075
30 2024 1NR26 2024 CHEVY BLAZER 2LT AWD $38,100 $37,338
31 2024 1NS26 2024 CHEVY BLAZER RS AWD $45,700 $44,998
32 2024 1LE56 1LS 2024 CHEVY TRAVERSE 2WD LS $37,600 $36,156
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
33 2024 1LE56 1FL 2024 CHEVY TRAVERSE 2WD 1FL $38,100 $36,661
34 2024 1LB56 1LT 2024 CHEVY TRAVERSE 2WD 1LT $40,000 $38,575
37 2024 1LE56 2LS AWD 2024 CHEVY TRAVERSE AWD LS $39,600 $38,173
40 2024 1LB56 2LT AWD 2024 CHEVY TRAVERSE AWD LT $42,000 $40,592
42 2024 CC10706 1FL 2024 CHEVY TAHOE 2WD COMMERCIAL 2WD 1FL TBA TBA
43 2024 CC10706 1LS 2024 CHEVY TAHOE 2WD 1LS $58,195 $55,511
44 2024 CC10706 1LT 2024 CHEVY TAHOE 2WD 1LT TBA TBA
45 2024 CC10706 RST 2024 CHEVY TAHOE 2WD RST TBA TBA
46 2024 CC10706 1LZ 2024 CHEVY TAHOE 2WD 1LZ PREMIER TBA TBA
47 2024 CK10706 1FL 2024 CHEVY TAHOE COMMERCIAL 4WD 1FL TBA TBA
48 2024 CK10706 1LS 2024 CHEVY TAHOE 4WD 1LS $61,195 $58,508
49 2024 CK10706 1LT 2024 CHEVY TAHOE 4WD 1LT $66,695 $63,997
50 2024 CK10706 2Z7 2024 CHEVY TAHOE 4WD Z71 TBA TBA
51 2024 CK10706 1SP 2024 CHEVY TAHOE 4WD RST TBA TBA
52 2024 CK10706 1LZ 2024 CHEVY TAHOE 4WD 1LZ PREMIER TBA TBA
53 2024 CC10906 1FL 2024 CHEVY SUBURBAN 1500 COMMERCIAL 2WD $59,595 $56,939
54 2024 CC10906 1LS 2024 CHEVY SUBURBAN 1500 2WD 1LS $64,195 $61,535
55 2024 CC10906 1LT 2024 CHEVY SUBURBAN 1500 2WD 1LT TBA TBA
56 2024 CC10906 1SP 2024 CHEVY SUBURBAN 1500 2WD RST TBA TBA
57 2024 CC10906 1LZ 2024 CHEVY SUBURBAN 1500 2WD 1LZ PREMIER TBA TBA
58 2024 CK10906 1FL 2024 CHEVY SUBURBAN 1500 COMMERCIAL 4WD $62,595 $59,937
59 2024 CK10906 1LS 2024 CHEVY SUBURBAN 1500 4WD 1LS $64,195 $61,535
60 2024 CK10906 1LT 2024 CHEVY SUBURBAN 1500 4WD 1LT TBA TBA
61 2024 CK10906 2Z7 2024 CHEVY SUBURBAN 1500 4WD Z71 TBA TBA
62 2024 CK10906 RST 2024 CHEVY SUBURBAN 1500 4WD RST TBA TBA
63 2024 CK10906 1LZ 2024 CHEVY SUBURBAN 1500 4WD 1LZ PREMIER TBA TBA
64 2024 CG23406 1LS 2024 CHEVY EXPRESS PASSENGER 2500 1LS 135"WB (12-PASSENGER BASE)$44,900 $42,453
65 2024 CG23406 1LT 2024 CHEVY EXPRESS PASSENGER 2500 1LT 135"WB (12-PASSENGER BASE)$47,000 $44,469
66 2024 CG33406 1LS 2024 CHEVY EXPRESS PASSENGER 3500 1LS 135"WB (12-PASSENGER BASE)$46,100 $43,200
67 2024 CG33406 1LT 2024 CHEVY EXPRESS PASSENGER 3500 1LT 135"WB (12-PASSENGER BASE)$47,800 $44,832
68 2024 CG33706 1LS 2024 CHEVY EXPRESS PASSENGER 3500 1LS 155"WB (12-PASSENGER BASE)$46,900 $44,425
69 2024 CG33706 1LT 2024 CHEVY EXPRESS PASSENGER 3500 1LT 155"WB (12-PASSENGER BASE)$48,600 $46,057
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
70 2024 CG23405 2024 CHEVY EXPRESS CARGO 2500 135" WB (NO REAR GLASS)$40,700 $38,530
71 2024 CG23705 2024 CHEVY EXPRESS CARGO 2500 155" WB (NO REAR GLASS)$42,600 $40,403
72 2024 CG33405 2024 CHEVY EXPRESS CARGO 3500 135" WB (NO REAR GLASS)$43,800 $41,150
73 2024 CG33705 2024 CHEVY EXPRESS CARGO 3500 155" WB (NO REAR GLASS)$44,600 $41,939
74 2024 CG33503 1WT 2024 CHEVY EXPRESS COMMERCIAL 3500 SRW CUTAWAY 139"WB 9,900 GVWR $36,500 $33,952
75 2024 CG33803 1WT 2024 CHEVY EXPRESS COMMERCIAL 3500 CUTAWAY 1WT 159"WB 10,050 GVWR $38,500 $35,924
76 2024 CG33903 1WT 2024 CHEVY EXPRESS COMMERCIAL 3500 CUTAWAY 1WT 177"WB 12,300 GVWR $38,200 $35,628
77 2024 CG33803 2WT 2024 CHEVY EXPRESS COMMERCIAL 4500 CUTAWAY 2WT 159"WB 14,200 GVWR $40,800 $38,192
78 2024 CG33903 2WT 2024 CHEVY EXPRESS COMMERCIAL 4500 CUTAWAY 2WT 177"WB 14,200 GVWR $41,000 $38,389
79 2024 12M53 2WT 2024 CHEVY COLORADO EXTENDED CAB 2WD 6' BED WORK TRUCK 128.3"WB TBA TBA
80 2024 12N53 2LT 2024 CHEVY COLORADO EXTENDED CAB 2WD 6' BED LT 128.3" WB TBA TBA
81 2024 12M53 4WT 2024 CHEVY COLORADO EXTENDED CAB 4WD 6' BED WORK TRUCK 128.3" WB TBA TBA
82 2024 12N53 4LT 2024 CHEVY COLORADO EXTENDED CAB 4WD 6' BED LT 128.3" WB TBA TBA
83 2024 12P53 Z71 2024 CHEVY COLORADO EXTENDED CAB 4WD 6' BED Z71 128.3" WB TBA TBA
84 2024 14C43 2WT 2024 CHEVY COLORADO CREW CAB 2WD 5' BED WORK TRUCK 131.36"WB $31,095 $30,559
85 2024 12N43 2LT 2024 CHEVY COLORADO CREW CAB 2WD 5' BED LT 128.3"WB TBA TBA
86 2024 14C43 4WT 2024 CHEVY COLORADO CREW CAB 4WD 5' BED WORK TRUCK 131.36"WB $34,395 $33,884
87 2024 12N43 4LT 2024 CHEVY COLORADO CREW CAB 4WD 5' BED LT 128.3"WB TBA TBA
88 2024 12P43 Z71 2024 CHEVY COLORADO CREW CAB 4WD 5' BED Z71 128.3" WB TBA TBA
89 2024 12T43 2WT 2024 CHEVY COLORADO CREW CAB 2WD 6' BED WORK TRUCK 140.5"WB TBA TBA
90 2024 12U43 2LT 2024 CHEVY COLORADO CREW CAB 2WD 6' BED LT 140.5"WB TBA TBA
91 2024 12T43 4WT 2024 CHEVY COLORADO CREW CAB 4WD 6' BED WORK TRUCK 140.5"WB TBA TBA
92 2024 12U43 4LT 2024 CHEVY COLORADO CREW CAB 4WD 6' BED LT 140.5"WB TBA TBA
93 2024 12V43 Z71 2024 CHEVY COLORADO CREW CAB 4WD 6' BED Z71 140.5 WB TBA TBA
94 2024 CT35843 2024 CHEVY Silverado EV 3WT $72,905 $77,244
95 2024 CT35843 4WT 2024 CHEVY Silverado EV 4WT $77,905 $82,387
96 2024 CC10703 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 2WD 6.5' BED WORK TRUCK 126'' WB $36,800 $38,025
97 2024 CK10703 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 4WD 6.5' BED WORK TRUCK 126'' WB $41,400 $42,041
98 2024 CC10903 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 2WD 8' BED WORK TRUCK 140" WB $37,000 $38,228
99 2024 CK10903 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 4WD 8' BED WORK TRUCK 140" WB $41,600 $42,244
100 2024 CC10753 1WT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 2WD 6.5' BED WORK TRUCK 147"WB $40,100 $39,412
101 2024 CC10753 1CX 2024 CHEVY SILVERADO 1500 DOUBLE CAB 2WD 6.5' BED 1CX 147"WB $43,600 $42,491
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
102 2024 CC10753 1LT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 2WD 6.5' BED 1LT 147"WB $48,000 $46,388
103 2024 CK10753 1WT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 4WD 6.5' BED WORK TRUCK 147"WB $43,400 $42,109
104 2024 CK10753 1CX 2024 CHEVY SILVERADO 1500 DOUBLE CAB 4WD 6.5' BED 1CX 147"WB $46,900 $45,152
105 2024 CK10753 1LT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 4WD 6.5' BED 1LT 147"WB $50,100 $47,820
106 2024 CC10543 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED WORK TRUCK 147"WB $42,500 $41,741
107 2024 CC10543 1CX 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED 1CX 147"WB $45,900 $44,693
108 2024 CC10543 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED 1LT 147"WB $50,400 $48,664
109 2024 CC10543 1LZ 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED LTZ 147"WB $57,200 $55,421
110 2024 CK10543 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED WORK TRUCK 147"WB $45,800 $44,438
111 2024 CK10543 1CX 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED 1CX 147"WB $49,300 $47,454
112 2024 CK10543 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED 1LT 147"WB $53,700 $51,288
113 2024 CK10543 1LZ 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED 147"WB $60,500 $58,046
114 2024 CC10743 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 6.5' BED WORK TRUCK 157"WB $42,800 $42,045
115 2024 CC10743 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 6.5' BED 1LT 157"WB $50,700 $48,962
116 2024 CK10743 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 6.5' BED WORK TRUCK 157"WB $46,100 $44,742
117 2024 CK10743 1CX 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 6.5' BED 1CX 157"WB $52,100 $50,266
118 2024 CK10743 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 6.5' BED 1LT 157"WB $54,000 $51,586
119 2024 CC20903 1WT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 2WD 8' BED WORK TRUCK $43,400 $43,208
120 2024 CC20903 1LT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 2WD 8' BED 1LT $47,400 $46,687
121 2024 CK20903 1WT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 4WD 8' BED WORK TRUCK $46,200 $45,350
122 2024 CK20903 1LT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 4WD 8' BED 1LT $50,200 $48,800
123 2024 CC20753 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 6.5' BED WORK TRUCK $45,100 $43,706
124 2024 CC20753 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 6.5' BED 1LT $49,400 $47,464
125 2024 CK20753 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 6.5' BED WORK TRUCK $47,900 $45,849
126 2024 CK20753 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 6.5' BED 1LT $52,200 $49,576
127 2024 CC20953 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 8' BED WORK TRUCK $45,300 $43,906
128 2024 CC20953 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 8' BED 1LT $49,600 $47,661
129 2024 CK20953 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 8' BED WORK TRUCK $48,100 $46,049
130 2024 CK20953 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 8' BED 1LT $52,400 $49,774
131 2024 CC20743 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 6.5' BED WORK TRUCK $46,900 $45,723
132 2024 CC20743 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 6.5' BED 1LT $51,200 $49,461
133 2024 CK20743 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 6.5' BED WORK TRUCK $49,700 $47,867
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
134 2024 CK20743 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 6.5' BED 1LT $54,000 $51,573
135 2024 CC20943 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 8' BED WORK TRUCK $47,100 $45,923
136 2024 CC20943 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 8' BED 1LT $51,400 $49,658
137 2024 CK20943 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 8' BED WORK TRUCK $49,900 $48,066
138 2024 CK20943 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 8' BED 1LT $53,900 $51,475
139 2024 CC30903 1WT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD SRW 8' BED WORK TRUCK $44,600 $44,406
140 2024 CC30903 1LT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD SRW 8' BED 1LT $48,600 $47,873
141 2024 CK30903 1WT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD SRW 8' BED WORK TRUCK $47,400 $46,550
142 2024 CK30903 1LT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD SRW 8' BED 1LT $51,400 $49,986
143 2024 CC30953 1WT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD SRW 8' BED WORK TRUCK $46,500 $45,105
144 2024 CC30953 1LT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD SRW 8' BED 1LT $50,800 $48,847
145 2024 CK30953 1WT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD SRW 8' BED WORK TRUCK $49,300 $47,248
146 2024 CK30953 1LT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD SRW 8' BED 1LT $53,600 $50,960
147 2024 CC30743 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 6.5' BED WORK TRUCK $48,100 $46,922
148 2024 CC30743 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 6.5' BED 1LT $52,400 $50,647
149 2024 CK30743 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 6.5' BED WORK TRUCK $50,900 $49,065
150 2024 CK30743 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 6.5' BED 1LT $55,200 $52,759
151 2024 CC30943 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 8' BED WORK TRUCK $48,300 $47,121
152 2024 CC30943 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 8' BED 1LT $52,600 $50,844
153 2024 CK30943 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 8' BED WORK TRUCK $51,100 $49,265
154 2024 CK30943 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 8' BED 1LT $55,400 $52,957
155 2024 CC30903 1WT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD DRW 8' BED WORK TRUCK $45,800 $45,605
156 2024 CC30903 1LT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD DRW 8' BED 1LT $50,000 $49,257
157 2024 CK30903 1WT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD DRW 8' BED WORK TRUCK $48,600 $47,749
158 2024 CK30903 1LT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD DRW 8' BED 1LT $52,800 $51,369
159 2024 CC30953 1WT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD DRW 8' BED WORK TRUCK $47,700 $46,304
160 2024 CC30953 1LT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD DRW 8' BED 1LT $52,200 $50,231
161 2024 CK30953 1WT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD DRW 8' BED WORK TRUCK $50,500 $48,448
162 2024 CK30953 1LT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD DRW 8' BED 1LT $55,000 $52,343
163 2024 CC30943 1WT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD DRW 8' BED WORK TRUCK $49,500 $48,320
164 2024 CC30943 1LT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD DRW 8' BED 1LT $54,000 $52,228
165 2024 CK30943 1WT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD DRW 8' BED WORK TRUCK $52,300 $50,464
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
166 2024 CK30943 1LT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD DRW 8' BED 1LT $56,800 $54,340
167 2024 CC31003 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $43,700 $43,399
168 2024 CC31003 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 60"CA 1LT $47,800 $46,973
169 2024 CK31003 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $46,500 $45,541
170 2024 CK31003 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 60"CA 1LT $50,600 $49,086
171 2024 CC31403 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 84"CA WORK TRUCK $43,900 $43,598
172 2024 CC31403 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 84"CA 1LT $48,000 $47,171
173 2024 CK31403 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 84"CA WORK TRUCK $46,700 $45,741
174 2024 CK31403 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 84"CA 1LT $50,800 $49,284
175 2024 CC31043 1WT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $47,400 $46,550
176 2024 CC31043 1LT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 2WD DRW 60"CA 1LT $51,800 $50,381
177 2024 CK31043 1WT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $50,200 $48,693
178 2024 CK31043 1LT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW 60"CA 1LT $54,600 $52,493
179 2024 CP11003 2024 CHEVY 3500 HG LCF L8T GAS 109" WB REGULAR CAB 86.5"CA $54,315 $46,838
180 2024 CP12003 2024 CHEVY 3500 HG LCF L8T GAS 132.5" WB REGULAR CAB 110"CA $55,175 $47,560
181 2024 CP13003 2024 CHEVY 3500 HG LCF L8T GAS 150" WB REGULAR CAB 127.50"CA $56,390 $48,579
182 2024 CP14003 2024 CHEVY 3500 HG LCF L8T GAS 176" WB REGULAR CAB 153.5"CA $57,055 $49,137
183 2024 CP31003 2024 CHEVY 4500 HG LCF L8T GAS 109" WB REGULAR CAB 86.5"CA $57,140 $49,208
184 2024 CP32003 2024 CHEVY 4500 HG LCF L8T GAS 132.5" WB REGULAR CAB 110"CA $57,995 $49,925
185 2024 CP33003 2024 CHEVY 4500 HG LCF L8T GAS 150" WB REGULAR CAB 127.5"CA $59,200 $50,936
186 2024 CP34003 2024 CHEVY 4500 HG LCF L8T GAS 176" WB REGULAR CAB 153.5"CA $59,860 $51,490
187 2024 CP52003 2024 CHEVY 5500 HG LCF L8T GAS 132.5'' WB REGULAR CAB 110''CA $62,600 $53,839
188 2024 CP13043 2024 CHEVY 3500 HG LCF L8T GAS 150" WB CREW CAB 88.5"CA $62,690 $53,864
189 2024 CP14043 2024 CHEVY 3500 HG LCF L8T GAS 176" WB CREW CAB 114.5"CA $63,355 $54,421
190 2024 CP53003 2024 CHEVY 5500 HG LCF L8T GAS 150'' WB REG CAB 127.5'' CA $64,030 $54,988
191 2024 CP62003 2024 CHEVY 5500 XG LCF L8T GAS 132.5'' WB REG CAB 110'' CA $64,230 $55,156
192 2024 CP54003 2024 CHEVY 5500 HG LCF L8T GAS 176'' WB REG CAB 153.5'' CA $64,775 $55,612
193 2024 CP33043 2024 CHEVY 4500 HG LCF L8T GAS 150" WB CREW CAB 88.5"CA $65,505 $56,225
194 2024 CP63003 2024 CHEVY 5500 XG LCF L8T GAS 150'' WB REG CAB 127.5'' CA $65,605 $56,309
195 2024 CP34043 2024 CHEVY 4500 HG LCF L8T GAS 176" WB CREW CAB 114.5"CA $66,160 $56,774
196 2024 CP64003 2024 CHEVY 5500 XG LCF L8T GAS 176'' WB REG CAB 153.5'' CA $66,350 $56,934
197 2025 CT31003 2025 CHEVY 4500HD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
198 2025 CT32003 2025 CHEVY 4500HD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA
199 2025 CT33003 2025 CHEVY 4500HD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA
200 2025 CT34003 2025 CHEVY 4500HD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA
201 2025 CT41003 2025 CHEVY 4500XD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA
202 2025 CT42003 2025 CHEVY 4500XD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA
203 2025 CT43003 2025 CHEVY 4500XD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA
204 2025 CT44003 2025 CHEVY 4500XD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA
205 2025 CT51003 2025 CHEVY 5500HD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA
206 2025 CT52003 2025 CHEVY 5500HD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA
207 2025 CT33043 2025 CHEVY 4500HD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA
208 2025 CT53003 2025 CHEVY 5500HD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA
209 2025 CT34043 2025 CHEVY 4500HD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA
210 2025 CT54003 2025 CHEVY 5500HD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA
211 2025 CT61003 2025 CHEVY 5500XD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA
212 2025 CT43043 2025 CHEVY 4500XD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA
213 2025 CT62003 2025 CHEVY 5500XD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA
214 2025 CT63003 2025 CHEVY 5500XD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA
215 2025 CT44043 2025 CHEVY 4500XD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA
216 2025 CT64003 2025 CHEVY 5500XD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA
217 2025 CT53043 2025 CHEVY 5500HD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA
218 2025 CT55003 2025 CHEVY 5500HD LCF DIESEL 200" WB REGULAR CAB 177.5"CA TBA TBA
219 2025 CT54043 2025 CHEVY 5500HD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA
220 2025 CT63043 2025 CHEVY 5500XD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA
221 2025 CT65003 2025 CHEVY 5500XD LCF DIESEL 200" WB REGULAR CAB 177.5"CA TBA TBA
222 2025 CT66003 2025 CHEVY 5500XD LCF DIESEL 212" WB REGULAR CAB 189.5"CA TBA TBA
223 2025 CT64043 2025 CHEVY 5500XD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA
224 2025 CT73203 2025 CHEVY 6500XD LCF DIESEL 152" WB REGULAR CAB 127"CA TBA TBA
225 2025 CT73903 2025 CHEVY 6500XD LCF DIESEL 170" WB REGULAR CAB 145"CA TBA TBA
226 2025 CT74503 2025 CHEVY 6500XD LCF DIESEL 188" WB REGULAR CAB 163"CA TBA TBA
227 2025 CT75003 2025 CHEVY 6500XD LCF DIESEL 200" WB REGULAR CAB 175"CA TBA TBA
228 2025 CT76003 2025 CHEVY 6500XD LCF DIESEL 212" WB REGULAR CAB 187"CA TBA TBA
229 2025 CT76503 2025 CHEVY 6500XD LCF DIESEL 224" WB REGULAR CAB 199"CA TBA TBA
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
230 2025 CT77603 2025 CHEVY 6500XD LCF DIESEL 236" WB REGULAR CAB 211"CA TBA TBA
231 2025 CT78803 2025 CHEVY 6500XD LCF DIESEL 248" WB REGULAR CAB 223"CA TBA TBA
232 2024 CC56403 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 2WD 1WT 60"CA $59,535 $57,170
233 2024 CC56403 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 2WD 1LT 60"CA $63,785 $61,406
234 2024 CK56403 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 4WD 1WT 84"CA $62,535 $60,160
235 2024 CK56403 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 4WD 1LT 84"CA $66,785 $64,397
236 2024 CC56043 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 2WD 1WT 60"CA $63,155 $60,779
237 2024 CC56043 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 2WD 1LT 60"CA $68,405 $66,013
238 2024 CK56043 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 4WD 1WT 60"CA $66,655 $64,269
239 2024 CK56043 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 4WD 1LT 60"CA $72,105 $69,701
240 2024 CC56403 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 2WD 1WT 60" CA $60,635 $57,134
241 2024 CC56403 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 2WD 1LT 60" CA $64,885 $61,371
242 2024 CK56403 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 4WD 1WT 84" CA $63,635 $60,126
243 2024 CK56403 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 4WD 1LT 84" CA $67,885 $64,363
244 2024 CC56043 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 2WD 1WT 60" CA $64,255 $60,744
245 2024 CC56043 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 2WD 1LT 60" CA $69,505 $65,977
246 2024 CK56043 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 4WD 1WT 60" CA $67,755 $64,233
247 2024 CK56043 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 4WD 1LT 60" CA $73,205 $69,666
248 2024 CC56403 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 2WD 1WT 60" CA $64,820 $60,061
249 2024 CC56403 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 2WD 1LT 60" CA $69,070 $64,298
250 2024 CK56403 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 4WD 1WT 84" CA $67,820 $63,052
251 2024 CK56403 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 4WD 1LT 84" CA $72,070 $67,288
252 2024 CC56043 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 2WD 1WT 60" CA $68,440 $63,670
253 2024 CC56043 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 2WD 1LT 60" CA $73,690 $68,904
254 2024 CK56043 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 4WD 1WT 60" CA $71,940 $67,160
255 2024 CK56043 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 4WD 1LT 60" CA $77,390 $72,593
CHEVY
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2024 LXCH48 2EE 2024 CHRYSLER 300 TOURING RWD -V6- TBA TBA
2 2024 LXFH48 2EE 2024 CHRYSLER 300 TOURING AWD -V6- TBA TBA
3 2024 LXCL48 2EG 2024 CHRYSLER 300 S RWD -V6- TBA TBA
4 2024 LXCL48 26J 2024 CHRYSLER 300 S RWD -V8-TBA TBA
5 2024 RUCH53 27L 2024 CHRYSLER PACIFICA TOURING $43,280 $44,598
6 2024 RUET53 2EP 2024 CHRYSLER PACIFICA HYBRID SELECT $54,090 $55,794
CHRYSLER
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2024 LDDE48 26A 2024 DODGE CHARGER POLICE V8 RWD TBA TBA
2 2024 LDEE48 28A 2024 DODGE CHARGER POLICE V6 AWD TBA TBA
3 2024 WDEE75 2BZ 2024 DODGE DURANGO POLICE PURSUIT VEHICLE V6 AWD $44,670 $41,445
4 2024 WDEE75 22Z 2024 DODGE DURANGO POLICE PURSUIT VEHICLE V8 AWD $47,785 $44,318
5 2024 LADH22 2EA 2024 DODGE CHALLENGER SXT V6 TBA TBA
6 2024 LADP22 28H 2024 DODGE CHALLENGER R/T 5.7L V8 HEMI TBA TBA
7 2024 LDDM48 2EG 2024 DODGE CHARGER SXT RWD V6 TBA TBA
8 2024 LDDS48 2EH 2024 DODGE CHARGER GT RWD 3.6L V6 TBA TBA
9 2024 LDDP48 29N 2024 DODGE CHARGER R/T RWD 5.7L V8 HEMI TBA TBA
10 2024 LDES48 28H 2024 DODGE CHARGER SXT AWD V6 TBA TBA
11 2024 WDDL75 2BA 2024 DODGE DURANGO SXT TBA TBA
12 2024 WDEL75 2BA 2024 DODGE DURANGO SXT AWD TBA TBA
DODGE
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2025 K8A 99B 44U 2025 FORD POLICE INTERCEPTOR UTILITY - AWD - 3.3L V6 $48,910 $46,121
2 2025 K8A 99W 44B 2025 FORD POLICE INTERCEPTOR UTILITY - AWD - 3.3L V6 HYBRID $50,165 $48,801
3 2025 K8A 99C 44U 2025 FORD POLICE INTERCEPTOR UTILITY - AWD - 3.0L EcoBoost $51,740 $49,700
4 2024 W1P 2024 FORD F-150 POLICE RESPONDER CREW CAB 4WD XL $53,190 $49,621
5 2024 W1S 2024 FORD FORD F-150 SUPER CREW CAB XL 157''WB SSV 2WD $49,275 $44,780
6 2024 W1T 2024 FORD FORD F-150 SUPER CREW CAB XL 157''WB SSV 4WD $52,785 $48,158
7 2024 U1F 102A 2024 FORD EXPEDITION XL SSV $56,070 $51,332
8 2024 U1G 102A 2024 FORD EXPEDITION XL 4WD SSV $59,120 $54,283
9 2024 K1F 102A 2024 FORD EXPEDITION MAX XL SSV $58,910 $54,105
10 2024 K1G 102A 2024 FORD EXPEDITION MAX XL 4WD SSV $61,960 $57,057
11 2024 K4G 2024 FORD EDGE SE AWD $40,440 $37,472
12 2024 K4J 2024 FORD EDGE SEL AWD $41,840 $38,442
13 2024 P8T 44U 2024 FORD MUSTANG 2.3L ECOBOOST (WITH 44U - AUTO TRANS)$32,515 $31,572
14 2024 P8C 44U 2024 FORD MUSTANG GT 5.0L V8 FASTBACK (WITH 44U - AUTO TRANS)$44,685 $42,819
15 2024 K1R 2024 FORD MUSTANG MACH-E SELECT $44,795 $48,518
16 2024 K3R 2024 FORD MUSTANG MACH-E PREMIUM $48,795 $52,841
17 2024 K1S 2024 FORD MUSTANG MACH-E SELECT AWD $47,795 $51,760
18 2024 K3S 2024 FORD MUSTANG MACH-E PREMIUM AWD $51,795 $56,083
19 2024 U0F 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE S $29,495 $28,093
20 2024 U0G 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE $30,840 $29,116
21 2024 U0E 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE PHEV TBA TBA
22 2024 U0B 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE BHEV TBA TBA
23 2024 U9F 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE S AWD TBA TBA
24 2024 U9G 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE AWD $33,010 $31,256
25 2024 U9B 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE FHEV AWD TBA TBA
26 2024 R9A 2024 FORD BRONCO SPORT BASE 4WD $32,790 $32,130
27 2024 R9B 2024 FORD BRONCO SPORT BIG BEND 4WD $34,805 $33,834
28 2024 E5C 101A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BASE 2 DOOR ADVANCED 4WD TBA TBA
29 2024 E5C 221A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BIG BEND 2 DOOR ADVANCED 4WD TBA TBA
30 2024 E5C 312A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO OUTTER BANKS 2 DOOR ADVANCED 4WD TBA TBA
31 2024 E5C 352A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO WILDTRACK 2 DOOR ADVANCED 4WD TBA TBA
32 2024 E5D 101A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BASE 4 DOOR ADVANCED 4WD TBA TBA
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
33 2024 E5D 221A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BIG BEND 4 DOOR ADVANCED 4WD TBA TBA
34 2024 E5D 312A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO OUTTER BANKS 4 DOOR ADVANCED 4WD TBA TBA
35 2024 E5D 352A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO WILDTRACK 4 DOOR ADVANCED 4WD TBA TBA
36 2024 K7B 2024 FORD EXPLORER BASE 2WD 2.3L EcoBoost $38,335 $37,414
37 2024 K7D 2024 FORD EXPLORER XLT 2WD 2.3L EcoBoost $40,145 $38,801
38 2024 K7F 300A 2024 FORD EXPLORER LIMITED 2WD 2.3L EcoBoost $48,595 $47,142
39 2024 K7F 310A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) EXPLORER LIMITED 2WD 3.3L V6 - HYBRID -TBA TBA
40 2024 K8B 2024 FORD EXPLORER BASE 4WD 2.3L EcoBoost 4WD $40,335 $39,408
41 2024 K8D 2024 FORD EXPLORER XLT 4WD 2.3L EcoBoost 4WD $42,145 $40,773
42 2024 K8F 300A 2024 FORD EXPLORER LIMITED 4WD 2.3L EcoBoost $50,595 $49,114
43 2024 K8F 310A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) EXPLORER LIMITED 4WD 3.3L V6 - HYBRID -TBA TBA
44 2025 K7D 200A 2025 FORD EXPLORER ACTIVE RWD 2.3L EcoBoost $41,220 $40,495
45 2025 K7K 300A 2025 FORD EXPLORER ST-LINE RWD 2.3L EcoBoost $45,980 $45,189
46 2025 K8D 200A 2025 FORD EXPLORER ACTIVE AWD 2.3L EcoBoost $43,220 $42,467
47 2025 K8K 300A 2025 FORD EXPLORER ST-LINE AWD 2.3L EcoBoost $48,975 $48,121
48 2024 U1F 2024 FORD EXPEDITION XL $58,150 $54,316
49 2024 U1H 2024 FORD EXPEDITION XLT $63,185 $59,282
50 2024 U1G 2024 FORD EXPEDITION XL 4WD $61,200 $57,324
51 2024 U1J 2024 FORD EXPEDITION XLT 4WD $66,235 $62,290
52 2024 K1F 2024 FORD EXPEDITION MAX XL $62,150 $58,261
53 2024 K1H 2024 FORD EXPEDITION MAX XLT $66,185 $62,240
54 2024 K1G 2024 FORD EXPEDITION MAX XL 4WD $65,200 $61,268
55 2024 K1J 2024 FORD EXPEDITION MAX XLT 4WD $69,235 $65,248
56 2024 E1Y 101A 130 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - RWD -$47,280 $45,477
57 2024 E1Y 101A 148 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - RWD -$48,555 $46,722
58 2024 R1Y 101A 130 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - RWD -$48,230 $46,405
59 2024 R1Y 101A 148 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - RWD -$49,500 $47,643
60 2024 W1Y 101A 130 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - RWD -$49,480 $47,624
61 2024 W1Y 101A 130E 2024 FORD E-TRANSIT T-350 CARGO VAN LOW ROOF 8670 GVWR - RWD - BEV $55,685 $54,346
62 2024 W1Y 101A 148 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - RWD -$50,755 $48,868
63 2024 W1Y 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - RWD - BEV $56,895 $55,618
64 2024 E1Z 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - RWD -$48,645 $46,810
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
65 2024 E1Z 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - RWD -$49,915 $48,048
66 2024 R1Z 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - RWD -$49,590 $47,731
67 2024 R1Z 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - RWD -$50,870 $48,980
68 2024 W1Z 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - RWD -$50,845 $48,956
69 2024 W1Z 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - RWD -$52,115 $50,195
70 2024 E2Y 101A 130 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - AWD -$51,475 $49,570
71 2024 E2Y 101A 148 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - AWD -$52,750 $50,813
72 2024 R2Y 101A 130 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - AWD -$52,425 $50,496
73 2024 R2Y 101A 148 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - AWD -$53,700 $51,740
74 2024 W2Y 101A 130 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - AWD -$53,675 $51,716
75 2024 W2Y 101A 148 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - AWD -$54,950 $52,960
76 2024 E9Z 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - AWD -$53,340 $51,389
77 2024 E9Z 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - AWD -$54,610 $52,628
78 2024 R2Z 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - AWD -$54,290 $52,315
79 2024 R2Z 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - AWD -$55,565 $53,559
80 2024 W2Z 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - AWD -$55,540 $53,534
81 2024 W2Z 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - AWD -$56,810 $54,772
82 2024 E1C 101A 148 2024 FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF 8670 GVWR - RWD -$49,130 $47,283
83 2024 R1C 101A 148 2024 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF 9070 GVWR - RWD -$50,080 $48,209
84 2024 W9C 101A 148 2024 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF 9500 GVWR - RWD -$51,330 $49,429
85 2024 W9C 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN MEDIUM ROOF 9500 GVWR - RWD - BEV $57,665 $56,427
86 2024 E1D 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - RWD -$49,465 $47,609
87 2024 E1D 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - RWD -$50,745 $48,858
88 2024 R1D 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - RWD -$50,415 $48,536
89 2024 R1D 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - RWD -$51,695 $49,784
90 2024 W1D 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - RWD -$51,665 $49,755
91 2024 W1D 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - RWD -$52,945 $51,005
92 2024 E2C 101A 148 2024 FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF 8670 GVWR - AWD -$52,050 $50,129
93 2024 R2C 101A 130 2024 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF 9070 GVWR - AWD -$53,320 $51,369
94 2024 R2C 101A 148 2024 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF 9070 GVWR - AWD -$54,275 $52,302
95 2024 W2C 101A 148 2024 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF 9500 GVWR - AWD -$55,520 $53,515
96 2024 E2D 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - AWD -$54,165 $52,193
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
97 2024 E2D 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - AWD -$55,440 $53,437
98 2024 R2D 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - AWD -$55,110 $53,115
99 2024 R2D 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - AWD -$56,390 $54,363
100 2024 W2D 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - AWD -$56,365 $54,339
101 2024 W2D 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - AWD -$57,640 $55,583
102 2024 R1X 101A 148 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - RWD -$51,980 $50,062
103 2024 R3X 101A 148EL 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - RWD -$53,200 $51,253
104 2024 W1X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD -$53,230 $51,282
105 2024 W1X 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD - BEV $59,705 $58,571
106 2024 W3X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD -$54,450 $52,471
107 2024 W3X 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD - BEV $60,865 $59,790
108 2024 U8X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF - DRW - 11,000 GVWR - RWD -$57,400 $55,341
109 2024 F4X 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 9950 GVWR - RWD -$55,045 $53,052
110 2024 F7X 101A 148EL 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF - RWD - 9950 $55,750 $53,608
111 2024 S4X 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 10360 GVWR - RWD -$54,895 $52,905
112 2024 R2X 101A 148 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - AWD -$56,170 $54,149
113 2024 R3U 101A 148 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - AWD -$57,395 $55,344
114 2024 W2X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - AWD -$57,425 $55,372
115 2024 W3U 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - AWD -$58,645 $56,563
116 2024 F4U 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 9950 GVWR - AWD -$59,630 $57,524
117 2024 S4U 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 10360 GVWR - AWD -$61,440 $59,281
118 2024 R1V 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN HIGH ROOF 9070 GVWR - RWD -$53,840 $51,877
119 2024 W1V 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN HIGH ROOF 9500 GVWR - RWD -$55,095 $53,101
120 2024 F4V 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 9950 GVWR - RWD -$56,900 $54,861
121 2024 S4V 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 10360 GVWR - RWD -$57,255 $55,207
122 2024 R2V 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN HIGH ROOF 9070 GVWR - AWD -$58,535 $56,455
123 2024 W2V 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN HIGH ROOF 9500 GVWR - AWD -$59,790 $57,678
124 2024 F4W 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 9950 GVWR - AWD -$61,600 $59,446
125 2024 S4W 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 10360 GVWR - AWD -$63,410 $61,203
126 2024 X2Y 301A 148 2024 FORD TRANSIT T-350 WAGON XL LOW ROOF (12-PASS BASE) - RWD -$53,955 $51,989
127 2024 X2Y 302A 148 2024 FORD TRANSIT T-350 WAGON XLT LOW ROOF (12-PASS BASE) - RWD -$56,485 $54,456
128 2024 X9Y 301A 148 2024 FORD TRANSIT T-350 WAGON XL LOW ROOF (12-PASS BASE) - AWD -$58,150 $56,080
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
129 2024 X9Y 302A 148 2024 FORD TRANSIT T-350 WAGON XLT LOW ROOF (12-PASS BASE) - AWD -$60,680 $58,548
130 2024 X2C 301A 148 2024 FORD TRANSIT T-350 WAGON XL MEDIUM ROOF (12-PASS BASE) - RWD -$54,835 $52,847
131 2024 X2C 302A 148 2024 FORD TRANSIT T-350 WAGON XLT MEDIUM ROOF (12-PASS BASE) - RWD -$57,360 $55,309
132 2024 X9C 301A 148 2024 FORD TRANSIT T-350 WAGON XL MEDIUM ROOF (12-PASS BASE) - AWD -$59,030 $56,938
133 2024 X9C 302A 148 2024 FORD TRANSIT T-350 WAGON XLT MEDIUM ROOF (12-PASS BASE) - AWD -$61,550 $59,397
134 2024 X2X 301A 148 2024 FORD TRANSIT T-350 WAGON XL HIGH ROOF (12-PASS BASE) - RWD -$56,030 $54,013
135 2024 X2X 302A 148 2024 FORD TRANSIT T-350 WAGON XLT HIGH ROOF (12-PASS BASE) - RWD -$58,560 $56,480
136 2024 U4X 301A 148 2024 FORD TRANSIT T-350HD WAGON XL HIGH ROOF - DRW - (14-PASS BASE) - RWD -$57,095 $55,051
137 2024 U4X 302A 148 2024 FORD TRANSIT T-350HD WAGON XLT HIGH ROOF - DRW - (14-PASS BASE) - RWD -$59,610 $57,504
138 2024 X9X 301A 148 2024 FORD TRANSIT T-350 WAGON XL HIGH ROOF (12-PASS BASE) - AWD -$60,225 $58,103
139 2024 X9X 302A 148 2024 FORD TRANSIT T-350 WAGON XLT HIGH ROOF (12-PASS BASE) - AWD -$62,750 $60,567
140 2024 U5X 301A 148 2024 FORD TRANSIT T-350HD WAGON XL HIGH ROOF -DRW-(14-PASS BASE) - AWD -$60,225 $58,103
141 2024 U5X 302A 148 2024 FORD TRANSIT T-350HD WAGON XLT HIGH ROOF -DRW-(14-PASS BASE) - AWD -$62,750 $60,567
142 2024 W8A 993 2024 FORD MAVERICK SUPER CREW 2WD XL - HYBRID $26,670 $26,640
143 2024 W8H 993 2024 FORD MAVERICK SUPER CREW 2WD XLT - HYBRID $28,930 $28,895
144 2024 W8A 999 2024 FORD MAVERICK SUPER CREW 2WD XL - 2.0L ECOBOOST $25,670 $25,911
145 2024 W8H 999 2024 FORD MAVERICK SUPER CREW 2WD XLT - 2.0L ECOBOOST $27,930 $28,188
146 2024 W8B 2024 FORD MAVERICK SUPER CREW 4WD XL - 2.0L ECOBOOST $27,890 $28,029
147 2024 W8J 2024 FORD MAVERICK SUPER CREW 4WD XLT - 2.0L ECOBOOST $28,350 $30,306
148 2024 R4E 100A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 2WD XL 5' BED TBA TBA
149 2024 R4E 300A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 2WD XLT 5' BED TBA TBA
150 2024 R4F 100A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 4WD XL 5' BED TBA TBA
151 2024 R4F 300A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 4WD XLT 5' BED TBA TBA
152 2024 F1K 101A 2024 FORD F-150 REGULAR CAB 2WD XL 6.5' BED 122" WB $39,230 $38,014
153 2024 F1K 101A 2024 FORD F-150 REGULAR CAB 2WD XL 8' BED 141" WB $39,530 $38,308
154 2024 F1L 101A 2024 FORD F-150 REGULAR CAB 4WD XL 6.5' BED 122" WB $44,245 $42,933
155 2024 F1L 101A 2024 FORD F-150 REGULAR CAB 4WD XL 8' BED 141" WB $44,545 $43,228
156 2024 X1K 101A 2024 FORD F-150 SUPER CAB 2WD XL 6.5' BED 145" WB $43,840 $41,454
157 2024 X3K 301A 2024 FORD F-150 SUPER CAB 2WD XLT 6.5' BED 145" WB $49,395 $45,915
158 2024 X1L 101A 2024 FORD F-150 SUPER CAB 4WD XL 6.5' BED 145" WB $47,640 $45,182
159 2024 X2L 200A 2024 FORD F-150 SUPER CAB 4WD STX 6.5' BED 145'' WB $49,475 $46,892
160 2024 X3L 300A 2024 FORD F-150 SUPER CAB 4WD XLT 6.5' BED 145" WB $53,195 $49,559
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
161 2024 W1K 101A 2024 FORD F-150 CREW CAB 2WD XL 5.5' BED 145" WB $46,175 $42,664
162 2024 W2K 200A 2024 FORD F-150 CREW CAB 2WD STX 5.5' BED 145'' WB $48,010 $44,375
163 2024 W3K 301A 2024 FORD F-150 CREW CAB 2WD XLT 5.5' BED 145" WB $51,755 $47,097
164 2024 W2K 200A 2024 FORD F-150 CREW CAB 2WD STX 6.5' BED 157'' WB $49,410 $45,748
165 2024 W3K 301A 2024 FORD F-150 CREW CAB 2WD XLT 6.5' BED 157" WB $53,145 $48,431
166 2024 W1L 101A 2024 FORD F-150 CREW CAB 4WD XL 5.5' BED 145" WB $50,055 $46,469
167 2024 W2L 200A 2024 FORD F-150 CREW CAB 4WD STX 5.5' BED 145'' WB $51,890 $48,179
168 2024 W3L 3001A 2024 FORD F-150 CREW CAB 4WD XLT 5.5' BED 145" WB $55,615 $50,800
169 2024 W1B 110A 99L 2024 FORD F-150 LIGHTNING BEV PRO CREW CAB 4WD (98kWh)$52,090 $50,029
170 2024 W3L 311A 99L 2024 FORD F-150 LIGHTNING BEV XLT CREW CAB 4WD (98kWh)$59,590 $57,985
171 2024 W1B 110A 99V 2024 FORD F-150 LIGHTNING BEV PRO CREW CAB 4WD (131kWh Extended Range)$62,090 $60,637
172 2024 W3L 311A 99V 2024 FORD F-150 LIGHTNING BEV XLT CREW CAB 4WD (131kWh Extended Range)TBA TBA
173 2024 W1F 2024 FORD F-150 CREW CAB 4WD XL HYBRID 145''WB $54,145 $53,515
174 2024 W1L 101A 2024 FORD F-150 CREW CAB 4WD XL 6.5' BED 157" WB $50,055 $46,469
380 2024 W1F 2024 FORD F-150 CREW CAB 4WD XL HYBRID 157''WB $54,785 $54,213
175 2024 W3L 301A 2024 FORD F-150 CREW CAB 4WD XLT 6.5' BED 157" WB $55,615 $50,800
176 2024 F2A 600A 2024 FORD F-250 REGULAR CAB 2WD XL 8' BED 142" WB $47,365 $45,413
177 2024 F2B 600A 2024 FORD F-250 REGULAR CAB 4WD XL 8' BED 142" WB $50,155 $48,134
178 2024 F2B 603A 2024 FORD F-250 REGULAR CAB 4WD XLT 8' BED 142" WB $53,500 $51,396
179 2024 X2A 600A 2024 FORD F-250 SUPER CAB 2WD XL 6.5' BED 148" WB $49,700 $47,691
180 2024 X2A 600A 2024 FORD F-250 SUPER CAB 2WD XL 8' BED 164" WB $49,900 $47,886
181 2024 X2B 600A 2024 FORD F-250 SUPER CAB 4WD XL 6.5' BED 148" WB $52,490 $50,411
182 2024 X2B 603A 2024 FORD F-250 SUPER CAB 4WD XLT 6.5' BED 148" WB $56,150 $53,980
183 2024 X2B 600A 2024 FORD F-250 SUPER CAB 4WD XL 8' BED 164" WB $52,700 $50,616
184 2024 X2B 603A 2024 FORD F-250 SUPER CAB 4WD XLT 8' BED 164" WB $56,350 $54,176
185 2024 W2A 600A 2024 FORD F-250 CREW CAB 2WD XL 6.5' BED 160" WB $51,155 $49,110
186 2024 W2A 600A 2024 FORD F-250 CREW CAB 2WD XL 8' BED 176" WB $51,355 $49,304
187 2024 W2B 600A 2024 FORD F-250 CREW CAB 4WD XL 6.5' BED 160" WB $53,955 $51,840
188 2024 W2B 603A 2024 FORD F-250 CREW CAB 4WD XLT 6.5' BED 160" WB $57,905 $55,692
189 2024 W2B 600A 2024 FORD F-250 CREW CAB 4WD XL 8' BED 176" WB $54,165 $52,045
190 2024 W2B 603A 2024 FORD F-250 CREW CAB 4WD XLT 8' BED 176" WB $58,110 $55,892
191 2024 F3A 610A 2024 FORD F-350 REGULAR CAB SRW 2WD XL 8' BED 142" WB $48,410 $46,432
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
192 2024 F3B 610A 2024 FORD F-350 REGULAR CAB SRW 4WD XL 8' BED 142" WB $51,210 $49,162
193 2024 F3B 613A 2024 FORD F-350 REGULAR CAB SRW 4WD XLT 8' BED 142" WB $54,555 $52,426
194 2024 F3C 620A 2024 FORD F-350 REGULAR CAB DRW 2WD XL 8' BED 142" WB $49,900 $47,886
195 2024 F3D 620A 2024 FORD F-350 REGULAR CAB DRW 4WD XL 8' BED 142" WB $52,700 $50,616
196 2024 F3D 623A 2024 FORD F-350 REGULAR CAB DRW 4WD XLT 8' BED 142" WB $55,510 $53,357
197 2024 X3A 610A 2024 FORD F-350 SUPER CAB SRW 2WD XL 6.5' BED 148" WB $50,740 $48,704
198 2024 X3A 610A 2024 FORD F-350 SUPER CAB SRW 2WD XL 8' BED 164" WB $50,950 $48,909
199 2024 X3B 610A 2024 FORD F-350 SUPER CAB SRW 4WD XL 6.5' BED 148" WB $53,550 $51,446
200 2024 X3B 613A 2024 FORD F-350 SUPER CAB SRW 4WD XLT 6.5' BED 148" WB $57,195 $55,000
201 2024 X3B 610A 2024 FORD F-350 SUPER CAB SRW 4WD XL 8' BED 164" WB $53,740 $51,631
202 2024 X3B 613A 2024 FORD F-350 SUPER CAB SRW 4WD XLT 8' BED 164" WB $57,405 $55,205
203 2024 X3C 620A 2024 FORD F-350 SUPER CAB DRW 2WD XL 8' BED 164" WB $52,440 $60,193
204 2024 X3D 620A 2024 FORD F-350 SUPER CAB DRW 4WD XL 8' BED 164" WB $55,225 $53,079
205 2024 X3D 623A 2024 FORD F-350 SUPER CAB DRW 4WD XLT 8' BED 164" WB $58,235 $56,014
206 2024 W3A 610A 2024 FORD F-350 CREW CAB SRW 2WD XL 6.5' BED 160" WB $52,210 $50,139
207 2024 W3A 610A 2024 FORD F-350 CREW CAB SRW 2WD XL 8' BED 176" WB $52,410 $50,333
208 2024 W3B 610A 2024 FORD F-350 CREW CAB SRW 4WD XL 6.5' BED 160" WB $55,015 $52,874
209 2024 W3B 613A 2024 FORD F-350 CREW CAB SRW 4WD XLT 6.5' BED 160" WB $58,955 $56,716
210 2024 W3B 610A 2024 FORD F-350 CREW CAB SRW 4WD XL 8' BED 176" WB $55,210 $53,064
211 2024 W3B 613A 2024 FORD F-350 CREW CAB SRW 4WD XLT 8' BED 176" WB $59,155 $56,912
212 2024 W3C 620A 2024 FORD F-350 CREW CAB DRW 2WD XL 8' BED 176" WB $53,895 $61,612
213 2024 W3D 620A 2024 FORD F-350 CREW CAB DRW 4WD XL 8' BED 176" WB $56,695 $54,512
214 2024 W3D 623A 2024 FORD F-350 CREW CAB DRW 4WD XLT 8' BED 176" WB $60,005 $57,740
215 2024 W4C 670A 2024 FORD F-450 CREW CAB DRW 2WD XL 8' BED 176'' WB $66,850 $64,434
216 2024 W4D 670A 2024 FORD F-450 CREW CAB DRW 4WD XL 8' BED 176'' WB $70,320 $67,820
217 2024 W4D 673A 2024 FORD F-450 CREW CAB DRW 4WD XLT 8' BED 176'' WB $72,430 $69,878
218 2024 F3E 630A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 2WD XL 60" CA 145" WB $50,060 $48,041
219 2024 F3E 633A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 2WD XLT 60" CA 145" WB $52,095 $50,026
220 2024 F3F 630A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 4WD XL 60" CA 145" WB $53,560 $51,454
221 2024 F3F 633A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 4WD XLT 60" CA 145" WB $55,600 $53,444
222 2024 X3E 630A 2024 FORD F-350 SUPER CAB CHASSIS SRW 2WD XL 60" CA 168" WB $52,345 $50,271
223 2024 X3E 633A 2024 FORD F-350 SUPER CAB CHASSIS SRW 2WD XLT 60" CA 168" WB $54,635 $52,503
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
224 2024 X3F 630A 2024 FORD F-350 SUPER CAB CHASSIS SRW 4WD XL 60" CA 168" WB $55,845 $53,684
225 2024 X3F 633A 2024 FORD F-350 SUPER CAB CHASSIS SRW 4WD XLT 60" CA 168" WB $58,130 $55,913
226 2024 W3E 630A 2024 FORD F-350 CREW CAB CHASSIS SRW 2WD XL 60" CA 179" WB $53,410 $51,309
227 2024 W3E 633A 2024 FORD F-350 CREW CAB CHASSIS SRW 2WD XLT 60" CA 179" WB $56,200 $54,031
228 2024 W3F 630A 2024 FORD F-350 CREW CAB CHASSIS SRW 4WD XL 60" CA 179" WB $56,910 $54,722
229 2024 W3F 633A 2024 FORD F-350 CREW CAB CHASSIS SRW 4WD XLT 60" CA 179" WB $59,705 $57,447
230 2024 F3G 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XL 60" CA 145" WB $51,265 $49,217
231 2024 F3G 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XLT 60" CA 145" WB $53,170 $51,074
232 2024 F3G 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XL 84" CA 169" WB $51,440 $49,388
233 2024 F3G 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XLT 84" CA 169" WB $53,365 $51,265
234 2024 F3H 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XL 60" CA 145" WB $54,740 $52,605
235 2024 F3H 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XLT 60" CA 145" WB $56,665 $54,483
236 2024 F3H 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XL 84" CA 169" WB $54,920 $52,781
237 2024 F3H 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XLT 84" CA 169" WB $56,835 $54,648
238 2024 X3G 640A 2024 FORD F-350 SUPER CAB CHASSIS DRW 2WD XL 60" CA 168" WB $53,545 $51,441
239 2024 X3G 643A 2024 FORD F-350 SUPER CAB CHASSIS DRW 2WD XLT 60" CA 168" WB $55,720 $53,561
240 2024 X3H 640A 2024 FORD F-350 SUPER CAB CHASSIS DRW 4WD XL 60" CA 168" WB $57,050 $54,858
241 2024 X3H 643A 2024 FORD F-350 SUPER CAB CHASSIS DRW 4WD XLT 60" CA 168" WB $59,225 $56,981
242 2024 W3G 640A 2024 FORD F-350 CREW CAB CHASSIS DRW 2WD XL 60" CA 179" WB $54,615 $52,483
243 2024 W3G 643A 2024 FORD F-350 CREW CAB CHASSIS DRW 2WD XLT 60" CA 179" WB $57,285 $55,088
244 2024 W3H 640A 2024 FORD F-350 CREW CAB CHASSIS DRW 4WD XL 60" CA 179" WB $58,115 $55,898
245 2024 W3H 643A 2024 FORD F-350 CREW CAB CHASSIS DRW 4WD XLT 60" CA 179" WB $60,790 $58,506
246 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 60"CA 145" WB $53,140 $51,045
247 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 60"CA 145" WB $55,070 $52,928
248 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 84"CA 169" WB $53,320 $51,221
249 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 84"CA 169" WB $55,240 $53,093
250 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 108"CA 193" WB $53,490 $51,386
251 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 108"CA 193" WB $55,425 $53,274
252 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 120"CA 205" WB $53,665 $51,558
253 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 120"CA 205" WB $55,590 $53,435
254 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 60"CA 145" WB $56,040 $53,873
255 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 60"CA 145" WB $57,970 $55,757
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
256 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 84"CA 169" WB $56,215 $54,045
257 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 84"CA 169" WB $58,140 $55,922
258 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 108"CA 193" WB $56,385 $54,210
259 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 108"CA 193" WB $58,320 $56,098
260 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 120"CA 205" WB $56,560 $54,381
261 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 120"CA 205" WB $58,485 $56,258
262 2024 X4G 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XL 60"CA 168" WB $55,430 $53,280
263 2024 X4G 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XLT 60"CA 168" WB $57,600 $55,395
264 2024 X4G 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XL 84"CA 192" WB $55,605 $63,279
265 2024 X4G 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XLT 84"CA 192" WB $57,780 $65,400
266 2024 X4H 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XL 60"CA 168" WB $58,930 $56,693
267 2024 X4H 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XLT 60"CA 168" WB $61,110 $58,819
268 2024 X4H 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XL 84"CA 192" WB $59,100 $56,859
269 2024 X4H 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XLT 84"CA 192" WB $61,285 $58,989
270 2024 W4G 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XL 60"CA 179" WB $56,485 $54,308
271 2024 W4G 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XLT 60"CA 179" WB $59,175 $56,930
272 2024 W4G 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XL 84"CA 203" WB $56,665 $54,483
273 2024 W4G 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XLT 84"CA 203" WB $59,345 $57,097
274 2024 W4H 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XL 60"CA 179" WB $59,990 $57,726
275 2024 W4H 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XLT 60"CA 179" WB $60,160 $57,891
276 2024 W4H 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XL 84"CA 203" WB $60,160 $59,858
277 2024 W4H 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XLT 84"CA 203" WB $62,845 $60,512
278 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 60"CA 145" WB $54,240 $52,119
279 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 60"CA 145" WB $56,165 $53,995
280 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 84"CA 169" WB $54,415 $52,289
281 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 84"CA 169" WB $56,335 $54,161
282 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 108"CA 193" WB $54,590 $52,459
283 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 108"CA 193" WB $56,515 $54,337
284 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 120"CA 205" WB $54,760 $52,625
285 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 120"CA 205" WB $56,685 $54,504
286 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 60"CA 145" WB $57,145 $54,952
287 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 60"CA 145" WB $59,070 $56,829
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
288 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 84"CA 169" WB $57,315 $55,118
289 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 84"CA 169" WB $59,245 $57,000
290 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 108"CA 193" WB $57,485 $55,284
291 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 108"CA 193" WB $59,425 $57,175
292 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 120"CA 205" WB $57,660 $55,454
293 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 120"CA 205" WB $59,590 $57,336
294 2024 X5G 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XL 60"CA 168" WB $56,530 $54,353
295 2024 X5G 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XLT 60"CA 168" WB $58,705 $56,472
296 2024 X5G 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XL 84"CA 192" WB $56,700 $64,348
297 2024 X5G 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XLT 84"CA 192" WB $58,880 $66,474
298 2024 X5H 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XL 60"CA 168" WB $60,025 $57,761
299 2024 X5H 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XLT 60"CA 168" WB $62,200 $59,882
300 2024 X5H 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XL 84"CA 192" WB $60,200 $57,932
301 2024 X5H 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XLT 84"CA 192" WB $62,380 $60,057
302 2024 W5G 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XL 60"CA 179" WB $57,585 $55,381
303 2024 W5G 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XLT 60"CA 179" WB $60,260 $57,989
304 2024 W5G 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XL 84"CA 203" WB $57,760 $55,551
305 2024 W5G 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XLT 84"CA 203" WB $60,440 $58,165
306 2024 W5H 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XL 60"CA 179" WB $61,085 $58,795
307 2024 W5H 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XLT 60"CA 179" WB $63,765 $61,408
308 2024 W5H 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XL 84"CA 203" WB $61,265 $58,970
309 2024 W5H 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XLT 84"CA 203" WB $63,935 $61,573
310 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 60"CA 145" WB $57,900 $55,688
311 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 60"CA 145" WB $60,830 $58,546
312 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 84"CA 169" WB $58,075 $55,857
313 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 84"CA 169" WB $61,000 $58,712
314 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 108"CA 193" WB $58,250 $56,028
315 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 108"CA 193" WB $61,180 $58,886
316 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 120"CA 205" WB $58,425 $56,201
317 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 120"CA 205" WB $61,345 $59,048
318 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 60"CA 145" WB $60,805 $58,520
319 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 60"CA 145" WB $63,730 $61,374
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
320 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 84"CA 169" WB $60,980 $58,692
321 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 84"CA 169" WB $63,905 $61,544
322 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 108"CA 193" WB $61,150 $58,857
323 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 108"CA 193" WB $64,085 $61,721
324 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 120"CA 205" WB $61,325 $59,029
325 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 120"CA 205" WB $64,250 $61,880
326 2025 E3F 138 20X 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY SRW 10,050 GVWR 138" WB $39,990 $39,068
327 2025 E3F 138 20Y 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 11,500 GVWR 138" WB $40,245 $39,316
328 2025 E3F 158 20X 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY SRW 10,050 GVWR 158" WB $40,245 $39,316
329 2025 E3F 158 20Y 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 11,500 GVWR 158" WB $40,495 $39,561
330 2025 E3F 158 20C 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 12,500 GVWR 158" WB $40,845 $39,887
331 2025 E3F 176 20C 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 12,500 GVWR 176" WB $40,990 $40,044
332 2025 E4F 158 20F 2025 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY DRW 14,500 GVWR 158" WB $42,465 $41,482
333 2025 E4F 176 20F 2025 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY DRW 14,500 GVWR 176" WB $43,195 $42,194
334 2024 R5P 138 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 138" WB 9070 GVWR - RWD - $43,080 $41,381
335 2024 R5P 156 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 156" WB 9070 GVWR - RWD - $43,570 $41,860
336 2024 W5P 138 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 138" WB 9500 GVWR - RWD - $43,850 $42,132
337 2024 W5P 156 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 156" WB 9500 GVWR - RWD - $44,350 $42,620
338 2024 W5P 178 2024 FORD E-TRANSIT CUT-AWAY T-350 - SRW - 178 WB 9500 GVWR - RWD -$44,060 $42,233
339 2024 W5P 178E 2024 FORD E-TRANSIT CUT-AWAY T-350 - SRW - 178 WB 9500 GVWR - RWD - BEV $51,470 $49,917
340 2024 F6P 138 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 138"WB 9950 GVWR - RWD -$44,710 $42,971
341 2024 F6P 156 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 156"WB 9950 GVWR - RWD -$45,465 $43,707
342 2024 F6P 178 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 178"WB 9950 GVWR - RWD -$46,215 $44,440
343 2024 S6P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 10360 GVWR-RWD -$45,955 $44,178
344 2024 S6P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 10360 GVWR - RWD -$46,700 $44,905
345 2024 S6P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 10360 GVWR - RWD -$47,450 $45,637
346 2024 U6P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 11000 GVWR - RWD -$46,985 $45,184
347 2024 U6P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 11000 GVWR - RWD -$47,730 $45,909
348 2024 U6P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 11000 GVWR - RWD -$48,480 $46,640
349 2024 R7P 138 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 138" WB 9070 GVWR - AWD - $47,270 $45,469
350 2024 R7P 156 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 156" WB 9070 GVWR - AWD - $47,770 $45,956
351 2024 W7P 138 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 138" WB 9500 GVWR - AWD - $48,045 $46,224
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
352 2024 W7P 156 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 156" WB 9500 GVWR - AWD - $48,545 $46,713
353 2024 F8P 138 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 138"WB 9950 GVWR - AWD -$48,905 $47,063
354 2024 F8P 156 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 156"WB 9950 GVWR - AWD -$49,655 $47,795
355 2024 F8P 178 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 178"WB 9950 GVWR - AWD -$49,655 $47,795
356 2024 S8P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 10360 GVWR - AWD -$50,625 $48,732
357 2024 S8P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 10360 GVWR - AWD -$51,370 $49,460
358 2024 S8P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 10360 GVWR - AWD -$52,680 $50,737
359 2024 U8P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 11000 GVWR - AWD -$51,180 $49,273
360 2024 U8P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 11000 GVWR - AWD -$51,920 $49,996
361 2024 U8P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 11000 GVWR - AWD -$52,680 $50,737
362 2025 F6A 2025 FORD F-650 STRAIT FRAME REGULAR CAB W/ 7.3L V10 GAS ENGINE $71,355 $64,297
363 2025 X6A 2025 FORD F-650 STRAIT FRAME EXTENDED CAB W/ 7.3L V10 GAS ENGINE $73,330 $66,115
364 2025 W6A 2025 FORD F-650 STRAIT FRAME CREW CAB W/ 7.3L V10 GAS ENGINE $76,025 $68,599
365 2025 F6B 2025 FORD F-650 KICK-UP FRAME REGULAR CAB W/ 7.3L V10 GAS ENGINE $70,675 $63,670
366 2025 X6B 2025 FORD F-650 KICK-UP FRAME EXTENDDSED CAB W/ 7.3L V10 GAS ENGINE $72,640 $65,481
367 2025 W6B 2025 FORD F-650 KICK-UP FRAME CREW CAB W/ 7.3L V10 GAS ENGINE $75,335 $67,964
368 2025 F6E 2025 FORD F-650 KICK-UP FRAME REGULAR CAB W/ 6.7L POWER STROKE DIESEL $80,575 $72,805
369 2025 X6E 2025 FORD F-650 KICK-UP FRAME EXTENDED CAB W/ 6.7L POWER STROKE DIESEL $82,540 $74,615
370 2025 W6E 2025 FORD F-650 KICK-UP FRAME CREW CAB W/ 6.7L POWER STROKE DIESEL $85,235 $77,098
371 2025 F6D 2025 FORD F-650 STRAIT FRAME REGULAR CAB W/ 6.7L POWER STROKE DIESEL $81,255 $73,431
372 2025 X6D 2025 FORD F-650 STRAIT FRAME EXTENDED CAB W/ 6.7L POWER STROKE DIESEL $83,230 $75,251
373 2025 W6D 2025 FORD F-650 STRAIT FRAME CREW CAB W/ 6.7L POWER STROKE DIESEL $85,925 $77,734
374 2025 F7A 2025 FORD F-750 STRAIT FRAME REGULAR CAB W/ 7.3L V10 GAS ENGINE $73,250 $66,042
375 2025 X7A 2025 FORD F-750 STRAIT FRAME EXTENDED CAB W/ 7.3L V10 GAS ENGINE $75,220 $67,858
376 2025 W7A 2025 FORD F-750 STRAIT FRAME CREW CAB W/ 7.3L V10 GAS ENGINE $77,915 $70,341
377 2025 F7D 2025 FORD F-750 STRAIT FRAME REGULAR CAB W/ 6.7L POWER STROKE DIESEL $83,150 $75,177
378 2025 X7D 2025 FORD F-750 STRAIT FRAME EXTENDED CAB W/ 6.7L POWER STROKE DIESEL $85,125 $76,997
379 2025 W7D 2025 FORD F-750 STRAIT FRAME CREW CAB W/ 6.7L POWER STROKE DIESEL $87,815 $79,475
FORD
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2024 TXL26 3SA 2024 GMC TERRAIN SLE 2WD $28,700 $26,906
2 2024 TXM26 4SA 2024 GMC TERRAIN SLT 2WD $32,700 $30,938
3 2024 TXB26 3SA 2024 GMC TERRAIN SLE AWD $30,300 $28,518
4 2024 TXC26 4SA 2024 GMC TERRAIN SLT AWD $34,300 $32,550
5 2024 TNB26 3SA 2024 GMC ACADIA 2WD SLE 7-PASS TBA TBA
6 2024 TND26 4SA 2024 GMC ACADIA 2WD SLT 6-PASS TBA TBA
7 2024 TNF26 5SA 2024 GMC ACADIA 2WD DENALI TBA TBA
8 2024 TNJ26 3SA 2024 GMC ACADIA AWD SLE 7-PASS TBA TBA
9 2024 TNL26 4SA 2024 GMC ACADIA AWD SLT 6-PASS TBA TBA
10 2024 TNN26 5SA 2024 GMC ACADIA AWD DENALI TBA TBA
11 2024 TC10706 3SA 2024 GMC YUKON 2WD SLE $60,195 $56,819
12 2024 TC10706 4SA 2024 GMC YUKON 2WD SLT $66,895 $63,513
13 2024 TC10706 5SA 2024 GMC YUKON 2WD DENALI $78,800 $75,408
14 2024 TK10706 3SA 2024 GMC YUKON 4WD SLE $63,195 $59,816
15 2024 TK10706 4SA 2024 GMC YUKON 4WD SLT $69,895 $66,500
16 2024 TK10706 4SB 2024 GMC YUKON 4WD AT4 $73,500 $70,112
17 2024 TK10706 5SA 2024 GMC YUKON 4WD DENALI $81,800 $78,406
18 2024 TC10906 3SA 2024 GMC YUKON XL 2WD SLE $63,195 $59,816
19 2024 TC10906 4SA 2024 GMC YUKON XL 2WD SLT $69,895 $66,511
20 2024 TC10906 5SA 2024 GMC YUKON XL 2WD DENALI $81,800 $78,406
21 2024 TK10906 3SA 2024 GMC YUKON XL 4WD SLE $66,195 $62,814
22 2024 TK10906 4SA 2024 GMC YUKON XL 4WD SLT $72,895 $69,508
23 2024 TK10906 4SB 2024 GMC YUKON XL 4WD AT4 $76,500 $73,110
24 2024 TK10906 5SA 2024 GMC YUKON XL 4WD DENALI $84,800 $81,403
25 2024 TG23406 1LS 2024 GMC SAVANA PASSENGER 2500 135"WB 1LS $44,900 $42,453
26 2024 TG23406 1LT 2024 GMC SAVANA PASSENGER 2500 135"WB 1LT $47,000 $44,469
27 2024 TG33406 1LS 2024 GMC SAVANA PASSENGER 3500 135"WB 1LS $46,100 $43,200
28 2024 TG33406 1LT 2024 GMC SAVANA PASSENGER 3500 135"WB 1LT $47,800 $44,832
29 2024 TG33706 1LS 2024 GMC SAVANA PASSENGER 3500 155"WB 1LS $46,900 $44,425
30 2024 TG33706 1LT 2024 GMC SAVANA PASSENGER 3500 155"WB 1LT $48,600 $46,057
31 2024 TG23405 2024 GMC SAVANA CARGO 2500 135" WB (NO REAR GLASS)$40,700 $38,530
32 2024 TG23705 2024 GMC SAVANA CARGO 2500 155" WB (NO REAR GLASS)$42,600 $40,403
GMC
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
33 2024 TG33405 2024 GMC SAVANA CARGO 3500 135" WB (NO REAR GLASS)$43,800 $41,150
34 2024 TG33705 2024 GMC SAVANA CARGO 3500 155" WB (NO REAR GLASS)$44,600 $41,939
35 2024 TG33503 1WT 2024 GMC SAVANA COMMERCIAL 3500 SRW CUTAWAY 139''WB 9,900 GVWR $36,500 $33,952
36 2024 TG33803 1WT 2024 GMC SAVANA COMMERCIAL 3500 CUTAWAY 1WT 159''WB 10,050 GVWR $38,200 $35,628
37 2024 TG33903 1WT 2024 GMC SAVANA COMMERCIAL 3500 CUTAWAY 1WT 177''WB 12,300 GVWR $38,500 $35,924
38 2024 TG33803 2WT 2024 GMC SAVANA COMMERCIAL 4500 CUTAWAY 2WT 159''WB 14,200 GVWR $40,800 $38,192
39 2024 TG33903 2WT 2024 GMC SAVANA COMMERCIAL 4500 CUTAWAY 2WT 177''WB 14,200 GVWR $41,000 $38,389
40 2024 T2M53 2VL 2024 GMC CANYON EXTENDED CAB 2WD 6' BED 128.3" WB TBA TBA
41 2024 T2N53 2LE 2024 GMC CANYON EXTENDED CAB 2WD 6' BED SLE 128.3" WB TBA TBA
42 2024 T2M53 4VL 2024 GMC CANYON EXTENDED CAB 4WD 6' BED 128.3" WB TBA TBA
43 2024 T2M43 2VL 2024 GMC CANYON CREW CAB 2WD 5' BED 128.3" WB TBA TBA
44 2024 T2N43 2LE 2024 GMC CANYON CREW CAB 2WD 5' BED SLE 128.3" WB TBA TBA
45 2024 T2N43 4LE 2024 GMC CANYON CREW CAB 4WD 5' BED SLE 128.3" WB TBA TBA
46 2024 T2N43 4SB 2024 GMC CANYON CREW CAB 4WD 5' BED AT4 128.3" WB TBA TBA
47 2024 T2U43 4LE 2024 GMC CANYON CREW CAB 4WD 6' BED SLE 140.5" WB TBA TBA
48 2024 T2U43 4SB 2024 GMC CANYON CREW CAB 4WD 6' BED AT4 140.5" WB TBA TBA
49 2024 TC10703 1SA 2024 GMC SIERRA 1500 REGULAR CAB 2WD 6.5' BED WORK TRUCK 126'' WB $37,700 $38,393
50 2024 TK10703 1SA 2024 GMC SIERRA 1500 REGULAR CAB 4WD 6.5' BED WORK TRUCK 126'' WB $42,300 $42,410
51 2024 TC10903 1SA 2024 GMC SIERRA 1500 REGULAR CAB 2WD 8' BED WORK TRUCK 140" WB $37,900 $38,596
52 2024 TK10903 1SA 2024 GMC SIERRA 1500 REGULAR CAB 4WD 8' BED WORK TRUCK 140" WB $42,500 $42,613
53 2024 TC10753 1SA 2024 GMC SIERRA 1500 DOUBLE CAB 2WD 6.5' BED WORK TRUCK 147" WB $41,000 $39,781
54 2024 TC10753 3SA 2024 GMC SIERRA 1500 DOUBLE CAB 2WD 6.5' BED SLE 147" WB $49,100 $46,936
55 2024 TK10753 1SA 2024 GMC SIERRA 1500 DOUBLE CAB 4WD 6.5' BED WORK TRUCK 147" WB $46,700 $44,915
56 2024 TK10753 3SA 2024 GMC SIERRA 1500 DOUBLE CAB 4WD 6.5' BED SLE 147" WB $52,400 $49,560
57 2024 TC10543 1SA 2024 GMC SIERRA 1500 CREW CAB 2WD 5.5' BED WORK TRUCK 147" WB $43,400 $42,109
58 2024 TC10543 3SA 2024 GMC SIERRA 1500 CREW CAB 2WD 5.5' BED SLE 147" WB $51,500 $49,211
59 2024 TK10543 1SA 2024 GMC SIERRA 1500 CREW CAB 4WD 5.5' BED WORK TRUCK 147" WB $46,700 $44,806
60 2024 TK10543 3SA 2024 GMC SIERRA 1500 CREW CAB 4WD 5.5' BED SLE 147" WB $54,800 $51,837
61 2024 TK10543 4SB 2024 GMC SIERRA 1500 CREW CAB 4WD 5.5' BED AT4 147" WB $66,100 $63,065
62 2024 TK10743 1SA 2024 GMC SIERRA 1500 CREW CAB 4WD 6.5' BED WORK TRUCK 157" WB $47,000 $45,110
63 2024 TK10743 3SA 2024 GMC SIERRA 1500 CREW CAB 4WD 6.5' BED SLE 157" WB $55,100 $52,135
64 2024 TK10743 4SB 2024 GMC SIERRA 1500 CREW CAB 4WD 6.5' BED AT4 157" WB $66,400 $63,364
GMC
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
65 2024 TC20903 1SA 2024 GMC SIERRA 2500HD REGULAR CAB 2WD 8' BED WORK TRUCK $44,400 $43,661
66 2024 TC20903 3SA 2024 GMC SIERRA 2500HD REGULAR CAB 2WD 8' BED SLE $49,200 $47,921
67 2024 TK20903 1SA 2024 GMC SIERRA 2500HD REGULAR CAB 4WD 8' BED WORK TRUCK $47,200 $45,805
68 2024 TK20903 3SA 2024 GMC SIERRA 2500HD REGULAR CAB 4WD 8' BED SLE $52,000 $50,033
69 2024 TC20753 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 6.5' BED WORK TRUCK $46,300 $44,360
70 2024 TC20753 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 6.5' BED SLE $51,300 $48,796
71 2024 TK20753 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 6.5' BED WORK TRUCK $49,100 $46,503
72 2024 TK20753 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 6.5' BED SLE $54,100 $50,909
73 2024 TC20953 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 8' BED WORK TRUCK $46,500 $44,560
74 2024 TC20953 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 8' BED SLE $49,200 $46,721
75 2024 TK20953 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 8' BED WORK TRUCK $49,300 $46,702
76 2024 TK20953 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 8' BED SLE $54,300 $51,107
77 2024 TC20743 1SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 6.5' BED WORK TRUCK $48,100 $46,376
78 2024 TC20743 3SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 6.5' BED SLE $53,100 $50,793
79 2024 TK20743 1SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 6.5' BED WORK TRUCK $50,900 $48,520
80 2024 TK20743 3SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 6.5' BED SLE $55,900 $52,906
80 2024 TK20743 4SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 6.5' BED SLT $65,195 $60,219
81 2024 TC20943 1SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 8' BED WORK TRUCK $48,300 $46,576
82 2024 TC20943 3SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 8' BED SLE $53,300 $50,991
83 2024 TK20943 1SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 8' BED WORK TRUCK $51,100 $48,720
84 2024 TK20943 3SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 8' BED SLE $56,100 $53,104
85 2024 TC30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD SRW 8' BED WORK TRUCK $45,600 $44,860
86 2024 TC30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD SRW 8' BED SLE $50,400 $49,106
87 2024 TK30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD SRW 8' BED WORK TRUCK $48,400 $47,004
88 2024 TK30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD SRW 8' BED SLE $53,200 $51,219
89 2024 TC30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD SRW 8' BED WORK TRUCK $47,700 $45,758
90 2024 TC30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD SRW 8' BED SLE $52,700 $50,180
91 2024 TK30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD SRW 8' BED WORK TRUCK $50,500 $47,902
92 2024 TK30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD SRW 8' BED SLE $55,500 $52,292
93 2024 TC30743 1SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 6.5' BED WORK TRUCK $49,300 $47,575
94 2024 TC30743 3SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 6.5' BED SLE $54,300 $51,979
95 2024 TK30743 1SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 6.5' BED WORK TRUCK $49,300 $46,921
GMC
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
96 2024 TK30743 3SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 6.5' BED SLE $54,300 $51,325
97 2024 TC30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 8' BED WORK TRUCK $49,500 $47,775
98 2024 TC30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 8' BED SLE $54,500 $52,177
99 2024 TK30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 8' BED WORK TRUCK $52,300 $49,919
100 2024 TK30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 8' BED SLE $57,300 $54,289
101 2024 TC30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD DRW 8' BED WORK TRUCK $47,000 $46,958
102 2024 TC30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD DRW 8' BED SLE $51,900 $50,589
103 2024 TK30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD DRW 8' BED WORK TRUCK $49,800 $48,402
104 2024 TK30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD DRW 8' BED SLE $54,700 $52,702
105 2024 TC30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD DRW 8' BED WORK TRUCK $49,100 $47,157
106 2024 TC30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD DRW 8' BED SLE $54,100 $51,563
107 2024 TK30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD DRW 8' BED WORK TRUCK $51,900 $49,301
108 2024 TK30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD DRW 8' BED SLE $56,900 $53,676
109 2024 TC30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 2WD DRW 8' BED WORK TRUCK $50,900 $49,174
110 2024 TC30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 2WD DRW 8' BED SLE $55,800 $53,461
111 2024 TK30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 4WD DRW 8' BED WORK TRUCK $53,700 $51,317
112 2024 TK30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 4WD DRW 8' BED SLE $58,600 $55,575
113 2024 TC31003 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $45,200 $44,351
114 2024 TC31003 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 60"CA SLE $49,400 $48,009
115 2024 TK31003 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $48,000 $46,495
116 2024 TK31003 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 60"CA SLE $52,200 $50,122
117 2024 TC31403 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 84"CA WORK TRUCK $45,400 $44,551
118 2024 TC31403 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 84"CA SLE $49,600 $48,207
119 2024 TK31403 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 84"CA WORK TRUCK $48,200 $46,695
120 2024 TK31403 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 84"CA SLE $52,400 $50,319
121 2024 TC31043 1SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $49,100 $47,703
122 2024 TC31043 3SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW 60"CA SLE $53,400 $51,417
123 2024 TK31043 1SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $51,900 $49,846
124 2024 TK31043 3SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW 60"CA SLE $56,200 $53,529
GMC
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
32 2022 KLTM74 2BJ 2022 JEEP CHEROKEE LATITUDE FWD TBA TBA
32 2022 KLJM74 2BJ 2022 JEEP CHEROKEE LATITUDE 4WD TBA TBA
33 2022 MPJM74 29J 2022 JEEP COMPASS LATITUDE 4WD $34,040 $33,450
81 2024 WLTH74 23A 2024 JEEP GRAND CHEROKEE LAREDO 2WD $42,325 $42,152
81 2024 WLJH74 23A 2024 JEEP GRAND CHEROKEE LAREDO 4WD $43,330 $43,258
84 2024 JLJL72 22B 2024 JEEP WRANGLER 22B SPORT 2-DOOR 4WD $36,190 $36,478
84 2024 JLJS72 24R 2024 JEEP WRANGLER 24R RUBICON 2-DOOR 4WD $51,690 $51,162
84 2024 JLJL74 24B 2024 JEEP WRANGLER 22B SPORT 4-DOOR 4WD $40,190 $40,479
84 2024 JLJS74 22R 2024 JEEP WRANGLER 24R RUBICON 4-DOOR 4WD $55,690 $55,105
8 2024 JTJL98 2024 JEEP GLADIATOR SPORT 4X4 TBA TBA
81 2024 WSTM75 25E 2024 JEEP WAGONEER 2WD $63,595 $63,452
81 2024 WSJM75 25E 2024 JEEP WAGONEER 4WD $66,595 $66,499
JEEP
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2024 10114 2024 NISSAN VERSA SEDAN S $17,910 $19,096
2 2024 10214 2024 NISSAN VERSA SEDAN SV $19,560 $20,764
3 2024 12014 2024 NISSAN SENTRA S $20,890 $21,180
4 2024 12114 2024 NISSAN SENTRA SV $21,830 $22,113
5 2024 17014 2024 NISSAN LEAF S 40 kWh $28,420 $28,161
6 2024 17114 2024 NISSAN LEAF PLUS SV 62 kWh $36,500 $36,138
7 2024 13114 2024 NISSAN ALTIMA S $26,160 $24,951
8 2024 13314 2024 NISSAN ALTIMA SV $26,970 $25,740
9 2024 13514 2024 NISSAN ALTIMA SR $28,390 $27,120
10 2024 13714 2024 NISSAN ALTIMA SL $32,810 $31,415
11 2024 14114 2024 NISSAN ALTIMA 2.0 VC-T SR $36,030 $34,539
12 2024 13214 2024 NISSAN ALTIMA SV AWD $28,490 $27,218
13 2024 13414 2024 NISSAN ALTIMA SR AWD $29,910 $28,598
14 2024 13614 2024 NISSAN ALTIMA SL AWD $34,370 $32,923
15 2024 24314 2024 NISSAN ARIYA ENGAGE FWD 66kWh (160kW MOTOR)$44,142 $42,785
16 2024 24214 2024 NISSAN ARIYA ENGAGE AWD 66kWh (250kW MOTOR)$48,202 $46,949
17 2024 24114 2024 NISSAN ARIYA VENTURE+ FWD 91kWh (178kW MOTOR)$48,202 $46,949
18 2024 24414 2024 NISSAN ARIYA ENGAGE+ FWD 91kWh (290 kW MOTOR)$52,262 $51,111
19 2024 21014 2024 NISSAN KICKS S $21,050 $21,930
20 2024 21114 2024 NISSAN KICKS SV $22,950 $23,833
21 2024 22114 2024 NISSAN ROGUE S $28,690 $28,113
22 2024 22314 2024 NISSAN ROGUE SV $30,420 $29,813
23 2024 22014 2024 NISSAN ROGUE S AWD $30,220 $29,622
24 2024 22214 2024 NISSAN ROGUE SV AWD $31,950 $31,323
25 2024 23114 2024 NISSAN MURANO SV FWD $38,390 $35,744
26 2024 23014 2024 NISSAN MURANO SV AWD $40,110 $37,433
27 2024 25114 2024 NISSAN PATHFINDER S $36,420 $34,993
28 2024 25314 2024 NISSAN PATHFINDER SV $39,370 $37,848
29 2024 25014 2024 NISSAN PATHFINDER S 4WD $38,360 $36,871
30 2024 25214 2024 NISSAN PATHFINDER SV 4WD $41,310 $39,726
31 2024 26314 2024 NISSAN ARMADA SV 2WD $56,430 $53,090
32 2024 26414 2024 NISSAN ARMADA SV 4WD $59,480 $56,018
NISSAN
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
33 2024 31114 2024 NISSAN FRONTIER KING CAB S 2WD 6' BED $30,260 $31,118
34 2024 31314 2024 NISSAN FRONTIER KING CAB SV 2WD 6' BED $33,020 $33,882
35 2024 31014 2024 NISSAN FRONTIER KING CAB S 4WD 6' BED $33,530 $34,394
36 2024 31214 2024 NISSAN FRONTIER KING CAB SV 4WD 6' BED $36,280 $37,157
37 2024 32114 2024 NISSAN FRONTIER CREW CAB S 2WD 5' BED $31,590 $32,449
38 2024 32314 2024 NISSAN FRONTIER CREW CAB SV 2WD 5' BED $34,450 $35,315
39 2024 33114 2024 NISSAN FRONTIER CREW CAB SV 2WD 6' BED $37,330 $38,211
40 2024 32014 2024 NISSAN FRONTIER CREW CAB S 4WD 5' BED $34,650 $35,519
41 2024 32214 2024 NISSAN FRONTIER CREW CAB SV 4WD 5' BED $37,510 $38,385
42 2024 33214 2024 NISSAN FRONTIER CREW CAB SV 4WD 6' BED $40,390 $41,283
43 2024 32514 2024 NISSAN FRONTIER CREW CAB PRO-X 4X2 $36,920 $37,600
44 2024 32414 2024 NISSAN FRONTIER CREW CAB PRO-4X 4X4 $39,980 $40,938
45 2024 37214 2024 NISSAN TITAN KING CAB SV 4WD 6.5' BEDV8 $50,000 $46,899
46 2024 38214 2024 NISSAN TITAN CREW CAB SV 4WD 5.5' BED V8 $49,820 $46,722
47 2024 53214 2024 NISSAN TITAN XD CREW CAB SV 4WD 6.5' BED V8 $52,850 $49,669
NISSAN
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2023 DS6T98 2023 RAM 1500 CLASSIC CREW CAB TRADESMAN 5.5' BED 4WD SSV $52,030 $42,155
2 2023 DS1L41 2023 RAM 1500 CLASSIC QUAD CAB TRADESMAN 6' 4" BED 2WD $40,700 $34,821
3 2023 DS1H41 2023 RAM 1500 CLASSIC QUAD CAB SLT 6' 4" BED 2WD $45,430 $38,904
4 2023 DS1L98 2023 RAM 1500 CLASSIC CREW CAB TRADESMAN 5' 7" BED 2WD $43,450 $37,491
5 2023 DS1H98 2023 RAM 1500 CLASSIC CREW CAB SLT 5' 7" BED 2WD $48,180 $41,573
7 2023 DS1H91 2023 RAM 1500 CLASSIC CREW CAB SLT 6' 4" BED 2WD $48,480 $41,920
8 2023 DS6L41 2023 RAM 1500 CLASSIC QUAD CAB TRADESMAN 6' 4" BED 4WD $44,550 $38,546
9 2023 DS6H41 2023 RAM 1500 CLASSIC QUAD CAB SLT 6' 4" BED 4WD $49,280 $42,607
10 2023 DS6L98 2023 RAM 1500 CLASSIC CREW CAB TRADESMAN 5' 7" BED 4WD $47,300 $41,246
11 2023 DS6H98 2023 RAM 1500 CLASSIC CREW CAB SLT 5' 7" BED 4WD $52,030 $45,262
12 2023 DS6L91 2023 RAM 1500 CLASSIC CREW CAB TRADESMAN 6' 4" BED 4WD $47,600 $41,545
13 2023 DS6H91 2023 RAM 1500 CLASSIC CREW CAB SLT 6' 4" BED 4WD $52,330 $45,723
14 2024 DT1L41 2024 RAM 1500 QUAD CAB TRADESMAN 6' 4" BED 2WD TBA TBA
15 2024 DT1E41 2024 RAM 1500 QUAD CAB HFE 6'4" BED 2WD $41,555 $39,499
16 2024 DT1H41 2024 RAM 1500 QUAD CAB BIG HORN 6'4" BED 2WD $45,130 $42,472
17 2024 DT1L98 2024 RAM 1500 CREW CAB TRADESMAN 5'7" BED 2WD TBA TBA
18 2024 DT1H98 2024 RAM 1500 CREW CAB BIG HORN 5'7" BED 2WD $47,880 $45,244
19 2024 DT1L91 2024 RAM 1500 CREW CAB TRADESMAN 6' 4" BED 2WD TBA TBA
20 2024 DT1H91 2024 RAM 1500 CREW CAB BIG HORN 6' 4" BED 2WD $54,170 $51,417
21 2024 DT6L41 2024 RAM 1500 QUAD CAB TRADESMAN 6' 4" BED 4WD TBA TBA
22 2024 DT6H41 2024 RAM 1500 QUAD CAB BIG HORN 6' 4" BED 4WD $48,980 $44,107
23 2024 DT6L98 2024 RAM 1500 CREW CAB TRADESMAN 5' 7" BED 4WD TBA TBA
24 2024 DT6H98 2024 RAM 1500 CREW CAB BIG HORN 5' 7" BED 4WD $51,730 $46,935
25 2024 DT6L91 2024 RAM 1500 CREW CAB TRADESMAN 6' 4" BED 4WD TBA TBA
26 2024 DT6H91 2024 RAM 1500 CREW CAB BIG HORN 6' 4" BED 4WD $58,020 $55,285
27 2024 DJ2L62 2024 RAM 2500 REGULAR CAB TRADESMAN 8' BED 2WD $47,990 $46,269
28 2024 DJ2H62 2024 RAM 2500 REGULAR CAB BIG HORN 8' BED 2WD $57,250 $55,405
29 2024 DJ2L91 2024 RAM 2500 CREW CAB TRADESMAN 6' 4" BED 2WD $51,805 $50,029
30 2024 DJ2H91 2024 RAM 2500 CREW CAB BIG HORN 6' 4" BED 2WD $57,050 $55,208
31 2024 DJ2L92 2024 RAM 2500 CREW CAB TRADESMAN 8' BED 2WD $52,005 $50,226
32 2024 DJ2H92 2024 RAM 2500 CREW CAB BIG HORN 8' BED 2WD $57,250 $55,405
33 2024 DJ7L62 2024 RAM 2500 REGULAR CAB TRADESMAN 8' BED 4WD $50,920 $49,157
RAM
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
34 2024 DJ7H62 2024 RAM 2500 REGULAR CAB BIG HORN 8' BED 4WD $55,450 $53,628
35 2024 DJ7L91 2024 RAM 2500 CREW CAB TRADESMAN 6' 4" BED 4WD $54,735 $50,744
36 2024 DJ7H91 2024 RAM 2500 CREW CAB BIG HORN 6' 4" BED 4WD $59,980 $58,099
37 2024 DJ7L92 2024 RAM 2500 CREW CAB TRADESMAN 8' BED 4WD $54,935 $50,939
38 2024 DJ7H92 2024 RAM 2500 CREW CAB BIG HORN 8' BED 4WD $60,180 $58,295
39 2024 D23L62 2024 RAM 3500 REGULAR CAB TRADESMAN 8' BED SRW 2WD $50,095 $49,979
40 2024 D23H62 2024 RAM 3500 REGULAR CAB BIG HORN 8' BED SRW 2WD $54,625 $54,449
41 2024 D23L91 2024 RAM 3500 CREW CAB TRADESMAN 6' 4" BED SRW 2WD $53,830 $53,661
42 2024 D23H91 2024 RAM 3500 CREW CAB BIG HORN 6' 4" BED SRW 2WD $59,075 $58,841
43 2024 D23L92 2024 RAM 3500 CREW CAB TRADESMAN 8' BED SRW 2WD $54,030 $53,859
44 2024 D23H92 2024 RAM 3500 CREW CAB BIG HORN 8' BED SRW 2WD $59,275 $59,038
45 2024 D28L62 2024 RAM 3500 REGULAR CAB TRADESMAN 8' BED SRW 4WD $52,920 $52,766
46 2024 D28H62 2024 RAM 3500 REGULAR CAB BIG HORN 8' BED SRW 4WD $57,450 $57,237
47 2024 D28L91 2024 RAM 3500 CREW CAB TRADESMAN 6' 4" BED SRW 4WD $56,760 $56,554
48 2024 D28H91 2024 RAM 3500 CREW CAB BIG HORN 6' 4" BED SRW 4WD $62,000 $61,724
49 2024 D28L92 2024 RAM 3500 CREW CAB TRADESMAN 8' BED SRW 4WD $56,960 $56,752
50 2024 D28H92 2024 RAM 3500 CREW CAB BIG HORN 8' BED SRW 4WD $62,205 $61,927
51 2024 DD3L63 2024 RAM 3500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60"CA *WLA*TBA TBA
52 2024 DD3L64 2024 RAM 3500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA
53 2024 DD3L93 2024 RAM 3500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60"CA *WLA*TBA TBA
54 2024 DD8L63 2024 RAM 3500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60"CA *WLA*TBA TBA
55 2024 DD8L64 2024 RAM 3500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA
56 2024 DD8L93 2024 RAM 3500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60"CA *WLA*TBA TBA
57 2024 DP4L63 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA
58 2024 DP4L64 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA
59 2024 DP4L65 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 108"CA TBA TBA
60 2024 DP4L66 27A 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 120"CA TBA TBA
61 2024 DP4L93 27A 2024 RAM 4500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA
62 2024 DP4L94 27A 2024 RAM 4500 CREW CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA
63 2024 DP9L63 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA
64 2024 DP9L64 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA
65 2024 DP9L65 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 108"CA TBA TBA
RAM
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
66 2024 DP9L66 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 120"CA TBA TBA
67 2024 DP9L93 27A 2024 RAM 4500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA
68 2024 DP9L94 27A 2024 RAM 4500 CREW CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA
69 2024 DP5L63 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA
70 2024 DP5L64 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA
71 2024 DP5L65 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 108"CA TBA TBA
72 2024 DP5L66 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 120"CA TBA TBA
73 2024 DP5L93 27A 2024 RAM 5500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA
74 2024 DP5L94 27A 2024 RAM 5500 CREW CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA
75 2024 DP0L63 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA
76 2024 DP0L64 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA
77 2024 DP0L65 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 108"CA TBA TBA
78 2024 DP0L66 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 120"CA TBA TBA
79 2024 DP0L93 27A 2024 RAM 5500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA
80 2024 DP0L94 27A 2024 RAM 5500 CREW CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA
81 2024 VF1L11 2024 RAM PROMASTER 1500 LOW ROOF 118"WB (NO REAR GLASS)TBA TBA
82 2024 VF1L12 2024 RAM PROMASTER 1500 LOW ROOF 136"WB (NO REAR GLASS)TBA TBA
83 2024 VF1L13 2024 RAM PROMASTER 1500 HIGH ROOF 136"WB (NO REAR GLASS)TBA TBA
84 2024 VF2L12 2024 RAM PROMASTER 2500 LOW ROOF 136" WB (NO REAR GLASS)TBA TBA
85 2024 VF2L13 2024 RAM PROMASTER 2500 HIGH ROOF 136"WB (NO REAR GLASS)TBA TBA
86 2024 VF2L16 2024 RAM PROMASTER 2500 HIGH ROOF 159"WB (NO REAR GLASS)TBA TBA
87 2024 VF3L12 2024 RAM PROMASTER 3500 LOW ROOF 136" WB (NO REAR GLASS)TBA TBA
88 2024 VF3L13 2024 RAM PROMASTER 3500 HIGH ROOF 136" WB (NO REAR GLASS)TBA TBA
89 2024 VF3L16 2024 RAM PROMASTER 3500 HIGH ROOF 159"WB (NO REAR GLASS)TBA TBA
90 2024 VF3L17 2024 RAM PROMASTER 3500 HIGH ROOF EXT 159"WB (NO REAR GLASS)TBA TBA
91 2024 VF3L32 2024 RAM PROMASTER CUTAWAY 3500 LOW ROOF 136" WB 81" CA TBA TBA
92 2024 VF3L34 2024 RAM PROMASTER CUTAWAY 3500 LOW ROOF 159" WB 104" CA TBA TBA
93 2024 VF3L35 2024 RAM PROMASTER CUTAWAY 3500 LOW ROOF 159" EXT WB 104" CA TBA TBA
RAM
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
1 2024 1852 2024 TOYOTA COROLLA LE $22,995 $21,918
2 2024 1882 2024 TOYOTA COLOLLA HYBRID LE $24,395 $23,256
3 2024 6312 2024 TOYOTA COROLLA CROSS HYBRID LE $29,305 $28,780
4 2024 6314 2024 TOYOTA COROLLA CROSS HYBRID SE $30,625 $29,750
5 2024 1223 2024 TOYOTA PRIUS LE (MID-SIZE)$28,745 $27,947
6 2024 1225 2024 TOYOTA PRIUS XLE (MID-SIZE)$32,190 $30,983
7 2024 1263 2024 TOYOTA PRIUS LE AWD (MID-SIZE)$30,145 $29,306
8 2024 1265 2024 TOYOTA PRIUS XLE AWD (MID-SIZE)$33,590 $32,328
9 2024 1235 2024 TOYOTA PRIUS PRIME LE - PLUG - IN HYBRID - $33,770 $33,537
10 2024 2870 2024 TOYOTA BZ4X 5 Door Electric XLE $44,420 $43,555
11 2024 2532 2024 TOYOTA CAMRY LE I4 $27,515 $25,922
12 2024 2559 2024 TOYOTA CAMRY HYBRID LE TBA TBA
13 2024 2561 2024 TOYOTA CAMRY HYBRID SE TBA TBA
14 2024 2560 2024 TOYOTA CAMRY HYBRID XLE TBA TBA
15 2025 2559 2025 TOYOTA CAMRY HYBRID LE FWD $29,495 $28,164
16 2025 2561 2025 TOYOTA CAMRY HYBRID SE FWD $31,795 $30,347
17 2025 2560 2025 TOYOTA CAMRY HYBRID XLE FWD $34,495 $32,909
18 2025 2552 2025 TOYOTA CAMRY HYBRID LE AWD $31,020 $29,611
19 2025 2553 2025 TOYOTA CAMRY HYBRID SE AWD $33,320 $31,794
20 2025 2555 2025 TOYOTA CAMRY HYBRID XLE AWD $35,390 $34,356
21 2024 5402 2024 TOYOTA SIENNA FWD LE HYBRID 8-PASSENGER $38,520 $36,515
22 2024 5403 2024 TOYOTA SIENNA AWD LE HYBRID 8-PASSENGER $40,520 $38,407
23 2024 4430 2024 TOYOTA RAV4 LE FWD $29,810 $28,744
24 2024 4440 2024 TOYOTA RAV4 XLE FWD $31,320 $30,202
25 2024 4432 2024 TOYOTA RAV4 LE AWD $31,210 $30,095
26 2024 4442 2024 TOYOTA RAV4 XLE AWD $32,720 $31,554
27 2024 4435 2024 TOYOTA RAV4 HYBRID LE AWD $32,810 $31,812
28 2024 4444 2024 TOYOTA RAV4 HYBRID XLE AWD $34,320 $33,279
29 2024 8642 2024 TOYOTA 4RUNNER SR5 2WD $41,790 $39,719
30 2024 8664 2024 TOYOTA 4RUNNER SR5 4WD $43,665 $41,498
31 2024 2810 2024 TOYOTA VENZA HYBRID LE $36,005 $35,375
32 2024 2820 2024 TOYOTA VENZA HYBRID XLE $40,465 $39,462
TOYOTA
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
33 2024 6946 2024 TOYOTA HIGHLANDER i4 LE FWD $40,455 $37,974
34 2024 6951 2024 TOYOTA HIGHLANDER i4 XLE FWD $43,605 $40,938
35 2024 6948 2024 TOYOTA HIGHLANDER i4 LE AWD $42,055 $40,811
36 2024 6953 2024 TOYOTA HIGHLANDER i4 XLE AWD $45,205 $42,445
37 2024 6960 2024 TOYOTA HIGHLANDER HYBRID LE FWD $42,055 $39,539
38 2024 6961 2024 TOYOTA HIGHLANDER HYBRID XLE FWD $45,205 $42,517
39 2024 6964 2024 TOYOTA HIGHLANDER HYBRID LE AWD $43,655 $41,052
40 2024 6965 2024 TOYOTA HIGHLANDER HYBRID XLE AWD $46,805 $44,029
41 2024 6702 2024 TOYOTA GRAND HIGHLANDER 2WD XLE $44,405 $42,386
42 2024 6708 2024 TOYOTA GRAND HIGHLANDER XLE 4WD $46,005 $43,446
43 2024 6716 2024 TOYOTA GRAND HIGHLANDER HYBRID XLE 2WD $46,005 $43,629
44 2024 6722 2024 TOYOTA GRAND HIGHLANDER HYBRID XLE 4WD $47,605 $45,128
45 2024 6724 2024 TOYOTA GRAND HIGHLANDER HYBRID LIMITED 4WD $52,395 $49,616
46 2024 7162 2024 TOYOTA TACOMA XTRA CAB I4 SR 2WD 6' BED $32,151 $31,241
47 2024 7164 2024 TOYOTA TACOMA XTRA CAB SR 2WD 6' BED TBA TBA
48 2024 7186 2024 TOYOTA TACOMA DOUBLE CAB I4 SR 2WD 5' BED $35,035 $33,254
49 2024 7146 2024 TOYOTA TACOMA DOUBLE CAB I4 SR5 2WD 5' BED $38,695 $36,839
50 2024 7148 2024 TOYOTA TACOMA DOUBLE CAB TRD SPORT 2WD 5' BED $40,895 $38,879
51 2024 7170 2024 TOYOTA TACOMA DOUBLE CAB I4 SR5 2WD 6' BED $39,265 $37,317
52 2024 7514 2024 TOYOTA TACOMA XTRA CAB SR 4WD I4 $36,035 $34,630
53 2024 7540 2024 TOYOTA TACOMA DOUBLE CAB SR5 4WD 5' BED $41,735 $39,660
54 2024 7568 2024 TOYOTA TACOMA DOUBLE CAB TRD OFF ROAD 4WD 6' BED $44,735 $42,528
55 2024 7542 2024 TOYOTA TACOMA TRD SPORT 4X4 DOUBLE CAB $42,566 $41,939
56 2024 8242 2024 TOYOTA TUNDRA DOUBLE CAB SR 2WD 6.5' BED $41,760 $39,686
57 2024 8245 2024 TOYOTA TUNDRA DOUBLE CAB SR 2WD 8' BED $42,090 $40,000
58 2024 8342 2024 TOYOTA TUNDRA DOUBLE CAB SR 4WD 6.5' BED $44,760 $42,550
59 2024 8345 2024 TOYOTA TUNDRA DOUBLE CAB SR 4WD 8' BED $45,090 $42,863
60 2024 8346 2024 TOYOTA TUNDRA DOUBLE CAB SR5 4WD 8' BED $51,605 $49,081
61 2024 8261 2024 TOYOTA TUNDRA CREW MAX SR5 2WD 5.5' BED $49,345 $46,924
62 2024 8361 2024 TOYOTA TUNDRA CREW MAX SR5 4WD 5.5' BED $52,345 $49,787
63 2024 8348 2024 TOYOTA TUNDRA CREW MAX SR 4WD 5.5' BED $46,810 $44,505
64 2024 8401 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4X2 $59,420 $56,976
TOYOTA
863-402-4234
chris.wilson@alanjay.com
ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT
PRICE
65 2024 8411 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4X2 $59,750 $57,292
66 2024 8421 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4WD $62,420 $59,840
67 2024 8431 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4WD $62,750 $60,155
TOYOTA
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
REGULAR AND SPECIAL FACTORY PRODUCTION OPTIONS
RPO All Regular And Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00
SEO All Special Equipment Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00
VSO All Factory Production Vehicle Specific Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP $0.00
ASSUME ANY ITEMS NOT SPECIFICALLY LISTED ON THIS QUOTE ARE TO BE ASSUMED UNAVAILABLE OR NOT INCLUDED.$0.00
NON-IDENTIFIED CONTRACT OPTIONS
NICO Any Option not listed in this price schedule may be added in accordance with contract guidelines (not to exceed 10% over dealer costs).$0.00
FORCE MAJEURE Surcharge for equipment / bodies - add ''X'' percentge - due to unforeseeable circumstances / acts of God.$0.00
CD FEE COURTESY DELIVERY -DROP SHIP- TO LOCAL VENDOR FOR PDI AND DELIVERY.$0.00
EXTENDED WARRANTY
EWA Price to be quoted at Florida Mandatory Sales Price. Warranties available through: Ford ESP, GMPP, NISSAN, JM&A, MOPAR. PRICES TO BE QUOTED FOR SPECIFIC VEHICLE AND POWER TRAIN COMBINATION.$0.00
P-CARD AND CREDIT CARD TRANSACTIONS
MSF A 5% convienence fee of the total sale price will be assessed for all merchant service transations above $2,500.00.$0.00
ADDITIONAL KEYS
3K Plain cut 3rd key (NO REMOTE).$90.00
4K Plain cut 3rd & 4th keys (NO REMOTES).$180.00
3KR Additional key and remote, cut and programmed.$275.00
4KR (2) Additional keys and remotes, cut and programmed.$450.00
3K SMART 3rd key and remote for vehicles with proximity access.$345.00
4K SMART 3rd & 4th keys and remotes for vehicles with proximity access.$555.00
PAINT AND GRAPHICS
B&W-DO Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS ONLY painted white, mirrors and handles to remain black.$1,600.00
B&W-D&R Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS and ROOF painted white, mirrors and handles to remain black.$1,970.00
CGP CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specification.$760.00
CGP-CHEV CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specifications including rear tailgate chevrons.$1,195.00
GENERAL OPTIONS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ASSET MANAGEMENT
CDMB Asset management consulting services provided by CEM certified industry professional with 39 years of experience. Price listed at hourly rate, discounts may apply based upon the scope of services required.$0.00
SAFETY ITEMS
3BLS 3rd brake light safety sulse (Pulses 3rd brake light (4) times upon application of brake pedal to increase driver awareness behind you when stopping)$210.00
SAFE-T Amerex 5lb Fire extinguisher, First Aide Only first aid kit, and King James & Co road triangles $330.00
FIRE 2.5LB 2.5# ABC FIRE EXTINGUISHER, PART# B417T, INSTALLED WITH BRACKET, MOUNTED INSIDE REAR CARGO AREA.$125.00
FIRE-X-5LB Amerex B500 Fire Extinguisher with 5DC HD Vehicle Bracket (Furnished and Installed inside rear cab area, driver’s Side)$205.00
DRIVERS EDUCATION
ABG BRAKE-PASS-UNIV Furnish and install Universal OS Brake passenger side brake pedal $3,160.00
ABG BRAKE-PASS-TOYO Furnish and install OS Brake passenger side brake pedal on Toyota vehicles.$3,440.00
TAG & REGISTRATION
NO-TEMP TEMP TAG NOT REQUESTED, CUSTOMER WILL HANDLE THEIR OWN TAG WORK.$0.00
TITLE ONLY NO-TAG PROCESS A TITLE ONLY FOR TRIBE.$0.00
TEMP-TAG Temporary tag $45.00
TRANS-TAG Transfer existing registration Includes temp tag & two way overnight shipping for signature. (must provide tag number)$195.00
NEW-TAG New tag Includes temp tag & two way overnight shipping for signature.(specify state, county, city, sheriff, etc.)$245.00
NEW-TAG-CITY New CITY tag Includes temp tag & two way overnight shipping for signature.$245.00
NEW-TAG-STATE New STATE tag Includes temp tag & two way overnight shipping for signature.$245.00
NEW-TAG-COUNTY New COUNTY tag Includes temp tag & two way overnight shipping for signature.$245.00
NEW-TAG-SHERIFF New SHERIFF tag Includes temp tag & two way overnight shipping for signature.$245.00
NEW-TAG-COLLEGE New COLLEGE tag Includes temp tag & two way overnight shipping for signature.$245.00
NEW-TAG-X New tag Includes temp tag & two way overnight shipping for signature (X-SERIES).$245.00
GENERAL OPTIONS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
FLOOR PROTECTION
WTF SDN 1 Weather Tech floor liner system (1st row only).$190.00
WTF SDN 2 Weather Tech floor liner system (1st & 2nd rows).$275.00
INVERTERS & CHARGING
806-1206-SDN XANTREX 600W pure sine inverter mounted under passenger seat with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$605.00
806-1210-SDN XANTREX 1000W pure sine inverter mounted in trunk space with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$775.00
851-0451-SDN XANTREX Xpower 450W inverter mounted under passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$470.00
SEAT UPGRADE
DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00
DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00
TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $415.00
TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$815.00
WINDOW FILM & GUARDS
WSTP Windshield strip $50.00
DT2 SDN Deep tint film installed on front two door glass only.$200.00
DTF SDN Deep tint film installed on all side and rear glass.$300.00
LIMO Upgrade tint to LIMO on all tinted surfaces $95.00
RS 2 Stick on rain shields (2-doors).$95.00
RS 4 Stick on rain shields (4-doors).$120.00
HITCHES & ACCESSORIES
N2 Nitrogen filled tires $160.00
FSS Full Size Spare Tire and Wheel ships loose in cargo area or trunk, may not cosmetically matchfactory wheels and tires. Does not include TPMS.$505.00
AJ 4-WIRE 4 wire trailer plug $85.00
AJ CLIII Class III receiver hitch, installed at AJ Fleet.$525.00
AJ C-WIRE Customer specific wire plug, please provide detail.$80.00
BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00
BUA Federal Signal 90 dB back-up alarm.$165.00
AUTOMOBILES
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
FLOOR PROTECTION
WTF SUV 1 Weather Tech floor liner system (1st row only).$190.00
WTF SUV 2 Weather Tech floor liner system (1st & 2nd rows).$290.00
WTF SUV 3 Weather Tech floor liner system (1st & 2nd rows plus cargo area).$430.00
SEAT UPGRADE
DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00
DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00
DLTH 3 Dealer installed leather seating surfaces (1st & 2nd rows).$1,880.00
TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $415.00
TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$815.00
INVERTERS & CHARGING
806-1206-SUV XANTREX 600W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$605.00
806-1210-SUV XANTREX 1000W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$775.00
806-1220-SUV XANTREX 2000W pure sine inverter mounted in rear cargo area with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$1,265.00
813-3000UL-SUV XANTREX 3000W modified sine inverter mounted in rear cargo area with. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery)
$1,940.00
E1 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
E1 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
WINDOW FILM & GUARDS
WSTP Windshield strip $50.00
DT2 SUV Deep tint film installed on front two door glass only.$200.00
DTF SUV Deep tint film on SUV with full side and rear glass coverage.$335.00
LIMO Upgrade tint to LIMO on all tinted surfaces $95.00
RS 2 Stick on rain shields (2-doors).$95.00
RS 4 Stick on rain shields (4-doors).$120.00
SUVs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
HITCHES & ACCESSORIES
BUA Federal Signal 90 dB back-up alarm.$165.00
AJ CLIII Class III receiver hitch, installed at AJ Fleet.$525.00
AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$630.00
AJ CLV Class V receiver hitch, installed at AJ Fleet.$835.00
BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00
AJ 4-WIRE 4 wire trailer plug $85.00
AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$95.00
AJ 6-ROUND 6 wire round utility plug.$75.00
AJ DB2 Draw bar with 2'' Ball, pin, and clip.$105.00
AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$110.00
AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$120.00
N2 Nitrogen filled tires $160.00
FSS Full Size Spare Tire and Wheel ships loose in cargo area or trunk, may not cosmetically matchfactory wheels and tires. Does not include TPMS.$505.00
AJ EBC Curt Spectrum Electric Brake Controller $405.00
GRILLE GUARDS AND WINCHES
VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$840.00
VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$895.00
ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$1,935.00
ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,760.00
AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$810.00
AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,120.00
AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,735.00
AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,270.00
AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,225.00
AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$3,060.00
AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,730.00
AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,915.00
SUVs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CNG CONVERSION
AE ESCAPE 4.6GGE Ford Escape 1.5L 4.6GGE installed.$11,725.00
SUVs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
FLOOR PROTECTION
WTF VAN 1 Weather Tech floor liner system (1st row only).$165.00
WTF VAN 2 Weather Tech floor liner system (1st & 2nd rows).$275.00
WTF VAN 3 Weather Tech floor liner system (1st, 2nd, & 3rd rows).$385.00
SEAT UPGRADE
DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00
DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00
DLTH 3 Dealer installed leather seating surfaces (1st & 2nd rows).$1,880.00
TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $415.00
TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$815.00
INVERTERS & CHARGING
851-0451-VAN XANTREX Xpower 450W inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$465.00
806-1206-VAN XANTREX 600W pure sine inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$605.00
806-1210-VAN XANTREX 1000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$775.00
806-1220-VAN XANTREX 2000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$1,265.00
813-3000UL-VAN XANTREX 3000W modified sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery)
$1,940.00
OUTLET REAR VAN Weather-resistant outlet at rear of van, mounted curbside to either side or back of shelf (interior).$180.00
E1 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
E1 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
WINDOW FILM & GUARDS
WSTP Windshield strip $50.00
DT2 VAN Deep tint film installed on front two door glass only.$200.00
DTF G VAN Deep tint film on cargo van with side and rear door glass.$300.00
DTF P VAN Deep tint film on passenger van with full body glass.$520.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
LIMO Upgrade tint to LIMO on all tinted surfaces $95.00
HITCHES & ACCESSORIES
BUA Federal Signal 90 dB back-up alarm.$165.00
AJ CLIII Class III receiver hitch, installed at AJ Fleet.$525.00
AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$630.00
AJ CLV Class V receiver hitch, installed at AJ Fleet.$835.00
BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00
AJ 4-WIRE 4 wire trailer plug $85.00
AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$95.00
AJ 6-ROUND 6 wire round utility plug.$75.00
AJ C-WIRE Customer specific wire plug, please provide detail.$80.00
N2 Nitrogen filled tires $160.00
N2 HD Nitrogen filled tires (3/4 ton vehicles and up).$165.00
N2 DRW Nitrogen filled tires on DRW vehicles.$185.00
AJ DB2 Draw bar with 2'' Ball, pin, and clip.$105.00
AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$110.00
AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$120.00
AJ PTL2 Pintle combination draw bar with 2'' ball.$180.00
AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00
AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$1,580.00
AJ EBC Curt Spectrum Electric Brake Controller $405.00
LINERS AND COATINGS
HD SOB-VAN HD Scorpion spray on bed liner applied to floor surface of cargo area including approximately 6'' up the side walls and partition of cargo van.$945.00
UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00
KARGO MASTER VAN EQUIPMENT
COMPACT SHELVING PACKAGES
44TCL ELECTRICAL CONTRACTOR 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 3, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 6, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 1
$3,910.00
45TCL HVAC PACKAGES 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 3, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2
$4,545.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
42TCL GENERAL SERVICE 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 4, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 6, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2
$4,950.00
400CE COMMERCIAL 43'' H SHELVES - NV200 115'' WB 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 2 $2,280.00
402CE GENERAL SERVICE 43'' H SHELVES - NV200 115'' WB 40670 Partition - Perforated - Compact Van x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 2, 4826L Shelf Unit - 26'' W x 43'' H x 14'' D x 1, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 6
$4,640.00
FULL SIZE PARTITIONS
40640 + 406GM + 40620 GM Express Roof Partition with perforated center/passenger side panels & door latch kit.$995.00
40640 + 40649TL + 40620 Ford Transit Low Roof Partition with perforated center/passenger side panels & door latch kit.$1,030.00
40660 + 40669TM + 40620 Ford Transit Mid/ Roof Partition with perforated center/passenger side panels & door latch kit.$1,180.00
40660 + 40669TH + 40620 Ford Transit High Roof Partition with perforated center/passenger side panels & door latch kit.$1,215.00
40651 + 4064P + 40620 ProMaster Low/High Roof Partition with perforated center/passenger side panels & door latch kit.$1,195.00
FULL SIZE SHELVING PACKAGES
4001C BASE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,360.00
4003C COMMERCIAL BIN 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1
$3,785.00
4004C GENERAL SERVICE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$4,560.00
4005C ELECTRICAL CONTRACTOR 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$5,070.00
4006C HVAC 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1
$5,195.00
4013C BASE 46'' H SHELVES - GM 155'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $3,765.00
40PML BASE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3
$4,850.00
40PMS BASE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3
$4,485.00
40TLL BASE 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $3,800.00
40TLM BASE 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 52″Adjustable Tall Shelf Unit [52″ Width x 60″ Height x 14″ Depth] (48524) x 3 Van Interior Partition x 1 Ford Transit Mid/High Roof Partition Kit: (40651+406TH)$4,835.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
40TRL BASE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,395.00
40TRM BASE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3
$4,465.00
41PML GENERAL SERVICE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1
$6,015.00
41PMS GENERAL SERVICE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$5,595.00
41TLL GENERAL SERVICE 46'' H SHELVES - TRANSIT 146'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1
$5,060.00
41TLM GENERAL SERVICE 60'' H SHELVES - TRANSIT 146'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1
$5,995.00
41TRM GENERAL SERVICE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$5,460.00
42PML ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1
$7,065.00
42PMS ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$6,560.00
42TCL GENERAL SERVICE 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 4, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 6, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2
$4,950.00
42TLL ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2
$6,230.00
42TLM ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1
$7,050.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
42TRM ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$6,540.00
43TRL COMMERCIAL BIN 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1
$3,820.00
44TRL GENERAL SERVICE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40010 Shelf Door Kit 42'' W x 2, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$4,595.00
45PML HVAC 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1
$6,680.00
45PMS HVAC 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$6,235.00
45TLL HVAC 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2
$6,375.00
45TLM HVAC 60'' H SHELVES - TRANSIT 146'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1
$6,660.00
45TRL ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$5,755.00
45TRM HVAC 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Re frigerant Tank Rack - 3 Tier x 1, 40270 Hanging File Holder x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 1
$6,215.00
46TRL HVAC 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1
$5,895.00
FULL SIZE LADDER RACKS
4082L + 408CC GM Express/Savana - Single Clamp & Lock Ladder Rack (Curb Side Only)$1,080.00
4082L + 408CC + 4081L GM Express/Savana - Dual Clamp & Lock Mechanism $1,520.00
4082L + 408TC + 4081L Ford Transit Low Roof - Dual Clamp & Lock Mechanism $1,650.00
4092L + 409CD GM Express/Savana - Single Drop Down Ladder Rack (Curb Side Only)$1,935.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
4092L + 409CD + 40963 GM Express/Savana - Dual Drop Down Mechanism $3,180.00
4092L + 409TD Ford Transit Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,075.00
4092L + 409TD + 40963 Ford Transit Low Roof - Dual Drop Down Mechanism $3,320.00
4097M + 4081P ProMaster Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,305.00
4097M + 4081P + 40983 ProMaster Low Roof - Dual Low Roof - Drop Down Mechanism $3,620.00
4097M + 4081T Ford Transit Mid Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$1,830.00
4097M + 4081T + 40983 Ford Transit Mid Roof - Dual EZ Drop Down Mechanism $2,935.00
4099H + 4081P ProMaster High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$2,850.00
4099H + 4081P + 40913 ProMaster High Roof - Dual EZ Drop Down Mechanism $4,640.00
4099H + 409TD Ford Transit High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$5,210.00
4099H + 409TD + 40913 Ford Transit High Roof - Dual EZ Drop Down Mechanism $4,565.00
ADRIAN VAN EQUIPMENT (ADVANCED WORK VAN)
EXPRESS / SAVANA PARTITIONS
AWV GM-PART Adrian Steel Partition Perforated top Center & Passenger Panels for GM Full Size Vans ( no door ). Furnished and installed by Advanced Work Vans of Florida.$910.00
AWV GM-PART-DOOR Adrian Steel Partition Perforated Top Center & Passenger Panels for GM Full Size Vans ( w/door ). Furnished and installed by Advanced Work Vans of Florida.$1,055.00
AWV PARGM-NW Adrian Steel Composite Partition for GM Full Size Vans (No Window). Furnished and installed by Advanced Work Vans of Florida.$1,655.00
AWV PARGM Adrian Steel Composite Partition for GM Full Size Vans (With Window). Furnished and installed by Advanced Work Vans of Florida.$1,680.00
TRANSIT PARTITIONS
AWV S1M2C2FSV Adrian Steel Partition S1M2C2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( no doo+B5r ) furnished and installed by Advanced Work Vans of Florida.$1,015.00
AWV S1M2HC2FSV Adrian Steel Partition S1M2HC2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( w/door ) furnished and installed by Advanced Work Vans of Florida.$1,165.00
AWV S1M2C2TR Adrian Steel Partition S1M2C2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( no door ) furnished and installed by Advanced Work Vans of Florida.$1,325.00
AWV S1M2HC2TRM Adrian Steel Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Medium Roof (w/door ) furnished and installed by Advanced Work Vans of Florida.$1,450.00
AWV S1M2C2TR Adrian Steel Partition S1M2C2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( no door ) furnished and installed by Advanced Work Vans of Florida.$1,325.00
AWV S1M2HC2TRH Adrian Steel Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( w/door ) furnished and installed by Advanced Work Vans of Florida.$1,470.00
AWV PARFTL Adrian Steel Composite Partition PARFTL for Ford Full Size Cargo Van Low Roof Includes Wing Kit With Window furnished and installed by Advanced Work Vans of Florida. $1,720.00
AWV PARFTL-NW Adrian Steel Composite Partition PARFTL-NW for Ford Full Size Cargo Van Composite Partition Low Roof Includes Wing Kit No Window furnished and installed by Advanced Work Vans of Florida.$1,695.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PROMASTER PARTITIONS
AWV S1M2C2PM Adrian Steel Ram ProMaster Partition and Wing Kit ( no door ) Perforated Top Center & Passenger Panels furnished and installed by Advanced Work Vans of Florida.$1,285.00
AWV S1M2HC2PM Adrian Steel Ram ProMaster Partition and Wing Kit ( w/door ) Perforated Top Center & Passenger Panels furnished and installed by Advanced Work Vans of Florida.$1,430.00
EXPRESS / SAVANA SHELVING PACKAGES
AWV 4316G Adrian Steel Commercial Bin BasePlus Shelving Package with Partition for GM Full Size Van STD WB. Furnished and installed by Advanced Work Vans of Florida.$3,915.00
AWV 4316GX Adrian Steel Commercial Bin BasePlus Shelving Package with Partition for GM Full Size Van EXT WB. Furnished and installed by Advanced Work Vans of Florida.$3,980.00
AWV 4317G Adrian Steel General Service BasePlus Shelving Package with Partition for GM Full Size Van STD WB. Furnished and installed by Advanced Work Vans of Florida.$5,005.00
AWV 4317GX Adrian Steel General Service BasePlus Shelving Package with Partition for GM Full Size Van EXT WB. Furnished and installed by Advanced Work Vans of Florida.$5,070.00
AWV 4318G Adrian Steel PHVAC Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,820.00
AWV 4318GX Adrian Steel PHVAC Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,885.00
AWV 4319G Adrian Steel Electrical/Gas Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 135'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,115.00
AWV 4319GX Adrian Steel Electrical/Gas Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,180.00
TRANSIT SHELVING PACKAGES
AWV E-TransLR130 E-Transit Package Required No Drill upgrade - Transit Low Roof 130 WB furnished and installed by Advanced Work Vans of Florida.$170.00
AWV E-TransLR148 E-Transit Package Required No Drill upgrade - Transit Low Roof 148 WB furnished and installed by Advanced Work Vans of Florida.$445.00
AWV E-TransMR148 E-Transit Package Required No Drill upgrade - Transit Mid & High Roof 148 WB furnished and installed by Advanced Work Vans of Florida.$195.00
AWV 5156TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof Base Commercial 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$3,655.00
AWV 5156TL148 Adrian Steel Shelving Package for Full Size Transit CargoLow Roof Base Commercial 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$3,675.00
AWV 4317TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof General Service 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,350.00
AWV 4317TL148 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof General Service 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,375.00
AWV 4318TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof PHVAC 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,670.00
AWV 4318TL148 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof PHVAC 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,690.00
AWV 4319TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof Electrical, Gas130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,430.00
AWV 4319TL148 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof Electrical, Gas 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,450.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AWV 5156TM130 Adrian Steel Shelving Package for Full Size Transit Cargo Medium Roof Base Commercial130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$4,885.00
AWV 5156TM148 Adrian Steel Shelving Package for Full Size Transit Cargo Medium Roof Base Commercial 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,050.00
AWV 5156TH148 Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,075.00
AWV 5156TH148X Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$5,080.00
AWV 4317TM130 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,560.00
AWV 4317TM148 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,725.00
AWV 4317TH148 Adrian Steel General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,745.00
AWV 4317TH148X Adrian Steel General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$6,750.00
AWV 4318TM130 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,305.00
AWV 4318TM148 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,470.00
AWV 4318TH148 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,490.00
AWV 4318TH148X Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$7,495.00
AWV 4319TM130 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,765.00
AWV 4319TM148 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,930.00
AWV 4319TH148 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,935.00
AWV 4319TH148X Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$7,940.00
PROMASTER SHELVING PACKAGES
AWV 5180 Adrian Steel Ram ProMaster Shelving Package General Service 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,620.00
AWV 5185 Adrian Steel Ram ProMaster Shelving Package General Service 159'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,895.00
AWV 5181 Adrian Steel Ram ProMaster Shelving Package Electrical Contractor 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,845.00
AWV 5186 Adrian Steel Ram ProMaster Shelving Package Electrical Contractor 159'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$8,230.00
AWV 5182 Adrian Steel Ram ProMaster Shelving Package Security 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,230.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
EXPRESS / SAVANA POLY LINER
AWV 5384G Adrian Steel Poly Liner with Partition for GM Full Size Van Std WB. Furnished and installed by Advanced Work Vans of Florida.$3,795.00
AWV 5384GX Adrian Steel Poly Liner with Partition for GM Full Size Van Ext WB. Furnished and installed by Advanced Work Vans of Florida.$4,160.00
EXPRESS / SAVANA LADDER RACKS
AWV GM 2B6W Aluminum Adrian Steel 2- Bar Utility Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$850.00
AWV GM 3B6W Adrian Steel Aluminum 3- Bar Utility Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$1,290.00
AWV GL61GM Adrian Steel Grip Lock Single Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$920.00
AWV GL63GM Adrian Steel Grip Lock Double Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$1,370.00
AWV PLS61GM Adrian Steel Single Slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$2,020.00
AWV PLS63GM Adrian Steel Double slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$2,995.00
TRANSIT LADDER RACKS
AWV 2BARRFT-W Adrian Steel 2- Bar Ladder rack Utility Rack with Rear Roller Bar Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Advanced Work Vans of Florida.$1,185.00
AWV 3BARRFT-W Adrian Steel 3- Bar Ladder rack Utility Rack Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Advanced Work Vans of Florida.$1,580.00
AWV GL61TL Adrian Steel Single Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$1,220.00
AWV GL63TL Adrian Steel Double Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$1,710.00
AWV PLS61TL Adrian Steel Single Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida. $2,070.00
AWV PLM61TM Adrian Steel Single Slide Max Down Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Advanced Work Vans of Florida. $2,540.00
AWV PLS63TL Adrian Steel Double Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$3,295.00
AWV PLM63TM Adrian Steel Double Slide Down Max Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Advanced Work Vans of Florida.$4,225.00
PROMASTER LADDER RACKS
AWV PM 3B6W RRB Adrian Steel 3- Bar Rack Ladder Racks Full Size Van Aluminum Utility Rack Ram ProMaster ( Standard Roof ) furnished and installed by Advanced Work Vans of Florida.$1,680.00
AWV PLM61PL Adrian Steel Single Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Advanced Work Vans of Florida.$2,835.00
AWV PLM61PL136 Adrian Steel Single Drop Down Ladder Racks Full Size Ram ProMaster ( 136'''' WB ) furnished and installed by Advanced Work Vans of Florida.$2,865.00
AWV PLM63PL Adrian Steel Double Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Advanced Work Vans of Florida.$4,525.00
AWV PLM63PL136 Adrian Steel Double Drop Down Ladder Racks Full Size Ram ProMaster ( 136'' WB ) furnished and installed by Advanced Work Vans of Florida.$4,555.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ADRIAN ACCESSORIES
AWV SOB-VAN Van floor spray on bedliner, provides coverage of the entire cargo floor and lower section of walls and partition.$1,565.00
AWV SCREEN-FTL2 Adrian 60-134/60-135 window security screens, both rear doors, Ford Transit Low Roof furnished and installed by Advanced Work Vans of Florida $265.00
AWV SCREEN-FTMH2 Adrian 60-132/60-133 window security screens, both rear doors, Ford Transit mid/high roof furnished and installed by Advanced Work Vans of Florida.$330.00
AWV TS-1500 VANNER 1500 Watt Pure Sine Power Inverter w/ Wiring harness and Circuit Breaker mounted to back of partition, passenger side furnished and installed by Advanced Work Vans of Florida.$2,165.00
FOOD SERVICE
TRANSIT-REEFER Thermo King V520 RT MAX Transit Van Refrigeration Package (Refrigeration unit + Insulation) Thermo King V520 RT MAX 10 vehicle driven refrigerated unit with R404A refrigerant. This unit has the capacity to deliver 0 degrees Key items and features included in this quote: • Thermo King V520 RT MAX 20 vehicle powered refrigeration unit • Thermo King compressor with Jet-Lube compressor lubrication • In cab controller with digital LED thermometer • Electronic Thermosta • Slim line roof mounted condenser • Factory hose kit • Hose management kit • Insulation: To be installed inside Ford Transit 148” High Roof- 3” of insulation- floors, walls, ceiling. Insulated front bulkhead behind seats; bulkhead reinforced for refrigerated unit. Doors completely insulated and covered with Sub Zero panels. Two drains molded into the floor. Diamond plate bump guards at each cargo door opening.
$24,905.00
CUES CAMERA
RP CUES-CUT ROCKPORT BOX FOR CUTAWAY VANS DESIGNED FOR CUES 15' 6''L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS ON 16'' CENTERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS, E-COATED STEP BUMPER RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY, HIGH IMPACT FRONT RADIUS CORNERS TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL, 2 GRAB HANDLES ROCKTOP AIR FARING WITH CAB ROOF CUTOUT ROCKTOP ABS INTERIOR LINER REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. PINE PLANK FLOOR IN LIEU OF HARDWOOD. ''RESTRICTED'' DELETE SETBACK SOLID BULKHEAD (FULL CAB CUTOUT) REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. ''RESTRICTED OPTION/REQUIRES APPROVAL'' FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. # POLAR 15'' WIDE .063 PRE-PAINTED WHITE ALUMINUM FULL LENGTH BOTTOM BODY SKIRTING W/ EXTENDED FRONT CORNERS AND REAR STRUCTURE SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24''. (UP TO 18') ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) 24.5'' FROM REAR WALL CENTERED IN ROOF DELETE STANDARD PLYWOOD LINER & TIE RINGS DELETE STANDARD D-RINGS (ALUM & FRP BODIES) FREIGHT TO CUES INC. IN ORLANDO, FL (Req's 2019 FORD E-450 CUTAWAY CHASSIS 176'' WB, DUAL REAR WHEELS, CRUISE, 6.8 L GASOLINE, 14,500# GVWR) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519
$19,645.00
CTV E450-TVONLY CUES TV Only - Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, (Req's Chassis and RockPort Box)
$260,225.00
CTV E450-TVDUC CUES TV/DUC Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box.
$338,380.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CTV E450-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box.
$393,810.00
CTV TRANSIT-TVONLY CUES TV Only Build-Out for Ford Transit Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis.
$220,200.00
CTV TRANSIT-TVDUC CUES TV/DUC Build-Out for Ford Transit Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis.
$298,125.00
CTV TRANSIT-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford Transit Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis.
$354,105.00
PRISONER TRANPORT SYSTEMS
SINGLE COMPARTMENT
AA 1-EXT COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van).
$16,545.00
AA 1-REG COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van).
$15,720.00
AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00
AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$2,810.00
AA INTERCOM-1 American Aluminum intercom system for SINGLE compartment transport system.$670.00
AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00
AA CONSOLE American Aluminum console box $745.00
AA REAR American Aluminum rear step.$1,030.00
TWO COMPARTMENT
AA 2-EXT COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van).
$16,545.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AA 2-REG COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van).
$15,720.00
AA SDD American Aluminum solid drop doors to block all visibility between compartments.$285.00
AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00
AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$2,810.00
AA CAMERA-2 American Aluminum TWO compartment camera system includes: (2) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,840.00
AA INTERCOM-2 American Aluminum intercom system for TWO compartment transport system.$970.00
AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00
AA CONSOLE American Aluminum console box $745.00
AA REAR American Aluminum rear step.$1,030.00
THREE COMPARTMENT
AA 3-EXT COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van).
$17,240.00
AA 3-REG COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van).
$16,415.00
AA SDD American Aluminum solid drop doors to block all visibility between compartments.$285.00
AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00
AA STORAGE American Aluminum under the front bench storage sytem for THREE compartment system.$1,690.00
AA SQUISH American Aluminum SQUISH seat for creating a single compartment on an as needed basis for THREE compartment systems.$1,730.00
AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$3,520.00
AA INTERCOM-3 American Aluminum intercom system for THREE compartment transport system.$1,275.00
AA CAMERA-3 American Aluminum THREE compartment camera system includes: (3) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$3,060.00
AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00
AA CONSOLE American Aluminum console box $745.00
AA REAR American Aluminum rear step.$1,030.00
AA SIDE American Aluminum side step.$1,030.00
FOUR COMPARTMENT
AA 4-EXT COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van WITH dual sliding side cargo access doors).
$17,240.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AA 4-REG COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van WITH dual sliding side cargo access doors).
$16,415.00
AA SDD American Aluminum solid drop doors to block all visibility between compartments.$285.00
AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00
AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$3,520.00
AA INTERCOM-4 American Aluminum intercom system for FOUR compartment transport system.$1,575.00
AA CAMERA-4 American Aluminum FOUR compartment camera system includes: (4) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$3,280.00
AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00
AA CONSOLE American Aluminum console box $745.00
AA REAR American Aluminum rear step.$1,030.00
AA SIDE American Aluminum side step.$1,030.00
RECYCLED PRISONER TRANSPORT SYSTEM
AA UNINSTALL Uninstall customer provided prisoner transport system, includes transportation to-from Perry, FL.$2,285.00
AA CLEAN Sanitize customer provided prisoner transport system.$1,050.00
AA INSTALL Re-install customer provided prisoner transport system, includes transportation from Perry, FL.$2,285.00
AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00
AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00
AA REAR American Aluminum rear step.$1,030.00
AA SIDE American Aluminum side step.$1,030.00
ADA COMPLIANT TRANSPORT
AA ADA PRISONER AMERICAN ALUMINUM 3 COMPARTMENT MODULE 2 rear compartments, 4 seats on each side. Includes: Rear step, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same. ***CARPETED FRONT BULKHEAD **INMATE TRANSPORT SOLID ESCAPE HATCHES FOR INMATE TRANSPORT * DROP DOWN DOORS * CUSTOM OPTION *Front compartmentwill be Wheelchair Lift compartment (REQUIRES FACTORY REAR HVAC & MID/HIGH ROOF VAN) - Requires MW ADA PRISONER.
$18,440.00
MW ADA PRISONER MOBILITY WORKS WHEEL CHAIR LIFT, Shoulder Track -Pair-Full Length Shoulder tracks on driver and passenger side, Q-Straint Slide and Click 4-button wheelchai securement system with retractable lap and shoulder belts (LEVEL 3) Braun automatic ADA Lift, 34'' x 51'' platform, Century Seriies Model C919 IB, Side door mounted, ADA interlock, spot lights on lift, FMVSS 403 & 404 compliant - manual roll stop, Floor color black, Altro Floor Covering, in black - LWB Wagon LWB 3/4'' Plywood subfloor - MUST Use Q'Straint Slide and Click, vehicle prep, cleanup, QA payload, required certifications/lables, training CD's, emergency exit and no smoking stickers.
$21,695.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PRISONER 12+1CO+1 12 + 1 CO + 1 OR 2 Wheelchair Passenger Inmate Transport Bus conversion furnished and installed by FTS - EXTERIOR PAINT – WHITE EXTERIOR SIDES WITH PORTHOLE WINDOWS INTERIOR SECURITY SCREENS ON INTERIOR OF PORTHOLE WINDOWS, GERFLOR FLOORING, WHITE STEP NOSING 5/8” MARINE GRADE PLYWOOD INSULATION, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEY SWITCH, ENTRANCE GRAB RAIL, STAINLESS STEEL, EXTERIOR MIRRORS, INTERIOR MIRROR,MONITOR FOR BACK UP CAMERA BACK UP ALARM LED EXTERIOR BODY LIGHTS REAR EMERGENCY DOOR, SOLID HASP FOR REAR DOOR, 70,000 BTU ACT AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER SECURITY SCREENING OVER AC EVAP AND HEATER LED INTERIOR DOME LIGHTS COVERED WITH SECURITY SCREENINING, AM/FM MP3 PLAYER – FOUR SPEAKERS COVERED WITH SECURITY SCREENING 12 PASSENGER SEATING FREEDMAN PRISONER TRANSPORT SEATS – AISLE FACING C.O./GUARD SEAT VINYL UPHOLSTERY, TWO SECURITY PARTITIONS WITH POLYCABONATE SHIELD, ADA COMPLIANT WHEELCHAIR LIFT, LIFT DOOR WITH HASP 2 WHEELCHAIR POSITIONS WITH Q STRAINT SECUREMENTS, INTERLOCK/ FAST IDLE 5 LB FIRE EXTINGUISHER, FIRST AID KIT, AND REFLECTIVE TRIANGLE KIT DELIVERY (Requires - CUTAWAY DUAL REAR WHEEL CHASSIS, GVWR 14,500 LBS/158” WHEELBASE)
$101,945.00
PASSENGER VAN SCREEN SYSTEM
AA PART American Aluminum additional partitions for EZ SCREEN system, please specity middle or rear.$1,980.00
AA EZ SCREEN American Aluminum EZ SCREEN system includes front partition with plexiglass covered 1-1/2'' punched mesh screen window and 1/2'' punched side / rear window guards.$5,130.00
AA SIDE American Aluminum side step.$1,030.00
AA CAMERA-2 American Aluminum TWO compartment camera system includes: (2) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,840.00
AMERICAN ALUMINUM ANIMAL CONTROL
AA 8-ANIMAL American Aluminum 8 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C & DUAL SLIDE SIDE CARGO DOORS) Installed in Perry, FL
$26,095.00
AA 9-ANIMAL American Aluminum 9 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $28,085.00
AA 10-ANIMAL American Aluminum 10 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL
$28,085.00
AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00
DRY FREIGHT BOXES
12' ALUMINUM BOX
AF CUT 12 AL J & B Aluminum 12' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$15,850.00
AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00
K CUT 12 AL KNAPHEIDE 12' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,015.00
14' ALUMINUM BOX
AF CUT 14 AL J & B Aluminum 14' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$17,485.00
AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00
K CUT 14 AL KNAPHEIDE 14' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,525.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
15' ALUMINUM BOX
AF CUT 15 AL J & B Aluminum 15' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$18,065.00
AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00
16' ALUMINUM BOX
AF CUT 16 AL J & B Aluminum 16' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$18,730.00
AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00
K CUT 16 AL KNAPHEIDE 16' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,485.00
17' ALUMINUM BOX
AF CUT 17 AL J & B Aluminum 17' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$19,330.00
AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00
KNAPHEIDE DRY FREIGHT LIFT GATE
K LG16-AL37-RG Maxon C2-92-1650 EA37 1600 lb flat bed, stake and van body lift gate 87'' x 37''+ 6'' aluminum platform (includes duplicate STT lights).$6,630.00
K LG16-AL41-RG Maxon C2-92-1650 EA41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' aluminum platform (includes duplicate STT lights).$7,090.00
K LG16-ST35-RG Maxon C2-92-1650 TP35 1600 lb flat bed, stake and van body lift gate 87'' x 35''+ 6'' (includes duplicate STT lights).$5,680.00
READING CSV READY VANS (COVERED UTILITY BODY)
DEALER VEHICLE ACCESSORIES PU LIFT GATES
DVA RVSL57-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 57'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis.
$17,080.00
DVA AL-CVS57-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 57'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis.
$21,270.00
DVA AL-TSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel.
$20,800.00
DVA AL-TSC57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel.
$20,800.00
DVA AL-TSV57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel.
$21,035.00
DVA AL-TSC57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel.
$20,445.00
DVA RVSL75-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis.
$17,810.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
DVA RVSL75-132AP DW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis.
$18,300.00
DVA AL-CVS75-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis.
$21,980.00
DVA AL-TSV72-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel.
$21,270.00
DVA AL-TSC72-132AP SW 11'Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel.
$21,270.00
DVA AL-PSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel.
$21,270.00
DVA AL-PSV75-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 75'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel.
$21,980.00
DVA AL-TSV72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel.
$2,380.00
DVA AL-TSC72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel.
$22,450.00
DVA AL-CVS75-132AP DW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis
$23,040.00
DVA LM RSV 132 Latch Matic Remote Locking System (installed at Reading) $2,000.00
DVA 3BL RSV 132 3- Bar Ladder Rack $1,125.00
ACTION FABRICATION
AF SL132-RVAN57-SRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 57" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis.
$19,615.00
AF SL132-RVAN75-SRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 75" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis.
$20,565.00
AF SL132-RVAN75-DRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 75" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis.
$21,320.00
KNAPHEIDE KUV BODY
EXPRESS / SAVANA
K KUV129SU-GM Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$21,375.00
K KUV129SU-E Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$17,135.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K KUV129SH-E Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$26,185.00
K KUV129DH-E Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$27,485.00
K KUV CLV Knapheide Class V hitch for Express/Econoline with 7-pin round wire connector $770.00
K KUV-RKE-E Knapheide power lock system for Econoline/Express KUV installation.$2,415.00
K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00
K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00
K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00
ECONOLINE
K KUV129SU-GM Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$21,375.00
K KUV129SH-E Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$26,185.00
K KUV129DH-E Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$27,485.00
K KUV CLV Knapheide Class V hitch for Express/Econoline with 7-pin round wire connector $770.00
K KUV-RKE-E Knapheide power lock system for Econoline/Express KUV installation.$2,415.00
K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00
K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00
K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00
TRANSIT
K KUV129SU-T Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 31K and 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$22,685.00
K KUV129DH-T Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$29,175.00
K KUV129SH-T Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$28,915.00
K KUV CLIII Knapheide Class III hitch for Ford Transit with 7-pin round wire connector $840.00
K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00
K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00
K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00
PROMASTER
K KUV NO-TOW TOW HITCH NOT AVAILABLE ON THIS MODEL $0.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00
K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00
K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00
SHUTTLE BUSSES
TRANSIT 9+2-LIFT LIFT EQUIPPED 9 PASSENGER WITH 1 ADA COMPLIANT CHAIR POSITION ON FORD TRANSIT,ABS INTERIOR KIT WITH GRAY WALLS AND LIGHT GRAY CEILING, OVERHEAD STORAGE COMPARTMENT ABOVE DRIVER STAINLESS STEEL GRAB BAR AT ENTRANCE, INTERIOR DOME LIGHTS ALTRO TRANSIT GRADE SAFETY FLOORING, RUNNING BOARDS, BOTH SIDES OEM DRIVER AND CO-PILOT SEATS, TWO FREEDMAN GO-ES SINGLE FOLDAWAY SEATS THREE FREEDMAN GOES DOUBLE FOLDAWAY SEATS REAR MOUNTED BRAUN CENTURY WHEELCHAIR LIFT, 800 LBS. CAPACITY, 34 X 51 INTERIOR LIFT LIGHT, ADA INTERLOCK SYSTEM TWO WHEELCHAIR POSITIONS WITH QSTRAINT SECUREMENTS AND LAP/SHOULDER BELT FLOOR MOUNTED WC SECUREMENT STORAGE COMPARTMENTS FIRE EXTINGUISHER, FIRST AID KIT, TRIANGLE KIT AND SEAT BELT CUTTER
$33,515.00
BUS12+2 12 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) ''
$60,455.00
BUS14 14 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIORSIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR, KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH 7” MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) ''
$52,805.00
BUS16+2 16 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB) ''
$68,895.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
BUS20 + 2 20 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB)
$72,920.00
CNG CONVERSION
AE FT21BF Ford Transit 21 GGE 3.5 L Bi-Fuel $11,670.00
VANs
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
FLOOR PROTECTION
WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$275.00
WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$265.00
WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$190.00
SEAT UPGRADE
DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00
DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00
TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $415.00
TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$815.00
INVERTERS & CHARGING
806-1206-PU XANTREX 600W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$605.00
806-1210-PU XANTREX 1000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$775.00
806-1220-PU XANTREX 2000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$1,265.00
E1 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
E1 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$460.00
CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$65.00
WINDOW FILM & GUARDS
DT2 TRK Deep tint film installed on front two door glass only.$240.00
WSTP Windshield strip $50.00
DTF 2 TRK Deep tint film installed on front two door glass and rear window.$300.00
DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$290.00
LIMO Upgrade tint to LIMO on all tinted surfaces $95.00
RS 2 Stick on rain shields (2-doors).$95.00
RS 4 Stick on rain shields (4-doors).$120.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
HITCHES & ACCESSORIES
AJ 4-WIRE 4 wire trailer plug $85.00
AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$95.00
AJ 6-ROUND 6 wire round utility plug.$75.00
SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$125.00
AJ C-WIRE Customer specific wire plug, please provide detail.$80.00
AJ CLIII Class III receiver hitch, installed at AJ Fleet.$525.00
AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$630.00
AJ CLV Class V receiver hitch, installed at AJ Fleet.$835.00
BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00
BOLT2 (2) BOLT lock pad locks, keyed to vehicle ignition key.$95.00
CARGO-GLIDE 1200 Cargo Glide 1200lb bed slide with 4'' sides and rubber coated floor.$2,135.00
CARGO-GLIDE 1500 Cargo Glide 1500lb bed slide with 4'' sides and rubber coated floor.$2,230.00
AJ DB2 Draw bar with 2'' Ball, pin, and clip.$105.00
AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$110.00
AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$120.00
AJ OHMR-1000 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1000lb.$1,395.00
STEP3-REG 3'' black tubular cab step for regular cab pickup.$385.00
STEP3-EXT 3'' black tubular cab step for extended cab pickup.$400.00
STEP3-CREW 3'' black tubular cab step for crew cab pickup.$405.00
9L7-INST GM UPFITTER SWITCH INSTALL.$170.00
BUA Federal Signal 90 dB back-up alarm.$165.00
BUS-TRK BACK UP SENSORS Rear Bumper Parking Assistance System for Trucks Introducing BackZone Truck (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems.$460.00
AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$90.00
AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$1,580.00
AJ D-BOX REMOVE FACTORY PICKUP BOX FOR AFTERMARKET BODY INSTALLATION.$170.00
AJ EBC Curt Spectrum Electric Brake Controller $405.00
GRILLE GUARDS AND WINCHES
WINCH MOUNT TRAY'S (NO UPRIGHTS)
AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,270.00
AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$810.00
AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$625.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AJ ASCENT WARN ASCENT FRONT BUMPER REPLACEMENT WITH WINCH MOUNT FOR TACOMA, DOES NOT INCLUDE WINCH OR LIGHTS, INSTALLED.$3,130.00
WRAP AROUND GRILLE GUARDS
AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,120.00
WRAP AROUND GRILLE GUARDS WITH WINCH MOUNTS
AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,225.00
AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$3,060.00
AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,735.00
AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,915.00
AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,730.00
STEEL ROPE WINCHES
VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$840.00
VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$895.00
SYNTHETIC ROPE WINCHES
ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$1,935.00
ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,760.00
BED COVERS
TONNEAU COVERS
BAKFLIP-G2 BAKFLIP G2 FOLDING BED COVER, INSTALLED $1,250.00
R-N-L LONG Roll N Lock cover, long box (all GM & RAM both short & long).$1,810.00
R-N-L SHORT Roll N Lock cover, short box (Toyota / Nissan / Ford only).$1,860.00
TK FTC LEER700-SB LEER 700 model fiberglass tonneau cover, short bed, painted to match cab of vehicle.$3,205.00
TK FTC LEER700-LB LEER 700 model fiberglass tonneau cover, long bed, painted to match cab of vehicle.$3,335.00
TK FTC LEER700RKE Remote keyless entry for LEER 700 model only.$540.00
AJ UCFLEX Undercover brand- Flex 3-piece black folding tonneau cover, installed.$1,305.00
AJ UCELITE Undercover brand- Elite hard black plastic 1-piece tonneau cover, installed.$1,460.00
DB SE-S FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,575.00
DB SE-L FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,575.00
DB SE-SX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,980.00
DB SE-LX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,980.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
DB 180S FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,915.00
DB 180L FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,915.00
DB 180SX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,315.00
DB 180LX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,315.00
DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,315.00
DB 270L FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,315.00
DB 270SX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,720.00
DB 270LX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,720.00
FIBERGLASS TOPPERS
TK DEFENDER-SB Topper King Defender Fiberglass Cab High topper with sliding glass sides for short bed pickups. $3,075.00
TK DEFENDER-LB Topper King Defender Fiberglass Cab High topper with sliding glass sides for long bed pickups. $3,205.00
TK DEFENDER-WD-SB Topper King Defender Fiberglass Cab High topper with side access windoors for short bed pickups.$3,725.00
TK DEFENDER-WD-LB Topper King Defender Fiberglass Cab High topper with side access windoors for long bed pickups. $4,115.00
TK LEER-100S-SB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for short bed pickups.$3,400.00
TK LEER-100S-LB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for long bed pickups.$3,530.00
TK LEER-100R-SB Leer 100R topper with framed windoors and framed rear door for short bed pickups. $4,440.00
TK LEER-100R-LB Leer 100R topper with framed windoors and framed rear door for long bed pickups. $4,830.00
TK LEER-100XR-SB Leer 100XR topper with side windoors and framless rear door for short bed pickups. $4,700.00
TK LEER-100XR-LB Leer 100XR topper with side windoors and framless rear door for long bed pickups. $5,090.00
TK 7-WAY Leer 7 way harness available to connect topper to factory OE harness for the LED brake light and dome light, 12v power and ground.$185.00
FIBERGLASS TOPPER ACCESSORIES
TK AR1906 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for short bed (88'' long rack).$1,645.00
TK AR1907 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for long bed (116'' long rack).$2,035.00
TK FCH-LR CapRac complete roof rack system with two cross bars & 4 adjustable load stops.$1,450.00
TK AR1205-S Prime Design AluRack overhead material rack to be installed on LEER commercial topper*SPECIAL ORDER (96'' long rack).$1,950.00
COMMERCIAL TOPPERS
TK LEER 100RCC-SB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light.
$5,610.00
TK LEER 100RCC-LB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light.
$5,740.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TK LEER DCC-SB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light
$5,285.00
TK LEER DCC-LB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light
$5,415.00
TOOL BOXES
ATB-14 HD Aluminum tool box with standard height single lid and 14'' depth.$525.00
ATB-18 HD Aluminum tool box with standard height single lid and 18'' depth.$490.00
ATB-18-LP HD Aluminum tool box with low-profile single lid and 18'' depth.$605.00
ATB-18-LP-BLACK -BLACK - Dealer Provided HD Aluminum Diamond Plate Low Pro Tool Box 18'' Depth.$635.00
WG ATB-GULL WEATHERGUARD model 114-0-01 gull wing extra wide aluminum diamond plate tool box, installed.$1,390.00
SMB-48 (2) side mounted 48'' tool boxes with standard height lids.$895.00
SMB-68 (2) side mounted 68'' tool boxes with standard height lids.$905.00
SMB-72 (2) side mounted 72'' tool boxes with standard height lids.$1,050.00
3BOX SWB Includes standard height 18'' depth saddle box with single lid and (2) 48'' bed rail mounted standard height side tool boxes.$1,430.00
3BOX LWB Includes standard height 18'' depth saddle box with single lid and (2) 72'' bed rail mounted standard height side tool boxes.$1,585.00
FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,240.00
DECKED DECKED® 2-Drawer Pickup Truck Bed Storage System 64.54 Two Drawer Storage System for A Full Size Pick Up Truck; DECKED Truck Bed Storage System; 64.54 in.; Made Of High Density Polyethylene; Stainless Steel Hardware; Features Cast Aluminum Handles / Galvanized Steel Subframe.
$1,670.00
CAB SHIELDS & RACKS
HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,040.00
HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,135.00
HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,235.00
HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,135.00
BR 15###Back Rack cab guard for pickup trucks without a cross body tool box.$610.00
BR 15###TB Back Rack cab guard for pickup trucks with cross body tool box.$610.00
BR 15### LB Back Rack cab guard for pickup trucks without a cross body tool box, includes light bar mounting feet.$675.00
BR 15###TB LB Back Rack cab guard for pickup trucks with cross body tool box, includes light bar mounting feet.$675.00
BR 81001-81003 Back Rack beacon mounts for driver and passenger side (beacons not included).$95.00
BR 91001 Back Rack 10.5'' octagon pedestal installed on driver side of cab shield (Works with Go-Light & provides enough clearance for light bar).$55.00
WG1450 WeatherGuard single side mounted ladder rack for pickups.$910.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AS 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$4,385.00
AS 8AMR-SS SINGLE SIDE BUMPER TO BASE OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,490.00
K BUY ATR Aluminum overhead truck rack without side rails, full size trucks only (INSTALLED).$1,200.00
K BUY ATR-S Aluminum overhead truck rack WITH side rails, full size trucks only (INSTALLED).$2,850.00
WANCO-MNT Sterling vehicle specific 30x60 message board mount with integrated lightbar platform, powder coated black.$945.00
AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$705.00
AJ FS-ACARI-GM ACARI TALON MOUNTING BRACKET (GM & CHEVY 1500-4500 WITH SPOILER 2019-2020).$545.00
LINERS AND COATINGS
PBL Plastic bed liner.$315.00
HD SOB SH HD Scorpion spray on bed liner (short bed) under rail.$735.00
HD SOB LG HD Scorpion spray on bed liner (long bed) under rail.$830.00
UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00
HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$830.00
HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,160.00
LIFT GATES
PREMIER PU LIFT GATES
PTC LG13-PU Tommy Gate G2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,100.00
PTC LG13-2PC-PU Tommy Gate G2-60-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,385.00
PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00
ACTION PU LIFT GATES
AF LG13-PU Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 27"+ 4" for Pickup Trucks $4,850.00
AF LG13-PU-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,130.00
DEALER VEHICLE ACCESSORIES PU LIFT GATES
DVA LG13-PU Maxon C2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$3,840.00
DVA LG13-PU-2PC Maxon C2-60-1342 TP38Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$4,080.00
KNAPHEIDE PU LIFT GATES
K LG13-PU Maxon C2-60-1342 TP27 1300 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$4,400.00
K LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,740.00
K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ABG PU LIFT GATES
ABG TG13-PU27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, need year, make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,335.00
ABG CLIV-PU Furnish and install replacement hitch for pickup truck (or bed deletes) that is compatible with Tommy Gate. 2" receiver tube. $975.00
LIFT GATE OPTIONS
HITCH MOD Modification to factory trailer hitch to accomidate equipment install.$525.00
UTILITY BODIES
Knapheide
K682J Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,725.00
K682FJ Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,945.00
K MLS-6 Master locking system 6-door bodies $735.00
K RKE-6 Remote keyless entry 6-door bodies $1,625.00
K TH6 T-Handle Latches 6-door bodies $400.00
K 4 WIRE 4 prong trailer wiring $105.00
K 6 WIRE 6 prong utility trailer wiring $225.00
K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00
K CLV-SB Class V Hitch for Service Body $970.00
K FFK Knapheide Fuel Fill Kit for Ford bed removal applications.$370.00
Reading - DVA
DVA SLU98ASW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$10,520.00
DVA SLU98ASW SML 8' Reading Standard Line utility body factory powder coated white with flip top lids & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,740.00
DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$1,500.00
DVA ML-78-98-SW/DW Master Locking System (installed at Reading)$550.00
DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00
Reading - Action
AF 78-SW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Includes pickup box credit.$11,375.00
AF 78-SW-FTL 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches & Space Maker Lids (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel, Includes pickup box credit.
$12,655.00
Warner
PTC WS298-SRW Warner 8' SRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,195.00
PTC WS298-SRW -FLIP Warner 8' SRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,230.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PTC MLS6 Master Locking System for 6-door bodies.$810.00
PTC THDL6 T-Handle Latches for 6-door bodies.$750.00
PTC 4WIRE 4 prong trailer wiring $165.00
PTC 6WIRE 6 prong utility trailer wiring $165.00
PTC 7/4WIRE 7 way flat camper trailer wiring $180.00
PTC CLV-SB Class V trailer hitch for service bodies 20K rating with 2 1/2'' receiver.$865.00
BRAND-FX
ABG BFX6.5-SRW 6.5' Brand FX fiberglass service body for short bed SRW pickup. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$18,290.00
CM Truck
ABG CM-RD-GOOSE7-SRW CM RD Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$8,900.00
ABG CM-SK-GOOSE7-SRW CM SK Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$12,175.00
ABG CM-TM-GOOSE7-SRW
CM TM Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 6 integrated toolboxes and fully skirted, slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$16,175.00
ABG SB6.5-SRW ABG 6.5' SRW CM service Body, standard boxes (tall front and rear, middle box AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. (Truck brand specific) Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$13,515.00
CAMERA & COMPARTMENT LIGHTS
CAMERA RR Remove and re-install factory camera from tailgate.$285.00
AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$655.00
AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$720.00
CNG CONVERSION
AE F15021BF Ford F150 21.2 GGE 5.0L Bi-Fuel (6.5' and 8' bed configurations)$11,560.00
AE F15012.8BF SB Ford F150 12.7 GGE 5.0L Bi-Fuel (Crew Cab short bed 5.5' Box)$11,185.00
AE 2024 EPA approvals pending for all 2024 models.$0.00
LD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
FLOOR PROTECTION
WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$275.00
WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$265.00
WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$190.00
SEAT UPGRADE
DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00
DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00
TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $415.00
TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$815.00
INVERTERS & CHARGING
806-1206-PU XANTREX 600W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$605.00
806-1210-PU XANTREX 1000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$775.00
806-1220-PU XANTREX 2000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$1,265.00
813-3000UL-PU XANTREX 3000W modified sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery)
$1,940.00
806-1220-UB XANTREX 2000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$1,265.00
813-3000UL-UB XANTREX 3000W modified sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery)
$1,940.00
OUTLET FRONT Weather-resistant outlet at front of truck, in grille if possible on curbside.$180.00
OUTLET REAR Weather-resistant outlet at rear of truck on curbside.$180.00
E1 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
E1 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$460.00
DASH-CAM Rexing V1P 3rd Generation Dual 1080p Full HD Front and Rear 170 Degree Wide Angle Wi-Fi Car Dash Cam with Supercapacitor, 2.4" LCD Screen, G-Sensor, Loop Recording, & Mobile App. With 64GB micro SDXC flash memory card, Mini-USB hardwire kit, and intallation.
$430.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
WINDOW FILM & GUARDS
DT2 TRK Deep tint film installed on front two door glass only.$240.00
WSTP Windshield strip $50.00
DTF 2 TRK Deep tint film installed on front two door glass and rear window.$300.00
DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$290.00
LIMO Upgrade tint to LIMO on all tinted surfaces $95.00
RS 2 Stick on rain shields (2-doors).$95.00
RS 4 Stick on rain shields (4-doors).$120.00
HITCHES & ACCESSORIES
AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$630.00
AJ CLV Class V receiver hitch, installed at AJ Fleet.$835.00
AJ 4-WIRE 4 wire trailer plug $85.00
AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$95.00
AJ 6-ROUND 6 wire round utility plug.$75.00
SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$125.00
AJ C-WIRE Customer specific wire plug, please provide detail.$80.00
AJ DB2 Draw bar with 2'' Ball, pin, and clip.$105.00
AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$110.00
AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$120.00
AJ PTL2 Pintle combination draw bar with 2'' ball.$180.00
AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00
AJ SLEEVE 2.5" to 2.0" Reducer Sleeve for accomodating 2" Shank Draw Bars.$35.00
CARGO-GLIDE 1200 Cargo Glide 1200lb bed slide with 4'' sides and rubber coated floor.$2,135.00
CARGO-GLIDE 1500 Cargo Glide 1500lb bed slide with 4'' sides and rubber coated floor.$2,230.00
CARGO-GLIDE 2200HD Cargo Glide 2200HD bed slide with 4'' sides and rubber coated floor.$2,605.00
CARGO-GLIDE 2200XL Cargo Glide 2200XL bed slide with 4'' sides, rubber coated floor, and full extension.$3,805.00
AJ OHMR-1700 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1700lb.$1,690.00
STEP3-REG 3'' black tubular cab step for regular cab pickup.$385.00
STEP3-EXT 3'' black tubular cab step for extended cab pickup.$400.00
STEP3-CREW 3'' black tubular cab step for crew cab pickup.$405.00
9L7-INST GM UPFITTER SWITCH INSTALL.$170.00
BUA Federal Signal 90 dB back-up alarm.$165.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
N2 DRW Nitrogen filled tires on DRW vehicles.$185.00
N2 HD Nitrogen filled tires (3/4 ton vehicles and up).$165.00
BUS-TRK BACK UP SENSORS Rear Bumper Parking Assistance System for Trucks Introducing BackZone Truck (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems.$460.00
AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$90.00
AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$1,580.00
AJ D-BOX REMOVE FACTORY PICKUP BOX FOR AFTERMARKET BODY INSTALLATION.$170.00
AJ EBC Curt Spectrum Electric Brake Controller $405.00
SHROUD BODY COMPANY TO PROVIDE SHROUD ON BACK OF BODY TO PROTECT TRAFFIC ADVISOR (48''W X 1.9''T X 2.5''D). SHROUD TO BE PAINTED ALONG WITH BODY AND LOCATED BETWEEN SLAM GATE AND REAR BUMPER.
$135.00
GRILLE GUARDS AND WINCHES
WINCH MOUNT TRAY'S (NO UPRIGHTS)
AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,270.00
AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$810.00
AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$625.00
WRAP AROUND GRILLE GUARDS
AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,120.00
WRAP AROUND GRILLE GUARDS WITH WINCH MOUNTS
AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$3,060.00
AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,225.00
AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,735.00
AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,730.00
AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,915.00
STEEL ROPE WINCHES
VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$840.00
M12000 Warn M12000 self recovery 12,000lb rated winch with remote, roller fairlead, and wire rope.$3,080.00
M15000 Warn M15000 self recovery 15,000lb rated winch with remote, roller fairlead, and wire rope.$3,395.00
M8000 Warn M8000 self recovery 8,000lb rated winch with remote, roller fairlead, and wire rope.$1,250.00
VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$895.00
VR EVO 12 Warn VR EVO self recovery 12,000lb rated winch with remote, open fairlead, and wire rope.$1,070.00
SYNTHETIC ROPE WINCHES
ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$1,935.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,760.00
ZEON 12-S Warn ZEON self recovery 12,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,940.00
BED COVERS
TONNEAU COVERS
BAKFLIP-G2 BAKFLIP G2 FOLDING BED COVER, INSTALLED $1,250.00
R-N-L SHORT Roll N Lock cover, short box (Toyota / Nissan / Ford only).$1,860.00
R-N-L LONG Roll N Lock cover, long box (all GM & RAM both short & long).$1,810.00
TK FTC LEER700-SB LEER 700 model fiberglass tonneau cover, short bed, painted to match cab of vehicle.$3,205.00
TK FTC LEER700-LB LEER 700 model fiberglass tonneau cover, long bed, painted to match cab of vehicle.$3,335.00
AJ UCFLEX Undercover brand- Flex 3-piece black folding tonneau cover, installed.$1,305.00
AJ UCELITE Undercover brand- Elite hard black plastic 1-piece tonneau cover, installed.$1,460.00
TK FTC LEER700RKE Remote keyless entry for LEER 700 model only.$540.00
DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,315.00
DB SE-S FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,575.00
DB SE-L FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,575.00
DB SE-SX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,980.00
DB SE-LX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,980.00
DB 180S FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,915.00
DB 180L FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,915.00
DB 180SX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,315.00
DB 180LX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,315.00
DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,315.00
DB 270L FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,315.00
DB 270SX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,720.00
DB 270LX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,720.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
DB HD-S FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.
$3,180.00
DB HD-L FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.
$3,180.00
DB HD-SX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,585.00
DB HD-LX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,585.00
FIBERGLASS TOPPERS
TK DEFENDER-SB Topper King Defender Fiberglass Cab High topper with sliding glass sides for short bed pickups. $3,075.00
TK DEFENDER-LB Topper King Defender Fiberglass Cab High topper with sliding glass sides for long bed pickups. $3,205.00
TK DEFENDER-WD-SB Topper King Defender Fiberglass Cab High topper with side access windoors for short bed pickups.$3,725.00
TK DEFENDER-WD-LB Topper King Defender Fiberglass Cab High topper with side access windoors for long bed pickups. $4,115.00
TK LEER-100S-SB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for short bed pickups.$3,400.00
TK LEER-100S-LB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for long bed pickups.$3,530.00
TK LEER-100R-SB Leer 100R topper with framed windoors and framed rear door for short bed pickups. $4,440.00
TK LEER-100R-LB Leer 100R topper with framed windoors and framed rear door for long bed pickups. $4,830.00
TK LEER-100XR-SB Leer 100XR topper with side windoors and framless rear door for short bed pickups. $4,700.00
TK LEER-100XR-LB Leer 100XR topper with side windoors and framless rear door for long bed pickups. $5,090.00
TK 7-WAY Leer 7 way harness available to connect topper to factory OE harness for the LED brake light and dome light, 12v power and ground.$185.00
FIBERGLASS TOPPER ACCESSORIES
TK AR1906 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for short bed (88'' long rack).$1,645.00
TK AR1907 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for long bed (116'' long rack).$2,035.00
TK FCH-LR CapRac complete roof rack system with two cross bars & 4 adjustable load stops.$1,450.00
TK AR1205-S Prime Design AluRack overhead material rack to be installed on LEER commercial topper*SPECIAL ORDER (96'' long rack).$1,950.00
COMMERCIAL TOPPERS
TK LEER 100RCC-SB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light.
$5,610.00
TK LEER 100RCC-LB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light.
$5,740.00
TK LEER DCC-SB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light
$5,285.00
TK LEER DCC-LB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light
$5,415.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
BED BOXES
CROSS BODY TOOL BOXES
ATB-14 HD Aluminum tool box with standard height single lid and 14'' depth.$525.00
ATB-18 HD Aluminum tool box with standard height single lid and 18'' depth.$490.00
ATB-18-LP HD Aluminum tool box with low-profile single lid and 18'' depth.$605.00
ATB-18-LP-BLACK -BLACK - Dealer Provided HD Aluminum Diamond Plate Low Pro Tool Box 18'' Depth.$635.00
WG ATB-GULL WEATHERGUARD model 114-0-01 gull wing extra wide aluminum diamond plate tool box, installed.$1,390.00
DECKED DECKED® 2-Drawer Pickup Truck Bed Storage System 64.54 Two Drawer Storage System for A Full Size Pick Up Truck; DECKED Truck Bed Storage System; 64.54 in.; Made Of High Density Polyethylene; Stainless Steel Hardware; Features Cast Aluminum Handles / Galvanized Steel Subframe.
$1,670.00
SIDE BOXES
SMB-48 (2) side mounted 48'' tool boxes with standard height lids.$895.00
SMB-68 (2) side mounted 68'' tool boxes with standard height lids.$905.00
SMB-72 (2) side mounted 72'' tool boxes with standard height lids.$1,050.00
CROSS BODY AND SIDE BOXES
3BOX LWB Includes standard height 18'' depth saddle box with single lid and (2) 72'' bed rail mounted standard height side tool boxes.$1,585.00
3BOX SWB Includes standard height 18'' depth saddle box with single lid and (2) 48'' bed rail mounted standard height side tool boxes.$1,430.00
FUEL BOXES
FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,240.00
FNT100 100 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use with long bed PU.$2,295.00
110 FTT 100 Gallon fuel transfer tank. Includes GPI 12V fuel pump, 3/4 x 4'' filter kit (10 micron), GPI digital fuel meter, 3/4'' spring loaded retractable fuel hose reel with 25' hose and nozzle, tank installed to bulkhead of utility body with hose reel installed to curbside front compartment top. Compartment top to be reinforced with reel mounted on angle facing rearward for side access.
$2,875.00
CAB SHIELDS & RACKS
BACK RACK
BR 15###Back Rack cab guard for pickup trucks without a cross body tool box.$610.00
BR 15### LB Back Rack cab guard for pickup trucks without a cross body tool box, includes light bar mounting feet.$675.00
BR 15###TB Back Rack cab guard for pickup trucks with cross body tool box.$610.00
BR 15###TB LB Back Rack cab guard for pickup trucks with cross body tool box, includes light bar mounting feet.$675.00
BR 81001-81003 Back Rack beacon mounts for driver and passenger side (beacons not included).$95.00
BR 91001 Back Rack 10.5'' octagon pedestal installed on driver side of cab shield (Works with Go-Light & provides enough clearance for light bar).$55.00
K BUY ATR Aluminum overhead truck rack without side rails, full size trucks only (INSTALLED).$1,200.00
K BUY ATR-S Aluminum overhead truck rack WITH side rails, full size trucks only (INSTALLED).$2,850.00
WANCO-MNT Sterling vehicle specific 30x60 message board mount with integrated lightbar platform, powder coated black.$945.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$705.00
AJ FS-ACARI-GM ACARI TALON MOUNTING BRACKET (GM & CHEVY 1500-4500 WITH SPOILER 2019-2020).$545.00
STERLING
HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,040.00
HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,135.00
HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,235.00
HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,135.00
HD-CONE Sterling HD lateral DOT style cone rack mounted laterally to front of vehicle.$670.00
WEATHER GUARD
K ATR 1215-LONG ATR Accessory Cross Members Long Beds $210.00
ALL STEEL RACKS
AS 8AMR-SS SINGLE SIDE BUMPER TO BASE OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,490.00
AS 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack 8' Pick Up or Utility Bed, -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$3,790.00
AS 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$4,385.00
AS 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$5,205.00
KNAPHEIDE
K CONE Furnish and Install (1) Custom Tow Hook Mounted Cone Holder (F-Series Only)$570.00
K 2CONE Furnish and Install (2) Custom Tow Hook Mounted Cone Holders (F-Series Only).$1,140.00
K 8AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD Crew Cab 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$2,875.00
K 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack Crew Cab 8' Pick Up or Utility Bed, -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,090.00
K 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction.
$3,365.00
K 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction.
$5,355.00
LINERS AND COATINGS
UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00
HD SOB SH HD Scorpion spray on bed liner (short bed) under rail.$735.00
HD SOB LG HD Scorpion spray on bed liner (long bed) under rail.$830.00
HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$830.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,160.00
HD SOB-BUMP HD Scorpion spray on bed liner applied to bumper only.$325.00
HD SOB-COMP HD Scorpion spray on bed liner applied to inside of horizontal compartments and inside surface of lid on utility body, both sides.$505.00
HD SOB-FLAT HD Scorpion spray on bed liner applied to surface of 8' & 9' flat bed.$975.00
LIFT GATES
PREMIER PU LIFT GATES
PTC LG13-PU Tommy Gate G2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,100.00
PTC LG13-2PC-PU Tommy Gate G2-60-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,385.00
PTC LG15-PU Tommy Gate G2-60-1542 TP27 Direct Cylinder Lift 1500 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,385.00
PTC LG15-2PC-PU Tommy Gate G2-60-1542 TP38 Direct Cylinder Lift 1500 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,675.00
K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00
ACTION PU LIFT GATES
AF LG13-PU Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 27"+ 4" for Pickup Trucks $4,850.00
AF LG13-PU-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,130.00
AF LG15-PU Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 27"+ 4" for Pickup Trucks $5,135.00
AF LG15-PU-2PC Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,415.00
KNAPHEIDE PU LIFT GATES
K LG13-PU Maxon C2-60-1342 TP27 1300 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$4,400.00
K LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,740.00
K LG15-PU Maxon C2-60-1542 TP27 1500 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$4,740.00
K LG15-2PC-PU Maxon C2-60-1542 TP38 1500 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,985.00
DEALER VEHICLE ACCESSORIES PU LIFT GATES
DVA LG13-PU Maxon C2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$3,840.00
DVA LG13-PU-2PC Maxon C2-60-1342 TP38Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$4,080.00
DVA BUS-RR TRANSFER FACTORY REAR SENSORS TO LIFT GATE $190.00
KNAPHEIDE SERVICE BODY LIFT GATES
K LG13-SB Maxon C2-54-1342 TP27 1300 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,310.00
K LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,480.00
K LG16-SB Maxon C2-54-1642 TP27 1600 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,590.00
K LG16-2PC-SB Maxon C2-54-1642 TP38 1600 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,835.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PREMIER SERVICE BODY LIFT GATES
PTC LG13-SB Tommy Gate G2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,560.00
PTC LG13-2PC-SB Tommy Gate G2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $4,845.00
PTC LG16-SB Tommy Gate G2-54-1642 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,845.00
PTC LG16-2PC-SB Tommy Gate G2-54-1642 TP38 Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $5,135.00
DEALER VEHICLE ACCESSORIES SERVICE BODY LIFT GATES
DVA LG13-SB Maxon C2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00
DVA LG13-SB-2PC Maxon C2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00
DVA LG16-SB Maxon C2-54-1542 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00
DVA LG16-SB-2PC Maxon C2-54-1542 TP38Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00
ABG PU LIFT GATES
ABG TG13-PU27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, need year, make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,335.00
ABG TG13-PU38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,600.00
ABG TG13-PU42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,720.00
ABG TG13-PU27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,295.00
ABG TG13-PU38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,530.00
ABG TG13-PU48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,955.00
ABG SERVICE BODY LIFT GATES
ABG TG13-SB27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00
ABG TG13-SB38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $10,710.00
ABG TG13-SB42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00
ABG TG13-SB27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present.Requires new hitch if present $5,520.00
ABG TG13-SB38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00
ABG TG13-SB48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform,Includes camera relocation/installation if present. Requires new hitch if present $6,185.00
LIFT GATE OPTIONS
HITCH MOD Modification to factory trailer hitch to accomidate equipment install.$525.00
CAMERA RR Remove and re-install factory camera from tailgate.$285.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ABG CLIV-PU Furnish and install replacement hitch for pickup truck (or bed deletes) that is compatible with Tommy Gate. 2" receiver tube. $975.00
UTILITY BODY CAMERA AND LIGHTING OPTIONS
CAMERA OPTIONS
CAMERA RR Remove and re-install factory camera from tailgate.$285.00
CAMERA-F Dealer installed factory ordered camera (REQUIRES 872).$225.00
CAMERA-GM Dealer installed factory ordered camera (REQUIRES 5N5).$225.00
CAMERA-R Dealer installed factory ordered camera (REQUIRES XAC).$225.00
VEHICLE KEYED LOCKS
BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00
BOLT2 (2) BOLT lock pad locks, keyed to vehicle ignition key.$95.00
COMPARTMENT LIGHTING OPTIONS
AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$655.00
AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$720.00
UTILITY BODIES
Reading - DVA Single Rear Wheel Utility Bodies
DVA 78ASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 42'' CA Single Rear Wheel GM 2500, Includes pickup box credit.
$11,740.00
DVA 82FASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Ford, Includes pickup box credit.
$11,740.00
DVA SLU98ASW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$10,520.00
DVA SLU98ASW SML 8' Reading Standard Line utility body factory powder coated white with flip top lids & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,740.00
Reading - DVA Dual Rear Wheel Utility Bodies
DVA 98ADW 8' Reading Classic II DRW utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 56'' CA dual rear wheel $12,105.00
Reading - DVA Accessories
DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00
DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$1,500.00
DVA ML-78-98-SW/DW Master Locking System (installed at Reading)$550.00
DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00
DVA CAMERA RR Remove and re-install factory camera from tailgate.$190.00
DVA COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$775.00
DVA COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment. $775.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
Knapheide Single Rear Wheel Utility Bodies
K682J Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,725.00
K682FJ Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,945.00
K 696J Knapheide 8' SRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,605.00
K 696FJ Knapheide 8' SRW flip top utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,825.00
Knapheide Dual Rear Wheel Utility Bodies
K 696D54J Knapheide 8' DRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,215.00
K 696D54FJ Knapheide 8' DRW flip top utility body for 56'' CA $11,495.00
Knapheide Accessories
K MLS-6 Master locking system 6-door bodies $735.00
K RKE-6 Remote keyless entry 6-door bodies $1,625.00
K TH6 T-Handle Latches 6-door bodies $400.00
K 4 WIRE 4 prong trailer wiring $105.00
K 6 WIRE 6 prong utility trailer wiring $225.00
K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00
K AL HAR KTEC Alum Headach Rack (Octagonal)$1,175.00
K BR 15###BACK RACK 15### INSTALLED ON KNAPHEIDE UTILITY BODY.$560.00
K BR LBM BACK RACK LIGHT BAR FEET 91006 $150.00
K CLV-SB Class V Hitch for Service Body $970.00
K HAR B2 DUAL BEACON MOUNTS $120.00
K HAR ML MINI LIGHT BAR PLATE $170.00
K STEP Furnish and Install (1) Flexible Stirrup Step under rear bumper $290.00
K WG 1425-3 SERVICE BODY SIDE LADDER RACK $1,125.00
K FFK Knapheide Fuel Fill Kit for Ford bed removal applications.$370.00
Knapheide Light Cranes
CE6K-3 (3/5)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 3'-5' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$6,990.00
CE6K-3 (4/7)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 4'-7' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$7,770.00
EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment.
$24,500.00
ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10-14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment.
$25,345.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
Warner Single Rear Wheel Utility Bodies
PTC WS298-SRW Warner 8' SRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,195.00
PTC WS298-SRW -FLIP Warner 8' SRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,230.00
Warner Dual Rear wheel Utility Bodies
PTC WS298-DRW Warner 8' DRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,835.00
PTC WS298-DRW-FLIP Warner 8' DRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,325.00
Warner Accessories
PTC 4WIRE 4 prong trailer wiring $165.00
PTC 6WIRE 6 prong utility trailer wiring $165.00
PTC 7/4WIRE 7 way flat camper trailer wiring $180.00
PTC-CLV-SB Class V trailer hitch for service bodies 16K rating. 2''receiver $735.00
PTC-BROOKLYN-8/9 Brooklyn Bars for 8'-9' Body $1,165.00
PTC MLS6 Master Locking System for 6-door bodies.$810.00
PTC THDL6 T-Handle Latches for 6-door bodies.$750.00
PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00
Warner Light Cranes
PTC CE6K-3-BUMP 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes, Crane Side Spring Buildup, Jack leg, 50 amp circuit breaker, includes reinforced rear bumper for installation on service body bumper.$10,235.00
PTC CE6K-3-BED 2000lb Electric mast folding crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Includes, crane side spring buildup, jack leg, 50 amp circuit breaker includes bed reinforcing for installation in pickup bed.$10,235.00
Reading - Action Accessories
AF USOB8 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 6.5' - 8' UTILITY BODY.$1,475.00
AF USOB8-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 6.5' - 8' UTILITY BODY.$1,755.00
BRAND-FX
ABG BFX6.5-SRW 6.5' Brand FX fiberglass service body for short bed SRW pickup. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$18,290.00
ABG BFX8-SRW Brand FX fiberglass service body for 8' SRW pickup. Standard V pack configuration. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$18,290.00
CM Single Rear Wheel Service Body
ABG SB6.5-SRW ABG 6.5' SRW CM service Body, standard boxes (tall front and rear, middle box AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. (Truck brand specific) Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$13,515.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ABG SB8-SRW ABG 8' SRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$13,515.00
ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $845.00
CM Dual Rear Wheel Service Body
ABG SB8-DRW ABG 8' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$14,035.00
Stahl Single Rear Wheel Service Body
ABG STAHL8-SRW 8' SRW Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,030.00
Stahl Dual Rear Wheel Service Body
ABG STAHL8-DRW 8' DRW Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,235.00
CM & Stahl Accessories
ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $845.00
ABG TRI-BALL 2 5/16 (14K), 2" (10K), and 1 7/8 (6K) Straight hitch $170.00
ABG 2516-3DROP 2.5" shaft 2 5/16 ball, 3" drop, 15K rated $155.00
ABG MLS Master locking system, sliding for padlock, installed.$795.00
ABG CTECH-8SRW-F C Tech tool drawers for front, vertical toolbox, features 4 thin tool drawers and some space below for additional storage. $2,225.00
ABG CTECH-8SRW-R C Tech tool drawers for rear vertical toolbox, features 1 tall, 4 medium drawers, some space below for additional storage $2,230.00
ABG CTECH-8DRW-F C Tech tool drawers for front toolbox, features 1 tall, 1 medium, and 4 thin drawers $3,550.00
ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00
ABG CTECH-8DRW-R C Tech drawers for rear toolbox, features 1 X Tall, 2 tall, 3 medium drawers $3,020.00
ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,690.00
ABG 2516-PINTLE-12T Straight 2 5/16 Ball/Pintle Combo hitch, rated 12 ton $325.00
ABG FTL-8SRW Pop top for 8 SRW Service Body, installed.$2,110.00
ABG FTL-8DRW Pop top for 8 DRW Service Body, installed.$3,275.00
Reading - Action Single Rear Wheel Utility Bodies
AF SLU98-SW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,755.00
AF SLU98-SW-FTL 8' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,345.00
AF 98-SW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,535.00
AF 98-SW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,125.00
Reading - Action Dual Rear Wheel Utility Bodies
AF 98-DW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,185.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AF 98-DW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,780.00
Reading - Action Accessories
AF CAMERA-LG FACTORY CAMERA INSTALL IN LIFT GATE $300.00
AF REVERSE-LG FACTORY REVERSE SENSOR RELOCATE TO LIFT GATE.$300.00
AF FFK FUEL FILL KIT FOR BOX REMOVAL $825.00
AF TH-6 UPGRADE STANDARD LINE 8'-9' UTILITY BODY TO STAINLESS STEEL T-HANDLE LATCHES $130.00
AF RKE-6 LATCH MATIC REMOTE LOCKING SYSTEM FOR 8'-9' UTILITY BODIES $1,565.00
AF MLS-6 MASTER LOCKING SYSTEM FOR 8'-9' UTILITY BODIES.$645.00
AF CAMERA FACTORY CAMERA INSTALL IN UTILITY BODY $275.00
AF CLV-SB Class V 2-1/2" 18,000 lbsReceiver Curt P/U and Single Rear Wheel Service Body (includes 2.5 to 2" reducer)$735.00
AF 7/4 WIRE Hoppy 40959 7-Way RV / 4-Way Flat Trailer Plug $155.00
AF GOOSE-PU Curt Goose Neck Hitch & P/U Bed Mounted $1,705.00
AF DEF-RELOCATE *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$410.00
COVERED UTILITY BODIES
Knapheide SRW
KNAP KC96U1478 KNAPHEIDE 8' SRW Enclosed Body, 97.25'' Length, 62'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,135.00
KNAP KC96L1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 68'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,535.00
KNAP KC96M1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 78'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,090.00
KNAPHEIDE DRW
KNAP KC96U2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 62'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,500.00
KNAP KC96L2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,175.00
KNAP KC96M2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,665.00
KNAP KC96H2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,150.00
FLATBEDS AND STAKE BODIES
Premier
PTC 880SFB PREMIER 8' SRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$5,625.00
PTC 896SFB PREMIER 8' DRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$5,625.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PTC AMUM8-STAKE 44'' Aluiminum stake sides for 8' flatbed.$2,250.00
PTC 8GN Norstar SR 8' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$8,840.00
PTC CLV-FB Class V trailer hitch for flat beds 20K rating 2'' recevier tube.$770.00
PTC 4WIRE 4 prong trailer wiring $165.00
PTC 6WIRE 6 prong utility trailer wiring $165.00
PTC 7/4WIRE 7 way flat camper trailer wiring $180.00
PTC BOX24-UB 24X18X18 Steel under body tool box, installed.$445.00
PTC BOX30-UB 30X18X18 Steel under body tool box, installed.$480.00
PTC BOX30-FM 30X18X18 Steel under body tool box, frame mounted for dump applications.$815.00
PTC BOX36-FM 36X18X18 Steel under body tool box, frame mounted for dump applications.$870.00
PTC BOX24-FM 24X18X18 Steel under body tool box, frame mounted for dump applications.$785.00
PTC BOX36-UB 36X18X18 Steel under body tool box, installed.$530.00
DEALER VEHICLE ACCESSORIES PU LIFT GATES
DVA 8FLAT CM Truck Beds 8.5' single rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 98 CA.$7,430.00
DVA 8GOOSE CM Truck Beds 8’ dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 56 CA.$7,950.00
DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00
Knapheide
K PVMXS-898C Knapheide 8' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,550.00
K PVMXS-89C Knapheide 8' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,805.00
K R4096-08 ADD stake sides to 8' flatbed $3,145.00
K 4 WIRE 4 prong trailer wiring $105.00
K 6 WIRE 6 prong utility trailer wiring $225.00
K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00
K CLV-FB Class V Hitch for Flat Bed $875.00
K BOX24-UB Underbody 24X18X18 steel tool box, bolted under flat bed.$600.00
K BOX24-FM Underbody 24X18X18 steel tool box, frame mounted for dump applications.$855.00
K BOX30-UB Underbody 30X18X18 steel tool box, bolted under flat bed.$650.00
K BOX 30-FM Underbody 30X18X18 steel tool box, frame mounted for dump applications.$905.00
K BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$725.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
GOOSENECK PLATFORM BODIES
CM Truck
ABG CM-RD-GOOSE8-SRW CM RD Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$9,165.00
ABG CM-SK-GOOSE8-SRW CM SK Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present.Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$12,355.00
ABG CM-TM-GOOSE8-SRW
CM TM Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$16,575.00
ABG CM-RD-GOOSE8-DRW
CM RD Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$9,360.00
ABG CM-SK-GOOSE8-DRW CM SK Series Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$12,330.00
ABG CM-TM-GOOSE8-DRW
CM TM Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$17,610.00
ABG BOX30SRW Buyers products underbody toolbox, 15X13X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00
ABG BOX30SRW-AL Buyers products underbody toolbox, 14X12X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00
ANIMAL CONTROL
BOWIE KENNEL CONFIGURATIONS
BI C-100 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$19,170.00
BI C-100-NS Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$18,825.00
BI PRO 6W6 Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$20,785.00
BI PRO 6WS7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$21,155.00
BI PRO 6WD7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$21,155.00
BI PRO 6WS8 Custom Fiberglass Coaches Animal Control Unit - 7 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$21,500.00
BI PRO 6WD9 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$22,205.00
BI PRO 8W8 Custom Fiberglass Coaches Animal Control Unit - 8 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$22,565.00
BI PRO 8WS9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,025.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
BI PRO 8WD9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,025.00
BI PRO 8WS10 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,550.00
BI PRO 8WS11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,070.00
BI PRO 8WD11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,070.00
BOWIE ACCESSORIES
BI INT-DOOR-6 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 6 & 7 door configurations).($120.00)
BI INT-DOOR-8 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 8, & 10 door configurations).($160.00)
BI INT-DOOR-STNLS-6 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 6 & 7 door configurations)($675.00)
BI INT-DOOR-STNLS-8 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 8, 9 & 10 door configurations)($900.00)
BI GRATES-6 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 6 $320.00
BI GRATES-8 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 8 $430.00
BI AC-HEAT Custom Fiberglass Coach Accessories Air Conditioning & Heating -14,000 BTU cool -12,000 BTU Heat w/ temp monitoring in cab $3,240.00
BI AC-HEAT-HC Custom Fiberglass Coach Accessories High Capacity A/C & Heat - 28,000 BTU cool - 36,000 BTU Heat w/ temp monitor $4,140.00
BI AC-ONLY Custom Fiberglass Coach Accessories Air Conditioning - 18,000 BTU cooling w/ temp monitoring in cab $2,880.00
BI AC-ONLY-HC Custom Fiberglass Coach Accessories High Capacity Air Conditioning - up to 28,000 BTU cooling w/ temp monitoring in cab $3,780.00
BI BSAV-HOIST Custom Fiberglass Coach Accessories BackSaver Hoist with Large Cage - front passenger compartment $4,500.00
BI BSMIRROR Custom Fiberglass Coach Accessories Rear Blind Spot Mirror $165.00
BI CARRIERS Custom Fiberglass Coach Accessories 6 Carriers For Storage Trays $660.00
BI CPOLE Custom Fiberglass Coach Accessories Catch Pole Holder - Tube style with locking access door $285.00
BI PETSTEP Custom Fiberglass Coach Accessories PetStep Portable Folding Ramp $170.00
BI P-RAMP Custom Fiberglass Coach Accessories Pull Out Ramp - Front passenger side $590.00
BI RVISON Custom Fiberglass Coach Accessories Rear Vision Camera with 5.6'' flat screen color monitor $580.00
BI SCENE LIGHT-LED Custom Fiberglass Coach Accessories Clear LED Scene Light - 1200 Lumens flood pattern $105.00
BI SHELF Custom Fiberglass Coach Accessories Removable Shelf - animal compartment $120.00
BI SLIDE OUT TRAYS Custom Fiberglass Coach Accessories 2 Slide Out Trays For Storage of 6 Carriers or 4 Traps - Rear passenger side compartment $870.00
BI STEPS Custom Fiberglass Coach Accessories Drop Down Steps - Front passenger side compartment $1,140.00
BI STORAGE TRAY Custom Fiberglass Coach Accessories Roll Out Tray in Rear Storage Compartment $555.00
BI TRAPS Custom Fiberglass Coach Accessories 4 Traps For Storage Trays $570.00
BI WEAR STRIPS Custom Fiberglass Coach Accessories Rooftop Aluminum Wear Strips $195.00
BI ULTRA-AC UltraCool Extreme Termperature Air Conditioning w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool $6,160.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
BI ULTRA-AC/H UltraCool Extreme Termperature A/C & Heating w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool - 36,000 BTU Heat w/ electronic thermostat $6,490.00
CNG CONVERSION
AE F230-350 BF21GGE PU Ford F250-F350 21 GGE 6.2L bi-fuel for installation in pickup configuration.$11,835.00
AE F230-350 BF21GGE UTIL
Ford F250-F350 21 GGE 6.2L bi-fuel for installation in utility body configuration.$11,835.00
AE 2024 EPA approvals pending for all 2024 models.$0.00
HD PICK Ups
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
FLOOR PROTECTION
WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$275.00
WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$265.00
WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$190.00
SEAT UPGRADE
DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00
DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00
TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $415.00
TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$815.00
INVERTERS & CHARGING
806-1220-UB XANTREX 2000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom.
$1,265.00
813-3000UL-UB XANTREX 3000W modified sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery)
$1,940.00
OUTLET FRONT Weather-resistant outlet at front of truck, in grille if possible on curbside.$180.00
OUTLET REAR Weather-resistant outlet at rear of truck on curbside.$180.00
E1 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
E1 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified)
$2,150.00
AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$460.00
WINDOW FILM & GUARDS
WSTP Windshield strip $50.00
DTF 2 TRK Deep tint film installed on front two door glass and rear window.$300.00
DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$290.00
LIMO Upgrade tint to LIMO on all tinted surfaces $95.00
RS 2 Stick on rain shields (2-doors).$95.00
RS 4 Stick on rain shields (4-doors).$120.00
GRILLE GUARDS AND WINCHES
WINCH MOUNT TRAY'S (NO UPRIGHTS)
AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,270.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$810.00
AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$625.00
WRAP AROUND GRILLE GUARDS
AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,120.00
WRAP AROUND GRILLE GUARDS WITH WINCH MOUNTS
AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$3,060.00
AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,225.00
AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,735.00
AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,730.00
AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,915.00
REPLACEMENT BUMPERS
FBF171BLC Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel WITH forward camera.$2,185.00
FBF171BLR Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel without forward camera.$2,185.00
FDB101BLRS Ranch Hand replacement bumper, powder coated black. Requires RAM 3500 diesel.$2,185.00
GM MEDIUM DUTY (FOLDS FORWARD)
AJ WGG-GMMD Go Industries wrap around grille guard with tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$2,950.00
AJ WGG-WMT-GMMD Go Industries wrap around grille guard with winch mount tray & tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$2,950.00
STEEL ROPE WINCHES
16.5TI Warn HEAVY WEIGHT series 16.5ti self recovery 16,500lb rated winch with remote, open fairlead, and wire rope.$3,145.00
VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$895.00
VR EVO 12 Warn VR EVO self recovery 12,000lb rated winch with remote, open fairlead, and wire rope.$1,070.00
SYNTHETIC ROPE WINCHES
ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,760.00
ZEON 12-S Warn ZEON self recovery 12,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,940.00
ALAN JAY FLEET TOOL BOXES, HITCHES, AND ACCESSORIES
CAMERA OPTIONS
CAMERA RR Remove and re-install factory camera from tailgate.$285.00
CAMERA-F Dealer installed factory ordered camera (REQUIRES 872).$225.00
CAMERA-GM Dealer installed factory ordered camera (REQUIRES 5N5).$225.00
CAMERA-R Dealer installed factory ordered camera (REQUIRES XAC).$225.00
BUC DASH Back up camera with dash mounted monitor, COMPLETE SYSTEM.$550.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
BUC RV Back up camera with rear view mirror monitor, COMPLETE SYSTEM.$725.00
CAB STEPS
STEP3-REG 3'' black tubular cab step for regular cab pickup.$385.00
STEP3-EXT 3'' black tubular cab step for extended cab pickup.$400.00
STEP3-CREW 3'' black tubular cab step for crew cab pickup.$405.00
CAB SHIELDS & RACKS
AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$705.00
AJ FS-ACARI-GM ACARI TALON MOUNTING BRACKET (GM & CHEVY 1500-4500 WITH SPOILER 2019-2020).$545.00
BROOKLYN Sterling service body side panel master locker bar set, powder coated white.$420.00
HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,040.00
HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,235.00
HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,135.00
HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,135.00
WG1425-3 WeatherGuard single side muoted ladder rack for utility bodies.$1,190.00
AJ OHMR-1700 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1700lb.$1,690.00
ALL STEEL RACKS
AS 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,490.00
AS 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,490.00
AS 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,960.00
AS 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,790.00
AS 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$4,385.00
AS 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$4,260.00
AS 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$5,430.00
AS 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.
$5,105.00
UTILITY BODY LIGHTING
AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$655.00
AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$720.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AJ COMP 8-LED LED compartment lights installed in all compartments of 11' service body $895.00
AJ COMP-8LED-AB LED compartment lights installed in all compartments of 11' service body with one side long horizontal compartment.$965.00
FS COM1200-SQ-2 (2) Federal Signal LED 2700 lumen 4.3" Square Work Lights, mounted at rear of utility body.$460.00
FS COM750-RND-2 (2) Federal Signal LED 1100 lumen 3" Round Work Lights, mounted at rear of utility body.$295.00
HITCHES & WIRING
AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$630.00
AJ CLV Class V receiver hitch, installed at AJ Fleet.$835.00
AJ 4-WIRE 4 wire trailer plug $85.00
AJ 6-ROUND 6 wire round utility plug.$75.00
AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$95.00
SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$125.00
AJ C-WIRE Customer specific wire plug, please provide detail.$80.00
BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00
BUA Federal Signal 90 dB back-up alarm.$165.00
AJ DB2 Draw bar with 2'' Ball, pin, and clip.$105.00
AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$110.00
AJ SLEEVE 2.5" to 2.0" Reducer Sleeve for accomodating 2" Shank Draw Bars.$35.00
AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$120.00
N2 DRW Nitrogen filled tires on DRW vehicles.$185.00
AJ PTL2 Pintle combination draw bar with 2'' ball.$180.00
AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00
BUS-UB BACK UP SENSORS Rear Bumper Parking Assistance System for UniBody Vehicles Introducing BackZone (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems. Designed around the reliable components that customers have come to expect
$460.00
AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$90.00
5GCR WATER COOLER RACK & 5 GAL WATER CASK, INSTALLED.$225.00
AJ EBC Curt Spectrum Electric Brake Controller $405.00
SHROUD BODY COMPANY TO PROVIDE SHROUD ON BACK OF BODY TO PROTECT TRAFFIC ADVISOR (48''W X 1.9''T X 2.5''D). SHROUD TO BE PAINTED ALONG WITH BODY AND LOCATED BETWEEN SLAM GATE AND REAR BUMPER.
$135.00
CARGO AREA MOUNTED BOXES
48TB 48'' Chest Tool Box mounted against bulkhead in utility body.$530.00
FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,240.00
FNT100 100 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use with long bed PU.$2,295.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
110 FTT 100 Gallon fuel transfer tank. Includes GPI 12V fuel pump, 3/4 x 4'' filter kit (10 micron), GPI digital fuel meter, 3/4'' spring loaded retractable fuel hose reel with 25' hose and nozzle, tank installed to bulkhead of utility body with hose reel installed to curbside front compartment top. Compartment top to be reinforced with reel mounted on angle facing rearward for side access.
$2,875.00
ATI 95CB ATI Aluminum Tanks Incorporated- 95 Gallon Fuel Tank & Tool Box Combo. Filter Kit, Digital Fuel Meter, Fill Rite 12V 15 gpm Auto Nozzle, ReelCraft 25' long 3/4'' Dia. Retractable Hose with Reel, hose whip from pump to reel. Furnished and Installed with Single In Cab On/Off switch.
$3,835.00
LINERS AND COATINGS
HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$830.00
HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,160.00
HD USOB-11 HD Scorpion spray on bed liner applied inside cargo area of 11' utility body.$975.00
HD USOB-11-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 11' utility body.$1,265.00
HD SOB-11-FLAT HD Scorpion spray on bed liner applied to surface of 11' & 12' flat bed.$1,015.00
HD SOB-16-FLAT HD Scorpion spray on bed liner applied to surface of 14' & 16' flat bed.$1,375.00
HD SOB-18-FLAT HD Scorpion spray on bed liner applied to surface of 18' & 20' flat bed.$1,520.00
HD SOB-COMP HD Scorpion spray on bed liner applied to inside of horizontal compartments and inside surface of lid on utility body, both sides.$505.00
HD SOB-BUMP HD Scorpion spray on bed liner applied to bumper only.$325.00
UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00
KNAPHEIDE ACCESSORIES
HITCHES & WIRING
K 4 WIRE 4 prong trailer wiring $105.00
K 6 WIRE 6 prong utility trailer wiring $225.00
K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00
K CLV-FB Class V Hitch for Flat Bed $875.00
K CLV-SB Class V Hitch for Service Body $970.00
K PTL15 15 ton Pintle for frame mount.$205.00
K PTL2516 Tow Pintle combo with 2 & 5/16'' Ball to mount in receiver $300.00
K PTL 20 20 ton Pintle for frame mount $240.00
K PTL-CC Frame mount or ICC mount w/o Pintle for cab chassis.$435.00
K PTL2 Tow Pintle combo with 2'' Ball to mount in receiver $300.00
K DONOVAN-4200P Manual Tarp Roller $1,145.00
K JACK Knapheide Jack leg crane support, installed.$540.00
CAB SHIELDS & RACKS
K AL HAR KTEC Alum Headach Rack (Octagonal)$1,175.00
K AL HAR MD KTEC Aluminum Headache Rack (Octagonal) for Medium Duty Trucks (Chevy 4500-6500 & Ford F-650-750).$1,350.00
K BR 15###BACK RACK 15### INSTALLED ON KNAPHEIDE UTILITY BODY.$560.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K BR LBM BACK RACK LIGHT BAR FEET 91006 $150.00
K BUA Back up alarm $180.00
K HAR B2 DUAL BEACON MOUNTS $120.00
K HAR ML MINI LIGHT BAR PLATE $170.00
K CONE Furnish and Install (1) Custom Tow Hook Mounted Cone Holder (F-Series Only)$570.00
K 2CONE Furnish and Install (2) Custom Tow Hook Mounted Cone Holders (F-Series Only).$1,140.00
K 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$2,875.00
K 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,090.00
K 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction.
$3,370.00
K 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction.
$5,365.00
K 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction.
$3,745.00
K 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction.
$5,585.00
K 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,255.00
K 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,425.00
TOOL BOXES & STORAGE
K BOX24-FM Underbody 24X18X18 steel tool box, frame mounted for dump applications.$855.00
K BOX24-UB Underbody 24X18X18 steel tool box, bolted under flat bed.$600.00
K BOX30-UB Underbody 30X18X18 steel tool box, bolted under flat bed.$650.00
K BOX 30-FM Underbody 30X18X18 steel tool box, frame mounted for dump applications.$905.00
K BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$725.00
K BOX36-FM-AL Underbody 36X18X18 aluminum tool box, frame mounted for dump applications.$980.00
K BOX36-UB-AL Underbody 36X18X18 aluminum tool box, bolted under flat bed.$725.00
K BOX48-FM Underbody 48X18X18 steel tool box, frame mounted for dump applications.$910.00
K BOX48-FM-AL Underbody 48X18X18 aluminum tool box, frame mounted for dump applications.$1,105.00
K BOX48-UB Underbody 48X18X18 steel tool box, bolted under flat bed.$650.00
K BOX48-UB-AL Underbody 48X18X18 aluminum tool box, bolted under flat bed.$850.00
K BOX60-UB Underbody 60X18X18 steel tool box, bolted under flat bed.$1,050.00
K BOX60-FM Underbody 60X18X18 steel tool box, frame mounted for dump applications.$1,305.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K COOLER Furnish and Install Aluminum Rack AND 5 Gallon Water Cooler $300.00
K 21 WB Knapheide 21'' HD Work Bumper with storage access on each side, includes Integrated HD Class V Receiver Hitch.$5,755.00
MISCELLANEOUS ACCESSORIES
K CC 108 PAINT Upgrade from Single Stage to Base Coat Clear Coat Paint (8-9 foot service bodies)$2,160.00
K CC 132 PAINT Upgrade from Single Stage to Base Coat Clear Coat Paint (11 foot service bodies)$2,400.00
K GRAB Furnish and Install (1) Contoured Grab Handle to top of Work Bumper and back of body $420.00
K WW DELETE Delete wheel well notches on DRW utility Body (NO CHARGE).$0.00
K OUTRIGGERS Outriggers for crane.$2,895.00
K REINFORCE Reinforcement for full crane.$2,460.00
K SPU Spring buildup.$1,140.00
PREMIER ACCESSORIES
HITCHES & WIRING
PTC 4WIRE 4 prong trailer wiring $165.00
PTC 6WIRE 6 prong utility trailer wiring $165.00
PTC 7/4WIRE 7 way flat camper trailer wiring $180.00
PTC CLV-FB Class V trailer hitch for flat beds 20K rating 2'' recevier tube.$770.00
PTC CLV-SB Class V trailer hitch for service bodies 20K rating with 2 1/2'' receiver.$865.00
PTC PTL-MNT Frame mount 3/4'' plate for Pintle with 20 ton pintle.$2,375.00
TOOL BOXES & STORAGE
PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,935.00
PTC BOX24-FM 24X18X18 Steel under body tool box, frame mounted for dump applications.$785.00
PTC BOX24-UB 24X18X18 Steel under body tool box, installed.$445.00
PTC BOX30-FM 30X18X18 Steel under body tool box, frame mounted for dump applications.$815.00
PTC BOX30-UB 30X18X18 Steel under body tool box, installed.$480.00
PTC BOX36-FM 36X18X18 Steel under body tool box, frame mounted for dump applications.$870.00
PTC BOX36-FM-AL 36X18X18 Aluminum under body tool box, frame mounted for dump applications.$980.00
PTC BOX36-UB 36X18X18 Steel under body tool box, installed.$530.00
PTC BOX36-UB-AL 36X18X18 Aluminum under body tool box, installed.$640.00
PTC BOX48-FM 48X18X18 Steel under body tool box, frame mounted for dump applications.$985.00
PTC BOX48-FM-AL 48X18X18 Aluminum under body tool box, frame mounted for dump applications.$1,155.00
PTC BOX48-UB 48X18X18 Steel under body tool box, installed.$640.00
PTC BOX48-UB-AL 48X18X18 Aluminum under body tool box, installed.$815.00
PTC BOX60-FM 60X18X18 Steel under body tool box, frame mounted for dump applications.$1,090.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PTC BOX60-UB 60X18X18 Steel under body tool box, installed.$750.00
PTC-UB-BRACKET Under body Tool Box mount bracket for dump applications.$335.00
READING ACCESSORIES - DVA
HITCHES & WIRING
DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00
DVA CAMERA Dealer installed factory ordered camera $190.00
DVA BUS-RR TRANSFER FACTORY REAR SENSORS TO LIFT GATE $190.00
DVA BUA Back up alarm, installed.$205.00
DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00
DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00
READING ACCESSORIES - AF
GENERAL
AF TH-6 UPGRADE STANDARD LINE 8'-9' UTILITY BODY TO STAINLESS STEEL T-HANDLE LATCHES $130.00
AF RKE-6 LATCH MATIC REMOTE LOCKING SYSTEM FOR 8'-9' UTILITY BODIES $1,565.00
AF MLS-6 MASTER LOCKING SYSTEM FOR 8'-9' UTILITY BODIES.$645.00
AF CAMERA FACTORY CAMERA INSTALL IN UTILITY BODY $275.00
AF 6DR-SLIDE STEEL SLIDING TOP FOR 8'-9' UTILITY BODIES $3,060.00
AF USOB9 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 9' UTILITY BODY.$1,525.00
AF USOB9-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 9' UTILITY BODY.$1,805.00
AF DEF-NOTCH *Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$795.00
AF CAMERA-LG FACTORY CAMERA INSTALL IN LIFT GATE $300.00
AF REVERSE-LG FACTORY REVERSE SENSOR RELOCATE TO LIFT GATE.$300.00
AF MLS-8 MASTER LOCKING SYSTEM FOR 11' UTILITY BODIES $725.00
AF RKE-8 LATCH MATIC REMOTE LOCKING SYSTEM FOR 11' UTILITY BODIES $1,635.00
AF USOB11 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 11' UTILITY BODY $2,205.00
AF USOB11-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 11' UTILITY BODY $2,485.00
AF TH-8 UPGRADE STANDARD LINE 11' BODY TO INCLUDE STAINLESS STEEL T-HANDLE LATCHES.$165.00
HITCHES & WIRING
AF CLV-SB Class V 2-1/2" 18,000 lbsReceiver Curt P/U and Single Rear Wheel Service Body (includes 2.5 to 2" reducer)$735.00
AF 7/4 WIRE Hoppy 40959 7-Way RV / 4-Way Flat Trailer Plug $155.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TOOL BOXES & STORAGE
AF BOX24-UB Underbody 24x18x18 steel tool box, bolted under flatbed.$675.00
AF BOX24-FM Underbody 24x18x18 steel tool box, mounted to frame for dump applications.$640.00
AF BOX30-UM Underbody 30x18x18 steel tool box, bolted under flatbed $690.00
AF BOX30-FM Underbody 30x18x18 steel tool box, mounted to frame for dump applications.$685.00
AF BOX36-UM Underbody 36x18x18 steel tool box, bolted under flatbed.$710.00
AF BOX36-FM Underbody 36x18x18 steel tool box, mounted to frame for dump applications.$705.00
AF BOX48-UM Underbody 48x18x18 steel tool box, bolted under flatbed $875.00
AF BOX48-FM Underbody 48x18x18 steel tool box, mounted to frame for dump applications.$870.00
AF BOX60-UM Underbody 60x18x18 steel tool box, bolted under flatbed $1,095.00
AF BOX60-FM Underbody 60x18x18 steel tool box, mounted to frame for dump applications.$1,185.00
ABG ACCESSORIES
HITCHES & WIRING
ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $845.00
ABG 2516-PINTLE-12T Straight 2 5/16 Ball/Pintle Combo hitch, rated 12 ton $325.00
ABG TRI-BALL 2 5/16 (14K), 2" (10K), and 1 7/8 (6K) Straight hitch $170.00
ABG 2516-3DROP 2.5" shaft 2 5/16 ball, 3" drop, 15K rated $155.00
CTECH DRAWER UNITS
ABG CTECH-9DRW-F C Tech drawers for rear toolbox, features 1 X Tall, 1 tall, 1 medium and 3 thin drawers $3,055.00
ABG CTECH-9DRW-R C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00
ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00
ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,690.00
ABG CTECH-11DRW-F C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00
ABG CTECH-11DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $2,000.00
TOOL BOXES & STORAGE
ABG BOX30DRW Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00
ABG BOX36-UB Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black (will go past the angled corner at front of bed)$935.00
ABG BOX48-UB Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,060.00
ABG BOX60-UB Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,185.00
ABG BOX30DRW-AL Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00
ABG BOX36-UB-AL Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum (will go past the angled corner at front of bed)$1,085.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ABG BOX48-UB-AL Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,375.00
ABG BOX60-UB-AL Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,535.00
COMPRESSORS AND GENERATORS
COMPRESSED AIR SYSTEMS
CAS VMAC G30 VMAC Externally mounted belt driven rotary screw capable of 30cfm at 100psi (150psi max), 100% duty cycle. Includes remote start, 2 Year Warranty, Lifetime airend warranty, & 5 year subaru engine warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$7,035.00
CAS G30 TANK Optional Low Profile Air Receiver Tank for G30: # A500183, Dual 6-Gallon air receiver tanks, mounted under G30. Includes Gauge, fittings, hose and valves. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$1,615.00
CAS G30 REMOTE Optional Remote Control Panel for G30: # A500182. Remote Control Panel with a ten foot extension for key switch, hour meter, choke and unloader. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$800.00
CAS VR-70 G VMAC underhood (Gas Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$15,135.00
CAS VR-70 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$15,135.00
CAS VR-150 G VMAC underhood (Gase Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$19,060.00
CAS VR-150 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$19,070.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CAS A800070 VMAC Eliminator70 - Air Cooled Air Cooler After-Cooler with automatic drain. Knock’s out 65% of water condensate. Installation included when tied into VR-70 or VR-150 Underhood order. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with a single valve at discharge of unit. No custom outlets or fittings installed.
$1,640.00
CAS AIR-NARC 150 -14HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Providing up to 190 AMPs of welding power. Engine: 14 HP Kohler® Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets, Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Battery Charge/Booster: 150 AMPs 12V/24V Boost. Drive System: Belt Driven Fuel Capacity: 1.9 Gal. or Plumb to Chassis (Kohler® 14) Dimensions: 50.7L x 19.2W x 40.8H - 30 Gal. Kohler® 14 HP (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$10,145.00
CAS AIR-N-ARC 150 -20HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Engine: 19 HP Kohler. Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: 19 HP with Remote Panel: CC: 40-150 AMPs, CV: 15-30V. Battery Charge/Booster: AMPs 12V/24V Boost, 50 AMP 12V Charge (Optional for 19 HP Engine Only) Drive System: Belt Driven Fuel Capacity: 11.5 Gal. or Plumb to Chassis (Kohler® 19). Dimensions: 48.2L x 22.2W x 40.8H - 30 Gal. Kohler® 19 HP. 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$14,300.00
CAS AIR-N-ARC 300 DIESEL
VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time service Engine Diesel: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$29,645.00
CAS AIR-N-ARC 300 GAS VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time serviceEngine Gas: Engine Gas: 26.5 HP Kohler®, Air Cooled. Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$21,875.00
CAS AIR-N-ARC 300 HYDRAULIC 14.5
VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 14.5 GPM @ 2500 PSI Single function. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$18,775.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CAS AIR-N-ARC 300 HYDRAULIC 19
VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 19 GPM @ 2800 PSI Multifunction. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$18,780.00
CAS POWERFLEX AE VANAIR Powerflex AE provides 40 cfm rotary screw air compressor for air-on-demand that can power up to 1” impact wrench and a 7kW generator for all our electric needs, the Powerflex™ AE provides you with the tools to get the job done, with your truck engines turned off. CFM Rating: 40 CFM @ High Speed. Air Pressure: 150 PSI. Compressor Type: Rotary Screw. AC Generator: 6.8 kW @ 60 Hz, 120/240 V. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Integrated 12 Gal. w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$28,500.00
CAS POWERFLEX AEH VANAIR PowerFlex AEH provides a 40 CFM at 150 PSI rotary screw air compressor, a 6,800 watt AC generator, and powerful hydraulic pump, providing 13 GPM and up to 3000 PSI. Save fuel costs, increase your productivity and meet EPA challenges with the PowerFlex™ AEH. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI AC Generator 6.8 kW @ 60 Hz, 120 / 240V. Compressor Type: Rotary Screw. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI Engine Type 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Dieselw/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$31,585.00
CAS POWERFLEX AH VANAIR PowerFlex AH provides a 40 CFM at 150 PSI rotary screw air compressor and hydraulic pump, providing 13 GPM and up to 3000 PSI with an integrated hydraulic reservoir. Tier 4 Final compliant, the PowerFlex™ AH is small enough to fit in a variety of load spaces. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Plumb to Chassis. Compressor Type: Rotary Screw w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.)
$31,180.00
VMAC PTO DTM70H VMAC (PTO Driven Air Compressor & Hydraulic pump) Air Compressor Output Up to 70 CFM* @ 100 psi (175 psi max); actual CFM output dependent on engine RPM Air Compressor Type PTO driven, direct transmission mounted, 100% duty cycle, VMAC oil-injected rotary screw. Weight (wet) Approximately 180 lbs (81.6 kg) PTO (included) CHELSEA® 249 Series, electrically actuated, PTO indicator lamp Throttle Control 2 throttle control set-points available Adjustable up to 3,000 RPM Allows for dual speed operation with cranes that have available input/output for high idle mode Control System On/Off function of PTO and compressor LCD display Service notifications Error messages System temperature Compatible with start/stop crane modules Allows for simultaneous operation of both the air compressor and hydraulic pump Safety System Automatic compressor heater function Compressor over-temp sensor Automatic rapid blow-down valve on tank 200 psi air pressure relief valve Truck drive disable circuit on throttle control Truck park brake safety shut-off switch on control box Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application.
$20,425.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CAS AIR-N-ARC 300 OPEN VANAIR Air N Arc I-300 six forms of power in a single 48” unit with full multi-functioning capabilities. Provides an integrated 40 CFM rotary screw compressor, 7 kW AC generator, 300 AMP welder, battery booster and battery charger, with the added power of a 13 GPM hydraulic pump. The Air N Arc® I-300 offers enough power to run a crane and the technology to integrate with the crane control. Engine: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor: Rotary Screw, 40 CFM Free Air at High Speed 30 CFM Free Air at Idle, 175 PSI Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V GFCI and 240V Outlets Hydraulic Output: Up to 13 GPM, Up to 3000 PSI (10.5 GPM Hydraulic Piston Pump) Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System: Belt Driven Fuel Capacity: Plumb to Chassis or Remote Tank Provided by Customer.Open System w/10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system (additional charges apply for connection points.
$38,000.00
VMAC 50 HOSE 50' HOSE AND REEL FOR VMAC COMPRESSED AIR SYSTEM. AT TIME OF VMAC UNDERHOOD INSTALLATION, IT WILL BE INSTALLED IN REAR COMPARTMENT OF UTILITY BODY WITH ROLLER FAIR-LEAD THROUG BACK OF BODY.
$520.00
Knapheide
K VMAC-DTM70 VMAC DTM70 Air Compressor, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.*** (AIR COMPRESSOR ONLY, SEE DTM70-H FOR COMPRESSOR & HYDRAULIC PUMP COMBO)
$18,435.00
K VMAC-DTM70-H VMAC DTM70-H Air Compressor / Hydraulic System, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. (Includes PTO and choice of Hydraulic Pump) ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.***$21,005.00
K VA CONTRACTOR VANAIR 14HP KOHLER 5KW PEAK AC GENERATOR 4.2KW CONTINUOUS 20 CFM RECIPROCATING COMPRESSOR 30 GAL. AIR STORAGE 1.9 GAL. FUEL STORAGE BATTERY INCLUDED $8,215.00
K VA VIPER VANAIR VIPER 40/100 KOHLER w/5.2 GEN 120 VOLT, 40 ICFM @ 100 PSIG @ 3320 RPM 120 VOLT OPERATION ONLY. 20 AMP & 30 AMP OUTLETS.$17,655.00
K VIPER CONTROL Auxillary control panel, specify mounting location.$1,705.00
K HR50 Hose reel with 50' x 3/8'' air hose mounted on reinforced compartment top, specify mounting location.$1,190.00
SPECIALTY BODIES
CONTAINER CARRIER
K STEL 53036 Stellar container carrier includes: reservoir and valve bank for cable controls-96'' three section. power take off (PTO) Hydraulic pump, plastic fender assembly for use on chassis with 19.5'' Tires, 30k pintle hitch bumper assembly, FMVSS108 compliant light kit, backup alarm, and 7 & 4 wire trailer connector, pintle NOT included. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$53,165.00
K STEL ROT Upgrade to include rotator for Stellar Container Carrier.$27,110.00
MOBILE LUBE VEHICLE
QT LUBE 11' TORKT Mini Lube Body 84” CA with Sherwin Williams Genesis Paint to Match Cab, Black Liner (Bottom of Body, Platform), Enclosed Reel Compartment 60”H with LED Lighting Rear Roll Up Door, (2) Underbody Boxes, (2) Side Cabinets 60” High with Shelves and LED Lighting, Filter Drain Box, Amber Strobe Mounted Top Reel Compartment, (6) LED Work Lights. (4) Rear, (1) Front Left Corner, (1) Front Right Corner, Factory Backup Camera Installed, HYDRAULICS: PTO Installed, Single Pump, 10 GPM, 40 Gal Hydraulic Tank, Return Filter, High Pressure Filter Installed After Pump, AIR SYSTEM: BOSS BA440 Hydraulic Reciprocating Compressor, (2) 10 Gal Air Tanks Mounted Under Body, Crimped Air Lines Lincoln Air Regulator (250psi Rated), Reelcraft 50’ ½” Air Reel, (1) 135 Gal Poly Tank, (3) 75 Gal Poly Tank, (4) Graco 5:1 Air Pumps Individually Regulated, (4) Reelcraft 50’ New, product Reels, (4) Graco Digital All Weather Nozzles (Rigid Nozzle Standard), SALVAGE: (1) 190 Gal Poly Tank, Graco Diaphragm Pump, Graco 4 Way Valve and Strainer, Reelcraft 35’ ¾” Suction Hose w/ Stinger. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 19.5k GVWR & PTO.
$128,745.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CUE'S CAMERA
RP CUES-DRY ROCKPORT DRY BOX DESIGNED FOR CUES 16'L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, HIGH IMPACT FRONT RADIUS CORNERS REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. FLOOR CROSS MEMBERS ON 12'' CENTERS IN LIEU OF 16'', 3'' C-CHANNEL. PINE PLANK FLOOR IN LIEU OF HARDWOOD. REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24'' ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. REQUIRES RP0034 FRP DOORS. # POLAR DELETE STANDARD PLYWOOD LINER DELETE STANDARD D-RINGS FREIGHT TO CUES IN ORLANDO, FL (Req's 19,500 GVWR Chassis with 120'' CA) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519
$16,945.00
CTV F550-TVONLY CUES TV Only Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis with 16FT Cargo Box EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box.
$260,955.00
CTV F550-TVDUC CUES TV/DUC Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis or Box.
$347,090.00
CTV F550-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis. EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box.
$402,840.00
LIGHTNING LOADER
PI TL3-BASE Petersen Industries TL3 with walk through lever controls, Heavy Duty swing motor, Single Cylinder Grapple, 60''Boom-Up warning light, HD Control Box (Horn, Engine Throttle, Engine Kill Tandem Hydraulic Pump), Petersen standard enamel paint for loader, 20' X 30' hardox steel, Barn Doors, Wire loom for body wiring, LED Body marker lights (15 total), ANSI Z245.1 Package, Outrigger pads, Outrigger HDHI LED strobes, (2) Frame Mounted toolboxes (18''x18''x48''), Dual LED strobes mounted on pedestal head, Work Lights, set of two, mounted on each side of pedestal head & (2) grill mounted amber strobes. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) - (Requires Cab Chassis with 168'' CA & 33,000 GVWR)
$113,750.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ROLLING STAR CONVERSIONS
RS FIBER BOX FIBER SPLICING TRUCK BODYTRUCK BODY Standard - 140'' long x 92'' wideInterior height to be approx. 80'' over all height lowered 8''One-piece seamless FRP insulated composite wall constructioncustom low profile frame with aluminum plank floor. This option is needed to lower the overall height. Advantech or equivalent composite subfloor 12'' bottom skirt Full Width Rear Step Bumpe rInterior Walls, Ceiling, and Floor Finish 1” foam side-wall insulation 6” ceiling insulation - 80 - 84'' interior height Bright white gel coat interior and exterior wall finish rhino line over aluminum Entry Doors / Access Doors 1Single rear door, right hand hinge, flush latch - increase from standard 24'' W to a 32'' W doorNO WINDOW IN REAR DOOR 24 in. W side door, right hand hinge, flush latch, window in top half -2- 18”x18” lift up fiber cable access doors with 2”x 6” cable slot door with interior latch, opening outward 12V / 110V Electrica -1- 15.5 kW Onan Commercial/Industrial Gasoline Generator in integral compartment; installation includes insulated FRP construction, locking access door and automatic transfer switch and 12V deep cycle battery (assume fuel supply from truck fuel system )150 amp panel box, include main & circuit breakers 150-amp shore power outlet w/25' power cord -6- 110 volt 15 amp duplex outlets -2- 110 V GFI outlets w/weathertite box; one on rear exterior wall and one on curbside exterior rear -2- 24'' square led ceiling lights (flush mount) - THREE-WAY SWITCHED Progressive Dynamics 9200 Series ''Charge Wizard'' -1- 12 V 60-amp converter/charger system with 6-watt solar battery maintainer and deep cycle battery -2- 12 volt roof mounted strobe lights -2- 12 volt interior dome lights - THREE-WAY SWITCHED -2- Tecniq 12V LED Flood light, 9''x7'' surface mount on rear exterior w/interior wall switch; one on curbside centered and one on the rear upper left (streetside) corner -2- Tecniq 12V LED Porch lights - one at each entry door with individual switch at each door -1- ECCO 3410 Arrow light bar -4- 48'' Under-shelf task lights to be mounted below 12'' overhead shelves (additional costs listed in Cabinetry / Interior Storage section below) Heating and Air Conditioning and Ventilation -1- 12kbtu split ductless a/c unit mounted on front wall with guard -1- 12 volt powered roof vent with cover - thermostatically controlled with rain sensor) Cabinetry / Interior Storage -1- 24''D countertop, full length of streetside wall, laminate finish - BLACK LAMINATE -1- 24''D countertop, running from rear wall to just before entry door on curbside wall, laminate finish - BLACK LAMINATE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - STREETSIDE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - CURBSIDE -1- 24''D removable work surface with fold down leg & storage bracket - BLACK LAMINATE -1- American Van LUC-18 Lockable Cabinet 18''D x 22''H -3- American Van MED-10 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 4-Drawer unit -2- American Van MED30 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 2-Drawer unit 2American Van SED-20 Small Parts Drawer Units -2- 1/8'' Deep Drawers 4-Drawer unit -2- SETS of American Van flip open locking doors on overhead storage shelves - both sides (three on streetside and two on curbside)Misc. Equipment -1- Fire Extinguisher - 5 lbs. -1- First Aid Kit -1- Carbon monoxide detector / smoke detector -1- Radio coax jack, ''wiremold'' installation, includes 50 ohm (RG58AU or equivalent) coax cable connected to (1) roof mounted screw-on anteanna base. -1- Installation for truck leaf spring, generator side includes folding rear bumper aluminum bumper step. (Furnished and Installed by Rolling Star NY) Price includes transportation from NY to FL.
$63,000.00
RS SWAT CONV Rolling Star SWAT Conversion for Transit Hi-Roof EL, unit specifications upfit to extra long high top ford transit insulated finish interior white glecoat frp. insulated bulk head wall for rear storage and generator compartment. Shelves beside generator and across the top of generator. Storage for 8 colt rifles curb side rear. insulated finish interior ceiling white glecoat frp. vinyl strip curtan for access to the rear countertop drivers side with file drawer under cushion bench with back lumbar custion support and storage under -2- 24''x 3' magnetic white boards over work station approx 114'' overhead cabinets open up doors and led strip under cabinet lighting -2- 4'' w desk top across rear bulk head wall with wall mount flat screen monitor desk will allow for end seats at the benches passengers side aprox 6' bench with storage under, 6u 20'' depth eia rack 110v system 5k onan commercial mobile generator mounted rear compartment with auto transfer switch, 12volt battery with converter charger, remote start and work station or drivers area. Uses vehicle fuel tank. 50 amp panel 25' detachable shore line -2- exterior gfi protected outlets -4- 110v duplex outlets at work station -1- quad outlet at eia rack -1- 13,500 btu low pro airconditioner -1- 1500 wat wall controlled forced air heaters. -1- 32'' flat screen monitor over rear desk hdmi vga cable to work station -12 volt -4- 17x6 led ceiling lights -2- exterior led scene light high intensity -1- maxx air roof vent remote control -2- rear storage led lights on door switch. And led rear area light -4- roof mount antenna bases run to work station -1- cell phone antenna -2- cat 6 lines to eia rack from work station and hdmi vga -1- digital clock. Price Includes Delivery from NY to FL. (Conversion completed by Rolling Star of New York)
$105,285.00
SOUTHERN SEWER
SS DIAMONDBACK New Way Diamondback 8 yard rear loader refuse body 8 Cubic Yard Body Capacity Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back Up Alarm Light Bar ICC Lights and Reflectors Sight Gauge on Oil Tank Oil Pressure Gauge Quick Disconnect Pressure Port at Front Valve Chrome Cylinders Side Access Door Rear Vision Camera Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear LED Body Lights Hot Shift PTO with Overspeed and Pump Halogen Work Lights Inside Upper Tailgate, Shining in Hopper Strobe Light Safety Shutdown Curbside Acrylic Urethane Enamel Single Color Paint 10 lb. Fire Extinguisher Triangle Kit Plastic Fenders 1 Year Body & Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 108” CA 50” After Frame 17,000 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift PTO listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip)
$67,625.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
SS MAMBA New Way Mamba 8 yard side loader refuse body 8 Cubic Yard Body Capacity with Body Lift Hot Shift PTO with Overspeed and Pump Auto Lock Tailgate Back up Alarm LED Body Lights Halogen Work Lights in Hopper Strobe Light Manual Packing Controls Sight Gauge on Oil Tank Pressure Gauge Quick Connect Pressure Port at Front Valve Safety Shutdown Curbside & Streetside Acrylic Urethane Enamel Single Color Paint Chrome Cylinders Tailgate Ajar Indicator Rear Vision Camera System 10 lb. Fire Extinguisher Triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 108” CA 60” After Frame 18,000 lb. GVWR, Tires must meet Florida DOT GVWR Requirements Automatic Transmission (for use with Hot Shift PTO listed above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip)
$78,405.00
SS VIPER 11YD New Way Viper 11 yard rear loader refuse body 11 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights halogen Work Lights Inside Upper Tailgate Strobe Light Light Bar Sight Gauge on Oil Tank Oil Pressure Gauge Quick Connect Pressure Port at Front Valve Chrome Cylinders Side Access Door Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear Shovel/Broom Rack, Mounted Street Side Tailgate Safety Shutdown Curbside Acrylic Urethane Enamel Single Color PaintRear Vision Camera System 10 lb. Fire Extinguisher Triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 102” CA 50” After Frame 27,500 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip)
$78,825.00
SS COBRA 20YD New Way Cobra 20 yard rear loader refuse body 20 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights Halogen Work Lights Inside Upper Tailgate Strobe Light ICC Lights and Reflectors Light Bar Hydraulic Tank Temperature Gauge Right Side Hydraulic Tank Access Port Sight Gauge on Oil Tank Oil Pressure Gauge Chrome Cylinders Side Access Door Driver Alert Buzzer Safety Shutdown Curbside Tailgate Ajar Indicator Bolt On Steps On Rear Shovel/Broom Rack Mounted Street Side Tailgate Acrylic Urethane Enamel Single Color Paint Rear Vision Camera System 10 lb. Fire Extinguisher triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip)
$89,350.00
BUS CONVERSIONS
BUS25 25 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS , TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND SIX SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMRES, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, 82,000 BTU AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE , EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER ''
$64,175.00
DRY FREIGHT BOXES
ACTION DRY FREIGHT ACCESSORIES
AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00
AF BUMP-FULL 14" Full Width Step Bumper $1,135.00
12' FRP BOX
AF DRY 12 FRP J & B FRP 12' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$15,670.00
14' FRP BOX
AF DRY 14 FRP J & B FRP 14' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$16,075.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
16' FRP BOX
AF DRY 16 FRP J & B FRP 16' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$18,050.00
18' FRP BOX
AF DRY 18 FRP J & B FRP 18' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$19,730.00
20' FRP BOX
AF DRY 20 FRP J & B FRP 20' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$21,815.00
22' FRP BOX
AF DRY 22 FRP J & B FRP 22' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$23,050.00
24' FRP BOX
AF DRY 24 FRP J & B FRP 24' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$24,700.00
12' ALUMINUM BOX
K DRY 12 AL KNAPHEIDE 12' Aluminum DRY FREIGHT 96''X84'' , Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,440.00
AF DRY 12 AL J & B Aluminum 12' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$14,950.00
14' ALUMINUM BOX
K DRY 14 AL KNAPHEIDE 14' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,880.00
AF DRY 14 AL J & B Aluminum 14' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$15,965.00
16' ALUMINUM BOX
K DRY 16 AL KNAPHEIDE 16' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,390.00
AF DRY 16 AL J & B Aluminum 16' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$17,120.00
18' ALUMINUM BOX
K DRY 18 AL KNAPHEIDE 18' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,905.00
AF DRY 18 AL J & B Aluminum 18' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$18,665.00
20' ALUMINUM BOX
K DRY 20 AL KNAPHEIDE 20' Aluminum 96''X96'' DRY Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,495.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AF DRY 20 AL J & B Aluminum 20' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$20,655.00
22' ALUMINUM BOX
K DRY 22 AL KNAPHEIDE 22' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,570.00
AF DRY 22 AL J & B Aluminum 22' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$21,885.00
24' ALUMINUM BOX
K DRY 24 AL KNAPHEIDE 24' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,090.00
AF DRY 24 AL J & B Aluminum 24' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$22,920.00
26' ALUMINUM BOX
K DRY 26 AL KNAPHEIDE 26' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,390.00
REFRIGERATION BODIES
16BOX-REEFER Thermo King HD 16' INSULATED BOX TRUCK WITH INT HEIGHT 86'' INT WIDTH 89'' EXTERIOR WIDTH 96'' INSULATION 3'' Insulation sides and ceiling, 4'' front wall and floor REAR DOOR Whiting Temp Guard 1-1/2'' medium temp overhead door FLOOR Aluminum Treadplate Floor, Welded Water Tight 4 Drains and kazoos 1 in each corner LONG SILLS 4” “I” Beam CROSSMEMBERS 3” “I” Beam on 12” centers LINING One piece seamless Kemlite, sides, front, ceiling ROOF .032 aluminum one piece EXTERIOR PANELS .040 Prepainted white aluminum, side posts on 16” centers REAR FRAME Galvanealed steel rear frame, painted white GRAB HANDLES Curbside & roadside SCUFF 24'' Aluminum Treadplate scuff sides and front LIGHTING (interior) One (1) LED Domelight with switch in rear LIGHTING (exterior) LED lighting package per FMVSS 108. CARGO CONTROL Two (2) Rows of E-Track sides only located__36___'' and___60___'' from floor to center of track. LIFTGATE Tommy Gate 89-20EA55 89'' X 55'' + 12'' Aluminum Platform Railgate *2,000lb Capacity *Liftgate will be welded to rear frame and painted INCLUDED OPTIONS Three (3) folding steps and grab handle, front roadside corner post Reece Receiver Tube, welded to ICC Bumper 7-Way Electric Plug, uninstalled customer to install Install Wire for door cutoff switch REINFORCE Bulkhead prepped for ThermoKing T-680 series. (Refrigeration unit not included) - (Requires 19,500lb GVWR chassis with 120''CA)
$37,900.00
24BOX-REEFER Thermo King HD 24' Insulated T-890-50 truck with precise temperature control and ease of use and service. Added feature of Electric Standby for full electric operation. INCLUDES: New easier to operate T-Series “Premium” SR3 Controller, Telematics Ready, Recyclable Geloy Injected Molded Skins, Poly-V stretch belt with quiet channel technology, Tier 4 diesel engine, Robotic welded steel frame with automotive grade 2 coat paint finish, Liquid level fill alerts, 24’ Body Insulated Box, Thieman Stowaway 4,000 Liftgate, Installation, & Freight. (MEDIUM DUTY DIESEL CHASSIS REQUIRED
$75,360.00
AERIAL DEVICES
ETI / PALFINGER
ETI ETT29AN ETI - PALFINGER AERIAL DEVICE with 34' working height, 29' ground to bottom of bucket, 20'9'' side reach. Includes: Switch at lower controls wired to unit options, Emergency Power at basket, Lower controls assembly, includes lower control override, Electric Tool Circuit (110V) at bucket--NOTE—Wired to inverter to power this outlet, Bucket, 24 X 30 L/DOOR LH REC HDL, Two Inclinometers One centered in cab in view of driver One CS rear - right of Triple ID Light, Palfinger Aerial Body - Galvanneal Steel (108") painted white with standard shelving, master lockin system, PAB 42" Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tailshelf with a 8" x 17.5" wide opening. Access doors on both side with whale tail latches -keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV), Non-skid coating on compartment tops, load area walls and floor, tailshelf floor, and entry steps, back up alarm, 350 Lb Basket Capacity, 6 prong (pole) round trailer socket, Bucket Cover with foam insert for 24X30 bucket, Dimension 1800 Watt-Pure Sinewave Inverter w/One Battery,DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference, triangle Warning Kit, 2 Rubber Wheel Chocks, 8.5Wx10.5Lx5.75H, Cone Holder. (REQUIRES PTO PROVISION, 15K GVWR, 60'' CA).
$76,965.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ETI ETC 40IH ETI - PALFINGER AERIAL DEVICE with 44' 9" Working Height, 39' 9" Ground to Bottom of Bucket, 29' 6" Side Reach. Includes: Continuous rotation, fiberglass inner boom, Manual emergency lowering valve at bucket controls, Start/Stop at basket, 2-Speed Throttle at basket, Emergency Power at basket, Switch at lower controls wired to unit options, Non-Metallic 4-Function Single-Handle Control with Hydraulic Tool Circuit with flow divider and pressure relief, Bucket, 24 X 30 L/STEP RH CTRL, Two Inclinometers: One centered in cab in view of driver, One CS rear - right of Triple ID Light, PAB 36'' Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tailshelf with a 8'' x 17.5'' wide opening. Access doors on both side with whale tail latches -keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV), Paint body standard ETI White, Non-skid coating on compartment tops, load area walls and floor, tailshelf floor, and entry steps, 12'' Aluminum Grab Handle on rear of body on the curbside, Outrigger slot covers in the tailshelf area, Tailboard, Composite, Yellow, Drop-in, Backup Alarm, 6 prong (pole) round trailer socket, Bucket Cover with foam insert for 24X30 bucket, 24X30 Bucket Liner-polyethylene, DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference, Triangle Warning Kit, Cone Holder, Wheel chocks (2) with hair pin metal handle (REQUIRES PTO PROVISION, 15K GVWR, 60'' CA).
$103,575.00
LIFT GATES
Knapheide - Service Bodies
K LG13-SB Maxon C2-54-1342 TP27 1300 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,310.00
K LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,480.00
K LG16-SB Maxon C2-54-1642 TP27 1600 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,590.00
K LG16-2PC-SB Maxon C2-54-1642 TP38 1600 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,835.00
K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00
Action - Service Body
AF LG13-SB Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 27"+ 4" for Service Bodies $4,590.00
AF LG13-SB-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $4,875.00
AF LG16-SB Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 27"+ 4" for Service Bodies $5,155.00
AF LG16-SB-2PC Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $5,435.00
Premier - Service Body
PTC LG13-SB Tommy Gate G2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,560.00
PTC LG13-2PC-SB Tommy Gate G2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $4,845.00
PTC LG16-SB Tommy Gate G2-54-1642 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,845.00
PTC LG16-2PC-SB Tommy Gate G2-54-1642 TP38 Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $5,135.00
PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00
DVA - Service Body
DVA LG13-SB Maxon C2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00
DVA LG13-SB-2PC Maxon C2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00
DVA LG16-SB Maxon C2-54-1542 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00
DVA LG16-SB-2PC Maxon C2-54-1542 TP38Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00
Premier - Flat Bed / Stake / Van Body
PTC LG16-ST37-RG Tommy Gate 89-16 TP37 1600 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$6,660.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PTC LG20-ST37-RG Tommy Gate 89-20 TP37 2000 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$6,800.00
PTC LG20-ST42-RG Tommy Gate 89-20 TP42 2000 lb Capacity 89'' x 42''+ 6''. Railgate style for Stake and Van Body Applications.$7,140.00
PTC LG30-ST36-RG Tommy Gate 89-30 TP36 3000 lb Capacity 89'' x 36''+ 12''. Railgate style for Stake and Van Body Applications.$9,720.00
PTC LG30-ST48-RG Tommy Gate 89-30 TP48 3000 lb Capacity 89'' x 48''+ 12''. Railgate style for Stake and Van Body Applications.$10,380.00
PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00
PTC LG16-AL37-RG Tommy Gate G2-92-1650 EA37 1600 lb Capacity 87'' x 37''+ 6'' Aluminum Platform, for flatbed, & stake bodies $6,765.00
PTC LG16-AL41-RG Tommy Gate G2-92-1650 EA41 1600 lb Capacity 87'' x 41''+ 6'' Aluminum Platform, for flatbed, & stake bodies $7,265.00
PTC LG16-ST35-RG Tommy Gate G2-92-1650 TP35 1600 lb Capacity 87'' x 35''+ 6'', for flatbed, & stake bodies $5,580.00
PTC LG16-ST41-RG Tommy Gate G2-92-1650 TP41 1600 lb Capacity 87'' x 41''+ 6'', for flatbed, & stake bodies $6,100.00
ACTION - FLat Bed / Stake / Van Body
AF LG16-STAKE-ST Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 87" x 41"+ 6" for Flatbed, Stake and Van Bodies $5,555.00
AF LG16-STAKE-AL Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 85" x 41"+ 6" Aluminum Platform for Flatbed, Stake and Van Bodies $5,895.00
AF LG20-RG Thieman Cable Drive Liftgate 2000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $7,520.00
AF LG30-RG Thieman Cable Drive Liftgate 3000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $8,625.00
Knapheide - Flat Bed / Stake / Van Bodies
K LG16-AL37-RG Maxon C2-92-1650 EA37 1600 lb flat bed, stake and van body lift gate 87'' x 37''+ 6'' aluminum platform (includes duplicate STT lights).$6,630.00
K LG16-AL41-RG Maxon C2-92-1650 EA41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' aluminum platform (includes duplicate STT lights).$7,090.00
K LG16-ST35-RG Maxon C2-92-1650 TP35 1600 lb flat bed, stake and van body lift gate 87'' x 35''+ 6'' (includes duplicate STT lights).$5,680.00
K LG16-ST41-RG Maxon C2-92-1650 TP41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' (includes duplicate STT lights).$6,050.00
K LG12-ST36-RG Thieman TVL-125 1250 lb capacity rail gate 85'' x 36''+ 5'' (includes duplicate STT lights).$6,045.00
K LG16-ST36-RG Thieman TVL-16 1600 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$6,350.00
K LG20-ST36-RG Thieman TVL-20 36+5 2000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$7,100.00
K LG20-ST42-RG Thieman TVL-20 42+5 2000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$7,390.00
K LG30-ST36-RG Thieman TVL-30 36+5 3000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$8,245.00
K LG30-ST42-RG Thieman TVL-30 42+5 3000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$8,520.00
K M-16 Theiman 1600 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$5,865.00
K M-16 W Theiman 1600 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$6,285.00
K M-20 Theiman 2000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$5,995.00
K M-20 W Theiman 2000 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$6,415.00
K M-25 Theiman 2500 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$6,605.00
K M-25 W Theiman 2500 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$6,990.00
K M-30 Theiman 3000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$7,475.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K MLB-16 Theiman 1600 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$5,955.00
K MLB-16 W Theiman 1600 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$6,175.00
K MLB-20 Theiman 2000 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$6,085.00
K MLB-20 W Theiman 2000 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$6,240.00
Action - TuckAway
AF LG16-TUCK Theiman Tuckaway Liftgate 1600 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$5,530.00
AF LG20-TUCK Theiman Tuckaway Liftgate 2000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$5,660.00
AF LG30-TUCK Theiman Tuckaway Liftgate 3000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$6,150.00
Premier - TuckAway
PTC LG20-TUCK-W Dhollandia lift gate with 2,200lbs capacity, 38''+4'' x 79'' all aluminum platform, requires bed height minimum of: 37'' - 44'' (laden/unladen)$6,300.00
PTC LG25-TUCK-W Dhollandia lift gate with 2,500lbs capacity, 50'' x 85'' full aluminum platform, requires bed height minimum: 39'' - 51'' (laden/unladen).$6,700.00
ABG - Service Body
ABG TG16-SB27 Tommy Gate G2-60-1642-TP 27, 1600 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00
ABG TG16-SB27AL Tommy Gate G2-60-1642-EA27, 1600 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,520.00
ABG TG16-SB38 Tommy Gate G2-60-1642-TP38, 1600 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,830.00
ABG TG16-SB38AL Tommy Gate G2-60-1642-EA38, 1600 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00
ABG TG16-SB42 Tommy Gate G2-60-1642-TP42, 1600 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00
ABG TG16-SB48AL Tommy Gate G2-60-1642-EA48, 1600 LB capacity, 48" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $6,470.00
9' Dual Rear Wheel Utility Bodies (Minimum 60'' CA)
Knapheide
K 6108J Knapheide 9' SRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,700.00
K 6108DJ Knapheide 9' DRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,310.00
K 6108DFJ Knapheide 9' DRW flip top utility body for 60'' CA (CHEVY NON-GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,775.00
K 6108D54J Knapheide 9' DRW Wide utility body 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,045.00
K 6108D54FJ Knapheide 9' DRW Wide utility body with Flip Tops 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,325.00
K MLS-6 Master locking system 6-door bodies $735.00
K RKE-6 Remote keyless entry 6-door bodies $1,625.00
K TH6 T-Handle Latches 6-door bodies $400.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$750.00
K GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$420.00
CE6K-3 (3/5)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 3'-5' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$6,990.00
CE6K-3 (4/7)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 4'-7' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$7,770.00
EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment.
$24,500.00
ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10-14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment.
$25,345.00
Reading - DVA
DVA SLU108ADW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 60'' CA $11,740.00
DVA 108ADW 9' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60'' CA dual rear wheel $12,470.00
DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$1,500.00
DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00
Warner
PTC WS2108-DRW Warner 9' DRW Powder Coated Utility Body for 60'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,810.00
PTC WS2108-DRW-FLIP Warner 9' DRW Powder Coated Utility Body for 60'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,745.00
PTC MLS6 Master Locking System for 6-door bodies.$810.00
PTC THDL6 T-Handle Latches for 6-door bodies.$750.00
PTC-BROOKLYN-8/9 Brooklyn Bars for 8'-9' Body $1,165.00
PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00
PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00
Reading - Action
AF SLU108-DW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,355.00
AF SLU108-DW-FTL 9' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,450.00
AF 108-SW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,190.00
AF 108-SW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,215.00
AF 108-DW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,260.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AF 108-DW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,350.00
READING HD - Action
AF 108ADW-HD 9' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.$17,195.00
CM Truck
ABG SB9-DRW ABG 9' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$14,210.00
ABG MLS Master locking system, sliding for padlock, installed.$795.00
Stahl
ABG STAHL9-DRW 9' Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,765.00
ABG STAHL9-R 9' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,250.00
ABG STAHL-WB Workbench bumper with 1200#/12000# hitch, full width storage compartment $3,505.00
ABG FTL-9DRW Pop top for 9 DRW Service Body, installed.$2,990.00
ABG MLS Master locking system, sliding for padlock, installed.$795.00
BRAND-FX
ABG BFX9-DRW 9' Brand FX fiberglass service body for 60" CA chassis. Standard V pack configuration. Floor width 54", pack height 42", aluminum under structure, tread floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$21,710.00
11' Dual Rear Wheel Utility Bodies (Minimum 84'' CA)
Reading - DVA
DVA SLU132ADW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 84'' CA $13,570.00
DVA 132ADW 11' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 84'' CA dual rear wheel $16,250.00
DVA LM RSV 132 Latch Matic Remote Locking System (installed at Reading) $2,000.00
DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00
DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00
Knapheide
K 6132D54FJ Knapheide 11' DRW Wide utility body with Flip Tops 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,240.00
K 6132D54J Knapheide 11' DRW Wide utility body 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,900.00
K MLS-8 Master locking system 8-door bodies $910.00
K RKE-8 Remote keyless entry 8-door bodies $2,150.00
K TH8 T-Handle Latches 8-door bodies $685.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$750.00
K GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$420.00
EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment.
$24,500.00
ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10-14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment.
$25,345.00
Reading - Action
AF SLU132-DW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,160.00
AF SLU132-DW-FTL 11' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,130.00
AF 132-DW 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,520.00
AF 132-DW-FTL 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$20,485.00
Warner
PTC WS2132 Warner 11' DRW Powder Coated Utility Body for 84'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,220.00
PTC WS132-FLIP Warner 11' DRW Powder Coated Utility Body for 84'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,805.00
PTC-BROOKLYN-11 Brooklyn Bars for 11' Body $1,240.00
PTC-MLS8 Master Lock System for 8-door body.$905.00
PTC THDL8 T-Handle Latches for 8-door bodies.$1,000.00
PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00
PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00
READING HD - Action
AF 132ADW-HD 11' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$23,065.00
AF 150ABDW-HD 12.5' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 102" CA dual rear wheel.
$28,310.00
Knapheide HD
K 6127D-LCF-G Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward GAS (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,900.00
K 6127D-LCF-D Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward DIESEL(Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,120.00
K 6133HC Knapheide 11' DRW utility body for 84'' CA medium duty chassis. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,920.00
K KC127H2089-LCF Knapheide 11' DRW Enclosed service body body for 86.5 CA Chevy Low Cab Forward (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,710.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K MLS-8 Master locking system 8-door bodies $910.00
K RKE-8 Remote keyless entry 8-door bodies $2,150.00
K TH8 T-Handle Latches 8-door bodies $685.00
CM Truck
ABG SB11-DRW ABG 11' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$17,420.00
ABG FTL-9DRW Pop top for 9 DRW Service Body, installed.$2,990.00
ABG MLS Master locking system, sliding for padlock, installed.$795.00
BRAND-FX
ABG BFX11-DRW 11' Brand FX fiberglass service body for 84" CA Chassis. Standard V pack configuration with floor width 54", pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$24,115.00
Stahl
ABG STAHL11-DRW 11' Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,620.00
ABG STAHL11-R 11' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper , powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,990.00
ABG STAHL-WB Workbench bumper with 1200#/12000# hitch, full width storage compartment $3,505.00
ABG FTL-11DRW Pop top for 11 DRW Service Body, installed.$3,630.00
ABG MLS Master locking system, sliding for padlock, installed.$795.00
COVERED UTILITY BODIES
Knapheide
KNAP KC108L2094 KNAPHEIDE 9' DRW Enclosed Body 107.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,310.00
KNAP KC108M2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,800.00
KNAP KC108H2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,285.00
KNAP KC132L2094 KNAPHEIDE 11' DRW Enclosed Body, 133.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,620.00
KNAP KC132M2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,110.00
KNAP KC132H2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,595.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CRANE BODIES AND CRANES
PALPRO
PP PCB20-108-3216 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments. Master Locking system installed. Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat and crane tie down bolt kit, single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR.
$64,395.00
PP PCB20-132-3216 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments, Master locking system installed, Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR.
$68,425.00
PP PCB20-108-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR.
$75,210.00
PP PCB20-132-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR.
$79,040.00
PP PCB39-108-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR.
$92,265.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PP PCB39-132-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR.
$97,725.00
PP PCB39-132-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system , Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR.
$108,315.00
PP FLOOD LED flood light kit (two lights) - includes harnesses for up to 6 lights.$2,155.00
PP ADD LED-2 (2) ADDITIONAL LED LIGHTS, MOUNTED ON FRONT OF BODY FACING OUTWARD.$260.00
PP ADD LED-4 (4) ADDITIONAL LED WORK LIGHTS, (2) MOUNTED ON FRONT OF BODY TO ILLUMINATE CARGO AREA AND (2) MOUNTED AT FRONT OF BODY FACING OUT TO ILLUMINATE WORKING AREA.$525.00
PP CAB SHIELD Cab shield with 52'' rack height (measured top of headache rack to top of frame rail).$1,215.00
PP PP20 BUMPER UPGRADE 17'' TREAD PLATE BUMPER TO 21'' WORK BENCH BUMPER WITH THROUGH STORAGE AND VICE MOUNT PLATE.$5,530.00
PP BOOM-TIP LED WORK LIGHTS MOUNTED ON HORSE HEAD OF BOOM TO ILLUMINATE HANGING WORKING AREA.$1,590.00
PP WILTON-6.5 WILTON 6.5'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,210.00
PP WILTON-8 WILTON 8'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,560.00
PALPRO - Raised
PP PCB20-108CS-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR.
$76,065.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PP PCB20-132CS-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR.
$78,495.00
PP PCB39-108CS-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR.
$94,735.00
PP PCB39-132CS-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR.
$102,940.00
PP PCB39-132CS-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system , Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR.
$105,105.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PP PCB43-132CS-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR.
$127,280.00
PP PCB43-132-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR.
$132,165.00
PP PCB72-132 - 10829 PALPRO PCB 72 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC10829 crane. Includes 30” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard 52'' high right rear crane mounting compartment, double panel steel doors, gas door shocks, 14'' double panel tailgate, two (2) grab handles, 30” workbench bumper with through compartment, 5/16” plate work surface and recess for 30,000 lb pintle hitch with integrated 2'' hitch receiver tube 16,000 lb rated, a fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White white interior coating, understructure and bottom of compartments undercoated, Palfinger model PSC 10829 telescopic mechanic field service crane; 62,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 10,800 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, line block, white and black finish paint Adjustable Aluminum divider trays in compartments, master locking system, roll out drawer combination - aluminum (streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, finish topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 25,999 lb GVWR.
$137,300.00
PP FLOOD LED flood light kit (two lights) - includes harnesses for up to 6 lights.$2,155.00
PP ADD LED-2 (2) ADDITIONAL LED LIGHTS, MOUNTED ON FRONT OF BODY FACING OUTWARD.$260.00
PP ADD LED-4 (4) ADDITIONAL LED WORK LIGHTS, (2) MOUNTED ON FRONT OF BODY TO ILLUMINATE CARGO AREA AND (2) MOUNTED AT FRONT OF BODY FACING OUT TO ILLUMINATE WORKING AREA.$525.00
PP CAB SHIELD Cab shield with 52'' rack height (measured top of headache rack to top of frame rail).$1,215.00
PP PP20 BUMPER UPGRADE 17'' TREAD PLATE BUMPER TO 21'' WORK BENCH BUMPER WITH THROUGH STORAGE AND VICE MOUNT PLATE.$5,530.00
PP BOOM-TIP LED WORK LIGHTS MOUNTED ON HORSE HEAD OF BOOM TO ILLUMINATE HANGING WORKING AREA.$1,590.00
PP WILTON-6.5 WILTON 6.5'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,210.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PP WILTON-8 WILTON 8'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,560.00
IMT
QT DOM DSC20 Dominator DSC20: 11' medium duty galvannealed steel crane body with standard right rear crane mount, 21'' workbench bumper (Dominator style) with through compartment, 14'' deep, 1/8” thick deck plate step bumper with 2” hitch receiver tube rated at 2000 lb vertical tongue weight and 16,000 lb gross trailer eight. 7 blade trailer light plug receptacle. 44'' H x 22” D compartments, 24” above cargo bed constructed of 10 and 14 ga. material. Body offers 120.5 cubic feet of storage. Inverted A frame torsion box understructure. 14 ga. galvannealed, hemmed, seamless single panel steel doors, stainless steel hinges, pneumatic gas spring door retainers and cast steel black powder coated 3-point latches. Cargo bed is 50”W constructed of 1/8” deck plate and has six (6) recessed tie downs. Three point access package. Fully integrated and sealed electrical system incorporating an automotive style harness system with switch panel RR. Includes LED DOT stop, tail, turn, marker and backup body lights and backup alarm. Exterior primed, interior of compartments painted with IMT compartment coat and understructure undercoated. Molded rubber fender extensions and mudflaps. Crane body rating of 20,000 ft-lb for installation on 84'' CA, 13,700 lb GVW – 19,500 lb GVW Chassis. Includes: - Installation Kit for 11' body - 10'' fold down tailgate with single hand latch - Light kit - LED High Intensity -compartment Lights / (2) LED work lights - Install electrical harness on body - Additional Chassis Leaf Spring Kit - ICC Safety kit - Hydraulic installation kit for crane and compressor Crane Model 3203i telescopic mechanic field service crane: 12,000 ft/lb rating, 360 degree continuous power rotation, double-acting cylinders with integral holding and/or counterbalance valves, 12V DC electric control, decals, crane hook, snatch block, decals, and installation kit. One Hydraulic / One Manual Extension to 15'. Crane weight 635 lbs. Includes: - Single Proportional Radio Remove (Toggle Switches) Control - Boom Support. Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. LV1: (2) standard 33.62'' Shelf Kit LV2: (2) Standard 17.5'' Shelf Kit LH: (1) Standard 49.75'' Shelf Kit LR: (2) Standard 25.75'' Shelf Kit RV1: (2) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (2) Standard 17.5'' Shelf Kit RH: (1) Standard 49.75'' Shelf Kit. Manual out (crane side), crank down (both sides) outriggers for DSC20 package. Paint Class: All Single Stage Shades of White Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard Black Bedliner. Top of Sidepacks, inside of load space, top of work bench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on-site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 16k GVWR
$59,620.00
QT DOM 1 DOMINATOR 1: IMT Series 3 Crane Body. Heavy duty galvannealed steel construction with standard right rear crane mount. 21'' workbench bumper with through compartment, 1/4 inch plate work surface and recess for pintle hitch and hitch receiver tube. Electrical system is fully integrated and sealed incorporating an automotive style harness system with power and function distribution box. Body Primed and Painted. Standard Paint unless otherwise stated is Sherwin Williams Genesis. Inside of compartments are painted with IMT compartment coating and understructure is undercoated. Crane body rating of 52,000 ft-lbs. CONFIGURATION: 11' Body with 44'' high compartments with raised right front first and second compartments to 60''. INCLUDED: - Body Installation Kit for 19,500 GVW Chassis - 10'' Fold Down Tailgate with single hand latch - Light Kit. LED High Intensity - Compartment Lights and (2) LED work lights - Install electrical harness - ICC Safety Kit IMT Model 7500 Series 3 Telescopic mechanic field service crane. 5 Sided Penta Boom design. Double acting cylinders with integral holding and/or counterbalance valves. Four section remote control valve. Proportional radio remote control. Planetary Winch boom mounted 60 ft/min. Flip sheave boom tip. Return filters, snatch block, anti-two-block device. Hydraulic overload shutdown system, decals and mounting kit. Crane is factory painted white with Axalta Imron Elite paint. Max Lift: 7,500 lbs. Max Reach: 22' Rotation: 400 Degrees INCLUDES: - Boom Support - Single Proportional Radio Remote (Toggle Switches) - LED Overload Indicator Lights - (1) Short and (1) Long Radio Elimination Cable. - LED Boom Tip Lights Compressor Boss BA440 Reciprocating Air Compressor. 40 CFM @ 100 PSI. 20 Gallon hotdog air tank kit. Reelcraft hose reel, 50' x 1/2''. 1/2'' Moisture Separator/Pressure Regulator/Oiler Hydraulics PTO, single stage pump, selector valve, 40 gallon hydraulic reservoir and return filter. (1) High pressure filter off the pump. Engine function module. Suspension Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. Compartments LV1: (3) 3''H Divided Adj. shelf 19''x33.50'' (Includes 6 Dividers) LV2: (3) Standard Vertical 17.5'' Shelf LH: (1) Standard Horizontal 49.5'' Shelf LR: (3) Standard Vertical 25.5'' Shelf RV1: (1) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (3) Standard Vertical 17.5'' Shelf RH: (1) Standard Horizontal 49.5'' Shelf Outriggers Hydraulic down (both sides) and hydraulic out (crane side) rear outriggers for Dominator 1 package. Front outriggers. Paint Class: Single stage whites. Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard: Black, Sherwin Williams polyurea applied to top of sidepacks, inside of load space and top of workbench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on-site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless Written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip).
$112,580.00
VENTURO
PTC VENTURO HT25 VLC Venturo HT25VLC 9' crane body with Integral reinforcement up to 25,000 ft. lbs.44'' compartment height, 50'' flat cargo floor, 22'' compartment depth, unistrut shelf strips, six HD tie downsthree point keyed alike ''T'' handle door locks, automotive weather-tight door seals, 1/8'' treadplate floor14ga. Tread-plate on all sides of cargo area and top of compartments, full undercoating, epoxy primerpainted white, D.O.T lights and reflectors, standard bumper, standard shelf pkg, manual outriggersVenturo HT25KX-P 5,000lbs.capacity 25,000ft. Lbs. proportional crane with 20' hydraulic boom, 25' corded remote, overload shut off, power rotation, PTO,tank, hoses, & oil. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$76,215.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PTC 24962-PH Add for Manual out/hydraulic down outriggers $6,525.00
PTC VENTURO HT45 VLC Venturo HT45VLC 11' crane body (84'' C/A) with Integral reinforcement up to 45,600 FT. LBS., 62” Tall-Extended Front CS Compartment, 50'' SS/44” CS compartment heights, 50'' flat cargo floor, 22'' compartment depth, unistrut shelf strips, six HD tie downsthree point keyed alike ''T'' handle door locks, automotive weather-tight door seals, 1/8'' treadplate floor1/8'' Tread-plate on all sides of cargo area and top of compartments, full undercoating, epoxy primerpainted white, D.O.T lights and reflectors, 23'' bumper, standard shelf pkg, manual outriggersVenturo HT40KX-P 6,000lbs.capacity 40,000ft. Lbs. proportional crane with 20' hydraulic boom, 25' corded remote, overload shut off, power rotation, PTO,tank, hoses, oil. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$98,760.00
PTC 25100-PHX-SL Add for full hydraulic outriggers $8,105.00
PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,935.00
PTC-OXY-BGH Add for OXYGEN & ACETYLENE BOTTLE GAS HOLDERS.$700.00
Warner
PTC WS2108 M DW CR Warner 9' Powder Coated Crane Reinforced Utility Body for up to 18,500 ft. lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$20,855.00
PTC WS2132 M DW CR Warner 11' Powder Coated Crane Reinforced Utility Body for up to 25,000 ft. lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$23,420.00
PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00
PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00
PTC-ML Add for master lock system $1,695.00
PTC-OXY-BGH Add for OXYGEN & ACETYLENE BOTTLE GAS HOLDERS.$700.00
PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,935.00
3,000LB CLASS
PTC CE6K-3-BUMP 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes, Crane Side Spring Buildup, Jack leg, 50 amp circuit breaker, includes reinforced rear bumper for installation on service body bumper.$10,235.00
PTC CE6K-3-BED 2000lb Electric mast folding crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Includes, crane side spring buildup, jack leg, 50 amp circuit breaker includes bed reinforcing for installation in pickup bed.$10,235.00
PTC ET6K VENTURO E/H 2000lb Crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Hydraulic elevation/manual extension. Includes Adj 13 - 19'' boom rest, crane side spring buildup, jack leg, 150 amp circuit breaker (Requires SRW/DRW body with crane reinforcement or crane body).
$18,975.00
PTC ET8KX 3200lb VENTURO E/H 8,000ft-lb rated crane with hydraulic boom extension 6 - 10 ft, manual boom extension 10 - 14 ft, adjustable boom rest 13 - 19'', crane side spring buildup, additional battery, and wired pendant remote (Requires Crane Body).$22,360.00
PTC ET12KX 3500lb VENTURO E/H 12,000 ft/lb rated crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 ft, adjustable boom rest 13 - 19'', crane side spring Buildup, 150 Amp circuit breaker, and wired pendant remote (Requires Crane Body).
$22,995.00
PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS $7,905.00
4,000LB CLASS
PTC ET16KX 4000lb VENTURO E/H 16,000 ft/lb rated crane with hydraulic boom extension 8 - 12 ft, manual boom extension 12 - 16 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body).
$25,470.00
PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS $7,905.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
5,000LB CLASS
PTC ET25KX 5000lb VENTURO E/H 25,000 ft/lb rated crane with hydraulic boom extension 10 - 16 ft, manual boom extension 16 - 20 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body).
$31,340.00
PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS $7,905.00
Reading - Action
AF CM9-4K Reading Classic 108" Crane Reinforced Utility Body, for cranes up to 4,000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$24,145.00
AF CM11-4K Reading Classic 132" Crane Reinforced Utility Body for 84" CA Chassis, Cranes up to 4000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension(Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$27,730.00
AF MM11-5K Reading Master Mechanic 225 Crane Body for Cranes up to 5000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension, 20" Workbench bumper with vise mount(Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$41,355.00
3,000LB CLASS
AF 3200ST Stellar 3200 lb Electric Crane, includes boom rest $17,985.00
AF 3200LM Liftmoore 3600 lb Electric Crane, includes boom rest $19,385.00
5,000LB CLASS
AF 5000ST Stellar 5000 lb Electric Hydraulic Crane Includes Boom Rest $24,630.00
Knapheide
K 6108D54J-R Knapheide 9' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $19,535.00
K 6108DL-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $31,660.00
K 6108DLR-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA
$32,750.00
K 6132D54J-R Knapheide 11' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $22,545.00
K 6132DL-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $32,415.00
K 6132DLR-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA
$33,245.00
K 6132DLR-44J Knapheide 11' DRW crane body for 44,000 ft lb rated cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, raised front curbside compartmnt, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA
$42,390.00
K ADD BATT Additional battery with battery box, installed in crane compartment.$780.00
K BED REIN Bed reinforcement for mast crane.$1,140.00
K BUMP REIN Bumper reinforcement for mast crane.$1,140.00
3,000LB CLASS
K EC3200-CC Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$19,180.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K ET12KX-CC Venturo 3,500lb EH 12,000 ft. lb. crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 Ft, adj boom rest 13 - 19'', 150 Amp Circuit Breaker, single side spring build up, and additional battery in crane compartment. (Requires DRW Crane Body).
$22,320.00
K EHC3-CC Auto Crane 3200lb EH 10,000 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$25,095.00
4,000LB CLASS
K ET16KX-CC Venturo 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$24,755.00
K EC4000-CC Stellar 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$24,360.00
K ET18KX-CC Venturo 4500lb EH 18,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 Amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires Knapheide 30J Crane Body).
$25,420.00
K 4004 EH-CC Auto Crane 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$26,165.00
5,000LB CLASS
K ET25KX-CC Venturo 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 16 ft, manual extension 16 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body).$32,535.00
K EC5000-CC Stellar 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body).$26,915.00
K 5005EH-CC Auto Crane 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body).
$33,075.00
6,000LB CLASS
K EC6000-CC Stellar 6000lb EH 36,000 ft. lb. crane with hydraulic extension 11 - 16 ft, manual extension 16 - 21 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).
$29,775.00
K ET36KX-CC Venturo 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$33,885.00
K 6006EH-CC Auto Crane 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$35,750.00
KMT-1
K KMT-1 KMT-1 Mechanics truck 11' crane body with torq-isolator crane support system. Exclusive 12 stage K-coat protection, (6) recessed cargo tie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 21'' work surface bumper with thru compartment, (2) rear steps, vise plate & 2''receiver tube. Welder mounting plate street side rear top compartment. Hydraulics: PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 44'' high side packs and 60'' high right front vertical comp with 3-pt t-handles. 7 drawer unit 1st verticle compartment, Gas bottle retainer, vented top & bottom. (Ship To Quincey IL)
$59,370.00
K 7621 STELLAR 7621 crane with 7,500lb capacity @ 44,840 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $34,965.00
K SOB KMT Commercial grade spray-on bed liner applied to cargo floor, sides, compartment tops, bulkhead, tailgate & rear bumper. $1,710.00
K BOSS36 COMP Boss 36 CFM hydraulic compressor with Reelcraft 50'x1/2'' hose reel and roller fairlead through the righ rear compartment FLR system and underbody air tank included with compressor.$11,145.00
K BOSS-PTO Underdeck PTO driven Air compressor: Boss 10221, Reelcraft 50' by 1/2'' hose reel and roller fairlead thru right rear compartment with roller fair lead system.$22,940.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
KMT-2
K KMT-2 KMT-2 Mechanics truck 11' crane body with torq-isolator cranesupport system. Exclusive 12 stage K-coat protection, (6) recessed cargotie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 24'' work surface bumper with thru compartment, vise plate &pintle mount plate (pintle not included). PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 60'' high side packs with 3-pt T-handles. 7 drawerunit gas bottle retainer vented top & bottom. (Ship To Quincey IL) (MIN 26k GVWR).
$66,290.00
K STELL 10621 STELLAR 10621 crane with 10,000lb capacity @ 70,000 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $39,670.00
K SOB KMT Commercial grade spray-on bed liner applied to cargo floor, sides, compartment tops, bulkhead, tailgate & rear bumper. $1,710.00
K BOSS36 COMP Boss 36 CFM hydraulic compressor with Reelcraft 50'x1/2'' hose reel and roller fairlead through the righ rear compartment FLR system and underbody air tank included with compressor.$11,145.00
K BOSS-PTO Underdeck PTO driven Air compressor: Boss 10221, Reelcraft 50' by 1/2'' hose reel and roller fairlead thru right rear compartment with roller fair lead system.$22,940.00
Stahl
ABG STAHL9-4K 9' Stahl Challenger ST Crane body. Standard V Pack configuration, recessed circle, Workbench bumper with 1200#/12000# hitch, full width storage compartment , powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$22,045.00
ABG STAHL9-4K-R 9' Stahl Challenger ST Crane body. V Pack w/Oxy/Acet Cabinet w/holders, recessed circle, Workbench bumper with 1200#/12000# hitch, powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$24,115.00
ABG STAHL11-4K 11' Stahl Challenger ST Crane body. Standard V Pack configuration, recessed circle, Workbench bumper with 1200#/12000# hitch, full width storage compartment , powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$24,900.00
ABG STAHL11-4K-R 11' Stahl Challenger ST Crane body. V Pack w/Oxy/Acet Cabinet w/holders, recessed circle, Workbench bumper with 1200#/12000# hitch, powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$26,970.00
ABG T3216-E Tiger Model 3216 E Electric Crane. 3200 LB, 16 foot reach, 1 hydraulic, 1 manual extension, 22 FPM winch speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers $34,340.00
ABG STAHL11-5K-R 11' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper, powder coated universal white Crane reinforcement for 5K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,140.00
ABG T5032-E Tiger Model 5032 E Electric Crane. 5000 LB, 21 foot reach, 1 hydraulic extension, 40 FPM wire speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers. $37,855.00
GOOSENECK PLATFORM BODIES
Premier
PTC 9GN Norstar SR 9' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,825.00
PTC 11GN Norstar SR 11' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,880.00
DEALER VEHICLE ACCESSORIES PU LIFT GATES
DVA 9GOOSE CM Truck Beds 9' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA.$8,400.00
DVA 11GOOSE CM Truck Beds 11' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA.$9,000.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
Knapheide
K PGTB-96 Knapheide 9' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,615.00
K PGTC-96 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,890.00
K PGTD-94 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,065.00
K PGTB-116 Knapheide 11' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,310.00
K PGTC-116 Knapheide 11' gooseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,640.00
K PGTD-114 Knapheide 11' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.$20,080.00
CM Truck
ABG CM-RD-GOOSE9-DRW
CM RD Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$9,435.00
ABG CM-RD-MD-GOOSE9 CM RD Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$10,170.00
ABG CM-SK-GOOSE9-DRW CM SK Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$12,920.00
ABG CM-SK-MD-GOOSE9 CM SK Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$13,625.00
ABG CM-TM-GOOSE9-DRW
CM TM Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$17,850.00
ABG CM-TM-MD-GOOSE9 CM TM Series 9' Gooseneck body for 60 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$18,905.00
ABG CM-RD-GOOSE11-DRW
CM RD Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$9,935.00
ABG CM-RD-MD-GOOSE11 CM RD Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$10,550.00
ABG CM-SK-GOOSE11-DRW
CM SK Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$13,345.00
ABG CM-SK-MD-GOOSE11 CM SK Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$14,450.00
ABG CM-TM-GOOSE11-DRW
CM TM Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$19,625.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
ABG CM-TM-MD-GOOSE11
CM TM Series 11' Gooseneck body for 84 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip
$20,010.00
LANDSCAPE BODIES
Premier
PTC 12+4 DOVE 12' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$14,850.00
PTC 14+4 DOVE 14' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$15,410.00
PTC 16+4 DOVE 16' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$15,865.00
PTC 6-DRING D-Rings (6)$275.00
PTC BLOW Blower rack holds one blower $165.00
PTC CHILL Water cooler holder for single 5gal cask $115.00
PTC DIG Shovel rack holds 5 shovels $280.00
PTC GOT-GAS Gas can rack holds single 5gal $135.00
PTC WEED Weedeater rack holds 3 trimmers $340.00
CONTRACTOR DUMP BODIES
Premier
PTC 1296SCB Premier 12' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,190.00
PTC 1496SCB Premier 14' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,085.00
PTC 1696SCB Premier 16' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$19,330.00
Knapheide
K CONT-DUMP12 Knapheide 12' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $17,935.00
K CONT-DUMP14 Knapheide 14' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 108'' CA $19,510.00
K CONT-DUMP16 Knapheide 16' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)req's 120'' CA $20,855.00
TRASH DUMP (42'' EXPANDED METAL SIDES)
Action
AF 942TD 9' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 16" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and Ground Control with Venco VC516-ED Single Acting Electric hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$17,850.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AF 1042TD 10' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 16" Centers, 42" Solid Metal Sides, 42" Solid Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$18,285.00
AF TD1242 12' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$18,845.00
AF TD1442 14' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC520DA, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$20,745.00
AF BIGHD-LCF High headboard ( for Chevy LCF )$275.00
AF BIGHD-MD High headboard for Chevrolet Medium Duty.$155.00
DUMP BODIES
Action
AF DU-RGBY912 9' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$19,080.00
AF DU-RGBY916 9' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Domistec Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$19,410.00
AF DU-RGBY1112 11' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$19,665.00
AF DU-RGBY1116 11' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2)- 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Domistec Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$20,040.00
AF FDS UPGRADE RUGBY DUMP TO INCLUDE FOLD DOWN SIDE (PER SIDE).$1,285.00
AF ETS Upgrade to Electric Tarp System in lieu of semi-auto tarp.$2,040.00
ACTION - MEDIUM DUTY
AF DU-RGBY1057-MD 10' L X 96" W 5-7 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision.
$22,995.00
AF DU-RGBY1068-MD 10' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision.
$25,055.00
AF DU-RGBY1268-MD 12' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision.
$25,115.00
AF COAL ADD COAL CHUTE TO MEDIUM DUTY DUMP $675.00
AF APRON ADD SPREADER APRON TO MEDIUM DUTY DUMP $440.00
Premier
PTC DU913 9' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,065.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PTC DU918 9' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,340.00
PTC DU10-5 10' Godwin 23'' Fixed sides, hydraulic hoist, includes ground control tarp including arm bars, 6'' cheater boards, rear gate, muncie PTO, pump, reservoir, plumbing, and fluid. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$26,350.00
PTC DU1113 11' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,800.00
PTC DU1118 11' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,480.00
PTC-ETS Electric Tarp System $2,765.00
PTC-MTR Manual Tarp Roller $1,000.00
PTC-SATR Semi automatic Manual Tarp Roller, includes arm and ground level crank $2,020.00
Knapheide
K KDBF912B Knapheide 9' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $17,275.00
K KDBF916B Knapheide 9' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $17,700.00
K KDBF1112B Knapheide 11' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $17,915.00
K KDBF1116B Knapheide 11' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper.$18,480.00
K U S E-TARP Upgrade to Electric Tarp System.$1,320.00
9' Flat Beds
Premier
PTC 980SFB PREMIER 9' SRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$6,125.00
PTC 996SFB PREMIER 9' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$6,125.00
PTC AMUM9-STAKE 44'' Aluiminum stake sides for 9' flatbed.$2,435.00
CM Truck
DVA 9FLAT CM Truck Beds 9' dual rear wheel wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA.
$7,850.00
Knapheide
K PVMXS-938C Knapheide 9' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,750.00
K PVMXS-93C Knapheide 9' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,875.00
K R4096-09 ADD stake sides to 9' flatbed $3,170.00
K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$4,855.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
10' Flat Beds
Premier
PTC 1096SFB PREMIER 10' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$6,515.00
PTC AMUM10-STAKE 44'' Aluiminum stake sides for 10' flatbed $2,625.00
CM Truck
DVA 10STAKE CM Truck Beds 10' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,810.00
Knapheide
K PVMXS-103C Knapheide 10' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,100.00
K R4096-10 ADD stake sides to 10' flatbed $3,340.00
K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$4,855.00
ABG FABRICATION
ABG FLAT10-AL ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$8,760.00
ABG FLAT10-ST ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$8,760.00
ABG HOIST-EH Convert any of the above to 30T electric over hydraulic dumping flatbed $3,965.00
11' Flat Beds
CM Truck
DVA 11FLAT CM Truck Beds 11' dual rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA.$7,850.00
12' Flat Beds
Premier
PTC 1296SFB PREMIER 12' DRW FLAT BED FOR 84'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$7,790.00
PTC ALUM12-STAKE 44'' Aluiminum stake sides for 12' flatbed $3,000.00
PTC VC516ES Venco Electric Hoist for 12' flatbed $4,250.00
CM Truck
DVA 12STAKE CM Truck Beds12' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,810.00
Knapheide
K FLAT12 Knapheide 12' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 84'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,580.00
K R4096-12 ADD stake sides to 12' flatbed $3,835.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
K VENTURO VC516SF-ES ADD electric hoist to 12' flatbed $5,340.00
ABG FABRICATION
ABG FLAT12-AL ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$9,655.00
ABG FLAT12-ST ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$9,655.00
ABG HOIST-EH Convert any of the above to 30T electric over hydraulic dumping flatbed $3,965.00
14' Flat Beds
Premier
PTC 1496SFB PREMIER 14' DRW FLAT BED FOR 108'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$9,035.00
PTC ALUM14-STAKE 44'' Aluiminum stake sides for 14' flatbed $3,375.00
PTC VC520ES Venco Electric Hoist for 14' flatbed $4,615.00
CM Truck
DVA 14STAKE CM Truck Beds 14' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,210.00
Knapheide
K FLAT14 Knapheide 14' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 108'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,920.00
K R4096-14 ADD stake sides to 14' flatbed $3,950.00
K VENTURO VC520SF-ES ADD electric hoist to 14' flatbed $5,600.00
ABG FABRICATION
ABG FLAT14-ST ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$10,215.00
ABG FLAT14-AL ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)
$10,215.00
ABG HOIST-EH Convert any of the above to 30T electric over hydraulic dumping flatbed $3,965.00
16' Flat Beds
Premier
PTC 1696SFB PREMIER 16' DRW FLAT BED FOR 120'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$10,335.00
PTC ALUM16-STAKE 44'' Aluiminum stake sides for 16' flatbed $3,750.00
PTC VC620ES Venco Electric Hoist for 16' flatbed $5,655.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CM Truck
DVA 16STAKE CM Truck Beds 16' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,050.00
Knapheide
K FLAT16 Knapheide 16' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 120'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,720.00
K R4096-16 ADD stake sides to 16' flatbed $4,070.00
K VENTURO VC620SF-ES ADD electric hoist to 16' flatbed $6,405.00
18' Flat Beds
Premier
PTC 1896SFB PREMIER 18' DRW FLAT BED FOR 132'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$11,600.00
PTC ALUM18-STAKE 44'' Aluiminum stake sides for 18' flatbed $4,125.00
CM Truck
DVA 18STAKE CM Truck Beds 18' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,610.00
20' Flat Beds
Premier
PTC 2096SFB PREMIER 20' DRW FLAT BED FOR 144'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$12,890.00
PTC ALUM20-STAKE 44'' Aluiminum stake sides for 20' flatbed $4,500.00
22' Flat Beds
Premier
PTC 2296SFB PREMIER 22' DRW FLAT BED FOR 156'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$14,400.00
PTC ALUM22-STAKE 44'' Aluiminum stake sides for 22' flatbed $4,875.00
24' Flat Beds
Premier
PTC 2496SFB PREMIER 24' DRW FLAT BED FOR 168'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)
$15,975.00
PTC ALUM24-STAKE 44'' Aluiminum stake sides for 24' flatbed $5,250.00
CNG CONVERSION
AE 2024 EPA approvals pending for all 2024 models.$0.00
CHASSIS
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CHEVY TAHOE / SUBURBAN
KERR IND
KERR TAH-3PLUS-D KERR NIJ Level 3+ ballistic door panels for front driver sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,260.00
KERR TAH-3PLUS-P KERR NIJ Level 3+ ballistic door panels for front passenger sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,260.00
CONSOLES
TP TAH-CON-OH TROY PRODUCTS overhead 7'' console to replace OEM dome light module for remote head controller only.$415.00
TP TAH-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,090.00
TP TAH-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 7'' slope / 9'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console.
$1,275.00
TP TAH-CON18 TROY PRODUCTS 18'' L-shaped sloped console with 7'' slope / 11'' level. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed.
$1,040.00
TP TAH-WBCON18 TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed.
$1,145.00
TP TAH-WBCON18-PRT TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console.
$1,350.00
TP TAH-WBCON18-FB TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console. No floorplate needed.
$1,335.00
HAV TAH-CON20 Havis vehicle specific 20''L x 12.5''H console includes wing kit, track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,400.00
HAV TAH-CON23 Havis vehicle specific 23''L x 12.5''H console includes wing kit, track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,065.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
PARTITIONS
TP TAH-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,545.00
TP TAH-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,515.00
TP TAH-CARGO-WIRE TROY PRODUCTS rear partition with square-hole pattern. Includes cargo side window panels. $975.00
TP TAH-CARGO-POLY TROY PRODUCTS rear partition with polycarbonate window. Includes cargo side window panels. $1,130.00
PG TAH-1/2CAGE Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side.$3,655.00
PG TAH-1/2CAGE-OSB Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side with officer safe seat belt.$4,055.00
PG TAH-PART Pro-Gard standard prisoner transport partition with lower extension panel.$1,435.00
SET TAH-12VS-WIRE Setina 12-VS rear partition - WIRE $990.00
SET TAH-12VS-POLY Setina 12-VS rear partition - POLY $1,005.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PG TAH-R-PART Pro-Gard space saver plus RESESSED panel prisoner transport partition with lower extension panels $1,575.00
PG TAH-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$895.00
PG TAH-CARGO-WIRE Pro-Gard steel wire cargo barrier with filler panels.$895.00
SET TAH-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$1,930.00
SET TAH-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,455.00
SET TAH-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,455.00
SET TAH-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,620.00
SEATS & CAGES
TP TAH-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels.$2,410.00
TP TAH-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole pattern cargo window side panels.$2,460.00
TP TAH-1/2CAGE TROY PRODUCTS Tahoe single-cell with poly front window, kick panel w/ foot pocket, poly divider with removable panel, plastic seat with OS seatbelts, rear partition square-hole pattern with side panels.$3,245.00
TP TAH-CGP TROY PRODUCTS Chevy Tahoe rear partition airbag corridor gap panels, driver and passenger sides.$255.00
TP TAH-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$300.00
TP TAH-SWB TROY PRODUCTS driver & passenger side vertical, welded-bar window guards. $465.00
TP TAH-DP TROY PRODUCTS driver and passenger side door panel set, 2021 Tahoe.$425.00
PG TAH-SEAT-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier.$2,050.00
PG TAH-SEAT-OSB-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier including officer safe seat belts.$2,645.00
SET TAH-SEAT Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included)$1,650.00
SET TAH-SEAT-wDEL Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included) for vehicles ordered with factory rear seat delete.$1,855.00
SET TAH-DOOR Setina TPO door panel.$540.00
SET TAH-DOOR-AL Setina replacement door panel VS-Aluminum.$425.00
PG TAH-DOOR-ABS Pro-Gard ABS door panels.$350.00
PG TAH-SWB-OEM Pro-Gard steel window bars for use with O.E.M. door panels only.$480.00
SET TAH-SWB Setina VERTICAL window armor bars.$550.00
COMPUTER STANDS AND CRADLES
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
TP TAH-COMP-SL TROY PRODUCTS passenger seat mount computer stand with slide arm for docking station, 2021 Tahoe (CRADLE SOLD SEPARATELY).$900.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
HAV TAH-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,100.00
HAV TAH-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$835.00
SET UT-1001 Havis universal laptop tray.$335.00
PUSH BUMPERS
WEST TAH-PB Westin Elite XD push bumper for Tahoe/Suburban 2021+.$1,050.00
WEST TAH-PB2L Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel (Lights purchased separately).$1,105.00
WEST TAH-PB2L-PIT Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel & pit bars(Lights purchased separately).$1,840.00
SET TAH-PB400 Setina PB400 push bumper, Tahoe.$940.00
SET TAH-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,530.00
SET TAH-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,810.00
PG TAH-PB Pro-Gard HD Tahoe push bumper.$825.00
GUN BOXES
TP TAH-VAULT TROY PRODUCTS TAHOE storage vault, 44''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$1,955.00
TP TAH-COMMAND TROY PRODUCTS TAHOE command post 44''Wx22''Lx17''H, includes storage drawers, full size map drawer & radio mounting area with cargo mounting platform.$6,960.00
TP TAH-RDECK TROY PRODUCTS Tahoe horizontal cargo deck with adjustable divider, bolts to Tahoe rear cages.$750.00
TP TAH-CARGODECK-SS TROY PRODUCTS Tahoe rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out storage drawer, slide-out electronics tray, storage tray and side cubbies.$2,945.00
AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,915.00
AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,410.00
AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00
AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,300.00
AA UP VAULT American Aluminum UP vault leg kit, installed.$320.00
SET TAH-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,090.00
SET TAH-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,305.00
SET TAH-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$385.00
FREE STANDING GUN MOUNT
SET TAH-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$470.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
CHEVY SILVERADO
CONSOLES
TP SILV-CON16 TROY PRODUCTS 16'' L-Shaped console with 7''slope / 11'' level faceplate area for non-floor shift models. Includes floorplate and standard faceplates. Includes 4'' dual cup internal beverage holder. 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,000.00
TP SILV-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & long external map book locking lidded storage box; 13.25'' W x 13.8'' L x 11'' H (Includes leather pad).
$1,400.00
TP SILV-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,160.00
TP SILV-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,175.00
TP SILV-CON-OH TROY PRODUCTS overhead 4'' console to replace OEM dome light module for remote head controller only.$420.00
HAV SILV-CON18 Havis 18''L x 10''H console includes track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,105.00
HAV SILV-CON30 Havis 30''L x 10''H console includes track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,215.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
PARTITIONS
TP SILV-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,460.00
TP SILV-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,430.00
SET SILV-1/2CAGE Setina 6VS single prisoner transport with coated polycarbonate partition $1,990.00
SET SILV-PART-10VS Setina 10VS Prisoner cage C uncoated polycarbonate with vinyl coated expanded metal window security screen and lower extension panels.$1,455.00
SET SILV-R-PART-10VS Setina 10VS prisoner cage C RECESSED panel uncoated polycarbonate with expanded metal window cover and lower extension panels.$1,620.00
PG SILV-R-PART Pro-Gard RESESSED panel prisoner partition with poly center slider window and expanded metal insert.$1,575.00
PG SILV-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,530.00
SEATS & CAGES
TP SILV-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$590.00
SET SILV-DOOR Setina replacement door panels.$425.00
PG SILV-DOOR Pro-Gard door panels $325.00
PG SILV-SWB Pro-Gard window armor bars.$480.00
SET SILV-SWB Setina vertical window armor bars for use with setina door panels.$550.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
COMPUTER STANDS AND CRADLES
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
TP SILV-COMP-SA TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$670.00
TP SILV-COMP-SL TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$830.00
HAV SILV-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$995.00
SET UT-1001 Havis universal laptop tray.$335.00
PUSH BUMPERS
SET SILV-PB Setina - Push Bumper $940.00
SET SILV-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,110.00
SET SILV-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,810.00
PG SILV-PB Pro-gard - Push Bumper $825.00
GUN BOXES
TP SILV-USGB TROY PRODUCTS SLIVERADO 1500 under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,170.00
FREE STANDING GUN MOUNT
SET SILV-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$580.00
DODGE DURANGO
CONSOLES
TP DUR-CON18 TROY PRODUCTS 18'' non-floor-shift console, Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console.
$1,125.00
TP DUR-AWD-RELOCATE 2'' faceplate to relocate the OEM AWD module (For AWD models only).$0.00
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
HAV DUR-CON20 Havis 20''L x 10''H vehicle specific console includes mounting, side mount arm rest, (2) DC power outlets, (2) cup holders, and necessary blanks.$1,510.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
PARTITIONS
TP DUR-PART-SLIDE-WIRE
TROY PRODUCTS spacemaker partition with sliding window & square hole punched bracket. Includes mounting kit & Partition kick panels with big-foot pockets.$1,630.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP DUR-CARGO-WIRE TROY PRODUCTS Durango rear partition w/square-hole main window & cargo window side panels. $745.00
SET DUR-12VS-WIRE Setina 12VS 2nd row partition - WIRE $960.00
SET DUR-12VS-POLY Setina 12VS 2nd row partition - POLY $955.00
SET DUR-PART-10VS Setina 10VS C prisoner cage uncoated polycarbonate with expanded metal window security screen.$1,455.00
SET DUR-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,620.00
PG DUR-R-PART Pro-gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,575.00
PG DUR-CARGO-POLY Pro-gard - ¼'' poly cargo barrier with filler panels.$895.00
PG DUR-CARGO-WIRE Pro-Gard 7 gauge steel wire cargo barrier with filler panels.$895.00
SEATS & CAGES
SET DUR-SEAT Setina full replacement with stock seat belts (This is a seat cover, not a replacement )$1,265.00
TP DUR-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole main window and cargo window side panels.$2,385.00
TP DUR-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole cargo window side panels.$2,480.00
TP DUR-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$290.00
TP DUR-SWB TROY PRODUCTS Durango driver/passenger side vertical bar window guards.$415.00
SET DUR-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$1,930.00
PG DUR-SEAT-POLY Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' poly window cargo barrier and outboard seat belts.$2,645.00
PG DUR-SEAT-WIRE Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' steel screen window cargo barrier and outboard seat belts.$2,465.00
SET DUR-DOOR-COVER Setina S TPO black plastic door panels, installs over OEM door panels.$530.00
PG DUR- FLOOR-PAN Pro-gard charcoal grey ABS floor pan $460.00
PG DUR-PWB Pro-Gard poly window bars (for use with O.E.M. door panels only)$480.00
SET DUR-SWB Setina VS steel vertical window barriers. Compatible with stock & TPO door panels.$540.00
COMPUTER STANDS AND CRADLES
HAV DUR-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$860.00
HAV DUR-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$525.00
SET UT-1001 Havis universal laptop tray.$335.00
PUSH BUMPERS
SET DUR-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,530.00
SET DUR-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,810.00
PG DUR-PB Pro-Gard push bumper.$825.00
GUN BOXES
TP DUR-VAULT TROY PRODUCTS DURANGO storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$1,880.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP DUR-VAULT-TILT TROY PRODUCTS DURANGO storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, & tilt-up cargo mount system.$2,570.00
AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,915.00
AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,410.00
AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00
AA UP VAULT American Aluminum UP vault leg kit, installed.$320.00
SET DUR-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,090.00
SET DUR-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,305.00
SET DUR-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$240.00
FREE STANDING GUN MOUNT
SET DUR-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$470.00
DODGE CHARGER
CONSOLES
TP CHA-CON18 TROY PRODUCTS 18'' vehicle specific console with 7'' angled slope & 11'' level surface. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console.
$1,070.00
TP CHA-CON22 TROY PRODUCTS 22'' level console. Includes faceplates, 4'' dual cup internal beverage holder 4'' shallow console tray, 2'' face plate pre-punched w/ holes for (2) DC outlets & (1) dual-port USB module & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console.
$945.00
HAV CHA-CON17 Havis 17''L x 10''H console includes mounting, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$945.00
HAV CHA-CON24 Havis 24''L x 10''H console includes mounting, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$945.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
PARTITIONS
TP CHA-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Charger.$1,530.00
TP CHA-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel, Includes mounting kit & partition kick panels with big foot pockets for Charger.$1,505.00
PG CHA-1/2CAGE Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side.$3,195.00
PG CHA-1/2CAGE-OSB Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side with officer safe seat belt.$3,395.00
PG CHA-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,435.00
PG CHA-PART-RECESS Pro-gard space saver plus RECESSED panel prisoner transport partition with lower extension panels $1,575.00
SET CHA 1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate window with OEM seat.$1,905.00
SEATS & CAGES
TP CHA-SEAT TROY PRODUCTS rear plastic seat with Officer-Safe seat belt system.$1,110.00
TP CHA-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $405.00
SET CHA-SEAT-FULL Setina full replacement transport seat TPO plastic with center pull belts.$1,480.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PG CHA-SEAT-STR Pro-gard charcoal grey ABS standard prisoner seat (features straight back) and outboard seat belts.$1,300.00
PG CHA-SEAT-CONT Pro-gard charcoal grey ABS contoured prisoner seat (features contoured, padded back) and outboard seat belts.$1,300.00
SET CHA-DP Setina door panels.$540.00
PG CHA-DOOR-ABS Pro-gard ABS door panels.$350.00
PG CHA-FLOOR-PAN Pro-gard charcoal grey ABS floor pan.$515.00
SET CHA-PART-8VS Setina 8VS prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,200.00
SET CHA-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,405.00
SET CHA-PART-RECESS-8VS
Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,455.00
SET CHA-PART-RECESS-10VS
Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,610.00
SET CHA-FLOOR-PAN Setina TPO plastic floor pan $555.00
PG CHA-SWB Pro-gard steel window bars (for use with O.E.M. door panels only)$480.00
SET CHA-SWB Setina window armor bars.$495.00
COMPUTER STANDS AND CRADLES
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
TP CHA-COMP-SL TROY PRODUCTS 2011+ Charger stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$760.00
TP CHA-COMP-SA TROY PRODUCTS 2011+ Charger stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$625.00
TP CHA-ELEC-TRAY TROY PRODUCTS flip-down wheel well electronics tray. $350.00
HAV CHA-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$970.00
HAV CHA-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$700.00
SET UT-1001 Havis universal laptop tray.$335.00
SET CHA-TRAY Setina aluminum electronics trunk tray.$820.00
PUSH BUMPERS
WEST DUR-PB Westin Elite push bumper for Charger Police 2015+.$690.00
WEST DUR-PB2L Westin Elite push bumper for Charger Police 2015+ with two light channel (lights purchased separately).$745.00
WEST DUR-PB2L-PIT Westin Elite push bumper for Charger Police 2015+ with two light channel & pit bars (lights purchased separately).$1,640.00
SET CHA-PB Setina push bumper.$890.00
SET CHA-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,435.00
SET CHA-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,630.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
PG CHA-PUSH Pro-gard HD Charger push bumper.$790.00
FREE STANDING GUN MOUNT
SET CHA-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$470.00
DODGE RAM
CONSOLES
TP RAM-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$970.00
TP RAM-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope/8'' level faceplate area and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,160.00
TP RAM-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking Lidded file box that bolts to the rear of wide-body console with large leather pad.
$1,355.00
HAV RAM-CON22 Havis vehicle specific 22''L x 10''H console includes (2) 12V outlets, USB/AUX relocation plate, (1) built in accessory pocket, (2) cupholders, side mount arm rest, and necessary blanks.$1,215.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
PARTITIONS
TP RAM-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,500.00
TP RAM-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,470.00
SET RAM-1/2CAGE-CREW Setina 6VS single prisoner partition coated polycarbonate partition for RAM crew cab.$3,435.00
SET RAM-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,455.00
SET RAM-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,620.00
PG RAM-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,575.00
SEATS & CAGES
TP RAM-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$565.00
SET RAM-DOOR Setina door panels.$435.00
PG RAM-SWB Pro-Gard steel window bars (for use with O.E.M. door panels only).$470.00
SET RAM-SWB-CREW Setina VS steel vertical crew cab window barrier compatible with stock door panels. $570.00
SET RAM-SWB-QUAD Setina VS steel vertical quad cab window barrier compatible with stock door panels. $570.00
COMPUTER STANDS AND CRADLES
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP RAM-COMP-SL TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$800.00
TP RAM-COMP-SA TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$670.00
HAV RAM-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,000.00
HAV RAM-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$735.00
SET UT-1001 Havis universal laptop tray.$335.00
PUSH BUMPERS
SET RAM-PB Setina push bumper.$940.00
SET RAM-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,530.00
SET RAM-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,810.00
PG RAM-PB Pro-Gard push bumper.$885.00
FREE STANDING GUN MOUNT
SET RAM-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$480.00
FORD INTERCEPTOR UTILITY
CONSOLES
TP PIU-CON18 TROY PRODUCTS 18'' L-shaped console with 10'' slope / 8'' level with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console.
$1,010.00
TP PIU-CON22 TROY PRODUCTS 22'' all-level console with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console.
$960.00
TP PIU-CON-OH TROY PRODUCTS 2020+ PI Utility Overhead 4''Console - mounts siren control and radio remote head.$500.00
HAV PIU-CON14 Havis 14''L x 6.5H vehicle specific console includes (3) 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$820.00
HAV PIU-CON22 Havis 22''L sloped vehicle specific console includes OEM USB and lighter plug relocation cutout, OEM parking brake relocation cutout, (2) additional 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$990.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,915.00
AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,410.00
AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00
PARTITIONS
TP PIU-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,525.00
TP PIU-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel, Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,495.00
TP TAH-ELEC-BOX TROY PRODUCTS 30.5'' electronics box with hinged lid, mounted to back of partition for use with NO vault.$515.00
TP PIU-CARGO-WIRE TROY PRODUCTS rear partition, square-hole main window with square-hole cargo window guards. $715.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP PIU-CARGO-POLY TROY PRODUCTS rear partition, poly main window and square-hole cargo window side panels.$785.00
PG PIU-1/2CAGE Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, and lower extension panels.$3,670.00
PG PIU-1/2CAGE-OSB Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, lower extension panels, and officer safe belts.$4,065.00
PG PIU-PART Pro-Gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,435.00
SET PIU-PART-8VS Setina 8VS prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,295.00
SET PIU-12VS-WIRE Setina - 12-VS rear partition - WIRE $990.00
SET PIU-12VS-POLY Setina - 12-VS rear partition - POLY $1,000.00
SET PIU-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,455.00
SET PIU-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,455.00
SET PIU-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,620.00
PG PIU-R-PART Pro-Gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,575.00
PG PIU-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$895.00
PG PIU-CARGO-WIRE Pro-Gard ¼'' 7 Ga. Steel wire rear cargo barrier with filler panels.$895.00
SET PIU-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$1,990.00
SEATS & CAGES
TP PIU-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels. $2,315.00
TP PIU-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with poly main window and cargo window side panels.$2,415.00
TP PIU-CGP TROY PRODUCTS PI Utility rear partition airbag corridor gap panels, driver and passenger sides.$90.00
TP PIU-1/2CAGE TROY PRODUCTS PI Utility single-cell with poly window; half cage, kick panel w/ foot pocket, with removable panel , center seat floor plate, plastic seat with OS seatbelt system, rear partition square-hole pattern with side panels.$3,015.00
TP PIU-RDECK TROY PRODUCTS PI Utility horizontal cargo deck with adjustable divider, bolts to PI Utility rear cages.$730.00
TP PIU-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $410.00
TP PIU-DP-SET TROY PRODUCTS DRIVER AND PASSENGER DOOR PANEL SET.$455.00
SET PIU-SEAT-WIRE Setina full replacement transport seat TPO plastic with center pull belts and wire mesh cargo barrier.$2,330.00
PG PIU-SEAT-POLY Pro-gard standard prisoner transport seat with ¼'' poly. window cargo barrier & seat.$2,235.00
PG PIU-SEAT-WIRE Pro-gard standard prisoner transport seat with 7 Ga. Steel screen window cargo barrier & seat.$2,235.00
SET PIU-DOOR Setina TPO door panel.$530.00
PG PIU-SWB Pro-Gard -steel window Bars, for use with O.E.M. door panels only.$480.00
SET PIU-SWB Setina VERTICAL window armor bars.$540.00
PG PIU-DISABLE Pro-Gard 2020+ Police Interceptor Utility rear door / window disable kit (block off plates).$130.00
PG PIU-FLOOR-PAN Pro-Gard charcoal grey ABS floor.$515.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP PIU-DR-PLT TROY PRODUCTS passenger door handle cover set. $160.00
COMPUTER STANDS AND CRADLES
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
TP PIU-COMP-SA TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$640.00
TP PIU-COMP-SL TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$790.00
SET UT-1001 Havis universal laptop tray.$335.00
HAV PIU-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$970.00
HAV PIU-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$705.00
PUSH BUMPERS
WEST PIU-PB Westin Elite push bumper for Interceptor Utility 2020+.$820.00
WEST PIU-PB2L Westin Elite push bumper for Interceptor Utility 2020+ with two light channel (lights purchased separately).$875.00
WEST PIU-PB2L-PIT Westin Elite push bumper for Interceptor Utility 2020+ with two light channel & pit bars (lights purchased separately).$1,600.00
SET PIU-PB400 Setina PB400 VS aluminum push bumper.$940.00
SET PIU-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,530.00
SET PIU-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,810.00
PG PIU-PB Pro-Gard HD push bumper.$910.00
GUN BOXES
TP PIU-VAULT TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$1,880.00
TP PIU-VAULT-SL-ELE TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, with slide out electronics tray with guard fence.$2,290.00
TP PIU-VAULT-ELEV TROY PRODUCTS elevated storage vault, 48''Wx24''Lx8H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Elevated design allows access to spare tire.$1,945.00
TP TAH-VAULT-TILT-ELE TROY PRODUCTS TAHOE storage vault, 44''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor with tilt-up cargo mount including electronics tray.$2,760.00
TP PIU-VAULT-TILT TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor & tilt-up cargo mount that allows access to spare tire.$2,675.00
TP PIU-VAULT-TILT-ELEC TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, tilt-up cargo mount that allows access to spare tire, & tilt-down electronics tray.$2,925.00
TP PIU-COMMAND TROY PRODUCTS INTERCEPTOR UTILITY command post with tilt-up white board and storage drawers.$5,375.00
TP PIU-CARGODECK-SS TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out electronics tray, storage tray and side cubbies.$2,090.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP PIU-CARGODECK-SS-V TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with Stop-Stick compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.
$3,610.00
TP PIU-CARGODECK-CMPT
TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies.$2,315.00
TP PIU-CARGODECK-CMPT-V
TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.
$3,835.00
AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,915.00
AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,410.00
AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00
AA UP VAULT American Aluminum UP vault leg kit, installed.$320.00
AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,300.00
SET PIU-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,090.00
SET PIU-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,305.00
SET PIU-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$370.00
FREE STANDING GUN MOUNT
SET PIU-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$480.00
FORD F-SERIES
CONSOLES
TP FSERIES-CON-OH TROY PRODUCTS 7" overhead console for remote-head components.$465.00
TP FSERIES-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$970.00
TP FSERIES-CON16 TROY PRODUCTS 16'' F150 wide-body console with 7'' slope / 9' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & cutouts to relocate OEM outlets. (No floorplate needed.)
$1,150.00
TP FSERIES-WBCON18-PRT
TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.)
$1,440.00
TP FSERIES-WBCON20 TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.)
$1,260.00
TP FSERIES-WBCON20-FB TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. (No floorplate needed.)
$1,475.00
TP SD-WBCON16 TROY PRODUCTS 16'' F-Series truck wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,200.00
TP SD-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,140.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
TP SD-WBCON20-FB TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad.
$1,440.00
HAV FSERIES-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,065.00
HAV FSERIES-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,165.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
PARTITIONS
TP FSERIES-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for F-Series pickups.$1,505.00
TP FSERIES-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for F-series pickups.$1,475.00
TP FSERIES-1/2CAGE TROY PRODUCTS F-150 single cell transport system with removable center panel, seat storage box, electronics tray, cab window screen and passenger side diamond pattern window screen. (Note: Requires removal of entire rear seat.)$5,265.00
SET FSERIES-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate with OEM rear seat.$1,990.00
PG FSERIES-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,530.00
SET FSERIES-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,455.00
SET FSERIES-R-PART-10VS
Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,620.00
PG FSERIES-PART Pro-Gard poly prisoner cage with center slider window includes expanded metal insert and full extention panels (F150 ONLY)$1,575.00
SEATS & CAGES
TP FSERIES-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$575.00
SET FSERIES-DOOR Setina door panels, F150 ONLY.$540.00
PG FSERIES-DOOR Pro-Gard door panels, F150 ONLY.$350.00
PG FSERIES-SWB Pro-Gard window armor bars, F150 ONLY.$480.00
SET FSERIES-SWB Setina HORIZONTAL window armor bars, F150 ONLY.$550.00
COMPUTER STANDS AND CRADLES
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
TP FSERIES-COMP-SA TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$645.00
TP FSERIES-COMP-SL TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$760.00
HAV FSERIES-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$985.00
HAV FSERIES-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$720.00
SET UT-1001 Havis universal laptop tray.$335.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
GUN BOXES
TP FSERIES-USGB TROY PRODUCTS under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,070.00
SET FSERIES-GBOX-US Setina under seat storage box, powder coated black.$1,295.00
PUSH BUMPERS
WEST FSERIES-PB Westin Elite push bumper for F-150 XL SSV 2021+.$285.00
WEST FSERIES-PB2L Westin Elite push bumper for F-150 XL SSV 2021+ with two light channel (lights purchased separately).$1,105.00
SET FSERIES-PB Setina push bumper, F150 ONLY.$940.00
SET FSERIES-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,530.00
SET FSERIES-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,810.00
PG FSERIES-PB Push Bumper - Pro-gard - Push Bumper - F150 Only $825.00
FREE STANDING GUN MOUNT
SET FSERIES-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$580.00
FORD EXPEDITION
CONSOLES
TP EXP-CON-OH TROY PRODUCTS Ford Expedition 7” overhead console.$410.00
TP EXP-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$970.00
TP EXP-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,160.00
TP EXP-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad.
$1,355.00
TP EXP-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console.
$1,175.00
HAV EXP-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,065.00
HAV EXP-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,175.00
TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$470.00
PARTITIONS
TP EXP-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,505.00
TP EXP-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,475.00
TP EXP-CARGO-WIRE TROY PRODUCTS rear partition with square-hole window. Includes cargo side window panels. $820.00
TP EXP-CARGO-POLY TROY PRODUCTS rear partition with polycarbonate window. Includes cargo side window panels. $890.00
SET EXP-12VS-WIRE Setina 12VS 2nd row partition - WIRE $990.00
SET EXP-12VS-POLY Setina 12VS 2nd row partition - POLY $1,000.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
SET EXP-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,625.00
SET EXP-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,455.00
PG EXP-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,575.00
PG EXP-CARGO-POLY Pro-Gard - ¼'' poly cargo barrier with filler panels for use with side curtain airbags in SSV only.$895.00
PG EXP-CARGO-WIRE Pro-Gard - 7 gauge steel wire cargo barrier with filler panels for use with side curtain airbags in SSV only.$895.00
SEATS & CAGES
TP EXP-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $415.00
COMPUTER STANDS AND CRADLES
TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00
TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$455.00
TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$590.00
TP EXP-COMP-SL TROY PRODUCTS 2018+ Expedition stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$760.00
HAV EXP-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$985.00
HAV EXP-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$720.00
SET UT-1001 Havis universal laptop tray.$335.00
PUSH BUMPERS
SET EXP-PB400 Setina PB400 VS aluminum push bumper.$940.00
PG EXP-PB Pro-Gard push bumper.$825.00
GUN BOXES
TP EXP-VAULT-TILT TROY PRODUCTS EXPEDITION storage vault, 44''Wx35''Lx12H'' with tilt mechanism to reach spare tire. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Includes steel cargo mount to provide solid mounting point for Troy vaults or command posts. Replaces plastic factory floor module. Does not allow access to the spare tire.
$2,935.00
TP EXP-COMMAND TROY PRODUCTS Command post 48''Wx22''Lx18''H, includes storage drawers, full size map drawer & radio mounting area.$5,205.00
AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,915.00
AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,410.00
AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00
AA UP VAULT American Aluminum UP vault leg kit, installed.$320.00
AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,300.00
AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,915.00
AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,410.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00
AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,300.00
SET EXP-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,090.00
SET EXP-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,305.00
SET EXP-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$225.00
FREE STANDING GUN MOUNT
SET EXP-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$470.00
K9 VEHICLES
K9 KENNEL
AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,250.00
AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,745.00
AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$675.00
AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$200.00
AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$170.00
HAV CHA-K9 Havis K9 Transport system powder coated white.$3,450.00
HAV DUR-K9 Havis K9 Transport system powder coated white.$5,450.00
HAV PIU-K9 Havis K9 Transport system powder coated white.$3,890.00
HAV TAH-K9 Havis K9 Transport system powder coated white.$4,630.00
K9 ELECTRONICS
AK9 HA-2520-HYB K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle).
$2,670.00
AK9 HP-5020-HYB Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle).
$3,490.00
AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box.
$2,815.00
AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box.
$3,635.00
AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order)
$1,090.00
AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) .
$3,265.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
ALL PRICES INCLUDE FREIGHT AND INSTALLATION
AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard.
$4,260.00
GUN MOUNTS AND LOCKS
PRO-GARD
PG 1GUN-MNT Pro-Gard vertical partition mount SINGLE weapon tri-Lock gun rack with handcuff key $730.00
PG 2GUN-MNT Pro-Gard vertical partition mount DUAL weapon tri-Lock gun rack with handcuff key $870.00
PG DUAL-FREE Pro-Gard DUAL weapon mount free standing kit.$800.00
PG SINGLE-FREE Pro-Gard SINGLE weapon mount free standing kit.$720.00
SETINA
SET 1GUN-MNT Setina SINGLE weapon partition mounted gun rack with universal lock.$670.00
SET 2GUN-MNT Setina DUAL weapon partition mounted gun rack with universal locks.$910.00
SET GM-1080E-40MM SETINA DOUBLE RAIL GUN MOUNT WITH BLAC-RAC RUN LOCK MOUNTED ON PASSENGER SIDE RAIL & 40MM UNIVERSAL HANDCUFF MOUNTED ON DRIVER SIDE RAIL.$1,255.00
TROY PRODUCTS
TP GM-DWM-870/AR TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets. Includes (1) shotgun clamshell style gun lock with #2 Key & (1) AR clamshell style weapon lock with #2 key.$800.00
TP GM-DWM-UNIV TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (2) Universal handcuff style weapon locks with standard #2 Key & push-button override. $900.00
TP GM-SWM-UNIV TROY PRODUCTS theft-deterrent single-weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (1) Universal handcuff style weapon locks with standard #2 Key & push-button override.$615.00
TP PIU-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the PI Utility, required for applications where a front partition is not present.$925.00
TP TAH-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the Tahoe PPV, required for applications where a front partition is not present.$925.00
TP GM-FREE TROY PRODUCTS free standing kit for gun mount, required for applications where a front partition is not present (verify vehicle compatibility).$405.00
TP GM-SC-SWM-FREE TROY PRODUCTS free-standing single-weapon gun mount equipped with Troy single-cell partitions.$670.00
TP GM-SC-DWM-FREE TROY PRODUCTS free-standing dual-weapon gun mount equipped with Troy single-cell partitions.$845.00
BLACRAC
SET BLACRAC SMC SINGLE T-RAIL MOUNT WITH ELECTRIC BLAC-RAC LOCING HEAD, INCLUDES COLD WIRE MODULE.$1,095.00
EMERGENCY EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
WHELEN LIGHT BAR PACKAGES
$2,415.00 8 $3,335.00Whelen Liberty Lightbar light bar package, 100% Solid State Electronics, manufactured in America with 15 Led Modules, Two Wire Controlled Traffic Advisor, (2) LED Flashing/Takedown Lights, (2) LED Flashing/Alley Lights, Mounting Kit, 295SLSA6 Combination Light/Siren Controller, SA315P Siren Speaker and Mounting Bracket.
WPLB-1-295
$2,415.00 8 $3,335.00Whelen Liberty light bar package, 100% Solid State Electronics, manufactured in America with 15 Led Modules, Two Wire Controlled Traffic Advisor, (2) LED Flashing/Takedown Lights, (2) LED Flashing/Alley Lights, Mounting Kit, HHS4200 hand held combination light/siren controller, SA315P Siren Speaker and Mounting Bracket.
WPLB-1-HHS
$3,305.00 9 $4,340.00Whelen Liberty light bar package, Fully loaded, 100% Solid State Electronics, manufactured in America with 15 Led Modules, Two Wire Controlled Traffic Advisor, (2) LED Flashing/Takedown Lights, (2) LED Flashing/Alley Lights, Mounting Kit, Cencom digital light/siren controller, SA315P Siren Speaker and Mounting Bracket.
WPLB-1-CEN
$2,390.00 8 $3,310.00Whelen Legacy lightbar with full DUO LED Modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, 295SLSA6 combination light/siren controller, SA315P siren speaker and mounting bracket.
WPLB-2L-295
$2,390.00 8 $3,310.00Whelen Legacy lightbar with full DUO LED Modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, HHS4200 hand held combination light/siren controller, SA315P siren speaker and mounting bracket.
WPLB-2L-HHS
$3,295.00 9 $4,330.00Whelen Legacy lightbar with full DUO LED Modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom digital combination light/siren controller, SA315P siren speaker and mounting bracket.
WPLB-2L-CEN
$2,980.00 10 $4,130.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE Hand Held digital combination light/Siren Controller, OBDII interface, (1) SA315P siren speaker with mounting bracket.
WPLB-2L-CHHS
$2,980.00 10 $4,130.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE 21-button digital combination light/Siren Controller, OBDII interface, and (1) SA315P siren speaker with mounting bracket.
WPLB-2L-C21
$2,980.00 10 $4,130.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE Rotary Knob digital combination light/Siren Controller, OBDII interface, (1) SA315P siren speaker with mounting bracket.
WPLB-2L-CROT
$3,900.00 11 $5,165.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE Hand Held digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers with mounting brackets.
WPLB-2L-CORE-HHS
$3,900.00 11 $5,165.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WPLB-2L-CORE-21
$3,900.00 11 $5,165.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WPLB-2L-CORE-ROT
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
STAR LIGHT BAR PACKAGES
$2,115.00 8 $3,035.00STAR Dual Color 44” Phazer LED light bar (model 1400LED) with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket.
STPLB44-850
$1,830.00 8 $2,750.00STAR Dual Color 44” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket.
STPLB44-HHS
$2,430.00 8 $3,350.00STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket.
STPLB51-850
$2,150.00 8 $3,070.00STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket.
STPLB51-HHS
FEDERAL SIGNAL LIGHT BAR PACKAGES
$4,700.00 8 $5,620.00Federal Signal 51" Valor LED Lightbar. Dual Color full with white flood capabili, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button Pathfinder light and siren controller with dual tones and/or Rumbler siren amp built in, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket.
FS VALOR51-P17
$4,700.00 8 $5,620.00Federal Signal 51" Valor LED Lightbar. Dual Color full with white flood capabili, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated Hand Held Pathfinder light and siren controller with dual tones and/or Rumbler siren amp built in, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket.
FS VALOR51-PHHS
$4,075.00 8 $4,995.00Federal Signal 51” Integrity LED Lightbar, Dual Color full with white Flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor, 5-year warranty on LED components, vehicle specific hook kit, 100/200-watt Programmable, Full-Feature CAN bus integrated 17 button Pathfinder light and siren controller with dual tones and/or Rumbler siren amp, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, OBDII data cable, and expansion module
FS INTEG51-P17
$4,075.00 8 $4,995.00Federal Signal 51” Integrity LED Lightbar, Dual Color full with white Flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor, 5-year warranty on LED components, vehicle specific hook kit, 100/200-watt Programmable, Full-Feature CAN bus integrated Handheld Pathfinder light and siren controller with
FS INTEG51-PHHS
$3,510.00 8 $4,430.00Federal Signal 53" Allegiant LED Lightbar. Dual Color full with white flood capabili, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button Pathfinder light and siren controller with dual tones and/or Rumbler siren amp built in, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket.
FS ALGNT53-P17
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$2,685.00 0 $2,685.00Federal Signal 53" Allegiant LED Lightbar. Dual Color full with white flood capabili, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated Hand Held Pathfinder light and siren controller with dual tones and/or Rumbler siren amp built in, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket.
FS ALGNT53-PHHS
WHELEN UNMARKED PACKAGES
$2,220.00 7 $3,025.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, HHS3200 hand held combination light and siren controller, speaker, and vehicle specific bracket.
WPUMP-1-SUV-HHS
$2,240.00 8 $3,160.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, 295SLSA6 combination light and siren controller, speaker, and vehicle specific bracket.
WPUMP-1-SUV-295
$3,130.00 8 $4,050.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket.
WPUMP-1-SUV-CEN
$3,080.00 7 $3,885.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, HHS4200 hand held combination light and siren controller, speaker, and vehicle specific bracket.
WPUMP-2-SUV-HHS
$3,720.00 8 $4,640.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket.
WPUMP-2-SUV-CEN
$2,980.00 10 $4,130.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE Hand Held digital combination light/Siren Controller, OBDII interface, and SA315P siren speaker with mounting bracket.
WPUMP-2-CHHS
$2,975.00 10 $4,125.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE 21 Button digital combination light/Siren Controller, OBDII interface, and SA315P siren speaker with mounting bracket.
WPUMP-2-C21
$2,980.00 10 $4,130.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE Rotary Knob digital combination light/Siren Controller, OBDII interface, and SA315P siren speaker with mounting bracket.
WPUMP-2-CROT
$3,835.00 12 $5,215.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE hand held digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers with mounting brackets.
WPUMP-2-CORE-HHS
$3,835.00 12 $5,215.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WPUMP-2-CORE-21
$3,835.00 12 $5,215.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE Rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WPUMP-2-CORE-ROT
$2,315.00 7 $3,120.00Whelen unmarked patrol package for trucks consists of front and rear full width interior LED system with LED takedown lights, HHS3200 hand held combination light and siren controller, speaker, and vehicle specific bracket.
WPUMP-1-TRK-HHS
$2,335.00 7 $3,140.00Whelen unmarked patrol package for trucks consists of front and rear full width interior LED system with LED takedown lights, 295SLSA6 combination light and siren controller, speaker, and vehicle specific bracket.
WPUMP-1-TRK-295
$3,225.00 8 $4,145.00Whelen unmarked patrol package for Trucks consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket.
WPUMP-1-TRK-CEN
$3,080.00 7 $3,885.00Whelen unmarked patrol package for trucks consists of front and rear full width interior LED system with LED takedown lights, HHS4200 hand held combination light and siren controller, speaker, and vehicle specific bracket.
WPUMP-2-TRK-HHS
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$3,720.00 8 $4,640.00Whelen unmarked patrol package for Trucks consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket.
WPUMP-2-TRK-CEN
$3,835.00 12 $5,215.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WSLICK-OUTTER-SUV-CORE-21
$4,005.00 12 $5,385.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge, Cencom CORE Rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WSLICK-OUTTER-SUV-CORE-ROT
$5,150.00 14 $6,760.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge & rear D-pillar LED's, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WSLICK-DUAL-SUV-CORE-21
$5,320.00 14 $6,930.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge & rear D-pillar LED's, Cencom CORE Rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets.
WSLICK-DUAL-SUV-CORE-ROT
STAR UNMARKED PACKAGES
$2,485.00 8 $3,405.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting.
STPUMP-850-SDN
$2,210.00 8 $3,130.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting.
STPUMP-850-SUV
$2,390.00 8 $3,310.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum ultra low profile front visor. Rear (Model DLQS8MC) DUAL color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting.
STPUMP-850-TRK
$2,015.00 8 $2,935.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor(Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model LCS880) hand held combination light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting.
STPUMP-HHS-SDN
$1,740.00 8 $2,660.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting.
STPUMP-HHS-SUV
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$1,920.00 8 $2,840.00STAR Dual Color Unmarked package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear (Model DLQS8) single color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting.
STPUMP-HHS-TRK
FEDERAL SIGNAL UNMARKED PACKAGES
$3,690.00 10 $4,840.00Federal Signal Unmarked Packager includes Spectralux tri color front and rear visor, Sedan/SUV vehicle specific, interior light bars, Federal Signal 100/200-watt Programmable, Full-Feature CAN bus integrated 17 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module.
FS PUMP-TRI-P17
$3,605.00 10 $4,755.00Federal Signal Spectralux tri color front and rear visor, Sedan/SUV vehicle specific, interior light bars, Federal Signal 100/200-watt Programmable, Pathfinder Hand Held Full-Feature CAN bus integrated light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module.
FS PUMP-TRI-PHHS
$3,645.00 10 $4,795.00Federal Signal Spectralux tri color front and Federal Signal Spoiler Bracket Vehicle Specific (FPIU,Durango, Exp, Silverado & Tahoe) Six Tri-Color MicroPulses MPS63U-RBA Full Cruise and Amber Traffic Advisor Functions interior light bars, Federal Signal 100/200-watt Programmable, Full-Feature CAN bus integrated 17 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module.
FS SLICK-TRI-SPOILER-P17
$5,350.00 12 $6,730.00Federal Signal Spectralux tri color front visor and Federal Signal Spoiler Bracket Vehicle Specific, Six Tri-Color MicroPulses MPS63U-RBA Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) MPS6U-RBA or RBW, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 100/200-watt Programmable, Full-Feature CAN bus integrated 17 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. (FPIU or Tahoe)
FS SLICK-TRI-SPOI-DPIL-P17
$2,960.00 10 $4,110.00Federal Signal Spectralux tri color front visor and Latitude 8-head traffic advisor with mounting brackets for rear window, Federal Signal 100/200-watt Programmable, Full-Feature CAN bus integrated light and 21 button controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data Cable, and expansion module.
FS PUMP-TRK-P17
$2,960.00 10 $4,110.00Federal Signal Spectralux tri color front visor and Latitude 8-head traffic advisor with mounting brackets for rear window, Federal Signal 100/200-watt Programmable, Full-Feature CAN bus integrated light and Hand Held controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data Cable, and expansion module.
FS PUMP-TRK-PHHS
ADMINISTRATIVE VEHICLE PACKAGES
WHELENWHELENWHELENWHELENWHELEN
$1,820.00 8 $2,740.00Whelen administrative vehicle package includes (4) dual avengers with (2) mounted in front windshield with headliner brackets and (2) mounted in rear glass, (2) T-Ion's mounted on l-brackets in grille, and (2) T-Ion's mounted on tag bracket. Includes Alpha siren and light controller, SA315P 100 watt speaker and bracket.
W AVP
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
STARSTARSTARSTARSTAR
$1,675.00 8 $2,595.00STAR administrative vehicle package includes (4) ULB9S Mini-Phantom's with (2) mounted in front windshield and (2) mounted in rear glass. (2) Dlit's installed in grille with l-brackets, and (4) DLIT mounted on tag bracket. Includes (LCS653) combination siren and light controller (NO PA) with (D-44-16) patented Cyclone 100 watt speaker and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting.
ST AVP
ROAD SIDE LIGHTING PACKAGES
WHELENWHELENWHELENWHELENWHELEN
$1,225.00 6 $1,915.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted vertically on each side of license plate with black bezel, 1 Six head Amber Dominator stick installed inside back glass, 1 Compact TAD/TADP Series Control Head.
W RSL SUV-AW
$1,420.00 6 $2,110.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted to rear tail gate with black bezel, 1 eight head Amber Dominator stick installed inside back glass, 1 Compact TAD/TADP Series Control Head.
W RSL TRK-AW
$1,175.00 6 $1,865.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted vertically on each side of vehicle above rear tail lights with black bezel, 1 Six head Amber Dominator stick installed over rear doors, 1 Compact TAD/TADP Series Control Head.
W RSL VAN-AW
$1,420.00 6 $2,110.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted to rear of body with black bezel, 1 eight head Amber Dominator stick installed to rear of body, 1 Compact TAD/TADP Series Control Head.
W RSL CC-AW
STARSTARSTARSTARSTAR
$975.00 6 $1,665.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's mtd vertically next to each side of license plate with white bezel, 1 Six head Amber PHANTOM rear window stick with reflective shroud installed inside rear hatch, 1 Six position rocker switch control box.
ST RSL SUV-AW
$1,135.00 6 $1,825.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's mounted to tailgate with white bezel, 1 Eight head Amber Traffic Advisor stick installed inside back glass, 1 Six position rocker switch control box.
ST RSL TRK-AW
$1,135.00 6 $1,825.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's vertically on each side of vehicle above rear tail lights with white bezel, 1 Eight head Amber Traffic Advisor stick installed above rear load doors, 1 Six position rocker switch control box.
ST RSL VAN-AW
$1,135.00 6 $1,825.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's mounted to rear of body with white bezel, 1 Eight head Amber Traffic Advisor stick mounted to back of body, 1 Six position rocker switch control box.
ST RSL CC-AW
FEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNAL FEDERAL SIGNAL
$1,140.00 6 $1,830.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted to rear tail gate with white bezel, 1 eight head Amber Signal Master stick installed inside back glass, 1 Compact Digital Soft Button 6 switch controller.
FS RSL TRK-AW
$1,710.00 6 $2,400.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted vertically one at each side above rear tail lights with white bezel, 1 eight head Amber Signal Master stick installed above rear load doors, 1 Compact Digital Soft Button 6 switch controller.
FS RSL VAN-AW
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$1,245.00 6 $1,935.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted vertically next to each side of license plate with white bezel, 1 eight head Amber Signal Master stick with reflective shroud installed inside rear hatch, 1 Compact Digital Soft Button 6 switch controller.
FS RSL SUV-AW
$1,445.00 6 $2,135.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted to rear rear of body with white bezel, 1 eight head Amber Signal Master stick installed to rear of body, 1 Compact Digital Soft Button 6 switch controller.
FS RSL CC-AW
$4,025.00 12 $5,405.00Federal Signal Premium Road Side Lighting Package for Tahoe Includes: Tahoe front ILS, Windshield Visor Amber/white dual color flash with 6 button controller, Tahoe rear hatch ILS amber/white dual color flash with amber directional and splitter, (4) MicroPulse C Series amber/white split -installed in grille-, (4) Microulse C series chrome bezels, (2) MicroPulse amber/white dual color hood mount, (2) MicroPulse Wide 9 Amber/white dual color 180 degree light -mnt under mirror-, (2) MicroPulse Wide 9 Under Mirror brackets, (2) MicroPulse Wide 9 white bezel, (2) MicroPulse Ultra 1220 amber/white dual color -mtd vertically next to license plate-, (2) MicroPulse Ultra 1220 white bezel, (4) MicroPulse Ultra 620 amber/white dual color.
FS RSL TAHOE
CORNER / PERIMITER LED KITS
FEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNAL FEDERAL SIGNAL
$480.00 3 $825.00(4) Federal Signal MicroPulse Ultra dual color with (2) mounted in grille and (2) mounted to rear of vehicle.FS MPS62U-4
$722.50 4.5 $1,240.00(6) Federal Signal MicroPulse Ultra dual color with (4) mounted in grille and (2) mounted to rear of vehicle.FS MPS62U-6
$965.00 6 $1,655.00(8) Federal Signal MicroPulse Ultra dual color with (4) mounted in grille and (4) mounted to rear of vehicle.FS MPS62U-8
$1,450.00 9 $2,485.00(12) Federal Signal MicroPulse Ultra dual color with (4) mounted in grille (1) mouted over each wheel position and (4) mounted to rear of vehicle/body.FS MPS62U-12
$195.00 2 $425.00(2) Federal Signal Corner LED lights to be mouunted in headlamp or tail lamp if possible (WHITE).FS CNR-LED-W
STARSTARSTARSTARSTAR
$360.00 3 $705.00(4) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (2) mounted in grille and (2) mounted to rear of vehicle/ body.ST DLITE-4-AW
$537.50 4.5 $1,055.00(6) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (4) suface mounted to grille and (2) mountd to rear of vehicle/body.ST DLITE-6-AW
$720.00 6 $1,410.00(8) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (4) mounted to grille and (4) mounted to back of vehicle/body.ST DLITE-8-AW
$1,080.00 9 $2,115.00(12) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (4) suface mounted to grille, (1) mounted over each wheel position, and (4) mouted to rear of vehicle/body.
ST DLITE-12-AW
$195.00 2 $425.00(2) STAR self contained LED flashing light (2) LED's will be mounted in headlamps or tail lamps where possible.ST CNR-LED
WHELENWHELENWHELENWHELENWHELEN
$430.00 3 $775.00(4) Whelen ION ''T'' series ultra thin light heads surface mounted with (2) in grille and (2) to rear of vehicle/body.W TLI-4
$647.50 4.5 $1,165.00(6) Whelen ION ''T'' series ultra thin light heads surface mounted with (4) in grille and (2) to rear of vehicle/body.W TLI-6
$865.00 6 $1,555.00(8) Whelen ION ''T'' series ultra thin light heads surface mounted with (4) in grille and (4) to rear of vehicle/body.W TLI-8
$1,295.00 9 $2,330.00(12) Whelen ION ''T'' series ultra thin light heads surface mounted with (4) in grille (1) mounted over each wheel position, and (4) to rear of vehicle/body.W TLI-12
$185.00 2 $415.00(2) WHELEN corner LED's to be installed in headlamps or tail lamps where possible (WHITE).W VERTEX-W
$15.00 0 $15.00(2) Whelen Vertex surface mount flanges.W VERTEX-FLANGE
$300.00 3 $645.00WHELEN FOUR CORNER LED KIT (WHITE) INSTALLED with WHELEN TWIST IN ADAPTER FOR FACTORY PREPPED HEAD LIGHTS/TAIL LIGHTS.
W VTX609C-K8A
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
ADVANCED WORK VANSADVANCED WORK VANSADVANCED WORK VANSADVANCED WORK VANS ADVANCED WORK VANS
$1,455.00 0 $1,455.00Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (WHITE) furnished and installed by Advanced Work Vans of Florida.
AWV 4LED-W
$1,455.00 0 $1,455.00Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER) furnished and installed by Advanced Work Vans of Florida.
AWV 4LED-A
$1,455.00 0 $1,455.00Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER/WHITE) furnished and installed by Advanced Work Vans of Florida.
AWV 4LED-AW
MISCELLANEOUS LIGHTING AND EQUIPMENT BY MANUFACTURER
WHELENWHELENWHELENWHELENWHELEN
$207.50 1.5 $380.00(2) Whelen Micron series light heads surface mount.W MCRN-2
$237.50 1.5 $410.00(2) Whelen Micron series light heads surface mount with L-brackets.W MCRN-2-LB
$242.50 1.5 $415.00(2) Whelen Micron series light heads surface mounted with tag mount bracket.W MCRN-2-TAG
$25.00 0 $25.00(2) Whelen Micron L-BracketsW MCRN-L-BRACKET
$25.00 0 $25.00Whelen Micron license plate mounting bracket.W MCRN-TAG-BKT
$25.00 0 $25.00Whelen dual Avenger headliner bracket.W AVENGER-BKT
$207.50 1.5 $380.00(2) Whelen ION ''T'' series ultra thin light heads surface mounted.W TLI-2
$237.50 1.5 $410.00(2) Whelen ION ''T'' series ultra thin light heads with L-bracket.W TLI-LB-2
$247.50 1.5 $420.00(2) Whelen ION ''T'' series ultra thin light heads mounted with tag bracketW TLI-TAG-2
$272.50 1.5 $445.00(2) Whelen Wide Angel ION series light head universal mount with bracket.W ION-2
$272.50 1.5 $445.00(2) Whelen Wide Angle ION series surface mount light heads.W ION-SM-2
$267.50 1.5 $440.00(2) Whelen dual color ION series universal mount light heads.W ION-DUO-2
$252.50 1.5 $425.00(2) Whelen ION ''T'' series DUAL color ultra thin light heads surface mounted.W TLI2-2-AW
$282.50 1.5 $455.00(2) Whelen ION ''T'' series DUAL color ultra thin light heads with L-bracket.W TLI2-LB-2
$292.50 1.5 $465.00(2) Whelen ION ''T'' series DUAL color ultra thin light heads mounted with tag bracket.W TLI2-TAG-2
$337.50 1.5 $510.00(2) Whelen TRI color ION series light head with mounting bracket.W TLI3-2
$35.00 0 $35.00(2) Whelen T-ION L-bracketW TLI-BKT1
$40.00 0 $40.00Whelen T-ION Tag bracketW TLI-TAG-BKT
$212.50 1.5 $385.00(2) Whelen Strip-Light LED light solo color surface mount light heads (NO SPLIT COLORS).W STRIPLT-2
$262.50 1.5 $435.00(2) Whelen Strip-Light LED light solo color light heads with (2) 90 deg mounting L-brackets (NO SPLIT COLORS).W STRIPLT-2-LB
$277.50 1.5 $450.00(2) Whelen Strip-Light LED light duo color surface mount light heads.W STRIPLT-DUO-2
$327.50 1.5 $500.00(2) Whelen Strip-Light LED light duo color light head with 90 deg mounting L-brackets.W STRIPLT-DUO-2-LB
$307.50 1.5 $480.00(2) Whelen M4 series SOLID color light heads with black surround.W M4-2
$307.50 1.5 $480.00(2) Whelen M4 series SPLIT color light heads with black surround.W M4-SPLIT-2
$20.00 0 $20.00(2) Whelen M4 Flange MountsW M4-FLANGE-BL
$547.50 1.5 $720.00(2) Whelen ION-V series light head with puddle light and mounting bracket.W IONV-2
$385.00 2 $615.00(2) Whelen ION-V series light heads installed with mirror beam mount kit for Dodge Charger.W ION-MIRR-CHA
$385.00 2 $615.00(2) Whelen ION-V series light heads installed with mirror beam mount kit for Ford Interceptor Utility.W ION-MIRR-PIU
$585.00 2 $815.00(2) Whelen ION-V series light heads installed with mirror beam mount kit for Chevy Tahoe/Suburban.W ION-MIRR-TAH
$205.00 1 $320.00Whelen low profile LED red/white dome light.W DOME-RW
$157.50 1.5 $330.00Whelen single Avenger universal mount, single color.W AVGR-UNIV
$177.50 1.5 $350.00Whelen single Avenger with headliner mount bracket, single color.W AVGR-HLB
$157.50 1.5 $330.00Whelen single Avenger, dual color with universal mount.W AVGR-DUO-UNIV
$177.50 1.5 $350.00Whelen single Avenger, dual color with headliner mount bracket.W AVGR-DUO-HLB
$217.50 1.5 $390.00Whelen dual Avenger with single color per light head with universal mount.W AVGR-D-UNIV
$237.50 1.5 $410.00Whelen dual Avenger with single color per light head with headliner mount bracket.W AVGR-D-HLB
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$362.50 1.5 $535.00Whelen dual Avenger, duo color per light with universal mount.W DAVGR-D-UNIV
$382.50 1.5 $555.00Whelen dual Avenger, duo color per light with headliner mount bracketW DAVGR-D-HLB
$202.50 1.5 $375.00Whelen perimiter enhancement light.W HATCH
$592.50 2.5 $880.00Whelen Dominator 6-LED traffic advisor with mount brackets, requires controller.W DOM6
$732.50 2.5 $1,020.00Whelen Dominator 8-LED traffic advisor with moun brackets, requires controller.W DOM8
$150.00 0 $150.00Whelen 6-switch contoller.W 6-SWITCH
$120.00 0 $120.00Whelen Traffic advisor controller.W DOM-CONT
$655.00 2 $885.00(2) Whelen 12'' Tracers (one lamp housing) with universal mounting bracketsW TRACER12-UNIV
$1,175.00 2 $1,405.00(2) Whelen 60'' SOLO color Tracers (5 lamp housing) with universal mounting brackets.W TRACER60-UNIV
$1,780.00 2 $2,010.00(2) Whelen 60'' DUAL color Tracers (6 lamp housing) with universal mounting bracketsW TRACER60-DUO-UNIV
$50.00 2 $280.00Whelen - Headlight flashers, solid state (Does Not Work with All Vehicles)W HLF-UNIV
$425.00 2 $655.00Whelen HHS3200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for low current applications.W HHS3200-LC
$445.00 2 $675.00Whelen HHS4200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for wecan applications.W HHS4200-WECAN
$445.00 2 $675.00Whelen 295SLSA6 controller with Whelen 100/200W Scan-Lock Self-Contained Siren/Switch.W 295-CONT
$1,220.00 3 $1,565.00Whelen CENCOM Sapphire remote head siren with 18 button control center.W CENCOM-SAP
$840.00 3 $1,185.00Whelen Mini Justice light bar, Amber, with mounting feet.W MJYAAAAP
$1,587.50 4.5 $2,105.00Whelen 44'' Justice light bar, Amber, with adjustable feet & strap kit.W JUSTICE44-AA
$1,832.50 4.5 $2,350.00Whelen 50'' Justice light bar, Amber, with adjustable feet & strap kit.W JUSTICE50-AA
$1,917.50 4.5 $2,435.00Whelen 56'' Justice light bar, Amber, with strap kit.W JUSTICE56-AA
$1,962.50 4.5 $2,480.00Whelen 48'' Liberty II solo light bar, Amber, with adjustable feet & strap kit.W LIBERTY48-AA
$1,882.50 4.5 $2,400.00Whelen 54'' Liberty II solo light bar, Amber, with adjustable feet & strap kit.W LIBERTY54-AA
$1,862.50 4.5 $2,380.00Whelen 48'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.W LEGACY48-AW
$1,862.50 4.5 $2,380.00Whelen 54'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.W LEGACY54-AW
$752.50 2.5 $1,040.00Whelen EXTRA low profile solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). - Low Current for non-wecan install only.
W INNER-F-XLP
$1,607.50 2.5 $1,895.00Whelen duo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). -Wecan enabled install.
W INNER-F-XLP-DUO
$947.50 2.5 $1,235.00Whelen solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing).
W INNER-F-FST
$1,252.50 2.5 $1,540.00Whelen DUO color Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). - Wecan enabled install.
W INNER-F-FST-DUO
$907.50 2.5 $1,195.00Whelen solo interior sedan/suv rear inner edge with mounting tray.W INNER-REAR-LC
$1,947.50 2.5 $2,235.00Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-TAH
$987.50 2.5 $1,275.00Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-TAH-DUO
$1,592.50 2.5 $1,880.00Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side.W PILLAR-TAH-DUO
$957.50 2.5 $1,245.00Whelen Police Intercetpor Utility rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-PIU
$1,427.50 2.5 $1,715.00Whelen Tahoe rear pillar LED lighting includes (3) light heads per side.W PILLAR-TAH
$1,387.50 2.5 $1,675.00Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-PIU-DUO
$947.50 2.5 $1,235.00Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side.W PILLAR-PIU
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$1,397.50 2.5 $1,685.00Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side.W PILLAR-PIU-DUO
$907.50 2.5 $1,195.00Whelen Durango rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-DUR
($2.50)2.5 $285.00Whelen Durango DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-DUR-DUO
$947.50 2.5 $1,235.00Whelen Durango rear pillar LED lighting includes (3) light heads per side.W PILLAR-DUR
$1,287.50 2.5 $1,575.00Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side.W PILLAR-DUR-DUO
$775.00 3 $1,120.00Whelen Arges dedicated spot lamp with control head and vehicle specific Arges mount.W ARGES1
$850.00 3 $1,195.00Whelen Arges ProFocus spot/floor combination lamp with control head and vehicle specific Arges mount.W ARGES2
$180.00 1 $295.00Whelen 100 watt speaker with bracket.W SA315P
$572.50 2.5 $860.00Whelen low frequency supplemental siren, with vehicle specific mounting bracket.W TAH-HOWLER
$572.50 2.5 $860.00Whelen low frequency supplemental siren, with universal mounting brackets.W HOWLER-UNIV
$592.50 2.5 $880.00Whelen low frequency supplemental siren, with vehicle specific mounting bracket.W HOWLER WEC-X
$547.50 1.5 $720.00WHELEN L31 - 4'' x 7.2'' Amber beacon, installed.W L31HAF
$965.00 2 $1,195.00Whelen CENCOM Core remote head siren with Hand Held control center.W CEN-CORE-HHS
$965.00 2 $1,195.00Whelen CENCOM Core remote head siren with 21 Button control center.W CEN-CORE-21
$965.00 2 $1,195.00Whelen CENCOM Core remote head siren with Rotary Knob control center.W CEN-CORE-ROT
STARSTARSTARSTARSTAR
$147.50 1.5 $320.00(2) STAR Emergency Lighting 6-LED light heads, surface mount.ST DLX6-2
$182.50 1.5 $355.00(2) STAR Emergency Lighting 6-LED light heads with (2) L-brackets.ST DLX6-2-LB
$157.50 1.5 $330.00(2) STAR Mini-Comet self-contained 6-LED round light with black mounting bezel.ST DLS306-2
$157.50 1.5 $330.00(2) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick, suface mount.ST DLITE-2-AW
$192.50 1.5 $365.00(2) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with L-brackets.ST DLITE-2LB
$207.50 1.5 $380.00(2) STAR TRI-COLOR Emergency Lighting Micro LED Ultra low profile 3/8” thick surface mounted.ST DLITEMC-2
$247.50 1.5 $420.00(2) STAR TRI-COLOR Emergency Lighting Micro LED Ultra low profile 3/8” thick with L-brackets.ST DLITEMC-2-LB
$817.50 4.5 $1,335.00(6) STAR MICROSTAR DLITE TRI-COLOR LED LIGHTS MOUNTED TO CUSTOM RUNNING BOARD BRACKETS, 3-PER SIDEST DLITMC-RUN6
$327.50 1.5 $500.00(2) STAR Emergency Lighting 9-diode LED split single color light.ST ULB9S
$412.50 1.5 $585.00(2) STAR Emergency Lighting 9-diode LED dual color light.ST ULB9LDC-2
$462.50 2.5 $750.00STAR single color Six LED Module 6-Light heads per module 30.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS-6
$597.50 2.5 $885.00STAR single color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS-8
$387.50 2.5 $675.00STAR Dual Color Four LED Module 6-Light heads per module 30.8''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS4-MC
$642.50 2.5 $930.00STAR Dual Color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS-8-MC
$1,147.50 2.5 $1,435.00STAR 48'' Aarrow End Traffic Advisor (Includes controller)ST TD93DLXTARO
$737.50 2.5 $1,025.00STAR Phantom LED full width front visor interior bar with thin profile & dual color. (Req's Controller)ST ULB28
$452.50 2.5 $740.00STAR Phantom 6-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)ST ULB38-TA
$737.50 2.5 $1,025.00STAR Phantom 10-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)ST ULB48-TA
$860.00 3 $1,205.00STAR Mini-Light Bar 12.3'' L X 11.5'' W Dual Stack (Amber/White).ST 7100LED-AC
$1,282.50 4.5 $1,800.00STAR SIGNAL 44'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)
ST PHAZER44-AA
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$1,612.50 4.5 $2,130.00STAR SIGNAL 51'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)
ST PHAZER51-AA
$57.50 0.5 $115.00STAR Go-Light Mounting Bracket for Phazer Light BarST GO-LIGHT-BRACKET
$230.00 2 $460.00(2) STAR Beacon LED with Amber lens and Amber LED lights.ST 256TSL-2-AA
$230.00 2 $460.00(2) STAR Beacon LED with CLEAR lens and Amber LED lights.ST 256TSL-2-CA
$92.50 1.5 $265.00STAR Beacon LED with Amber lens and Amber LED lights.ST 256TSL-AA
$92.50 1.5 $265.00STAR Beacon LED with CLEAR lens and Amber LED lights.ST 256TSL-CA
$190.00 1 $305.00STAR Cyclone Speaker with bracket, rear facing 100 watt driver. ST-D44-16
$120.00 0 $120.00STAR 6 pos rocker switch box. ST SB-4020
$170.00 0 $170.00STAR switch box with progressive slide featureST SB4040
FEDERAL SIGNAL RED/BLUEFEDERAL SIGNAL RED/BLUEFEDERAL SIGNAL RED/BLUEFEDERAL SIGNAL RED/BLUE FEDERAL SIGNAL RED/BLUE
$307.50 0.5 $365.00Federal Signal 24 input Expansion module.FS EXP-MOD
$222.50 1.5 $395.00(2) Federal Signal MicroPulse Ultra 6, Dual-Color, Clear Lens (RBW)FS MPS62U-2-RBW
$307.50 1.5 $480.00(2) Federal Signal MicroPulse Ultra 6,Tri-Color, Clear Lens (RBW)FS MPS63U-2-RBW
$317.50 1.5 $490.00(2) Federal Signal MicroPulse Ultra 12 Dual-Color, Clear Lens (RBW).FS MPS122U-2-RBW
$367.50 1.5 $540.00(2) Federal Signal MicroPulse Ultra 12 Tri-Color, Clear Lens (RBW).FS MPS123U-2-RB
$212.50 1.5 $385.00(2) Federal Signal Xstream warning LEDs (single head) with universal mounting & shroud.FS XSTREAM-2-RB
$492.50 1.5 $665.00(2) Federal Signal Xstream warning LEDs (dual head) with universal mounting & shroud.FS XSTREAM-2-D-RB
$337.50 2.5 $625.00Federal Signal Signal Mater traffic advisor with single color LEDs available in multiple color combos.FS SIGNALMASTER-RBA
$155.00 2 $385.00(2) Federal Signal Dual Color 12-LED corner lights to be mounted in headlamps or tail lamps where possible.FS CRNR-LED
$177.50 1.5 $350.00(2) Federal Signal Dual Color 6-LED push in style corner LED mounts flushFS CRNR-FLUSH
$1,767.50 2.5 $2,055.00Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/AMBER).FS PIU-DPIL-RBA
$1,767.50 2.5 $2,055.00Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).FS PIU-DPIL-RBW
$1,767.50 2.5 $2,055.00Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/AMBER).FS TAH-DPIL-RBA
$1,767.50 2.5 $2,055.00Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).FS TAH-DPIL-RBW
$157.50 1.5 $330.00(2) Federal Signal MicroPulse Ultra 6, Dual-Color, Clear Lens (RBW) with L-bracket.FS MPS62U-2-LB-RBW
$267.50 2.5 $555.00(2) Federal Signal side mirror rubber wedges with (2) micropulse dual color LED'sFS MIRROR
FEDERAL SIGNAL AMBERFEDERAL SIGNAL AMBERFEDERAL SIGNAL AMBERFEDERAL SIGNAL AMBER FEDERAL SIGNAL AMBER
$247.50 1.5 $420.00(2) Federal Signal MicroPulse Ultra dual color amber/white.FS MPS62U-2-AW
$262.50 1.5 $435.00(2) Federal Signal double row MicroPulse Ultra dual color amber/white.FS MPS122U-AW
$517.50 2.5 $805.00Federal Signal 6 Head Latitude Directonal Stick with economy controller (Amber)FS SL6S-A
$577.50 2.5 $865.00Federal Signal 8 Head Latitude Directonal Stick with economy controller (Amber)FS SL8S-A
$122.50 1.5 $295.00(2) Federal Signal LED 1100 lumen 3" Round Work Lights, mounted at rear of utility body.FS COM750-RND-2
$287.50 1.5 $460.00(2) Federal Signal LED 2700 lumen 4.3" Square Work Lights, mounted at rear of utility body.FS COM1200-SQ-2
$1,432.50 4.5 $1,950.00Federal Signal 45'' LPX Discrete Amber Light Bar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard.
FS LPX45-A
$1,417.50 4.5 $1,935.00Federal Signal 45'' Legend Amber Light Bar with 6-LED's per position including takedowns, alleys and traffic advisor feature with Strap kit and Compact Digital Soft Button 6 switch controller.
FS LGND45-TA-A
$1,627.50 4.5 $2,145.00Federal Signal 53'' LPX Discrete Amber Light Bar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard.
FS LPX53-A
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$1,647.50 4.5 $2,165.00Federal Signal 53'' Legend Amber Light Bar with 6-LED's per position including takedowns, alleys and traffic advisor feature with Strap kit and Compact Digital Soft Button 6 switch controller.
FS LGND53-TA-A
$2,092.50 4.5 $2,610.00Federal Signal 45'' Allegiant dual Amber/White light bar including take downs, alley lights, strap kit, and compact digital soft button 6 switch controller.FS ALEG45-DUO-AW
$1,852.50 4.5 $2,370.00Federal Signal 53'' Allegiant dual Amber/White light bar including take downs, alley lights, work light feature, strap kit, and compact digital soft button 6 switch controller. (Work light feature requires mounting on cab shield)
FS ALGNT53-DUAL-WL-AW
$2,305.00 6 $2,995.00Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra split amber/white installed in grille, 2 MicroPulse Ultra split amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 45'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit.
FS ALB 4C 45
$2,650.00 6 $3,340.00Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra split amber/white installed in grille, 2 MicroPulse Ultra split amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 53'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit.
FS ALB 4C 53
$262.50 0.5 $320.00Federal Signal -Serial Interface Modue- Required to Operate Serial Light Bars with Analog Factory Switches.FS SIM
$585.00 3 $930.00FEDERAL SIGNAL 21" ALLEGIANT DESCRETE LIGHT BAR WITH 10-LED HEADS & CLEAR DOME (AMBER).FS ALGT21D-AMBRF
CODE3CODE3CODE3CODE3CODE3
$222.50 1.5 $395.00(2) CODE3 MicroPak Single Color high output Class I LED with push-in style flush mount installation.C3-MICROPACK
$237.50 1.5 $410.00(2) CODE3 MicroPak DUAL Color high output Class I LED with push-in style flush mount installation.C3-MICROPACK-DC
$845.00 2 $1,075.00CODE3 DUAL COLOR OUTLINER 60'' INSTALLED ALONG RUNNING BOARD.C3 OUTLINER-60
$925.00 2 $1,155.00CODE3 DUAL COLOR OUTLINER 72'' INSTALLED ALONG RUNNING BOARD.C3 OUTLINER-72
$205.00 1 $320.00CODE 3 ultra thin 100W siren speaker with bracket.C3 UT-SPEAKER
BROOKINGSBROOKINGSBROOKINGSBROOKINGSBROOKINGS
$62.50 0.5 $120.00100A power distribution panel with ground 12V power/ignition/ground.AJ POWER
UNITYUNITYUNITYUNITYUNITY
$328.00 1.8 $535.00Unity left-hand pillar mounted 6'' spotlight with clear halogen bulb.L-SPOT
$628.00 1.8 $835.00UNITY Left hand spotlamp including Unity LED bulb & install kit.L-SPOT-LED
$716.00 3.6 $1,130.00Unity left & right-hand pillar mounted 6'' spotlight with clear halogen bulbLR-SPOT
$282.00 0.2 $305.00Whelen LED replacement bulb for left hand spot lamps.LED BULB
$1,089.00 0.4 $1,135.00Whelen LED replacement bulbs for left and right hand spot lamps.LED BULB 2
MISCELLANEOUS ACCESSORIESMISCELLANEOUS ACCESSORIESMISCELLANEOUS ACCESSORIESMISCELLANEOUS ACCESSORIES MISCELLANEOUS ACCESSORIES
$85.00 1 $200.00HAVIS CHARGE GUARD BATTERY RUN DOWN PROTECTION, INSTALLED.H CG-X
$150.00 2 $380.00(3) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.SLIMLITE-3
$250.00 4 $710.00(5) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.SLIMLITE-5
$380.00 3 $725.00Ecco CHMSL 3rd Brake Light Mounting Bracket, Ford F-150, with ECCO LED Minibar: Reflex, 15", 12-24VDC, 18 flash patterns, amber. Installed with Single Illuminated switch on dash.
CHMSL ECCO
GO-LIGHTGO-LIGHTGO-LIGHTGO-LIGHT GO-LIGHT
$672.50 1.5 $845.00Model 20074GT LED GoLight with wireless hand held and dash mount controlsGO-LIGHTDC
$552.50 1.5 $725.00Model 20204 LED GoLight with hard wired dash mount remoteGO-LIGHTSC
LABOR ITEMSLABOR ITEMSLABOR ITEMSLABOR ITEMS LABOR ITEMS
$50.00 2 $280.00POLICE PATROL VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.PATROL
$50.00 2 $280.00UNMARKED VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.UNMARKED
LIGHTING EQUIPMENT
chris.wilson@alanjay.com
863-402-4234
Order Code Description Part Only Labor Hrs.Installed Price
$50.00 4 $510.00FIRE COMMAND VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.FIRE COMMAND
$0.00 3 $345.00Additional labor and supplies required for install in atypical vehicle type.PITA
$0.00 1 $115.00INSTALL CUSTOMER PROVIDED ROOF MOUNTED RADIO ANTENNAANTENNA
($2.50)3.5 $400.00INSTALL CUSTOMER PROVIDED CAMERA SYSTEM WITH DVRDASH CAM
$0.00 1 $115.00LABOR RATE PER HOUR FOR FLEET INSTALLS.LABOR
$185.00 0 $185.00Custom fabricated aluminum bracket fastened to front slope of mid/high roof vans to correct the slope for Go-Light installNARWAHL
$0.00 1 $115.00INSTALL CUSTOMER PROVIDED SINGLE PIECE RADIORADIO
$0.00 2 $230.00INSTALL CUSTOMER PROVIDED 2 PIECE RADIORADIO-2
$0.00 1 $115.00INSTALL CUSTOMER PROVIDED ROOF MOUNTED GPS ANTENNAGPS
UNIVERSAL COMPUTER MOUNT SOLUTIONS
TROY PRODUCTSTROY PRODUCTSTROY PRODUCTSTROY PRODUCTS TROY PRODUCTS
$310.00 0 $310.00TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.TP CM-LT-1600
$397.50 0.5 $455.00TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).TP COMP-UNIV-SA
$532.50 0.5 $590.00TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).TP COMP-UNIV-SL
$62.00 0.2 $85.00TROY PRODUCTS LAPTOP SCREEN SUPPORT ARMTP SCREEN-ARM
$52.00 0.2 $75.00TROY PRODUCTS magnetic microphone mount. TP MAG-MIC
$12.00 0.2 $35.00TROY PRODUCTS microphone clip and clip plate. TP MIC
$417.50 0.5 $475.00TROY PRODUCTS printer insert for PocketJet printers with 2-3/8" paper roll. For for wide-body consoles with open storage.TP PRINTER-PKT
$55.00 0 $55.00TROY PRODUCTS 4" faceplate for the Arges spotlight with two (2) DC outlets and one (1) dual USB port. TP ARGES-FP
RAM MOUNTSRAM MOUNTSRAM MOUNTSRAM MOUNTS RAM MOUNTS
$697.50 1.5 $870.00RAM universal laptop mounting kit with universal cradle.RAM-VB-196-SW1
HAVIS MOUNTSHAVIS MOUNTSHAVIS MOUNTSHAVIS MOUNTS HAVIS MOUNTS
$672.50 1.5 $845.00Havis Universal compunter mount stand, cradle sold separately.PKG-PSM-UNIV
$335.00 0 $335.00Havis universal laptop tray.SET UT-1001
LIGHTING EQUIPMENT
091521-NAF
Rev. 3/2021 1
Solicitation Number: RFP #091521
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive,
Watsonville, CA 95076 (Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
federal, state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Automobiles, SUVs, Vans, and Light Trucks with
Related Equipment and Accessories from which Supplier was awarded a contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires November 8, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended one additional year
upon the request of Sourcewell and written agreement by Supplier.
C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
091521-NAF
Rev. 3/2021 2
Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity’s site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Supplier’s dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends
beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Supplier’s Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity’s requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
091521-NAF
Rev. 3/2021 3
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax-
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
x Identify the applicable Sourcewell contract number;
x Clearly specify the requested change;
x Provide sufficient detail to justify the requested change;
091521-NAF
Rev. 3/2021 4
x Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
x Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an
amendment to this Contract and will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity’s
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government-
owned facilities, including schools. Supplier’s employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
091521-NAF
Rev. 3/2021 5
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Supplier’s acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry-specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum; the terms of which will be negotiated directly between the
Participating Entity and the Supplier. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity’s requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity’s order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
091521-NAF
Rev. 3/2021 6
x Maintenance and management of this Contract;
x Timely response to all Sourcewell and Participating Entity inquiries; and
x Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, supply issues, customer
issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
x Participating Entity Name (e.g., City of Staples Highway Department);
x Participating Entity Physical Street Address;
x Participating Entity City;
x Participating Entity State/Province;
x Participating Entity Zip/Postal Code;
x Participating Entity Contact Name;
x Participating Entity Contact Email Address;
x Participating Entity Contact Telephone Number;
x Sourcewell Assigned Entity/Participating Entity Number;
x Item Purchased Description;
x Item Purchased Price;
x Sourcewell Administrative Fee Applied; and
x Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
091521-NAF
Rev. 3/2021 7
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above “Attn: Accounts Receivable” or remitted electronically to
Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract’s expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If
Supplier’s Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
091521-NAF
Rev. 3/2021 8
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party.For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master-servant, or principal-agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or
omission in the performance of this Contract by the Supplier or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications. Sourcewell’s
responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota
Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and
license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell’s relationship with
Supplier.
b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and
license to use Supplier’s trademarks in advertising and promotional materials for the
purpose of marketing Supplier’s relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
091521-NAF
Rev. 3/2021 9
resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in
advertising and promotional materials for the purpose of marketing the Parties’ relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other party’s trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party’s trademarks only in good faith and in a dignified manner consistent with
such party’s use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed
catalog of suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell’s written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
091521-NAF
Rev. 3/2021 10
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party’s reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
091521-NAF
Rev. 3/2021 11
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non-defaulting
party may:
x Exercise any remedy provided by law or equity, or
x Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers’ Compensation and Employer’s Liability.
Workers’ Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office (“ISO”) Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products-completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products-Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non-owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
091521-NAF
Rev. 3/2021 12
no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer’s Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier’s
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data – including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier’s commercial
general liability insurance policy with respect to liability arising out of activities, “operations,” or
“work” performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is
091521-NAF
Rev. 3/2021 13
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self-insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self-insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
091521-NAF
Rev. 3/2021 14
21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to “federal” should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier’s Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319,
12935, 3 C.F.R. §, 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 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated
herein by reference.
B. 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 C.F.R. § 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 C.F.R. § 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. Supplier must be in
compliance with all applicable Davis-Bacon Act provisions.
091521-NAF
Rev. 3/2021 15
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award
meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with 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 C.F.R. § 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. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names
091521-NAF
Rev. 3/2021 16
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have 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. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier’s personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). 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
091521-NAF
Rev. 3/2021 17
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 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.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this
Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to
the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract
or any purchase by an authorized user.
O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor
acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to
the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal
debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and
benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell,
and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work
under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part
200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the
U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or
potential conflict; and provide any additional information as necessary or requested.
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive
Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to
individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will
comply with applicable requirements of 2 C.F.R. § 200.216.
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that
during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322.
091521-NAF
Rev. 3/2021 18
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days’ written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Supplier’s
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell 72 Hour LLC dba: National Auto
Fleet Group
By: __________________________ By: __________________________
Jeremy Schwartz Jesse Cooper
Title: Chief Procurement Officer Title: Fleet Manager
Date: ________________________
Date: ________________________
Approved:
By: __________________________
Chad Coauette
Title: Executive Director/CEO
Date: ________________________
5)3$XWRPRELOHV689V9DQVDQG/LJKW7UXFNVZLWK
5HODWHG(TXLSPHQWDQG$FFHVVRULHV
9HQGRU'HWDLOV
&RPSDQ\1DPH+285//&
'RHV\RXUFRPSDQ\FRQGXFW
EXVLQHVVXQGHUDQ\RWKHUQDPH",I
\HVSOHDVHVWDWH
1DWLRQDO$XWR)OHHW*URXS
$GGUHVV
$XWR&HQWHU'ULYH
:DWVRQYLOOH&$
&RQWDFW-HVVH&RRSHU
(PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
3KRQH
)D[
+67
6XEPLVVLRQ'HWDLOV
&UHDWHG2Q7XHVGD\$XJXVW
6XEPLWWHG2Q7XHVGD\6HSWHPEHU
6XEPLWWHG%\-HVVH&RRSHU
(PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
7UDQVDFWLRQGHGHHIEEHIGEG
6XEPLWWHU
V,3$GGUHVV
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
6SHFLILFDWLRQV
7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV
*HQHUDO,QVWUXFWLRQVDSSOLHVWRDOO7DEOHV6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXU
UHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RXSUHIHUDEO\ZLWKDQ
H[SODQDWLRQ
/LQH,WHP 4XHVWLRQ 5HVSRQVH
3URSRVHUௐ/HJDOௐ1DPHௐRQHௐOHJDOௐHQWLW\ௐRQO\ௐௐ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐ
DVௐ6XSSOLHU
ௐ+RXUௐ//&
,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ
3URSRVDO
:&$)ௐ//&:&'-5ௐ//&
$ODQௐ-D\ௐ$XWRPRWLYHௐ,QF
,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU
VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ
/LQHௐௐDERYH
1$)*ௐKDVௐQXPHURXVௐVXEVLGLDULHVௐDQGௐ'%$
VௐLQFOXGLQJௐEXWௐQRWௐOLPLWHGௐWR1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ
&KHYUROHWௐRIௐ:DWVRQYLOOH:DWVRQYLOOHௐ)RUG
:DWVRQYLOOHௐ&'-5
:DWVRQYLOOHௐ)OHHWௐ*URXS$ODQௐ-D\ௐ&KU\VOHUௐ-HHSௐ,QF
$ODQௐ-D\ௐ&KHYUROHWௐ&DGLOODF
$ODQௐ-D\ௐ%XLFNௐ*0&$ODQௐ-D\ௐ$XWRௐ2XWOHW
&OHZLVWRQௐ0RWRUௐ&RPSDQ\ௐ,QF
$ODQௐ-D\ௐ&KU\VOHUௐ'RGJHௐ5DPௐ-HHS$ODQௐ-D\ௐ/LQFROQ
$ODQௐ-D\ௐ)RUG$ODQௐ-D\ௐ1LVVDQ$ODQௐ-D\ௐ7R\RWD
3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ
3URSRVHUௐZHEVLWHௐDGGUHVVௐRUௐDGGUHVVHVZZZ1DWLRQDO$XWR)OHHW*URXSFRP
3URSRVHU
Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQHௐ7KHௐUHSUHVHQWDWLYHௐ
PXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐ
RIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐ
FRQWUDFW
-HVVHௐ&RRSHU)OHHWௐ0DQDJHU
ௐ$XWRௐ&HQWHUௐ'ULYH
:DWVRQYLOOHௐ&$ௐ
-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
3URSRVHU
VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐQDPHௐWLWOHௐ
DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH
-HVVHௐ&RRSHU
)OHHWௐ0DQDJHU
ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
3URSRVHU
VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH&ODUNHௐ&RRSHU)OHHWௐ0DQJHU
ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ
&ODUNH&RRSHU#ZDWVRQYLOOHIOHHWJURXSFRP
7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK
/LQH,WHP 4XHVWLRQ 5HVSRQVH
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐ
LQGXVWU\ௐORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐVWDUWHGௐDVௐDௐQHZௐGLYLVLRQௐRIௐௐ+RXUௐ//&ௐLQௐWKHௐVXPPHUௐRIௐௐLQௐWKHௐKHDUWௐRIௐ6RXWKHUQௐ&DOLIRUQLDௐ:HௐEHJDQௐRXUௐQHWZRUNௐZLWKௐDௐVLQJOHௐDXWRPRELOHௐGHDOHUVKLSௐDQGௐKDYHௐQRZௐ
JURZQௐRXUௐQHWZRUNௐWRௐHQFRPSDVVௐQXPHURXVௐGHDOHUVKLSVௐORFDWHGௐLQௐDQGௐRXWVLGHௐRIௐ&DOLIRUQLDௐ
:HௐVWDQGௐE\ௐSURYLGLQJௐRSSRUWXQLWLHVௐIRUௐDGYDQFHPHQWௐE\ௐKLULQJௐDQGௐSURPRWLQJௐIURPௐZLWKLQௐRXUௐ
RUJDQL]DWLRQௐ0DQ\ௐRIௐWKHௐ)OHHWௐ0DQDJHUVௐZKRௐVWDUWHGௐZLWKௐXVௐLQௐௐDUHௐVWLOOௐZLWKௐXVௐWRGD\ௐ
7KURXJKௐWKHௐ\HDUVௐZHௐKDYHௐHYROYHGௐDQGௐDGDSWHGௐWRௐWKHௐQHZௐWHFKQRORJ\ௐGULYHQௐWUHQGVௐWKDWௐDUHௐ
UHYROXWLRQL]LQJௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐWRGD\ௐ+RZHYHUௐRXUௐEUDQG¶VௐIXQGDPHQWDOௐFRUHௐYDOXHVௐKDYHௐUHPDLQHGௐXQFKDQJHGௐ±ௐ:HௐDUHௐFRPPLWWHGௐWRௐGRௐULJKWௐIRUௐWKHௐPHPEHUVௐ,IௐZHௐWDNHௐFDUHௐRIௐWKHPௐWKH\ௐ
ZLOOௐLQௐUHWXUQௐWDNHௐFDUHௐRIௐXVௐ
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐRSHUDWLRQDOௐEOXHSULQWௐDQGௐEXVLQHVVௐSKLORVRSK\ௐKDVௐDOZD\VௐEHHQௐWKHௐ³ௐ
5,*+7¶V´ௐIRUௐHYHU\ௐPHPEHUௐ:HௐGHOLYHUௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDWௐ
WKHௐ5,*+7ௐSULFHௐ
7KHௐLQWHJULW\ௐRIௐRXUௐEXVLQHVVௐVWHPVௐRQௐRXUௐGHHSௐIDPLO\ௐURRWVௐLQௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐ:HௐDUHௐDQGௐDOZD\VௐZLOOௐEHௐIDPLO\ௐRZQHGௐDQGௐRSHUDWHGௐZLWKௐRXUௐIXWXUHௐJHQHUDWLRQVௐDOUHDG\ௐLQௐWKHLUௐLQIDQWௐVWDJHVௐWRGD\ௐ:HௐDUHௐFRPPLWWHGௐWRௐSLRQHHULQJௐRXUௐLQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH
:KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG",IௐDZDUGHGௐWKLVௐZRXOGௐEHௐRXUௐWKௐ6RXUFHZHOOௐ&RQWUDFWௐDQGௐZHௐZRXOGௐH[HFXWHௐDVௐVXFKௐ:HௐZLOOௐFRQWLQXHௐWRௐVHUYHௐ\RXUௐPHPEHUVௐDQGௐSURYLGHௐWKHPௐZLWKௐH[FHOOHQWௐFXVWRPHUௐVHUYLFHௐZKLOHௐFRQWLQXLQJௐWRௐDGYDQFHௐFXVWRPHUௐVDWLVIDFWLRQௐ$ORQJௐZLWKௐLPSOHPHQWLQJௐQHZௐEXVLQHVVௐJURZWKௐVWUDWHJLHVௐWKDWௐZLOOௐ
XOWLPDWHO\ௐODXQFKௐXVௐLQWRௐQHZௐKHLJKWVௐRQFHௐDJDLQௐ
)XUWKHUPRUHௐZHௐZLOOௐODXQFKௐRXUௐ3DUWQHUௐ3URJUDPௐGHWDLOHGௐLQௐWKHௐDWWDFKHGௐ³PDUNHWLQJௐ3ODQௐ
&RPSUHVVHG´ௐ=LSௐILOHௐ7KLVௐQH[WௐJHQHUDWLRQௐDSSOLFDWLRQௐZLOOௐJLYHௐPHPEHUVௐWKHௐSRZHUௐWRௐVHOHFWௐXSILWWHUVௐWKH\ௐZRXOGௐOLNHௐ1$)*ௐWRௐSDUWQHUௐZLWKௐLQௐSURYLGLQJௐVDWLVIDFWRU\ௐTXRWHVௐDQGௐVHUYLFHௐ:HௐVHHௐWUHPHQGRXVௐ
YDOXHௐLQௐEXLOGLQJௐRXWௐWKHVHௐPXWXDOO\ௐEHQHILFLDOௐSDUWQHUVKLSVௐVRௐZHௐFDQௐSURYLGHௐௐVDWLVIDFWRU\ௐ
WXUQNH\ௐVROXWLRQVௐWRௐWKHௐPHPEHUV
'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐ
PHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐ
ILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ
8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐDVௐDSSOLFDEOHௐLQௐWKHௐ
GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
7RௐGHPRQVWUDWHௐ1$)*¶VௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZHௐKDYHௐXSORDGHGௐ%DQNௐ&RPPLWPHQWௐOHWWHUVௐ
XQGHUௐWKHௐ)LQDQFLDOௐ6WUHQJWKௐ6HFWLRQௐRIௐWKHௐRQOLQHௐDSSOLFDWLRQௐ:HௐKDYHௐDௐGLUHFWௐOLQHௐRIௐFUHGLWௐRIௐ
ௐWKDWௐZHௐDUHௐFXUUHQWO\ௐXWLOL]LQJௐZLWKௐRXUௐFXUUHQWௐDQGௐSDVWௐ6RXUFHZHOOௐ&RQWUDFWVௐ+RZHYHUௐWKLVௐQXPEHUௐLVௐQRWௐFDSSHGௐDVௐZHௐKDYHௐWKHௐIUHHGRPௐWRௐH[WHQGௐWKHௐFDSௐWRௐDFFRPPRGDWHௐWKHௐUHYROYLQJௐ
QHHGVௐRIௐWKHௐPHPEHUVௐ
5HIHUHQFHGௐEHORZௐLVௐDௐVKRUWௐUHJLVWHUௐRIௐVRPHௐRIௐRXUௐPDUNHWௐVXFFHVVௐIURPௐDZDUGHGௐJRYHUQPHQWௐ
FRQWUDFWVௐWKDWௐHQFRPSDVVௐRYHUௐௐZRUWKௐRIௐSURGXFWVௐDQGௐJRRGVௐXQGHUௐRXUௐFXUUHQWௐ6RXUFHZHOOௐ&RQWUDFWௐ
$ௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
%ௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
&ௐ*RYHUQPHQWௐ)OHHWௐ$UWLFOHௐ+LJKOLJKWLQJௐRXUௐWUDQVDFWLRQௐZLWKௐWKHௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐSURFXULQJௐRYHUௐௐ3ROLFHௐYHKLFOHVௐWKURXJKௐ1$)*ௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
'ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ:RUOGௐ$LUSRUWVௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)ௐIRUௐWKHௐSURFXUHPHQWௐRIௐௐYHKLFOHV
(ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐ([WHQVLRQௐWRௐௐௐFRQWUDFWௐXQGHUௐ6RXUFHZHOOௐ
&RQWUDFWௐ1$)
)ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐIRUௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
*ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ5HQHZDOௐIRUௐDQRWKHUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐ1$)
+ௐ&LW\ௐRIௐ&RVWDௐ0HVDௐ&$ௐ&RQWUDFWௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
,ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐFXUUHQWௐ&ODVVௐௐௐDQGௐௐ&KDVVLVௐ&RQWUDFWௐ1$)
-ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐ&XUUHQWௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
:HௐKDYHௐDOVRௐDWWDFKHGௐRXUௐ&RPPLWPHQWௐ/HWWHU¶VௐIRUௐXQSDUDOOHOௐVXSSRUWௐIURPௐOHDGLQJௐQDWLRQDOO\ௐ
UHFRJQL]HGௐXSILWௐVXSSOLHUVௐVXFKௐ7KHௐ.QDSKHLGHௐ0DQXIDFWXULQJௐ&RPSDQ\ௐ$ORQJௐZLWKௐUHJLRQDOௐVXSSOLHUVௐVXFKௐDVௐ%UDQGௐ);ௐDQGௐ3KHQL[ௐ7UXFNௐ%RG\ௐORFDWHGௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐVHUYHௐDVௐUHJLRQDOௐVXSSRUWௐORFDWLRQVௐZKRPௐZHௐRIWHQௐZRUNௐDORQJVLGHௐWRௐIXOILOOௐDOOௐPHPEHUௐQHHGVௐZLWKௐSDVWௐSUHVHQWௐDQGௐIXWXUHௐ
RUGHUVௐZLWKௐ1$)*ௐ
,QFOXGHGௐDUHௐDOVRௐ8SILWWHUௐ5HFRPPHQGDWLRQௐOHWWHUVௐWRௐLOOXVWUDWHௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐ
WDNHQௐDௐSURDFWLYHௐLQWHUHVWௐLQௐEXLOGLQJௐPXWXDOO\ௐEHQHILFLDOௐUHODWLRQVKLSௐZLWKௐRXUௐXSILWWHUVௐ0XWXDOLW\ௐDQGௐUHFLSURFLW\ௐUHODWLRQVKLSVௐEHWZHHQௐERG\ௐFRPSDQLHVௐDQGௐRXUௐGHDOHU¶VௐDUHௐWZRௐRIௐWKHௐNH\ௐFRPSRQHQWVௐ
WKDWௐKHOSௐPHPEHUVௐUHFHLYHௐZKDWௐWKH\ௐQHHGௐLQௐDௐVPRRWKௐDQGௐHIILFLHQWௐIDVKLRQௐ
,QௐDGGLWLRQௐWKHௐDGRSWLRQௐRIௐRXUௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐIURPௐ$QQHௐ$UXQGHOௐ&RXQW\ௐLQௐWKHௐVWDWHௐRIௐ
0DU\ODQGௐLVௐDVௐDQௐH[DPSOHௐRIௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWUDFWVௐDQGௐUHWDLQVௐQHZௐFOLHQWVௐE\ௐ
GHPRQVWUDWLQJௐWRௐWKHPௐWKHUH¶VௐDௐEHWWHUௐDQGௐPRUHௐHIILFLHQWௐZD\ௐRIௐILQGLQJௐWXUQNH\ௐVROXWLRQV
/DVWO\ௐZHௐKDYHௐDWWDFKHGௐVXSSRUWLQJௐGRFXPHQWVௐWKDWௐKHOSௐHPSKDVL]HௐDQGௐH[HPSOLI\ௐRXUௐJURZWKௐVLQFHௐ
RXUௐILUVWௐDZDUGHGௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐௐ:HௐVLQFHUHO\ௐKRSHௐLWௐKHOSVௐSRUWUD\ௐRXUௐFRPPLWPHQWௐWRௐEXLOGLQJௐOLIHORQJௐUDSSRUWௐDQGௐWUXVWௐZLWKௐRXUௐSDUWQHUௐXSILWWHUVௐDQGௐPHPEHUV
:KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"ௐ2IௐRXUௐUHVSHFWLYHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐWKHௐ86ௐPDUNHWௐVKDUHௐLVௐHVWLPDWHGௐWRௐEHௐௐ±ௐ
:KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐ
WKDWௐ\RXௐDUHௐSURSRVLQJ"
,WௐLVௐGLIILFXOWௐWRௐHVWLPDWHௐWKHௐPDUNHWௐVKDUHௐIRUௐWKHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐKRZHYHUௐZHௐ
HVWLPDWHௐWKDWௐLWௐVKRXOGௐEHௐWKHௐVDPHௐௐௐௐRIௐWKHௐ86ௐVKDUH
+DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO1R
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
+RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐ
SURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐHLWKHUௐDௐRUௐEௐMXVWௐEHORZௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQDௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ
GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐVLPLODUௐHQWLW\ௐSURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ
GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐWKHௐ
SURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG"
Eௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ
PDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐZLWKௐ
\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐ
VHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\"
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐDௐGHDOHUௐQHWZRUNௐEHVWௐFDWHJRUL]HGௐDVௐ³$´ௐௐ'LVWULEXWHU'HDOHU5HVHOOHUௐDQGௐ'HDOHUௐ3DUWQHUௐIRUௐௐ2(0ௐ0DQXIDFWXUHUVௐLQFOXGLQJௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ&KHYUROHWௐ5$0ௐ
*0&ௐ%XLFNௐ&KU\VOHUௐ'RGJHௐ-HHSௐ7R\RWDௐ1LVVDQௐ.,$ௐ%0:ௐ+RQGDௐ&DGLOODFௐDQGௐ9RONVZDJHQௐ$OOௐRUGHUVௐDUHௐSODFHGௐZLWKௐWKHௐIUDQFKLVHGௐGHDOHUௐDQGௐXOWLPDWHO\ௐWLWOHGௐGLUHFWO\ௐWRௐWKHௐPHPEHUௐ$OOௐDSSURSULDWHௐFHUWLILFDWLRQௐFHUWLILFDWHVௐDQGௐDXWKRUL]HGௐ'09)DFWRU\ௐOLFHQVHVௐPD\ௐEHௐIRXQGௐLQௐWKHௐ³5HODWHGௐ
&HUWLILFDWLRQ´ௐVHFWLRQௐXSORDGHGௐWRௐWKLVௐ5)3ௐ,WௐVKRXOGௐEHௐQRWHGௐZHௐGRௐQRWௐVHOOௐXVHGௐHTXLSPHQWௐWRௐPHPEHUV
,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐKHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ
LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVHௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3
5HTXLUHGௐOLFHQVHVௐLQFOXGHௐDௐ'HDOHU¶Vௐ/LFHQVHௐDௐ)UDQFKLVHௐLVVXHGௐE\ௐWKHௐ0DQXIDFWXUHௐDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐDVௐZHOOௐDVௐDௐ5HVHOOHU¶VௐSHUPLWௐOLFHQVHௐ$OOௐZKLFKௐ1$)*ௐDQGௐ'HDOHUௐ3DUWQHU¶VௐKROGௐ3OHDVHௐUHYLHZௐRXUௐDWWDFKPHQWௐGRFXPHQWVௐLQௐVHFWLRQௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐIRUௐOLFHQVHVௐ
WKDWௐZHௐHLWKHUௐVROHO\ௐRZQௐRUௐDUHௐMRLQWO\ௐRZQHGௐE\ௐRXUௐSDUWQHUௐGHDOHUVௐWKDWௐSHUWDLQௐWRௐWKLVௐ5)3ௐ$ௐOLVWௐRIௐDOOௐRXUௐOLFHQVHVௐDUHௐEHORZௐVRPHௐRIௐZKLFKௐPD\ௐQRWௐSHUWDLQௐWRௐFODVVௐௐEXWௐWRௐFODVVௐௐ
&$ௐ&HUWLILFDWHௐRIௐ*RRGௐ6WDQGLQJௐ6WDWHௐRIௐ)ORULGDௐ/LFHQVHௐ&HUWLILFDWHVௐ9)
9)9)
9)
9)9)
9)
9)9)
9)
9)&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ
&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ
'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ
'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ%XUHDXௐRIௐ$XWRPRWLYHௐUHSDLUௐ5HJLVWUDWLRQௐௐ$5'ௐ&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ
&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ)LFWLWLRXVௐ%XVLQHVVௐ1DPHVௐIURPௐ6DQWDௐ&UX]ௐ&RXQW\ௐIRUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ)%1ௐ
&DOLIRUQLDௐ*HQHUDOௐ5HVDOHௐ&HUWLILFDWHௐ'XQௐ ௐ%UDGVWUHHWௐ1XPEHUௐ*RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&HUWLILFDWH
*RYHUQPHQWௐRIௐWKHௐ'LVWULFWௐRIௐ&ROXPELDௐ7D[ௐ5HJLVWUDWLRQௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ7D[ௐ5HJLVWUDWLRQௐ
*RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&/($1ௐ+$1'6ௐ&(57,),&$7,21
6DQௐ'LHJRௐ)UHLJKWOLQHUௐ6HOOHU¶Vௐ3HUPLW&RPPRQZHDOWKௐRIௐ9LUJLQLDௐ6WDWHௐ&RUSRUDWLRQௐ&RPPLVVLRQௐ&HUWLILFDWHௐ
6WDWHௐRIௐ0DU\ODQGௐ*RRGௐ6WDQGLQJௐ&HUWLILFDWHௐ
.DQVDVௐ'HSDUWPHQWௐRIௐ5HYHQXHௐIRUௐ.DQVDVௐ&LW\ௐ3HWHUELOW1HZௐ-HUVH\ௐ'HSDUWPHQWௐRIௐ7UHDVXU\ௐ5HJLVWUDWLRQௐ&HUWLILFDWH
1HZௐ-HUVH\ௐ%XVLQHVVௐ5HJLVWUDWLRQௐ
1RWLFHௐRIௐ&RPSOLDQFHௐRIௐWKHௐ&DQWRQௐ&LW\ௐ&RGLILHGௐ2UGLQDQFHௐ(PSOR\HHௐ,QIRUPDWLRQௐ5HSRUWௐIRUௐWKHௐ6WDWHௐRIௐ1HZௐ-HUVH\ௐ
6WDWHௐRIௐ0DU\ODQGௐ1HZௐ6DOHVௐDQGௐ8VHௐWD[ௐ/LFHQVHௐ
&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐௐ6RXWKௐ&DUROLQDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐ1XPEHUௐ
6WDWHௐRIௐ6RXWKௐ&DUROLQDௐ5HWDLOௐ/LFHQVHௐ&RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ:HVWௐ9LUJLQLDௐ'HDOHUௐ/LFHQVHௐ
&RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ7HQQHVVHHௐ9HKLFOHௐ'HDOHUௐ/LFHQVH
3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐ
KDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV
1RWௐ$SSOLFDEOHௐQRQH
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV
/LQH,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐ
WKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐUHFHLYHGௐLWVௐPRVWௐSUHVWLJLRXVௐDZDUGௐIRUௐ7RSௐ3ODFHPHQWௐZLWKLQௐ)RUGௐ0RWRUௐ
&RPSDQ\ௐDVௐWKHௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐ,QௐDGGLWLRQௐRXUௐ&KHYUROHWௐEUDQGௐZDVௐKLJKO\ௐ
UDQNHGௐDQGௐKRQRUHGௐௐFRQVHFXWLYHௐ\HDUVௐE\ௐ*HQHUDOௐ0RWRUV
:KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ
JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV
:LWKLQௐRXUௐIOHHWௐGLYLVLRQௐௐRIௐRXUௐFRQWUDFWVௐZLWKLQௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDYHௐEHHQௐZLWKௐJRYHUQPHQWௐ
DFFRXQWV
:KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :LWKLQௐWKHௐSDVWௐௐ\HDUVௐௐRIௐRXUௐVDOHVௐKDYHௐEHHQௐWRௐJRYHUQPHQWௐDFFRXQWVௐௐRIௐZKLFKௐDUHௐZLWKLQௐWKHௐHGXFDWLRQௐVHFWRU
/LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ
\HDUV"
:HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐ,QௐDGGLWLRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFW¶VௐௐௐDQGௐௐWKDWௐZHௐKDYHௐPDLQWDLQHGௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDVௐVROGௐFRPELQHGௐQRUWKௐRIௐௐPLOOLRQௐRIௐ&RPELQHGௐ4XDUWHUO\ௐ
6DOHV
/LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ
$UUDQJHPHQWVௐ626$ௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐ
DQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV"
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐIRFXVௐOLHVௐRQௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)*ௐKROGVௐQRௐRWKHUௐ*6$ௐ
FRQWUDFWௐ6WDQGLQJௐ2IIHUVௐRUௐ6XSSO\ௐ$UUDQJHPHQWVௐRWKHUௐWKDQௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐௐ2XUௐ
DQQXDOௐVDOHVௐYROXPHௐLVௐHVWLPDWHGௐWRௐEHௐQRUWKௐRIௐௐPLOOLRQ
7DEOH5HIHUHQFHV7HVWLPRQLDOV
/LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV
(QWLW\1DPH
&RQWDFW1DPH
3KRQH1XPEHU
3RUWௐRIௐ/RVௐ$QJHOHVௐ&$ 0Uௐ'DYHௐ&RPHU
&RXQW\ௐRIௐ9HQWXUHௐ&$ 0Uௐ-RUJHௐ%QLOOD
&LW\ௐRIௐ$XVWLQௐ7; 0Uௐ0DWWௐ6DJHU
&RXQW\ௐRIௐ6DQௐ-RDTXLQௐ&$ 0Uௐ'DYLGௐ0\HUV
&LW\ௐRIௐ3DORௐ$OWRௐ&$0Vௐ'DQLWUDௐ%DKOPDQ
7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV
/LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUVHQWLW\QDPHLVRSWLRQDOLQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKH
HQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFWVVL]HRIWUDQVDFWLRQVDQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV
(QWLW\1DPH (QWLW\7\SH
6WDWH3URYLQFH
6FRSHRI:RUN
6L]HRI7UDQVDFWLRQV
'ROODU9ROXPH3DVW7KUHH
<HDUV
&LW\ௐRIௐ$XVWLQ *RYHUQPHQW 7H[DV7; 3XUFKDVHU ௐ9HKLFOHVௐDWௐRQFHௐ9DQVௐ
DQGௐ689V
2YHUௐ0
/RVௐ$QJHOHVௐ
'HSDUWPHQWௐRIௐ
:DWHUௐDQGௐ3RZHU
*RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ9HKLFOHVௐ9DQVௐDQGௐ
689V
2YHUௐ0
3RUWௐRIௐ/RVௐ
$QJHOHV
*RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0
$QQHௐ$UXQGHOௐ&RXQW\*RYHUQPHQW 0DU\ODQG0' 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0
&LW\ௐRIௐ6DQௐ'LHJR *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐ689
2YHUௐ0
7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH
'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH<RXUUHVSRQVHVKRXOGDGGUHVV
LQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUVIXOOWLPHHTXLYDOHQWVLQYROYHGLQHDFKVHFWRU
ZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHVRUHPSOR\HHVRIDWKLUGSDUW\DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
6DOHVௐIRUFH 2XUௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐDQGௐDQௐLQGLUHFWௐVDOHVௐIRUFHௐ2XUௐGLUHFWௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐ
HPSOR\HHVௐDQGௐSDUWQHUௐGHDOHUVௐZKLFKௐH[FHHGVௐDQௐHPSOR\HHௐFRXQWௐRIௐௐSHUVRQQHOௐERWKௐIXOOௐWLPHௐDQGௐSDUWௐWLPHௐ0DQ\ௐRIௐRXUௐVDOHVௐIRUFHௐDUHௐVSUHDGௐDFURVVௐWKHௐ86ௐDQGௐZHௐOHYHUDJHௐRXUௐUHODWLRQVKLSVௐZLWKௐ
RXUௐODUJHUௐFODVVௐGHDOHUVKLSVௐWRௐVHUYLFHௐWKHௐPHPEHUVௐORZHUௐFODVVௐYHKLFOHௐQHHGVௐDVௐZHOOௐ$ௐFURVVௐVDOHVௐ
IRUFHௐ7KHVHௐLQGLYLGXDOVௐKHOSௐVXSSRUWௐRXUௐGHDOHUVKLSVௐDQGௐ1$)*ௐ)OHHWௐ'LYLVLRQௐGLUHFWO\ௐ2QௐWKHௐRWKHUௐKDQGௐRXUௐLQGLUHFWௐVDOHVௐIRUFHௐPDGHௐXSௐRIௐXSILWWHUVௐDQGௐSDUWQHUௐVXSSOLHUVௐFRQVLVWVௐRIௐRYHUௐௐSHUVRQQHOௐ
ZLWKௐRXUௐSDUWQHUௐQHWZRUNௐDQGௐVDOHVௐIRUFHௐJURZLQJௐDQQXDOO\ௐ
:LWKௐERWKௐGLUHFWௐDQGௐLQGLUHFWௐVDOHVௐIRUFHௐVWDIIௐZRUNLQJௐWRJHWKHUௐ1$)*ௐKDVௐEHHQௐDEOHௐWRௐVXFFHVVIXOO\ௐ
JURZௐPDLQWDLQௐDQGௐVHUYLFHௐWKHௐGHPDQGௐRIௐWKHௐPHPEHUVௐ$VௐWKHௐQXPEHUௐRIௐ\RXUௐPHPEHUVௐJURZௐZHௐZLOOௐ
FRQWLQXRXVO\ௐZHOFRPHௐPRUHௐVWDIIௐWRௐQRWௐRQO\ௐPHHWௐFXVWRPHUௐGHPDQGௐEXWௐDOVRௐWRௐH[FHHGௐFXVWRPHUௐH[SHFWDWLRQV
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 2XUௐIUDQFKLVHௐQHWZRUNௐLQௐ&DQDGDௐDQGௐWKHௐ86ௐLVௐIRUWXQDWHO\ௐVHFRQGௐWRௐQRQHௐ2XUௐௐSURSRVHGௐ2(06ௐSUHYLRXVO\ௐPHQWLRQHGௐDOOௐRIௐZKLFKௐKDYHௐHVWDEOLVKHGௐDௐSUHVHQFHௐQDWLRQZLGHௐZLWKௐIDFWRU\ௐVWRUHVௐ
VWUDWHJLFDOO\ௐSODFHGௐZKHUHௐDOOௐPHPEHUVௐFDQௐUHFHLYHௐVHUYLFHௐDQGௐFRPSOHWHௐZDUUDQW\ௐUHSDLUVௐZLWKௐWKHLUௐUHVSHFWLYHௐSURGXFWV
ௐ6LPSOHௐSXWௐWKHௐ1RUWKௐ$PHULFDQௐDQGௐ&DQDGLDQௐDXWRPRELOHௐVXSSO\ௐFKDLQௐQHWZRUNௐLVௐRQHௐRIௐWKHௐEHVWௐLQௐWKHௐZRUOGௐ2IௐWKHௐௐEUDQGVௐZHௐUHSUHVHQWௐWKHௐ2(0VௐKDYHௐSXWௐLQௐSODFHௐDௐGHDOHUௐQHWZRUNௐDFURVVௐDOOௐௐ
VWDWHVௐWKDWௐZLOOௐDOORZௐXVௐWRௐEHVWௐVHUYHௐDOOௐPHPEHUV
6HUYLFHௐIRUFH 7KHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐKDYHௐWKRXVDQGVௐRIௐVHUYLFHௐORFDWLRQVௐWKDWௐZRXOGௐEHௐHDVLO\ௐDFFHVVLEOHௐWRௐDOOௐ\RXUௐPHPEHUVௐ6HUYLFHௐFHQWHUVௐDQGௐZDUUDQW\ௐUHSDLUௐIDFLOLWLHVௐIRUௐDOOௐௐ2(0VௐDUHௐDPSOHௐDQGௐ
UHDG\ௐWRௐKHOSௐVHUYLFHௐRXUௐPHPEHUVௐDQGௐWKHLUௐQHHGVௐ+RZHYHUௐ$ODVNDௐDQGௐ+DZDLLௐPD\ௐEHௐH[FHSWLRQVௐ
DVௐWKH\ௐPD\ௐKDYHௐIDUWKHUௐGLVWDQFHVௐEHWZHHQௐIUDQFKLVHVௐZKHUHௐPHPEHUVௐFDQௐXWLOL]HௐWKHௐUHSDLUௐVHUYLFHV
'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐ
KDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ3URSRVHUௐDQGௐRWKHUV
7KHௐPHPEHUௐPD\ௐRUGHUௐWKHLUௐYHKLFOHVௐE\ௐQDYLJDWLQJௐWRௐRXUௐZHEVLWHௐZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐ
DQGௐJRLQJௐWKURXJKௐWKHௐVWHSE\VWHSௐSURFHVVௐWRௐJHQHUDWHௐDQௐRQOLQHௐTXRWHௐRUௐE\ௐFDOOLQJௐRQHௐRIௐRXUௐUHSUHVHQWDWLYHVௐDWௐௐRUௐE\ௐVHQGLQJௐ1$)*ௐDQௐHPDLOௐDWௐ)OHHW#1DWLRQDO$XWR)OHHW*URXSFRPௐ2UGHUVௐDUHௐWKHQௐSURFHVVHGௐGLUHFWO\ௐWRௐWKHௐPDQXIDFWXUHUௐZKRௐZLOOௐZRUNௐWRௐVXSSO\ௐWKHௐYHKLFOHௐWRௐWKHௐVKLS
WRௐORFDWLRQௐIRUௐXSILWWLQLJௐRUௐHQGௐXVHUௐGHVLUHGௐGHOLYHU\ௐORFDWLRQ
'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐSURJUDPௐLIௐDSSOLFDEOHௐௐ
,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐVHUYLFHௐJRDOVௐRUௐ
SURPLVHV
7RௐEHVWௐGHPRQVWUDWHௐRXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPௐNLQGO\ௐUHIHUHQFHௐWKHௐ=,3ௐILOHௐ³0HPEHUௐ:DONௐ7KURXJK´ௐWKDWௐLVௐDWWDFKHGௐLQௐWKHௐ$GGLWLRQDOௐ'RFXPHQWVௐIROGHUௐ3OHDVHௐEHJLQௐZLWKௐDQGௐUHYLHZௐLQௐRUGHUௐWKDWௐ
LVௐH[SODLQHGௐEHORZௐ
+RZௐ0HPEHUVௐ&DQௐ*HWௐ4XRWHVௐ2QOLQHௐௐ$ௐPHPEHUௐFDQௐREWDLQௐPRVWௐTXRWHVௐE\ௐYLVLWLQJௐRXUௐZHEVLWHௐ
ZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐZKHUHௐDௐVLPSOHௐRQHௐVWHSௐIRUPௐLVௐQHHGHGௐIRUௐUHJLVWUDWLRQௐ7KLVௐLVௐWRௐSURWHFWௐWKHௐSULFHௐLQIRUPDWLRQௐIURPௐQRQPHPEHUVௐ2QFHௐDௐPHPEHUௐUHJLVWHUVௐWKH\ௐZLOOௐUHFHLYHௐDQௐ
DXWRPDWHGௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐYLGHRௐRQௐKRZௐWRௐXVHௐRXUௐVLWHௐ0HPEHUVௐZLOOௐJDLQௐDFFHVVௐWRௐ
WKHUHௐYHU\ௐRZQௐGDVKERDUGௐZKLFKௐZLOOௐKRXVHௐDOOௐWKHUHௐTXRWHVௐLQௐRQHௐVDIHௐVHFXUHௐORJLQௐ0HPEHU¶VௐFDQௐVHOHFWௐZKLFKௐEUDQGௐWKH\ௐDUHௐORRNLQJௐIRUௐDQGௐPRGHOௐ\HDUௐ2XUௐVLWHௐVKRZVௐDOOௐWKHௐFDWHJRULHVௐWKHௐEUDQGௐ
RIIHUVௐVXFKௐDVௐ&DUVௐ9DQVௐ689¶Vௐ7UXFNVௐDQGௐ&KDVVLVௐ&DEVௐ0HPEHUVௐZLOOௐWKHQௐEHௐDEOHௐWRௐGULOOௐGRZQௐ
IRUௐWKHௐULJKWௐVHOHFWLRQௐE\ௐSLFNLQJௐIURPௐWKHௐILOWHUௐPHQXௐRIௐZKDWௐFDEௐWKHUHௐORRNLQJௐIRUௐ5HJXODUௐ([WHQGHGௐRUௐ&UHZௐWRௐௐZKHHOௐRUௐௐZKHHOௐGULYHௐGRZQௐWRௐWKHௐEHGௐOHQJWKௐWKHUHௐORRNLQJௐIRUௐௐ$OOௐIDFWRU\ௐRSWLRQVௐDUHௐ
WKHQௐSUHVHQWHGௐIRUௐWKHௐPHPEHUௐWRௐVHOHFWௐIURPௐWKLVௐZLOOௐVKRZௐDOOௐFXUUHQWௐIDFWRU\ௐRUGHUDEOHௐRSWLRQVௐWDNLQJௐ
WKHௐJXHVVௐZRUNௐRXWௐIRUௐWKHௐPHPEHUௐ2QFHௐDௐPHPEHUௐVHOHFWVௐDௐGHVLUHௐEXLOGௐWKH\ௐZLOOௐVHHௐWKHUHௐ6RXUFHZHOOௐ3ULFHௐUHSRUWௐVKRZLQJௐWKHௐ0653ௐWKHUHௐFRQWUDFWௐSULFHௐWKHௐVDYLQJௐLQௐUHDOௐGROODUVௐDQGௐDVௐDௐ
SHUFHQWDJHௐ,QௐWKHௐ3')ௐH[DPSOHௐ\RXௐFDQௐVHHௐDௐVDYLQJௐRIௐௐௐRIௐௐWRௐWKHௐPHPEHUௐ
VKRZLQJௐDௐVLJQLILFDQWௐVDYLQJVௐ0HPEHUVௐWKHQௐFDQௐFKRVHௐWRௐDGGௐH[WUD¶VௐWRௐWKHUHௐRUGHUௐOLNHௐH[WUDௐNH\V¶ௐVHUYLFHௐPDQXDOVௐVDOHVௐWD[ௐDQGௐHYHQௐUHTXHVWௐDQௐXSILWௐWRௐEHௐDGGHGௐWRௐWKHUHௐTXRWHௐ/DVWO\ௐWKH\ௐZLOOௐEHௐ
JLYHQௐDௐFRPSOHWHௐWXUQௐNH\ௐTXRWHௐSDFNDJHௐWRௐSULQWௐZKLFKௐZLOOௐLQFOXGHௐWKHUHௐFXVWRPL]HGௐ4XRWHௐ,'ௐ'HVFULSWLRQௐDQGௐ6SHFLILFDWLRQVௐRIௐZKDWௐWKH\ௐEXLOWௐௐௐ
+RZௐ0HPEHUVௐDQGௐ8SILWWHUVௐFDQௐ3DUWQHUௐZLWKௐ1$)*ௐ2XUௐGHGLFDWHGௐZHEVLWHௐZZZ1$)*3DUWQHUFRPௐZDVௐEXLOWௐWRௐDFFRPPRGDWHௐWKHௐPHPEHUௐZKRௐZRXOGௐOLNHௐDௐFHUWDLQௐXSILWWHUௐWRௐXSILWௐWKHUHௐYHKLFOHVௐ,WௐZDVௐDOVRௐEXLOWௐIRUௐXSILWWHUVௐWRௐKDYHௐDௐSODFHௐWRௐJRௐZKHUHௐWKH\ௐFDQௐILQGௐLQIRUPDWLRQௐRQௐKRZௐWRௐSDUWQHUௐZLWKௐ1$)*ௐ
WRௐEHWWHUௐVHUYHௐWKHUHௐORFDOௐPHPEHUVௐ([DPSOHௐRIௐ$ௐ0HPEHUௐZLWKௐ8SILWௐ4XRWHௐ7KLVௐLVௐDQௐH[DPSOHௐRIௐKRZௐZHௐXVHௐRXUௐ&DEௐ&KDVVLVௐDQGௐFRPELQHௐWKHPௐZLWKௐDQௐXSILWௐWRௐSURYLGHௐDௐWXUQNH\ௐVROXWLRQௐIRUௐWKHௐPHPEHUௐLQௐDௐVLPSOHௐWRௐIROORZௐIRUPDWௐ
(7$ௐ6\VWHPௐIRUௐ0HPEHUVௐ:DONௐ7KURXJKௐ7KLVௐLVௐZKHUHௐPHPEHUVௐFDQௐHDVLO\ௐFRPHௐWRௐRXUௐZHEVLWHௐWKHௐ
VDPHௐZHEVLWHௐWKH\ௐEXLOWௐWKHUHௐFKDVVLVௐRQௐDQGௐWUDFNௐWKHUHௐRUGHUௐOLNHௐWKH\ௐZRXOGௐDௐ836ௐSDFNDJHௐ:Hௐ
KDYHௐDௐYHU\ௐVLPSOHௐGLVSOD\ௐRQௐRXUௐKRPHSDJHௐ³7UDFNௐ\RXUௐRUGHU´ௐZKHUHௐPHPEHUVௐFDQௐHQWHUௐRQHௐRIௐWKHௐIROORZLQJௐ3XUFKDVHௐ2UGHUௐ1XPEHUௐ4XRWHௐ,'ௐ8SILWௐ4XRWHௐ,'ௐRUௐYLQௐWRௐHDVLO\ௐVHHௐWKHUHௐLQௐWKHௐSURFHVVௐ
WKHUHௐSDUWLFXODUௐRUGHUௐLVௐLQௐ
&RXUWHV\ௐ&RQILUPDWLRQௐ([SODLQHGௐ$IWHUௐ1$)*ௐUHFHLYHVௐDQௐRUGHUௐIURPௐDௐ0HPEHUௐZHௐDOZD\VௐOLNHௐWRௐ
VHQGௐWKHPௐDௐ&RXUWHV\ௐ&RQILUPDWLRQௐ7KLVௐLVௐZHUHௐWKHௐPHPEHUௐZLOOௐGRXEOHௐFKHFNௐVRPHௐSDUWLFXODUVௐRQௐ
WKHUHௐRUGHUௐOLNHௐ&RORUௐ4XDQWLW\ௐ8SILWௐDQGௐ6SHFLILFDWLRQ¶VௐDUHௐDOOௐFRUUHFWௐEHIRUHௐRUGHUௐSODFHPHQWௐௐ:HௐDOVRௐOLNHௐWRௐDVNௐIRUௐWLWOHௐLQIRUPDWLRQௐDWௐWKLVௐSRLQWௐVRௐZHௐFDQௐKHOSௐSURFHVVௐWKHௐSDSHUZRUNௐDWௐGHOLYHU\ௐ
SURPSWO\
ௐௐ)DFWRU\ௐ2UGHUௐ&XWௐ2IIௐ1RWLFHVௐ+HUHௐLVௐZHUHௐZHௐOLNHௐWRௐKLJKOLJKWௐZHUHௐPHPEHUVௐFDQௐDFFHVVௐDQ\ௐ
XSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐGDWHVௐ:HௐZDONௐWKHPௐWKURXJKௐWKHௐSURFHVVௐVWHSௐE\ௐVWHSௐWRௐHQVXUHௐHYHU\RQHௐNQRZVௐWKHௐXSFRPLQJௐRUGHUௐFXWௐRIIௐGDWHௐZHௐHYHQௐSULQWௐWKLVௐLQIRUPDWLRQௐLIௐNQRZQௐDWௐWKHௐWLPHௐULJKWௐRQௐWKHௐFRYHUௐSDJHௐRIௐWKHUHௐTXRWHVௐ
9DOLGDWLRQௐ:DONௐ7KURXJKௐ([DPSOHௐ7RௐGHPRQVWUDWHௐDௐSULFHௐYDOLGDWLRQௐZHௐVKRZௐZKDWௐDௐPHPEHUௐZRXOGௐVHHௐZKHQௐWKH\ௐEXLOGௐDௐWUXFNௐRQௐRXUௐVLWHௐ$WௐFKHFNௐRXWௐWKHௐPHPEHUௐZRXOGௐVHHௐWKHௐ7RWDOௐ&RQILJXUHGௐ
0653ௐRIௐௐௐ$ௐ6RXUFHZHOOௐ3ULFHௐRIௐௐௐ7RWDOௐ6DYLQJௐRIௐௐௐRUௐௐIRUௐDௐௐ)ௐIROORZHGௐE\ௐWKHௐSULFLQJௐSDJHௐZKLFKௐVKRZVௐWKHௐ0LQLPXPௐ'LVFRXQWௐRIௐDWௐOHDVWௐௐ$Vௐ\RXௐVHHௐZHௐSURYLGHGௐDQௐDGGLWLRQDOௐௐGLVFRXQWௐRQௐWRSௐRIௐWKHௐௐFRQWUDFWௐGLVFRXQWௐ7KLVௐZRXOGௐEHௐ
WKHௐFDVHௐLQௐPRVWௐLQVWDQFHV
'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ
SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ
HQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV
2XUௐZLOOLQJQHVVௐDQGௐDELOLW\ௐWRௐVHUYLFHௐPHPEHUVௐQDWLRQZLGHௐLVௐXQSDUDOOHOHGௐ:HௐKDYHௐGHGLFDWHGௐVWDIIௐௐ
GD\VௐDௐZHHNௐIURPௐDPௐWRௐSPௐVWDQGLQJௐE\ௐUHDG\ௐWRௐDVVLVWௐDQ\ௐPHPEHUௐKHOSௐILQGௐWKHௐEHVWௐVROXWLRQௐIRUௐ
WKHUHௐQHHGVௐHYHQௐLIௐKHOSLQJௐDVVLVWௐWKHPௐWRௐWKHௐEHVWௐ6RXUFHZHOOௐ&RQWUDFWௐWKDWௐFRXOGௐEHௐDௐVROXWLRQௐ:HௐKDYHௐDௐGHGLFDWHGௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐRQOLQHௐTXRWHௐJHQHUDWLQJௐZHEVLWHௐLQௐFDVHௐDQ\ௐPHPEHUௐKDVௐ
DQ\ௐWURXEOHௐDWௐDOOௐLQௐEXLOGLQJௐWKHUHௐTXRWHVௐ1$)*ௐKDVௐHVWDEOLVKHGௐDௐFKDLQௐRIௐVXSSOLHUVௐZKRௐDUHௐDWௐWKHௐ
UHDG\ௐWRௐVHUYHௐLIௐFDOOHGௐXSRQௐE\ௐDQ\ௐPHPEHUௐ:HௐDUHௐKHUHௐWRௐKHOS
'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ
SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD
:HௐDUHௐZLOOLQJௐDQGௐHDJHUௐWRௐVRRQௐH[WHQGௐRXUௐEXVLQHVVௐPRGHOௐDQGௐQHWZRUNௐLQWRௐ&DQDGDௐ:HௐEHOLHYHௐ
SDUWQHULQJௐZLWKௐORFDOௐ&DQDGLDQௐEDVHGௐGHDOHUௐJURXSVௐLVௐNH\ௐWRௐVXFFHVVௐLQௐWKHௐ&DQDGLDQௐPDUNHWௐ1$)*¶VௐFRPSHWLWLYHௐSULFLQJௐDVௐZHOOௐDVௐDௐVLPSOHௐ86ௐ'ROODUௐWRௐ&DQDGLDQௐFRQYHUVDWLRQௐZLOOௐKHOSௐ1$)*ௐH[SDQGௐLQWRௐWKHௐ&DQDGLDQௐPDUNHWௐIRUௐSDUWLFLSDWLQJௐ6RXUFHZHOOௐPHPEHUV
,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐKDQGOHௐVHUYLFLQJௐௐRIௐDOOௐJHRJUDSKLFௐDUHDVௐORFDWHGௐLQௐWKHௐ8QLWHGௐ6WDWHVௐௐ$OWKRXJKௐLWௐLVௐXQFOHDUௐZKDWௐXQVHHQௐREVWDFOHVௐZHௐPD\ௐIDFHௐLQௐ&DQDGDௐ1$)*ௐLVௐFRPPLWWHGௐWRௐEXLOGLQJௐWKHௐVDPHௐPRGHOௐWRௐVHUYLFHௐ&DQDGDௐDQGௐSURYLGLQJௐWKHௐVDPHௐOHYHOௐRIௐFXVWRPHUௐVDWLVIDFWLRQௐ
VHUYLFHௐDQGௐFDUHௐDVௐLQௐWKHௐ8QLWHGௐ6WDWHV
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐLHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILWௐWKDWௐ\RXௐ
ZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ
FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW"
1$)*ௐZLOOௐFRQWLQXHௐWRௐVHUYLFHௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐWKURXJKௐRXUௐௐKRXUௐDௐGD\ௐௐGD\VௐDௐZHHNௐRQOLQHௐSRUWDOௐZLWKௐWKHௐH[FOXVLRQௐRIௐ1RQ3URILWVௐ8QIRUWXQDWHO\ௐ1RQ3URILWVௐDUHௐRIWHQௐQRWௐHOLJLEOHௐIRUௐWKHௐ
VDPHௐGLVFRXQW¶VௐJRYHUQPHQWௐHQWLWLHVௐDUHௐTXDOLILHGௐIRUௐ+RZHYHUௐ1RQ3URILWVௐDUHௐVXEMHFWௐWRௐDௐGLIIHUHQWௐSULFLQJௐSURJUDPௐDQGௐZLOOௐEHௐHYDOXDWHGௐRQௐDௐFDVHௐWRௐFDVHௐEDVLV
'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ
UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV
7KHௐRQO\ௐSRVVLEOHௐORJLVWLFDOௐFRQVWUDLQWVௐZHௐPD\ௐIDFHௐLVௐWKHௐVKLSSLQJௐFRQVWUDLQWVௐIRUௐVKLSPHQWVௐDUULYLQJௐLQௐ
$ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐ)RUௐH[DPSOHௐZHௐRIWHQௐSURYLGHௐPHPEHUVௐLQௐ$ODVNDௐRUௐ+DZDLLௐZLWKௐYHKLFOHVௐWKDWௐRIWHQௐKDYHௐXSILWVௐ7RௐFLUFXPYHQWௐWKLVௐSRWHQWLDOௐLVVXHௐPHPEHUVௐDOORZௐXVௐWRௐDGGௐWKHVHௐH[WUDௐ
VKLSSLQJௐDQGௐSRUWௐFRVWVௐWRௐWKHLUௐTXRWHV
7DEOH0DUNHWLQJ3ODQ
/LQH,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐ
UHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ
PDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐHQFRPSDVVHVௐDௐYDULHW\ௐRIௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐVWUHDPOLQHௐWKHௐYHKLFOHௐSXUFKDVLQJௐSURFHVVௐIRUௐJRYHUQPHQWௐHQWLWLHVௐௐௐ%HORZௐDUHௐDௐIHZௐVWUDWHJLHVௐ
XVHGௐWRௐVHUYHௐDVௐWKHௐJDWHZD\ௐEHWZHHQௐRXUௐEXVLQHVVௐDQGௐSXEOLFௐDJHQFLHVௐௐ
:HEVLWHௐDQGௐ,QERXQGௐ0DUNHWLQJௐௐ7KHௐFUHDWLRQௐRIௐDௐSURIHVVLRQDOௐFXVWRPHUIRFXVHGௐZHEVLWHௐLVௐRQHௐRIௐRXUௐPDLQௐ
IHDWXUHVௐWRௐPDUNHWௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KHௐ1$)*ௐZHEVLWHௐHQFRXUDJHVௐRXUௐPHPEHUVௐWRௐLQWHUDFWௐDQGௐEURZVHௐWKURXJKௐSURGXFWVௐRIIHUHGௐDORQJௐZLWKௐSULFLQJௐDQGௐLQIRUPDWLRQௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ,QERXQGௐPDUNHWLQJௐLVௐFUHDWHGௐZKHQௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐWKHௐFRPSDQ\ௐZHEVLWHௐௐ:LWKௐWKLVௐPHWKRGௐZHௐ
DUHௐDEOHௐWRௐQRWௐRQO\ௐFRQQHFWௐZLWKௐPHPEHUVௐEXWௐWRௐSXWௐWKHௐSXUFKDVLQJௐDELOLW\ௐLQWRௐWKHௐKDQGVௐRIௐHDFKௐPHPEHUௐௐ2XUௐLQERXQGௐPDUNHWLQJௐVWUDWHJ\ௐDWWUDFWVௐPHPEHUVௐE\ௐFUHDWLQJௐYDOXDEOHௐFRQWHQWௐDQGௐH[SHULHQFHVௐWDLORUHGௐWRௐWKHௐQHHGVௐRIௐHDFKௐLQGLYLGXDOௐ([DPSOHVௐLQFOXGHௐHPDLOௐFDPSDLJQௐIO\HUVௐRQௐRXUௐSURGXFWVௐLQIRUPDWLYHௐDQGௐKRZWRௐ
YLGHRVௐVRFLDOௐPHGLDௐDQGௐHQJDJLQJௐPHPEHUVௐZLWKௐWRSQRWFKHGௐFXVWRPHUௐVHUYLFHௐWRௐEXLOGௐEUDQGௐDZDUHQHVVௐ
(PDLOௐ0DUNHWLQJௐ2QHௐRIௐWKHௐPDLQௐVWUDWHJLHVௐXVHGௐWRௐHQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐLVௐ(PDLOௐ
0DUNHWLQJௐ2XUௐHPDLOVௐLQFOXGHௐGLIIHUHQWௐW\SHVௐRIௐIO\HUVௐWKDWௐFRQVLVWௐRIௐLQIRUPDWLRQௐRIௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐSURPRWLQJௐPDQXIDFWXUHUௐEUDQGVௐKROLGD\ௐWKHPHGௐIO\HUVௐGLVFRXQWVௐRIIHUHGௐWRௐILUVWௐWLPHௐEX\HUVௐLPSRUWDQWௐFXWRIIௐ
GDWHௐUHPLQGHUVௐDQGௐXSFRPLQJௐSURGXFWVௐDQGௐHYHQWVௐௐ
7KHௐXVHௐRIௐPDUNHWLQJௐFDPSDLJQVௐSOD\VௐDௐPDMRUௐUROHௐLQௐHQKDQFLQJௐWKHௐJURZWKௐRIௐRXUௐFOLHQWௐGDWDEDVHௐௐ(PDLOVௐDUHௐDௐELJௐSDUWௐRIௐRXUௐGDLO\ௐOLYHVௐGXHௐWRௐJRYHUQPHQWௐDJHQF\ௐHPSOR\HHVௐXWLOL]LQJௐHPDLOVௐDVௐWKHLUௐPDLQௐVRXUFHௐRIௐ
FRPPXQLFDWLRQௐௐ:HௐXVHௐFDPSDLJQHUFRPௐDVௐWKHௐHPDLOLQJௐSODWIRUPௐWRௐUHDFKௐRXUௐWDUJHWௐPHPEHUVௐௐ9LGHRVௐDQGௐ
GHVFULSWLYHௐLPDJHVௐDUHௐXVHGௐRQௐDOOௐIO\HUVௐDQGௐDUHௐFRPSDWLEOHௐZLWKௐDௐGHVNWRSௐRUௐPRELOHௐGHYLFHௐௐ0HVVDJHVௐDUHௐVKRUWௐDQGௐWRௐWKHௐSRLQWௐZLWKௐOLQNVௐOHDGLQJௐWRௐWKHௐ6RXUFHZHOOௐDQGௐ1$)*ௐKRPHSDJHௐௐ7KHௐ&DPSDLJQHUௐHPDLOௐ
V\VWHPௐDOORZVௐWKHௐDELOLW\ௐWRௐWUDFNௐHPDLOௐDFWLYLW\ௐEDVHGௐRQௐRSHQௐUDWHௐXQVXEVFULEHVௐDQGௐOLQNௐFOLFNVௐZKLFKௐLVௐ
EHQHILFLDOௐWRௐXQGHUVWDQGLQJௐHPDLOௐHIIHFWLYHQHVVௐௐ
2QFHௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐRXUௐZHEVLWHௐWKH\ௐDUHௐZHOFRPHGௐZLWKௐDௐZLGHௐUDQJHௐRIௐRSWLRQVௐWRௐ
H[SORUHௐDQௐDUUD\ௐRIௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KH\ௐDUHௐDEOHௐWRௐUHJLVWHUௐWRௐEHFRPHௐDௐPHPEHUௐYLHZௐSULFLQJௐH[SORUHௐDYDLODEOHௐLQVWRFNௐYHKLFOHVௐYLHZௐKRZWRYLGHRVௐEXLOGௐDௐYHKLFOHௐRQOLQHௐWRௐUHTXHVWௐDQௐLPPHGLDWHௐTXRWHௐ
RUௐXVHௐRXUௐOLYHௐFKDWௐDVVLVWDQWௐRUௐFDOOHPDLOௐIRUௐOLYHௐVXSSRUWௐௐ
)DFHௐWRௐ)DFHௐ0DUNHWLQJௐ6WUDWHJLHVௐௐ7KLVௐVWUDWHJ\ௐKDVௐSURYHQௐWRௐEHௐVXFFHVVIXOௐLQௐJHQHUDWLQJௐOHDGVௐDQGௐ
FUHDWLQJௐODVWLQJௐUHODWLRQVKLSVௐE\ௐGHYHORSLQJௐJHQXLQHௐFRQQHFWLRQVௐZLWKௐSURVSHFWLYHௐPHPEHUVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWHQGVௐVHYHUDOௐWUDGHVௐVKRZVௐSHUௐ\HDUௐWRௐHQJDJHௐPHPEHUVௐDQGௐSXWௐDௐIDFHௐWRௐWKHௐFRPSDQ\ௐ7KLVௐLQௐSHUVRQௐPHHWLQJௐDLGVௐWRௐEXLOGௐWKHௐEUDQGௐE\ௐQXUWXULQJௐUHODWLRQVKLSVௐEHWZHHQௐPHPEHUVௐDQGௐRWKHUௐYHQGRUVௐ
DVVRFLDWHGௐWKURXJKௐWKHௐSURFHVVௐௐௐ7UDGHௐVKRZVௐDWWHQGHGௐLQFOXGHௐ*);ௐ,$332ௐ1,*3ௐ$&7ௐ&$332ௐDQGௐ&$6%2ௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐௐ
1$)*ௐKDVௐPDQ\ௐRSSRUWXQLWLHVௐWRௐPDNHௐLQௐSHUVRQௐSUHVHQWDWLRQVௐWRௐSURSRVHௐSURGXFWVௐVHUYLFHVௐRIIHUHGௐDQGௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐSRWHQWLDOௐPHPEHUVௐPD\ௐKDYHௐௐ7KHVHௐ3RZHU3RLQWௐ3UHVHQWDWLRQVௐLQFOXGHௐWRSLFVௐRQௐ
1$)*6RXUFHZHOOௐSURFHVVௐKRZௐWRௐIDFLOLWDWHௐWKHௐYHKLFOHௐSXUFKDVLQJௐZLWKRXWௐELGGLQJௐLQIRUPDWLRQDOௐYLGHRVௐDQGௐ
WKHௐEUDQGVௐDQGௐVHUYLFHVௐZHௐSURYLGHௐ7KHVHௐPHHWLQJVௐKDYHௐEHHQௐKHOGௐDWௐORFDOௐFLWLHVௐFRXQWLHVௐVFKRROௐGLVWULFWVௐZDWHUௐGLVWULFWVௐDQGௐSRUWV
5HODWLRQVKLSௐ0DUNHWLQJௐLVௐDௐYLWDOௐVWUDWHJ\ௐXVHGௐLQௐEXLOGLQJௐDQGௐPDLQWDLQLQJௐORQJWHUPௐUHODWLRQVKLSVௐSUDFWLFHGௐE\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐRQௐDௐGDLO\ௐEDVLVௐௐ
1$)*ௐVWULYHVௐWRௐFUHDWHௐDௐSRVLWLYHௐDQGௐVXSSRUWLYHௐFRQQHFWLRQௐZLWKௐPHPEHUVௐE\ௐSURYLGLQJௐSHUVRQDOL]HGௐDQGௐUHVSRQVLYHௐFXVWRPHUௐVHUYLFHௐSUDFWLFHVௐௐ7KHௐVDOHVௐWHDPௐKDVௐZRUNHGௐWLUHOHVVO\ௐWRௐIRFXVௐRQௐSURYLGLQJௐ
RXWVWDQGLQJௐFXVWRPHUௐVXSSRUWௐWRௐFUHDWHௐDௐSRZHUIXOௐUDSSRUWௐZLWKௐH[LVWLQJௐDQGௐQHZௐPHPEHUVௐௐ%\ௐJRLQJௐDERYHௐ
DQGௐEH\RQGௐWKH\ௐKDYHௐHQKDQFHGௐH[LVWLQJௐUHODWLRQVKLSVௐDQGௐH[HFXWHGௐFXVWRPHUௐOR\DOW\ௐZLWKௐUHSHDWௐEXVLQHVVHVௐௐ7KH\ௐVWULYHௐWRௐGHYLDWHௐIURPௐWKHௐ³&DUௐ6DOHVSHUVRQ´ௐPHQWDOLW\ௐZKLFKௐLVௐௐVDOHVௐGULYHQௐWRௐDௐPRUHௐSURGXFWௐ
DQGௐFXVWRPHUௐVHUYLFHௐDSSURDFKௐE\ௐLQVWLOOLQJௐDௐVHQVHௐRIௐFRQILGHQFHௐLQௐRXUௐFOLHQWVௐௐ7KHௐJRDOௐLVௐWRௐUHJXODUO\ௐDVVLVWௐFOLHQWVௐDQGௐDGGUHVVௐDQ\ௐQHHGVௐDQGௐFRQFHUQVௐHYHQௐDIWHUௐWKHௐSXUFKDVHௐKDVௐRFFXUUHGௐௐ7KHௐVWULYHௐWRௐIRFXVௐRQௐVROXWLRQௐVHOOLQJௐYVௐSURGXFWௐVHOOLQJௐGHYHORSVௐLQWRௐDௐPXWXDOO\ௐEHQHILFLDOௐDJUHHPHQWௐIRUௐPHPEHUVௐDQGௐ
WKHௐEXVLQHVVௐௐ
%HORZௐDUHௐDௐIHZௐH[DPSOHVௐRQௐVXFFHVVIXOௐUHODWLRQVKLSௐPDUNHWLQJௐIURPௐRXUௐ)OHHWௐ'HSDUWPHQWௐ
:HௐKDGௐDௐPHPEHUௐFDOOௐLQௐWRௐUHTXHVWௐILQDQFLQJOHDVHௐRSWLRQVௐIRUௐDௐWUXFNௐQHHGHGௐWKURXJKௐRXUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS6RXUFHZHOOௐYHKLFOHௐFRQWUDFWௐௐ,ௐFRQWDFWHGௐDQRWKHUௐ6RXUFHZHOOௐYHQGRUௐ0DWWௐ*HLVHOKDUWௐIURPௐ1&/ௐ*RYௐ&DSLWDOௐDQGௐKHௐZDVௐKDSS\ௐWRௐDVVLVWௐZLWKௐDௐILQDQFLQJௐTXRWHௐௐ7KHௐPHPEHUௐDOVRௐUHTXHVWHGௐWRௐWUDGHௐLQௐDௐ
FXUUHQWௐYHKLFOHௐLQௐWKHLUௐIOHHWௐDQGௐZDVௐGLUHFWHGௐWRௐ*RYGHDOVௐIRUௐDVVLVWDQFHௐLQௐUHPRYLQJௐWKHௐRXWGDWHGௐXQLWௐWKURXJKௐDQௐDXFWLRQௐௐௐ7KHௐPHPEHUௐZDVௐDEOHௐWRௐXWLOL]HௐWKUHHௐ6RXUFHZHOOௐFRQWUDFWVௐWRௐFRPSOHWHௐKLVௐWUDQVDFWLRQௐ
ZKLFKௐVLPSOLILHGௐWKHௐHQWLUHௐSURFHVVௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐVDWLVILHGௐZLWKௐWKHௐDPRXQWௐRIௐFDUHௐDQGௐHDVHௐ
WKURXJKௐKLVௐH[SHULHQFHௐDQGௐEHFDPHௐDௐUHSHDWௐFXVWRPHUௐௐௐ%\ௐXWLOL]LQJௐDௐFURVVVHOOLQJௐVWUDWHJ\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐEHFDPHௐKLVௐRQHௐVWRSௐVKRSௐWRௐIXOILOOௐDOOௐIOHHWௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐ
³,ௐKDGௐDௐPHPEHUௐFDOOௐLQௐGHVSHUDWHௐWRௐREWDLQௐDௐQHZௐWUXFNௐEHFDXVHௐDQௐHPSOR\HHௐKDGௐJRWWHQௐLQWRௐDௐVHULRXVௐDFFLGHQWௐDQGௐKDGௐWKHௐWUXFNௐWRWDOHGௐௐௐௐ'XHௐWRௐFRYLGௐUHVWULFWLRQVௐPRVWௐPDQXIDFWXUHUVௐDUHௐFXUUHQWO\ௐH[SHULHQFLQJௐ
PLFURFKLSௐVKRUWDJHVௐZKLFKௐUHOD\VௐWRௐSURGXFWLRQௐGHOD\VௐDWௐWKHௐIDFWRU\ௐௐ:HௐZHUHௐDEOHௐWRௐGLUHFWௐEX\HUௐWRௐRXUௐLQ
VWRFNௐLQYHQWRU\ௐRQௐWKHௐ1$)*ௐZHEVLWHௐDQGௐPHPEHUௐZDVௐHFVWDWLFௐWRௐORFDWHௐWUXFNௐWRௐPHHWௐWKHLUௐQHHGVௐௐௐ,QVWHDGௐRIௐKDYLQJௐWRௐZDLWௐௐZHHNVௐWRௐUHFHLYHௐWKHௐQHZௐYHKLFOHௐPHPEHUௐZDVௐDEOHௐWRௐREWDLQௐWKHௐQHZௐWUXFNௐZLWKLQௐௐ
ZHHNV´
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
³,ௐRQFHௐKDGௐDௐPHPEHUௐFRQWDFWௐXVௐWZRௐ\HDUVௐDIWHUௐSXUFKDVLQJௐDௐYHKLFOHௐIURPௐXVௐௐௐ7KH\ௐKDGௐDௐPDOIXQFWLRQௐZLWKௐWKHௐOLIWJDWHௐRQௐWKHௐER[ௐWUXFNௐZKLFKௐFDXVHGௐDௐORJLVWLFDOௐQLJKWPDUHௐௐ,ௐZDVௐDEOHௐWRௐFRQWDFWௐRQHௐRIௐRXUௐERG\ௐYHQGRUVௐWKDWௐXSILWWHGௐWKHௐOLIWௐJDWHௐLQVWDOODWLRQௐDQGௐDௐVHUYLFHௐWHFKQLFLDQௐZDVௐDEOHௐWRௐJRௐRQVLWHௐWRௐUHVROYHௐWKHௐ
OLIWJDWHௐLVVXHௐDWௐQRௐDGGLWLRQDOௐFRVWௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐLPSUHVVHGௐZLWKௐWKHௐTXDOLW\ௐRIௐRXUௐFXVWRPHUௐVHUYLFHௐHYHQௐDIWHUௐSXUFKDVHௐ³
³,ௐKDGௐDௐPHPEHUௐUHTXHVWௐDௐôௐWRQௐWUXFNௐSULFLQJௐEXWௐZDVௐXQVXUHௐDERXWௐWKHLUௐEXGJHWௐDWௐWKHௐWLPHௐௐௐ,ௐWRRNௐWKHௐWLPHௐWRௐJRௐWKURXJKௐHDFKௐRSWLRQௐZLWKௐWKHௐFOLHQWௐWRௐSURYLGHௐDௐ6RXUFHZHOOௐSULFLQJௐTXRWHௐWKURXJKௐPXOWLSOHௐ
PDQXIDFWXUHUVௐIURPௐ5DPௐ&KHYUROHWௐDQGௐ)RUGௐௐ7KLVௐHPSRZHUHGௐWKHௐPHPEHUௐWRௐKDYHௐPXOWLSOHௐSULFLQJௐRSWLRQVௐ
IRUௐUHYLHZௐWRௐDOLJQௐZLWKௐWKHLUௐEXGJHWௐDVௐZHOOௐDVௐHOLPLQDWLQJௐWKHௐQHHGௐWRௐVKRSௐDQ\ZKHUHௐHOVHௐ³ௐௐ
³:HௐZRUNௐZLWKௐPDQ\ௐERG\ௐFRPSDQLHVௐWRௐDVVLVWௐFXVWRPHUVௐZLWKௐWKHௐERG\ௐXSILWWLQJௐSURFHVVௐௐௐ2QHௐRIௐRXUௐ
PHPEHUVௐFDOOHGௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐDௐSDUWLFXODUௐYHKLFOHௐWKDWௐZDVௐKHOGௐXSௐDWௐRQHௐRIௐWKHLUௐORFDOௐERG\ௐXSILWWHUVௐௐௐ,ௐFRQWDFWHGௐWKHௐERG\ௐFRPSDQ\ௐUHSUHVHQWDWLYHௐDQGௐSXWௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐWKHௐXSILWWLQJௐSHUௐ
UHTXHVWௐRIௐWKHௐPHPEHUௐௐ7KHௐERG\ௐFRPSDQ\ௐZDVௐDEOHௐWRௐFRPSO\ௐZLWKௐWKHௐUHTXHVWௐDQGௐGHOLYHU\ௐZDVௐPDGHௐVRRQHUௐWKDQௐH[SHFWHG´
:RUGRI0RXWKௐ0DUNHWLQJௐௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐKDVௐOHGௐWRௐPRUHௐVDOHVௐEDVHGௐRQௐSUHYLRXVௐFXVWRPHUV¶ௐLPSUHVVLRQVௐRQௐWKHLUௐH[SHULHQFHௐௐ1$)*¶VௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐWKURXJKRXWௐWKHௐHQWLUHௐSXUFKDVLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐDGYRFDWHௐVHUYLFHVௐWRௐRWKHUௐ
PHPEHUVௐௐ1$)*ௐKDVௐEHHQௐIRUWXQDWHௐWRௐH[SHULHQFHௐPXOWLSOHௐLQVWDQFHVௐRIௐOHDGVௐJHQHUDWHGௐEDVHGௐVROHO\ௐRQௐZRUGRIPRXWKௐPDUNHWLQJௐWKRXJKௐRXUௐH[LVWLQJௐFXVWRPHUVௐௐ
&URVVSURPRWLRQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐFXUUHQWO\ௐFROODERUDWLQJௐZLWKௐDQRWKHUௐ6RXUFHZHOOௐ9HQGRUௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐWRௐSURPRWHௐHDFKௐRWKHU¶VௐSURGXFWVௐDQGௐVHUYLFHVௐௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐVSHFLDOL]HVௐLQௐSURYLGLQJௐFRPSHWLWLYHௐHTXLSPHQWௐILQDQFLQJௐSURJUDPVௐIRUௐPXQLFLSDOLWLHVௐDQGௐSXEOLFௐHGXFDWLRQௐHQWLWLHVௐDFURVVௐWKHௐ
8QLWHGௐ6WDWHVௐௐ$VௐDௐWHDPௐ1&/ௐDQGௐ1$)*ௐSURGXFHGௐDௐYDULHW\ௐRIௐPDUNHWLQJௐPDWHULDOVௐVXFKௐDVௐYLGHRVௐIO\HUVௐDQGௐLQIRௐJUDSKVௐWRௐSURPRWHௐSXUFKDVLQJௐDQGௐOHDVLQJௐRSSRUWXQLWLHVௐௐௐௐ
+RJOXQGௐ%XVௐ&RPSDQ\ௐLVௐDQRWKHUௐFURVVSURPRWLRQௐYHQGRUௐ1$)*ௐKDGௐWKHௐRSSRUWXQLW\ௐWRௐFUHDWHௐDௐSDUWQHUVKLSௐZLWKௐௐௐ)O\HUVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐ&KDVVLVௐIURPௐ1$)*ௐDORQJௐZLWKௐDௐYDULHW\ௐRIௐEXVௐERGLHVௐIURPௐ+RJOXQGௐ
%XVௐ&RPSDQ\ௐௐௐ
:LWKௐFURVVSURPRWLRQௐFRPSDQLHVௐH[FKDQJHௐNQRZOHGJHௐDQGௐSURYLGHௐHQGRUVHPHQWVௐRQௐZHEVLWHVௐVRFLDOௐPHGLDௐ
DQGௐHPDLOௐFDPSDLJQVௐௐ7KLVௐVWUDWHJ\ௐFUHDWHVௐDQௐLQIOX[ௐRIௐQHZௐOHDGVௐEUDQGௐDZDUHQHVVௐLQFUHDVHGௐVDOHVௐDQGௐ
UHFXUUHQFHௐRIௐFXVWRPHUVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐFRQWLQXHௐWRௐFUHDWHௐQHZௐSDUWQHUVKLSVௐDQGௐIDFLOLWDWHௐPRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐLQௐWKHௐQHDUௐIXWXUHௐWRௐSURYLGHௐWXUQNH\ௐVROXWLRQVௐIRUௐDௐYDULHW\ௐRIௐYHKLFOHௐ
SXUFKDVLQJௐQHHGVௐ
&RPLQJௐLQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐEHௐODXQFKLQJௐDௐ1$)*ௐ3DUWQHUௐ:HEVLWHௐWRௐIXUWKHUௐLQFUHDVHௐ
EXVLQHVVௐJURZWKௐௐ7KHௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐLVௐH[SHFWHGௐWRௐODXQFKௐQH[Wௐ\HDUௐLQௐௐௐ7KHௐVLWHௐHQFRXUDJHVௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐWRௐSDUWQHUௐXSௐZLWKௐ1$)*ௐWRௐEHFRPHௐDௐSUHIHUUHGௐPHPEHUௐௐ7KHௐEHQHILWVௐRIௐEHFRPLQJௐDௐSUHIHUUHGௐPHPEHUௐLQFOXGHௐHQGRUVHPHQWVௐRQௐZHEVLWHௐDQGௐ
VRFLDOௐPHGLDௐDYHQXHVௐDORQJௐZLWKௐZRUGRIPRXWKௐUHIHUUDOௐIRUௐFOLHQWVௐZLWKௐXSILWWLQJௐQHHGVௐௐ2XUௐGHGLFDWHGௐSXEOLFௐUHODWLRQVௐUHSUHVHQWDWLYHௐZLOOௐFRQGXFWௐSKRQHௐDQGௐLQௐSHUVRQௐPHHWLQJVௐWRௐGLVFXVVௐWKHௐDGYDQWDJHVௐRIௐSDUWQHULQJௐXSௐZLWKௐ1$)*ௐWKHUHIRUHௐJHQHUDWLQJௐPRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐ
0HPEHUVௐIURPௐJRYHUQPHQWௐDJHQFLHVௐDUHௐHQFRXUDJHGௐWRௐJRௐRQௐWKHௐVLWHௐWRௐVHDUFKௐIRUௐORFDOௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKH\ௐDUHௐLQWHUHVWHGௐLQௐZRUNLQJௐZLWKௐௐௐ$VௐDௐSUHUHTXLVLWHௐLQௐEHFRPLQJௐDௐSUHIHUUHGௐYHQGRUௐWKH\ௐDUHௐ
UHTXLUHGௐWRௐDGYHUWLVHௐ1$)*ௐDQGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRQௐWKHLUௐEXVLQHVVௐZHEVLWHௐDQGௐUHIHUௐWKHLUௐFOLHQWVௐWRௐSXUFKDVHௐWKHLUௐFDEFKDVVLVௐQHHGVௐWKURXJKௐ1$)*ௐௐ7KLVௐHVWDEOLVKHVௐDௐSDUWQHUVKLSௐWKDWௐZLOOௐJHQHUDWHௐLQFUHDVHGௐ
VDOHVௐDOOௐDURXQGௐௐ:HௐDUHௐVWLOOௐFXUUHQWO\ௐEXLOGLQJௐWKHௐZHEVLWHௐDQGௐLQWHUDFWLQJௐZLWKௐERG\ௐFRPSDQLHVௐDFURVVௐWKHௐ
8QLWHGௐ6WDWHVௐWKDWௐZRXOGௐEHௐLQWHUHVWHGௐLQௐSDUWQHULQJௐXSௐZLWKௐ1$)*
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐGDWDௐHJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJHௐWRௐ
HQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV
6RFLDOௐPHGLDௐSOD\VௐDௐFUXFLDOௐHOHPHQWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐRWKHUௐௐௐௐ/LQNHG,QௐLVௐWKHௐJRWRௐSODWIRUPௐXVHGௐE\ௐ1$)*ௐDVௐLWௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐORFDWLQJௐ
DQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐXWLOL]HGௐ/LQNHG,QௐWRௐHQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKURXJKௐSHUVRQDOL]HGௐPHVVDJHVௐDQGௐSRVWVௐௐ3HUVRQDOL]HGௐPHVVDJHVௐLQFOXGHௐWKDQNLQJௐWKHPௐIRUௐUHJLVWHULQJௐRQௐVLWHௐDVௐZHOOௐDVௐGLUHFWLQJௐWKHPௐWRௐRQௐRXUௐOLQNௐWRௐWKHௐZHEVLWHௐ/LQNHG,Qௐ
<RX7XEHௐ)DFHERRNௐDQGௐ,QVWDJUDPௐFRPSDQ\ௐSDJHVௐௐ7KHௐJRDOௐLVௐWRௐXQLWHௐZLWKௐSHRSOHௐDOUHDG\ௐRQௐRXUௐGDWDEDVHௐDVௐZHOOௐDVௐSHRSOHௐWKDWௐZRXOGௐEHQHILWௐIURPௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐௐ&XUUHQWௐIO\HUVௐRUௐPHVVDJHVௐ
DERXWௐRXUௐFRPSDQ\ௐDUHௐDOVRௐSRVWHGௐRQௐWKHௐ/LQNHG,QௐVLWHௐWRௐJHQHUDWHௐDQGௐDWWUDFWௐPRUHௐEXVLQHVVௐௐ7LPHௐLVௐ
DOVRௐVSHQWௐRQௐUHDGLQJௐSRVWVௐIURPௐFRQQHFWLRQVௐDQGௐREVHUYHௐDQ\ௐQHHGVௐWKDWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐPD\ௐDVVLVWௐZLWKௐௐ
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐEHJXQௐXWLOL]LQJௐYLGHRௐPDUNHWLQJௐVWUDWHJLHVௐWRௐIXUWKHUௐSURPRWHௐDQGௐPDUNHWௐSURGXFWVௐE\ௐHQJDJLQJௐRQௐVRFLDOௐPHGLDௐFKDQQHOVௐDQGௐHPDLOௐIO\HUVௐௐ3URJUDPVௐVXFKௐDVௐ9LPHRௐ9LGHRௐ6FULEHௐ
&DUWRRQௐ$QLPDWRUௐ$GREHௐ$QLPDWHௐ,OOXVWUDWHௐ&DSWLYHௐ3KRWRVKRSௐDQGௐ0RYDYLௐ9LGHRௐ(GLWRUௐ3OXVௐDUHௐHPSOR\HGௐ
WRௐHGLWௐDQGௐFUHDWHௐYLGHRVௐWRௐDVVLVWௐLQௐHQGRUVLQJௐRXUௐFRPSDQ\ௐௐ7KHௐIROORZLQJௐYLGHRVௐZHUHௐUHFHQWO\ௐFUHDWHGௐE\ௐRXUௐPDUNHWLQJௐGHSDUWPHQWௐDORQJௐZLWKௐRXWVLGHௐYLGHRௐSURGXFWLRQௐFRPSDQLHV
([SODLQHUௐ9LGHRௐௐ7KHௐILUVWௐYLGHRௐFUHDWHGௐZDVௐDௐௐVHFRQGௐH[SODLQHUௐYLGHRௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐWKDWௐXVHGௐDQLPDWHGௐFKDUDFWHUVௐWRௐYLVXDOL]HௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐDORQJௐZLWKௐLQIRUPDWLRQௐRQௐWKHௐ6RXUFHZHOOௐ
DZDUGHGௐFRQWUDFWௐௐ7KHௐYLGHRௐKDVௐEHHQௐLQFRUSRUDWHGௐLQWRௐDOOௐRXUௐZHHNO\ௐHPDLOௐIO\HUVௐDQGௐVRFLDOௐPHGLDௐSODWIRUPVௐDVௐDQௐLQIRUPDWLYHௐYLGHRௐRQௐRXUௐSURGXFWVௐDQGௐKRZௐWRௐSXUFKDVHௐYHKLFOHVௐRIIௐ6RXUFHZHOOௐ*RYHUQPHQWௐ&RQWUDFW
+RZௐ7Rௐ9LGHRVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐDOVRௐFUHDWHGௐVWHSE\VWHSௐ+RZ7RௐYLGHRVௐRQௐWKHௐSURFHVVௐWRௐSXUFKDVHௐERWKௐ/LJKWௐ'XW\ௐDQGௐ+HDY\'XW\ௐYHKLFOHVௐRIIௐWKHௐFRQWUDFWௐௐ
,Qௐ6WRFNௐ9HKLFOHVௐௐ7KLVௐYLGHRௐVKRZFDVHVௐRXUௐLQVWRFNௐYHKLFOHVௐDYDLODEOHௐDQGௐWKHௐSURFHVVௐRIௐUHTXHVWLQJௐDௐTXRWHௐ
(7$ௐ7UDFNLQJௐ6\VWHPௐௐ7KLVௐYLGHRௐZDVௐFUHDWHGௐWRௐQRWௐRQO\ௐLQWURGXFHௐEXWௐWRௐHQFRXUDJHௐFOLHQWVௐWRௐVHOIWUDFNௐWKHLUௐYHKLFOHௐVWDWXVௐௐ
+ROLGD\ௐ7KHPHGௐ9LGHRVௐ7KHVHௐDPXVLQJௐYLGHRVௐZHUHௐFUHDWHGௐWRௐFHOHEUDWHௐWKHௐKROLGD\VௐDQGௐDGGௐKXPRUௐDQGௐOLJKWQHVVௐWRௐRXUௐFRPSDQ\ௐDQGௐSURGXFWVௐVROGௐௐ
&URVVௐ3URPRWLRQௐ9LGHRௐௐ7KLVௐYLGHRௐPDUNHWVௐRXUௐUHODWLRQVKLSௐZLWKௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐDQGௐ6RXUFHZHOOௐWRௐHQGRUVHௐ(9ௐYHKLFOHVௐௐ
9LGHRVௐIRUௐVRFLDOௐPHGLDௐௐ0LQLௐYLGHRVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐQHZௐYHKLFOHVௐDYDLODEOHௐSULFLQJௐDQGௐFXWRIIௐGDWHௐUHPLQGHUVௐௐ
1$)*ௐKDVௐUHFHQWO\ௐLQWURGXFHGௐDௐQHZO\ௐEXLOWௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐZHEVLWHௐIRUௐFXVWRPHUௐFRQYHQLHQFHௐDVௐZHOOௐDVௐLPSURYLQJௐFXVWRPHUௐVHUYLFHௐௐ9LVLWRUVௐKDYHௐDFFHVVௐWRௐFKDWௐZLWKௐDௐOLYHௐVDOHVௐUHSUHVHQWDWLYHௐௐKRXUVௐDௐGD\ௐ
ௐGD\VௐDௐZHHNௐௐ:LWKௐWKLVௐIHDWXUHௐSRWHQWLDOௐFXVWRPHUVௐDUHௐSURYLGHGௐZLWKௐDQRWKHUௐDYHQXHௐIRUௐDVVLVWDQFHௐLQௐDGGLWLRQௐWRௐHPDLOLQJௐDQGௐSKRQHௐFDOOVௐௐ7KHௐEHQHILWVௐRIௐDௐOLYHௐFKDWௐRSWLRQௐLQFOXGHௐTXLFNHUௐUHVSRQVHௐWLPHௐWRௐDVVLVWௐEX\HUVௐLQௐUHDFKLQJௐDௐSXUFKDVLQJௐGHFLVLRQௐDQGௐDQVZHUௐWKHLUௐTXHVWLRQVௐ
,PSURYLQJௐFXVWRPHUௐVHUYLFHௐZLOOௐDOVRௐOHDGௐWRௐLQFUHDVHGௐVDOHVௐFXVWRPHUௐOR\DOW\ௐDQGௐHQJDJHPHQWௐௐ0DQ\ௐVWXGLHVௐKDYHௐVKRZQௐDௐVWURQJௐFRUUHODWLRQௐEHWZHHQௐOLYHௐFKDWௐDQGௐLQFUHDVHௐLQௐFRQYHUVLRQௐUDWHVௐௐ3RWHQWLDOௐFOLHQWVௐ
DSSUHFLDWHௐKDYLQJௐWKHLUௐTXHVWLRQVௐDQVZHUHGௐLQௐUHDOWLPHௐZKHQௐWU\LQJௐWRௐEXLOGௐDௐYHKLFOHௐTXRWHௐRQOLQHௐDQGௐDOORZLQJௐWKHௐXVHUௐWRௐPXOWLWDVNௐGLIIHUHQWௐSURMHFWV
,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐ
SURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐ
FRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV"
6RXUFHZHOO¶VௐPLVVLRQௐVWDWHVௐ³2XUௐFRPPLWPHQWௐWRௐVHUYLFHௐDQGௐH[FHHGLQJௐFOLHQWௐH[SHFWDWLRQV´ௐௐ7KLVௐVWDWHPHQWௐ
LQWHJUDWHVௐZLWKௐRXUௐUHODWLRQVKLSௐPDUNHWLQJௐVWUDWHJ\ௐZLWKௐRXUௐFRPPLWPHQWௐWRௐJRௐDERYHௐDQGௐEH\RQGௐIRUௐDOOௐRXUௐPHPEHUVௐௐ6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐDFFHVVௐDௐZLGHௐYDULHW\ௐRIௐ
SURGXFWVௐDQGௐVHUYLFHVௐIRUௐWKHLUௐHYHU\GD\ௐQHHGVௐௐ:LWKௐRYHUௐௐ\HDUVௐRIௐSDUWQHUVKLSVௐDQGௐUHODWLRQVKLSௐEXLOGLQJௐ
WKH\ௐDUHௐWKHௐJOXHௐWKDWௐFRQQHFWVௐJRYHUQPHQWௐHGXFDWLRQௐDQGௐQRQSURILWௐDJHQFLHVௐWRௐFRPSDQLHVௐRIௐDOOௐVL]HVௐWRௐRIIHUௐWXUQNH\ௐVROXWLRQVௐWRௐWKHLUௐQHHGVௐௐௐௐ
6RXUFHZHOOௐLVௐDOVRௐDௐUHOLDEOHௐUHVRXUFHௐIRUௐYHQGRUVௐE\ௐQRWௐRQO\ௐFRQQHFWLQJௐZLWKௐSRWHQWLDOௐSURVSHFWVௐEXWௐE\ௐSURYLGLQJௐYDOXDEOHௐPDUNHWLQJௐPDWHULDOVௐUHDGLO\ௐDYDLODEOHௐIRUௐGRZQORDGௐRQௐWKHLUௐZHEVLWHௐௐ5HVRXUFHVௐDQGௐWRROVௐ
SURYLGHGௐLQFOXGHௐIO\HUVௐYHQGRUௐWUDLQLQJௐYLGHRVௐDORQJௐZLWKௐFRPSOLDQFHௐLQIRUPDWLRQ
7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐRIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐ
FRRSHUDWLYHௐFRQWUDFWVௐWRௐHQVXUHௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐOHJLWLPDF\ௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐUHFRJQL]HௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHOLDEOHௐVRXUFHVௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ
6RXUFHZHOO¶VௐDLPௐLVௐWRௐVLPSOLI\ௐWKHௐSXUFKDVLQJௐDQGௐSURFXUHPHQWௐSURFHVVௐRIௐJRYHUQPHQWௐHQWLWLHVௐE\ௐHOLPLQDWLQJௐWKHௐFRVWO\ௐELGGLQJௐSURFHGXUHௐௐ7KHௐSURFHVVௐRIௐUHVHDUFKLQJௐWKHௐULJKWௐYHQGRUௐLVௐQRWௐRQO\ௐVWUHVVIXOௐDQGௐWLPHFRQVXPLQJௐEXWௐFDQௐEHௐH[SHQVLYHௐDVௐZHOOௐௐ6RXUFHZHOOௐKDVௐFRPSOHWHGௐWKHௐELGGLQJௐIRUௐJRYHUQPHQWௐHQWLWLHVௐ
ZKLFKௐVLPSOLILHVௐWKHௐRYHUDOOௐSXUFKDVLQJௐSURFHVVௐE\ௐSURYLGLQJௐDFFHVVௐWRௐFRPSHWLWLYHO\ௐELGௐFRQWUDFWVௐSURFXUHGௐE\ௐDௐJRYHUQPHQWௐDJHQF\ௐௐ
6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐZLWKௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ7KHௐ6RXUFHZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐRIௐLQWHJULW\ௐDQGௐHWKLFVௐZKLFKௐLVௐDௐG\QDPLFௐ
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐSURXGௐWRௐEHௐSDUWௐRIௐௐ6RXUFHZHOOௐPHPEHUVௐKDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐ
PRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐௐ6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐIUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KLVௐ
FRQWUDFWௐFDQௐEHௐFXVWRPL]HGௐWRௐPHHWௐWKHௐXQLTXHௐQHHGVௐRIௐHDFKௐFOLHQWௐௐ7KHௐVDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐ
RQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐHQVXULQJௐFOLHQWV¶ௐSXUFKDVLQJௐQHHGVௐZLOOௐDOZD\VௐEHௐPHWௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVVIUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐ
SURFHVVௐௐ,WௐHQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐHIILFLHQWௐPDQQHUௐௐ:HௐYRZௐ
WRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐZLWKLQௐWKHௐFRPSDQ\
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
$UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐSURFHVV"ௐ,Iௐ
VRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW
2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐFDQௐVHDUFKௐWKURXJKௐPDQ\ௐYHKLFOHVௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐWDLORUHGௐWRௐWKHLUௐVSHFLILFௐ
QHHGVௐRIௐWKHLUௐDJHQF\ௐௐௐ$ௐSHUVRQDOL]HGௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐDYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐௐ,IௐXSILWWLQJௐLVௐQHHGHGௐWKHௐEX\HUௐFDQௐOLVWௐWKHௐGHWDLOVௐRIௐWKHௐXSILWௐZKLOHௐEXLOGLQJௐWKHLUௐYHKLFOHௐRQௐRXUௐZHEVLWHௐWRௐUHFHLYHௐDௐFRPSOHWHௐTXRWHௐRUௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐ
UHDFKHGௐWKURXJKௐSKRQHௐHPDLOௐRUௐRXUௐQHZௐOLYHௐFKDWௐIHDWXUHௐEXLOWௐRQௐRXUௐZHEVLWHௐௐ
:HௐKDYHௐUHFHQWO\ௐFUHDWHGௐDQGௐXSORDGHGௐDௐ³+RZ7Rௐ9LGHRV´ௐVHFWLRQௐRQௐWKHௐKRPHSDJHௐRIௐRXUௐZHEVLWHௐZKLFKௐ
KLJKOLJKWVௐDௐVWHSE\VWHSௐSURFHVVௐRQௐKRZௐWRௐEXLOGௐDQௐRQOLQHௐTXRWHௐௐ7KLVௐLQIRUPDWLYHௐYLGHRௐGHPRQVWUDWHVௐKRZௐWRௐQDYLJDWHௐWKHௐZHEVLWHௐLQௐKRZௐWRௐJHQHUDWHௐDௐYHKLFOHௐTXRWHௐZLWKௐRUௐZLWKRXWௐXSILWWLQJௐRSWLRQVௐௐ,WௐEHJLQVௐE\ௐ
H[SODLQLQJௐKRZௐWRௐUHJLVWHUௐRQௐRXUௐZHEVLWHௐDVௐDௐPHPEHUௐDQGௐWKHQௐGHWDLOVௐRQௐKRZௐWRௐVHOHFWௐYHKLFOHௐPRGHOௐDQGௐ
W\SHௐDQGௐWKHௐIDFWRU\ௐRSWLRQVௐQHHGHGௐௐௐௐ
2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐVXEPLWWLQJௐDௐ
SXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐWKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐQHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐ
FKDWௐRUௐSKRQHௐௐ,IௐDVVLVWDQFHௐLVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSௐLVௐDOVRௐDYDLODEOHௐWRௐZDONௐDௐFOLHQWௐWKURXJKௐWKHௐHSURFXUHPHQWௐSURFHVVௐVWHSௐE\ௐVWHSௐௐ7KLVௐHQVXUHVௐVRPHRQHௐLVௐDYDLODEOHௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐLIௐQHHGHGௐ
DQGௐHPSRZHULQJௐWKHௐFOLHQWௐWRௐPDNHௐDQ\ௐIXWXUHௐSXUFKDVHVௐRQௐWKHLUௐRZQௐௐ&OLHQWVௐPD\ௐDOVRௐFDOOௐRUௐHPDLOௐWKHௐQHHGVௐRIௐWKHௐFRPSDQ\ௐDQGௐUHFHLYHௐDௐFXVWRPL]HGௐYHKLFOHௐTXRWH
7DEOH9DOXH$GGHG$WWULEXWHV
/LQH,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ
SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐ
RSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐH[WHQGVௐDQ\ௐDQGௐDOOௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐDQGௐRSHUDWLQJௐSURJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐGLUHFWO\ௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐGXULQJௐWKHௐTXRWLQJௐSURFHVVௐ7KHௐ
PDQXIDFWXUHUௐZLOOௐSURYLGHௐTXRWHVௐWRௐWKHௐPHPEHUௐEDVHGௐRQௐWKHௐYHKLFOHVௐFODVVௐDQGௐVL]HௐDQGௐJHRJUDSKLFௐORFDWLRQௐ1$)*ௐZLOOௐDOZD\VௐSDVVௐWKHVHௐTXRWHVௐRQWRௐPHPEHUVௐDQGௐWUHDWௐWKHPௐOLNHௐDQௐXSILWௐWRௐWKHௐYHKLFOH
'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ
\RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU
7HFKQRORJLFDOௐDFFRPSOLVKPHQWVௐE\ௐ0DQXIDFWXUHVௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐ*HQHUDOௐ0RWRUVௐVHUYHௐPHPEHUVௐ
E\ௐNHHSLQJௐPDQ\ௐPRGHOVௐDYDLODEOHௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ$GGLWLRQDOO\ௐ1$)*ௐDOORZVௐPHPEHUVௐWKHௐDELOLW\ௐWRௐFKRRVHௐWRௐHOHFWULI\ௐWKHLUௐYHKLFOHௐE\ௐRSWLQJௐLQWRௐWKHௐ0RWLYHௐ3RZHUௐ6\VWHPVௐZHௐFDQௐVWLOOௐKHOSௐVXSSO\ௐWKLVௐNLQGௐ
RIௐDQௐXSILWௐ)RUௐPRUHௐLQIRUPDWLRQௐZHௐKDYHௐDWWDFKHGௐWKHௐSURGXFWௐDQGௐSULFLQJௐLQIRUPDWLRQௐZLWKLQௐWKHௐ³8SILWVௐ
$YDLODEOH´ௐDQGௐ³$OOௐௐ0DQXIDFWXUHV´ௐ=,3ௐILOHVௐXQGHUௐWKHௐVXSSRUWLQJௐGRFXPHQWVௐSRUWLRQௐRIௐWKHௐDSSOLFDWLRQ
'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐ
WRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐ
VHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK
ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKHOSHGௐFUHDWHௐWKHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐE\ௐSDUWQHULQJௐZLWKௐRYHUௐ
ௐ0D\RUVௐQDWLRQZLGHௐ7KLVௐLQLWLDWLYHௐZDVௐFUHDWHGௐIRUௐWKHௐEHQHILWௐRIௐPHPEHUVௐZKRௐZDQWHGௐWRௐFUHDWHௐDQGௐ
VXVWDLQௐDQௐDOOHOHFWULFௐIOHHWௐ:HௐRIIHUௐௐSXUHO\ௐHOHFWULFௐYHKLFOHVௐ\RXUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ6RPHௐSRSXODUௐPRGHOVௐLQFOXGHௐWKHௐ&KHYUROHWௐ%ROWௐ)RUGௐ)XVLRQௐ)RUGௐ0XVWDQJௐ0DFK(ௐDVௐZHOOௐDVௐ)RUG¶VௐDOOௐHOHFWULFௐ)ௐ:Hௐ
DUHௐFRQILGHQWௐWKDWௐDVௐPRUHௐ2(0¶VௐFRQWLQXHௐWRௐPDQXIDFWXUHௐQHZௐHOHFWULFௐYHKLFOHVௐZHௐZLOOௐSURYLGHௐWKHPௐIRUௐPHPEHUVௐWRௐVHOHFWௐIURPௐ0RUHௐLQIRUPDWLRQௐDERXWௐWKLVௐLQLWLDWLYHௐFDQௐEHௐIRXQGௐDWௐZZZ'ULYHHYIOHHWRUJ
,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐ
UDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ
WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐFUDGOHWRFUDGOHௐRUௐRWKHUௐJUHHQVXVWDLQDELOLW\ௐIDFWRUV
1$)*ௐKDVௐWKHௐ&DOLIRUQLDௐ$LUௐ5HVRXUFHௐ%RDUGௐ&$5%ௐ&HUWLILFDWHௐDVௐZHOOௐDVௐWKHௐ)RUGௐ4XDOLILHGௐ9HKLFOHௐ0RGLILHUௐ
&HUWLILFDWHௐRQௐILOHௐZLWKௐVRPHௐRIௐRXUௐSDUWQHUௐVXSSOLHUVௐDQGௐXSILWWHUVௐKROGௐWKHVHௐFHUWLILFDWLRQVௐDQGௐWKHVHௐFHUWLILFDWLRQVௐKHOSௐLOOXVWUDWHௐKRZௐHDFKௐYHKLFOHௐFRQVHUYHVௐHQHUJ\ௐDQGௐUHPDLQVௐHQHUJ\ௐHIILFLHQW
'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ:0%(ௐ6PDOOௐ%XVLQHVVௐ
(QWLW\ௐ6%(ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐ
FHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐ
GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐDVௐ
DSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
1$)*ௐKROGVௐDௐFXUUHQWௐSDUWQHUVKLSௐZLWKௐPDQ\ௐVXSSOLHUVௐVRPHௐRIௐZKLFKௐDUHௐYHWHUDQௐRZHGௐVXFKௐDVௐ3DFLILFௐ7UXFNௐ%RG\ௐORFDWHGௐLQௐ&$ௐ2XUௐ)RUGௐ&KHYUROHWௐDQGௐ5DP-HHS'RGJH&KU\VOHUௐVWRUHVௐDUHௐMRLQWO\ௐRZQHGௐDQGௐRSHUDWHGௐ
E\ௐ0LQRULWLHV
:KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐFRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐVHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ
:KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"
ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐQRWௐRQO\ௐEXLOWௐRQௐGHGLFDWLRQௐDQGௐKDUGௐZRUNௐEXWௐDOVRௐWKURXJKௐTXDQWLILDEOHௐPHWULFVௐWKDWௐGLUHFWO\ௐPHDVXUHௐWKHௐUHVXOWVௐRIௐRXUௐHIIRUWVௐWRௐHQVXUHௐUHDOௐJRDOVௐDUHௐEHLQJௐPHDVXUHGௐDQGௐPHWௐ7KURXJKௐPHDVXULQJௐUHVXOWVௐ1$)*ௐWDNHVௐUHVSRQVLELOLW\ௐLQௐHQVXULQJௐZHௐGHOLYHUௐRQO\ௐWKHௐEHVWௐFXVWRPHUௐFDUHௐWRௐ
\RXUௐPHPEHUVௐ1$)*ௐRIIHUVௐPHPEHUVௐௐKRXUௐZHEVLWHௐDFFHVVௐWRௐFXVWRPHUௐVXSSRUWௐWRௐSHUVRQDEO\ௐZDONௐPHPEHUVௐWKURXJKௐDQ\ௐTXHVWLRQVௐWKH\ௐPD\ௐKDYHௐ1RௐPDWWHUௐZKDWௐWKHௐLVVXHௐPD\ௐEHௐZHௐDOZD\VௐWKLQNௐRXWVLGHௐWKHௐER[ௐWRௐKHOSௐPHPEHUVௐILQGௐDௐVROXWLRQ
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
7DEOH$:DUUDQW\
'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RX
PD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWR
UHVSRQGLQJWRWKHTXHVWLRQVEHORZ
/LQH,WHP 4XHVWLRQ 5HVSRQVH
'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" (DFKௐRIௐWKHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐFRYHUௐWKHLUௐRZQௐSURGXFWVௐSDUWVௐDQGௐODERUௐ$OOௐZDUUDQW\ௐLQIRUPDWLRQௐPD\ௐEHௐIRXQGௐLQௐRXUௐDWWDFKPHQWVௐXQGHUௐWKHௐ=,3ௐ)LOHௐ³$OOௐௐ
0DQXIDFWXUHV´
'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH"3ULRUௐWRௐSXUFKDVHௐPHPEHUVௐVKRXOGௐEHௐDZDUHௐRIௐHDFKௐPDQXIDFWXUHU¶VௐUHVWULFWLRQVௐ6XFKௐDVௐLPSURSHUௐXVHௐRIௐWKHௐYHKLFOHௐPD\ௐUHVXOWௐLQௐGLVTXDOLILFDWLRQௐRIௐFRYHUDJHௐXQGHUௐWKHௐ2(0¶Vௐ
ZDUUDQW\ௐ$QௐH[DPSOHௐRIௐWKLVௐPD\ௐEHௐDQௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUHODWHGௐSXUVXLWௐZKLFKௐ
PD\ௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ$OWKRXJKௐZHௐDOZD\VௐZHOFRPHௐDQGௐHQFRXUDJHௐPHPEHUVௐWRௐFRQWDFWௐXVௐIRUௐWKHLUௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH
'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐ
WLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"
,QௐVRPHௐFDVHVௐPDQXIDFWXUHUVௐZLOOௐWRZௐDௐPHPEHU¶VௐYHKLFOHௐWRௐWKHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐ
IDFLOLW\ௐLQௐFDVHௐRIௐDௐEUHDNGRZQௐDQGௐFRYHUௐH[SHQVHVௐEXWௐSULRUௐDSSURYDOௐLVௐUHTXLUHG
$UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ
&DQDGDௐDVௐDSSOLFDEOHௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐ
VHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU"
7KLVௐPD\ௐYDU\ௐIURPௐPDQXIDFWXUHUௐWRௐPDQXIDFWXUHUௐ7KXVௐZHௐHQFRXUDJHௐPHPEHUVௐWRௐFDOOௐLQௐ
SULRUௐWRௐSXUFKDVHௐDQGௐLQTXLUHௐDERXWௐWKHLUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐWKHLUௐZDUUDQW\ௐUHSDLUVௐZLOOௐEHௐFRYHUHGௐZLWKௐWKHLUௐPDQXIDFWXUHU
:LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐ
ZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU"
$OOௐZDUUDQWLHVௐDUHௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHUௐDQGௐDQ\ௐXSILWௐZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐXSILWWHUௐWRௐSHUIRUP
:KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐ
SROLFLHV"
,IௐDௐPHPEHUௐFKDQJHVௐWKHLUௐPLQGௐ1$)*ௐZLOOௐTXLFNO\ௐPDNHௐHYHU\ௐHIIRUWௐWRௐFKDQJHௐRUௐFDQFHOௐ
WKHௐRUGHUௐZLWKௐWKHௐIDFWRU\ௐ+RZHYHUௐRQFHௐWKHௐPDQXIDFWXUHUௐEHJLQVௐSURGXFLQJௐWKHௐYHKLFOHௐWKHUHௐDUHௐQRௐFKDQJHVௐH[FKDQJHVௐRUௐUHIXQGVௐDYDLODEOHௐ7KHௐRUGHUௐLVௐWKHQௐGHHPHGௐQRQFDQFHOODEOHௐ
7KLVௐLQFOXGHVௐDQ\ௐXSILWௐHTXLSPHQWௐDQௐXSILWWHUௐKDVௐRUGHUHGௐIRUௐWKHௐXQLW
'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO1$)*ௐRIIHUVௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐIRUௐDOOௐPHPEHUVௐ7KHUHௐDUHௐVHYHUDOௐSDUDPHWHUVௐLQௐZKLFKௐDௐVHUYLFHௐFRQWUDFWௐPD\ௐEHௐFXVWRPL]DEOHௐ7KHVHௐFXVWRPL]HGௐVHUYLFHௐ
FRQWUDFWVௐZLOOௐEHௐWUHDWHGௐDVௐDGGௐIDFWRU\ௐRSWLRQVௐDQGௐIROORZLQJௐWKHௐVDPHௐGLVFRXQWௐVFKHGXOHௐ
SURYLGHGௐLQௐWKHௐSULFLQJௐILOH
7DEOH%3HUIRUPDQFH6WDQGDUGVRU*XDUDQWHHV
'HVFULEHLQGHWDLO\RXUSHUIRUPDQFHVWDQGDUGVRUJXDUDQWHHVLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RXPD\
XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUSHUIRUPDQFHPDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKH
TXHVWLRQVEHORZ
/LQH,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐDQ\ௐSHUIRUPDQFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐ
WKDWௐDSSO\ௐWRௐ\RXUௐVHUYLFHV
7KHௐRQO\ௐJXDUDQWHHௐZHௐFDQௐHYHUௐSURYLGHௐLVௐWKHௐJXDUDQWHHௐWKDWௐZHௐZLOOௐWUHDWௐDQGௐKHOSௐHYHU\ௐPHPEHUௐ
WKDWௐFRQWDFWVௐZLWKௐUHVSHFWௐLQWHJULW\ௐDQGௐSURIHVVLRQDOLVP
'HVFULEHௐDQ\ௐVHUYLFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐWKDWௐDSSO\ௐWRௐ\RXUௐVHUYLFHVௐSROLFLHVௐPHWULFVௐ.3,VௐHWF1$)*ௐDQGௐVWDIIௐXSKROGௐKLJKௐVWDQGDUGVௐZLWKௐKRZௐZHௐSURYLGHௐVHUYLFHௐWRௐWKHௐPHPEHUVௐQRWௐRQO\ௐKROGLQJௐHDFKௐRWKHUௐDFFRXQWDEOHௐEXWௐE\ௐHPEUDFLQJௐPHPEHUௐIHHGEDFNௐRIௐKRZௐZHௐFDQௐLPSURYHௐ7KHQௐZHௐDFWௐ
XSRQௐLWௐDQGௐLPSOHPHQWௐLPSURYHPHQWV
7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐ
PHWKRGV"
6WDQGDUGௐSD\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐௐ±ௐGD\ௐJUDFHௐSHULRG
'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐ
XVHௐE\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV
ௐ,QௐRUGHUௐWRௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐ1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐ
RIIHUௐOHDVLQJௐWHUPVௐIRUௐ6RXUFHZHOOௐPHPEHUVௐIRUௐDOOௐ1$)*ௐTXRWHVௐXQGHUௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ)RUௐIXUWKHUௐ
UHYLHZௐZHௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ³0HPEHUௐ:DONௐ7KURXJK´ௐ=LSௐILOH
'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐ
SURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐRUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐDJUHHPHQWVௐHWFௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐDVௐ
DSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐWUDQVDFWLRQௐSURFHVVௐ3XUFKDVHௐ2UGHUௐLVௐFORVHO\ௐWUDFNHGௐZHOOௐGRFXPHQWHGௐDQGௐ
QHDWO\ௐRUJDQL]HGௐWRௐPRQLWRUௐHDFKௐWUDQVDFWLRQௐSHUIRUPHGௐWKURXJKௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ7KLVௐZD\ௐ1$)*ௐPD\ௐSURGXFHௐVZLIWௐDQGௐDFFXUDWHௐTXDUWHUO\ௐUHSRUWLQJ
'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ
SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV"
<HVௐ1$)*ௐDFFHSWVௐXSௐWRௐௐSHUௐYHKLFOHௐ+RZHYHUௐDQ\ௐGROODUௐDPRXQWௐKLJKHUௐWKDQௐௐZLOOௐUHTXLUHௐDௐ3
FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQDOௐIHHௐWKDWௐZRXOGௐEHௐSDVVHGௐRQWRௐWKHௐPHPEHU
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
7DEOH3ULFLQJDQG'HOLYHU\
3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRI
DQDZDUGHG&RQWUDFWDVGHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐHJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐ
GLVFRXQWVௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐLQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFHௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐ
ZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐ
SURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐRIIHULQJௐ/LQH,WHPௐ'LVFRXQWVௐ2IIௐ0DQXIDFWXUHௐ
6XJJHVWHGௐ5HWDLOௐ3ULFHௐIRUௐௐPDQXIDFWXUHUVௐWKDWௐLVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐZLOOௐDOVRௐRIIHUௐDQ\ௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐYHKLFOHV¶ௐWKDWௐPHPEHUVௐ
ZLVKௐWRௐDGGௐ'HWDLOVௐDUHௐORFDWHGௐRQௐWKHௐ3ULFHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐ3ULFHௐ)LOH
4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐLQௐWKLVௐ
UHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐ
SHUFHQWDJHௐUDQJH
1$)*ௐKDVௐDQௐSURYLGHGௐRIIHULQJVௐIURPௐௐ%UDQGV2(06ௐDQGௐWKHUHௐUHVSHFWLYHௐ
SHUFHQWDJHௐRIIௐYDU\ௐDQGௐDUHௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ]LSௐ
(DFKௐ0DQXIDFWXUHௐ5DQJHௐLVௐGHWDLOHGௐLQௐWKHௐWDEVௐEHORZௐKHUHௐLVௐDQௐRYHUYLHZௐௐௐௐௐௐௐௐௐௐௐௐ&KHYUROHWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐௐ
)RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ*0&ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ5DPௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ
'RGJHௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ-HHSௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ&KU\VOHUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ
7R\RWDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ+RQGDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ1LVVDQௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ
%XLFNௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐ.LDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ
%0:ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ
&DGLOODFௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ9RONVZDJHQௐIURPௐௐWRௐௐ
'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐ
RIIHU
,IௐFOLHQWVௐDUHௐFRQVLGHULQJௐDQௐRUGHUௐRIௐௐRUௐPRUHௐXQLWVௐZHௐHQFRXUDJHௐPHPEHUVௐ
WRௐFRQWDFWௐXVௐIRUௐDQ\ௐDGGLWLRQDOௐGLVFRXQWHGௐTXRWHV
3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐ
ZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW
³2SHQௐ0DUNHW´ௐSURGXFWVௐRUௐ³6RXUFHGௐ*RRGV´ௐZLOOௐEHௐFRQVLGHUHGௐDQGௐWUHDWHGௐDVௐ
UHJXODUௐXSILWVௐ+RZHYHUௐWKH\ௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNௐXSௐLIௐDSSOLFDEOH
,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐ
IUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐ
UHODWLRQVKLSௐWRௐWKHௐ3URSRVHU
$OOௐFRQVLGHUDWLRQVௐKDYHௐDOUHDG\ௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐLWVௐHQWLUHO\ௐ7KHௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEOHௐFRQWDLQHGௐLQௐWKHௐSULFHௐILOHௐLQFOXGHVௐDOOௐFRQVLGHUHGௐFRVWVௐ$OWKRXJKௐLIௐDௐPHPEHUௐUHTXHVWHGௐDௐVSHFLDOL]HGௐTXRWHௐIRUௐDௐXQLTXHௐVLWXDWLRQௐ
WKDWௐUHTXLUHVௐVSHFLDOௐWUDLQLQJௐGLUHFWLRQௐRUௐLQVWDOODWLRQௐWKHௐDGGLWLRQDOௐFRVWVௐZRXOGௐEHௐDGGHGௐDVௐDௐSDUWௐRIௐWKHௐXSILWௐDQGௐWKHQௐLQFOXGHGௐLQVLGHௐWKHௐPHPEHU¶VௐTXRWH
,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐ
SDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐ
GHOLYHU\ௐSURJUDP
$OOௐPDQXIDFWXUHVௐFKDUJHௐDௐVWDQGDUGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐ+RZHYHUௐWKDWௐLVௐ
VHSDUDWHௐIURPௐWKHௐIUHLJKWGHVWLQDWLRQௐFRVWௐWKDWௐPHPEHUVௐPD\ௐLQFXUௐWRௐVKLSௐDௐYHKLFOHௐ
WRௐDQGௐIURPௐDQௐLQVWDOOHUௐLIௐDSSOLFDEOHௐ7KHVHௐVXEVHTXHQWௐORFDWLRQDOௐPRYHPHQWVௐPD\ௐEDUHௐDGGLWLRQDOௐIUHLJKWௐFRVWVௐWKDWௐZLOOௐEHௐRXWOLQHGௐZLWKLQௐWKHௐPHPEHUVௐTXRWHௐIRUௐ
WKHLUௐUHYLHZௐSULRUௐWRௐSXUFKDVH
6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\)UHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐDPRQJௐWKHVHௐUHJLRQVௐVRPHWLPHVௐFDUU\ௐDGGLWLRQDOௐORJLVWLFDOௐFKDUJHVௐIRUௐDGGHGௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWVௐIURPௐERWKௐWRௐDQGௐ
IURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐRQௐWKHௐTXRWHௐIRUௐPHPEHUVௐWRௐUHYLHZௐDQGௐDSSURYHௐSULRUௐWRௐSXUFKDVH
'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐ
RIIHUHGௐLQௐ\RXUௐSURSRVDO
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDOUHDG\ௐKDVௐDௐZHOOHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ
'LVWULEXWLRQௐ1HWZRUNௐWKDWௐDOORZVௐIRUௐVZLIWௐDQGௐUHODWLYHO\ௐVHDPOHVVௐGHOLYHU\ௐWRௐPHPEHUVௐDQGௐWKHLUௐHQGௐXVHUV
7DEOH3ULFLQJ2IIHUHG
/LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV
&RPPHQWV
FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 1$)*ௐ6WULYHVௐWRௐRIIHUௐWKHௐEHVWௐ
RYHUDOOௐYDOXHௐWRௐWKHௐPHPEHUௐZLWKௐHDFKௐDQGௐHYHU\ௐTXRWH
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐ
WKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ
&RQWUDFWௐWHPSODWH
6RXUFHZHOOௐSDUWLFLSDWLQJௐPHPEHUVௐDUHௐDEOHௐWRௐREWDLQௐSURSHUௐSULFLQJௐGLUHFWO\ௐIURPௐRXUௐZHEVLWHௐZKHUHௐWKH\ௐDUHௐDEOHௐWRௐXVHௐRXUௐXVHUIULHQGO\ௐGHVLJQௐWRௐEXLOGௐDQGௐSULFHௐWKHLUௐYHKLFOHVௐ7KHௐ1$)*ௐLVௐXSGDWHGௐGDLO\ௐWRௐUHIOHFWௐ
XSGDWHGௐPDQXIDFWXUHUௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐPHPEHUVௐZLWKௐDQௐDFFXUDWHௐTXRWHௐௐRIௐWKHௐWLPHௐ,QௐDGGLWLRQௐ1$)*ௐKDVௐDௐVWUHDPௐOLQHௐDQGௐRUJDQL]HGௐSURFHVVௐKDWௐFDOFXODWHVௐDGPLQLVWUDWLYHௐIHHVௐDQGௐ
DOORZVௐ1$)*ௐWRௐJLYHௐDௐWXUQDURXQGௐWLPHௐRIௐௐ±ௐௐGD\VௐIRUௐTXDUWHUO\ௐUHSRUWV
,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐ
ZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW
2QHௐRIௐWKHௐLQWHUQDOௐPHWULFVௐ1$)*ௐXVHVௐWRௐWUDFNௐDQGௐPHDVXUHௐVXFFHVVௐ
ZLWKௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLVௐPDLQWDLQHGௐWKURXJKௐRXUௐZHEVLWHௐ2XUௐZHEVLWHௐNHHSVௐDௐGHWDLOHGௐORJௐRIௐTXRWHVௐWKDWௐPHPEHUVௐDUHௐJHQHUDWLQJௐ:Hௐ
RYHUVHHௐDQGௐNHHSௐWUDFNௐRIௐKRZௐPDQ\ௐTXRWHVௐDUHௐEHLQJௐJHQHUDWHGௐDQGௐ
ZKLFKௐTXRWHVௐDUHௐPHWௐZLWKௐDௐSXUFKDVHௐRUGHUௐ(YHU\ௐPRQWKௐZHௐHYDOXDWHௐRXUௐVDOHVௐLQGLFDWRUVௐDQGௐFORVHO\ௐPRQLWRUௐWKHௐYROXPHௐDQGௐIUHTXHQF\ௐRIௐVDOHVௐ
2QHௐH[DPSOHௐLVௐE\ௐHYDOXDWLQJௐZKLFKௐPHPEHUVௐDUHௐSXUFKDVLQJௐIURPௐRXUௐ
SODWIRUPௐ±ௐQHZௐPHPEHUVௐRUௐIUHTXHQWௐPHPEHUVௐWRௐHQVXUHௐZHௐDUHௐJURZLQJௐRXUௐPHPEHUௐEDVHௐ:HௐXVHௐWKHVHௐPHWULFVௐWRௐPHDVXUHௐRXUௐSURMHFWHGௐJURZWKௐ
UDWHௐDQGௐZRUNௐWRௐH[FHHGௐRXUௐH[SHFWDWLRQV
,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ
\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ
DGGLWLRQDOௐGHWDLOV
1$)*ௐZLOOௐVXEPLWௐௐௐSHUௐYHKLFOHௐSXUFKDVHGௐWKURXJKௐ1$)*ௐDQGௐௐௐSHUௐYHKLFOHௐSXUFKDVHGௐWKRXJKௐRXUௐSDUWQHUௐGHDOHUௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ)RUௐ
WKHௐSXUSRVHௐRIௐDQௐDGPLQௐIHHௐWKHUHௐDUHௐQRௐRWKHUௐSDUWQHUௐGHDOHUௐJURXSVௐFRQVLGHUHG
7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO
1$)*ௐKDVௐSURYLGHGௐDௐ³0RGHOௐ5ROOௐ2XW´ௐ&KDUWVௐLQௐWKHௐ³3ULFHௐ)LOH´ௐ]LSௐEXWௐRIௐWKHௐௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐWKH\ௐKDYHௐRYHUௐௐPDNHVௐDQGௐPRGHOVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐWKDWௐUDQJHௐIURPௐ&ODVVௐௐDQGௐVXSSRUWLQJௐ&ODVVௐௐ&DEௐDQGௐ&KDVVLVௐWUXFNVௐ1$)*¶VௐSODWIRUPVௐFDQௐDGGௐDQ\ௐXSILWௐRIௐWKHLUௐ
FKRRVLQJௐUDQJLQJௐIURPௐWRROER[HVௐWRௐ/LQHௐ0HFKDQLFௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐDQ\ௐRQHௐRIௐRXUௐYHKLFOHVௐWKURXJKௐRQHௐRIௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUVௐRUௐE\ௐDQௐXSILWௐVXSSOLHUௐRIௐWKHௐPHPEHUVௐFKRRVLQJௐ1$)*ௐDQGௐWKHௐVXSSOLHUௐZLOOௐZRUNௐWRJHWKHUௐWRௐVXSSO\ௐPHPEHUVௐZLWKௐWXUQNH\ௐTXRWHV
:LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ
\RXUௐSURGXFWVௐDQGௐVHUYLFHV
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐOLVWVௐWKHௐPDNHVௐDQGௐPRGHOVௐRIௐDOOௐௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐXQGHUௐWKHௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHV´ௐௐ7KHVHௐௐ2(0VௐPDNHௐXSௐRYHUௐௐFRPELQHGௐPDNHVௐPRGHOVௐDQGௐ
HQJLQHௐFRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐVHOHFWௐIURPௐDORQJௐZLWKௐVHYHUDOௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐIRUௐ
PHPEHUVௐLQௐWKHௐSULFHௐILOH
7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV
,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDOFRPPHQWVLQWKHWH[WER[
SURYLGHGDVQHFHVVDU\
/LQH,WHP &DWHJRU\RU7\SH 2IIHUHG
&RPPHQWV
$XWRPRELOHV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV
6SRUWௐ8WLOLW\ௐ9HKLFOHV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV
9DQV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV
7UXFNV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV
9HKLFOHVௐGHVFULEHGௐLQௐ/LQHVௐௐDERYHௐIRUௐ3XEOLFௐ6DIHW\ௐ
DSSOLFDWLRQV
<HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
&RQYHQWLRQDOௐLQWHUQDOௐFRPEXVWLRQௐPRGHOV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
1DWXUDOௐJDVௐRUௐSURSDQHௐDXWRJDVௐK\EULGௐRUௐDOWHUQDWLYHௐIXHOௐ
PRGHOV
<HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
(OHFWULFௐSRZHUHGௐPRGHOV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
7DEOH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUP
/LQH,WHP127,&(7RLGHQWLI\DQ\H[FHSWLRQRUWRUHTXHVWDQ\PRGLILFDWLRQWRWKH6RXUFHZHOOWHPSODWH&RQWUDFWWHUPVFRQGLWLRQVRUVSHFLILFDWLRQVD
3URSRVHUPXVWVXEPLWWKHH[FHSWLRQRUUHTXHVWHGPRGLILFDWLRQRQWKH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUPLPPHGLDWHO\EHORZ7KHFRQWUDFW
VHFWLRQWKHVSHFLILFWH[WDGGUHVVHGE\WKHH[FHSWLRQRUUHTXHVWHGPRGLILFDWLRQDQGWKHSURSRVHGPRGLILFDWLRQPXVWEHLGHQWLILHGLQGHWDLO3URSRVHU
VH[FHSWLRQVDQG
SURSRVHGPRGLILFDWLRQVDUHVXEMHFWWRUHYLHZDQGDSSURYDORI6RXUFHZHOODQGZLOOQRWDXWRPDWLFDOO\EHLQFOXGHGLQWKHFRQWUDFW
&RQWUDFW6HFWLRQ 7HUP&RQGLWLRQRU6SHFLILFDWLRQ ([FHSWLRQRU3URSRVHG0RGLILFDWLRQ
'RFXPHQWV
(QVXUH\RXUVXEPLVVLRQGRFXPHQWVFRQIRUPVWRWKHIROORZLQJ
'RFXPHQWVLQ3')IRUPDWDUHSUHIHUUHG'RFXPHQWVLQ:RUG([FHORUFRPSDWLEOHIRUPDWVPD\DOVREHSURYLGHG
'RFXPHQWVVKRXOG127KDYHDVHFXULW\SDVVZRUGDV6RXUFHZHOOPD\QRWEHDEOHWRRSHQWKHILOH,WLV\RXUVROHUHVSRQVLELOLW\WRHQVXUHWKDWWKHXSORDGHG
GRFXPHQWVDUHQRWHLWKHUGHIHFWLYHFRUUXSWHGRUEODQNDQGWKDWWKHGRFXPHQWVFDQEHRSHQHGDQGYLHZHGE\6RXUFHZHOO
6RXUFHZHOOPD\UHMHFWDQ\UHVSRQVHZKHUHDQ\GRFXPHQWVFDQQRWEHRSHQHGDQGYLHZHGE\6RXUFHZHOO
,I\RXQHHGWRXSORDGPRUHWKDQRQHGRFXPHQWIRUDVLQJOHLWHP\RXVKRXOGFRPELQHWKHGRFXPHQWVLQWRRQH]LSSHGILOH,IWKH]LSSHGILOHFRQWDLQVPRUHWKDQ
RQHGRFXPHQWHQVXUHHDFKGRFXPHQWLVQDPHGLQUHODWLRQWRWKHVXEPLVVLRQIRUPDWLWHPUHVSRQGLQJWR)RUH[DPSOHLIUHVSRQGLQJWRWKH0DUNHWLQJ3ODQ
FDWHJRU\VDYHWKHGRFXPHQWDV³0DUNHWLQJ3ODQ´
3ULFLQJ1$)*3ULFH)LOHIRU%LG]LS0RQGD\6HSWHPEHU
)LQDQFLDO6WUHQJWKDQG6WDELOLW\0DUNHW6XFFHVVDQG)LQDQFLDO6WDELOLW\]LS0RQGD\6HSWHPEHU
0DUNHWLQJ3ODQ6DPSOHV0DUNHWLQJ3ODQ&RPSUHVVHG]LS7XHVGD\6HSWHPEHU
:0%(0%(6%(RU5HODWHG&HUWLILFDWHV,QVXUDQFHDQG5HODWHG'RFXPHQWV]LS7XHVGD\6HSWHPEHU
:DUUDQW\,QIRUPDWLRQ:DUUDQWLHV5)3]LS7XHVGD\6HSWHPEHU
6WDQGDUG7UDQVDFWLRQ'RFXPHQW6DPSOHV6WDQGDUG7UDQVDFWLRQ]LS0RQGD\6HSWHPEHU
8SORDG$GGLWLRQDO'RFXPHQW$//0DNHVDQG8SILWV]LS7XHVGD\6HSWHPEHU
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
$GGHQGD7HUPVDQG&RQGLWLRQV
352326(5$)),'$9,7$1'$6685$1&(2)&203/,$1&(
,FHUWLI\WKDW,DPWKHDXWKRUL]HGUHSUHVHQWDWLYHRIWKH3URSRVHUVXEPLWWLQJWKHIRUHJRLQJ3URSRVDOZLWKWKHOHJDODXWKRULW\WRELQGWKH3URSRVHUWRWKLV$IILGDYLWDQG
$VVXUDQFHRI&RPSOLDQFH
7KH3URSRVHULVVXEPLWWLQJWKLV3URSRVDOXQGHULWVIXOODQGFRPSOHWHOHJDOQDPHDQGWKH3URSRVHUOHJDOO\H[LVWVLQJRRGVWDQGLQJLQWKHMXULVGLFWLRQRILWV
UHVLGHQFH
7KH3URSRVHUZDUUDQWVWKDWWKHLQIRUPDWLRQSURYLGHGLQWKLV3URSRVDOLVWUXHFRUUHFWDQGUHOLDEOHIRUSXUSRVHVRIHYDOXDWLRQIRUFRQWUDFWDZDUG
7KH3URSRVHULQFOXGLQJDQ\SHUVRQDVVLVWLQJZLWKWKHFUHDWLRQRIWKLV3URSRVDOKDVDUULYHGDWWKLV3URSRVDOLQGHSHQGHQWO\DQGWKH3URSRVDOKDVEHHQFUHDWHG
ZLWKRXWFROOXGLQJZLWKDQ\RWKHUSHUVRQFRPSDQ\RUSDUWLHVWKDWKDYHRUZLOOVXEPLWDSURSRVDOXQGHUWKLVVROLFLWDWLRQDQGWKH3URSRVDOKDVLQDOOUHVSHFWVEHHQ
FUHDWHGIDLUO\ZLWKRXWDQ\IUDXGRUGLVKRQHVW\7KH3URSRVHUKDVQRWGLUHFWO\RULQGLUHFWO\HQWHUHGLQWRDQ\DJUHHPHQWRUDUUDQJHPHQWZLWKDQ\SHUVRQRU
EXVLQHVVLQDQHIIRUWWRLQIOXHQFHDQ\SDUWRIWKLVVROLFLWDWLRQRURSHUDWLRQVRIDUHVXOWLQJFRQWUDFWDQGWKH3URSRVHUKDVQRWWDNHQDQ\DFWLRQLQUHVWUDLQWRIIUHH
WUDGHRUFRPSHWLWLYHQHVVLQFRQQHFWLRQZLWKWKLVVROLFLWDWLRQ$GGLWLRQDOO\LI3URSRVHUKDVZRUNHGZLWKDFRQVXOWDQWRQWKH3URSRVDOWKHFRQVXOWDQWDQLQGLYLGXDO
RUDFRPSDQ\KDVQRWDVVLVWHGDQ\RWKHUHQWLW\WKDWKDVVXEPLWWHGRUZLOOVXEPLWDSURSRVDOIRUWKLVVROLFLWDWLRQ
7RWKHEHVWRILWVNQRZOHGJHDQGEHOLHIDQGH[FHSWDVRWKHUZLVHGLVFORVHGLQWKH3URSRVDOWKHUHDUHQRUHOHYDQWIDFWVRUFLUFXPVWDQFHVZKLFKFRXOGJLYHULVHWR
DQRUJDQL]DWLRQDOFRQIOLFWRILQWHUHVW$QRUJDQL]DWLRQDOFRQIOLFWRILQWHUHVWH[LVWVZKHQDYHQGRUKDVDQXQIDLUFRPSHWLWLYHDGYDQWDJHRUWKHYHQGRU¶VREMHFWLYLW\
LQSHUIRUPLQJWKHFRQWUDFWLVRUPLJKWEHLPSDLUHG
7KHFRQWHQWVRIWKH3URSRVDOKDYHQRWEHHQFRPPXQLFDWHGE\WKH3URSRVHURULWVHPSOR\HHVRUDJHQWVWRDQ\SHUVRQQRWDQHPSOR\HHRUOHJDOO\DXWKRUL]HG
DJHQWRIWKH3URSRVHUDQGZLOOQRWEHFRPPXQLFDWHGWRDQ\VXFKSHUVRQVSULRUWR'XH'DWHRIWKLVVROLFLWDWLRQ
,IDZDUGHGDFRQWUDFWWKH3URSRVHUZLOOSURYLGHWR6RXUFHZHOO3DUWLFLSDWLQJ(QWLWLHVWKHHTXLSPHQWSURGXFWVDQGVHUYLFHVLQDFFRUGDQFHZLWKWKHWHUPV
FRQGLWLRQVDQGVFRSHRIDUHVXOWLQJFRQWUDFW
7KH3URSRVHUSRVVHVVHVRUZLOOSRVVHVVEHIRUHGHOLYHULQJDQ\HTXLSPHQWSURGXFWVRUVHUYLFHVDOODSSOLFDEOHOLFHQVHVRUFHUWLILFDWLRQVQHFHVVDU\WRGHOLYHU
VXFKHTXLSPHQWSURGXFWVRUVHUYLFHVXQGHUDQ\UHVXOWLQJFRQWUDFW
7KH3URSRVHUDJUHHVWRGHOLYHUHTXLSPHQWSURGXFWVDQGVHUYLFHVWKURXJKYDOLGFRQWUDFWVSXUFKDVHRUGHUVRUPHDQVWKDWDUHDFFHSWDEOHWR6RXUFHZHOO
0HPEHUV8QOHVVRWKHUZLVHDJUHHGWRWKH3URSRVHUPXVWSURYLGHRQO\QHZDQGILUVWTXDOLW\SURGXFWVDQGUHODWHGVHUYLFHVWR6RXUFHZHOO0HPEHUVXQGHUDQ
DZDUGHG&RQWUDFW
7KH3URSRVHUZLOOFRPSO\ZLWKDOODSSOLFDEOHSURYLVLRQVRIIHGHUDOVWDWHDQGORFDOODZVUHJXODWLRQVUXOHVDQGRUGHUV
7KH3URSRVHUXQGHUVWDQGVWKDW6RXUFHZHOOZLOOUHMHFW5)3SURSRVDOVWKDWDUHPDUNHGFRQILGHQWLDORUQRQSXEOLFHWFHLWKHUVXEVWDQWLDOO\RULQWKHLUHQWLUHW\
8QGHU0LQQHVRWD6WDWXWHV6HFWLRQVXEGLYLVLRQDOOSURSRVDOVDUHFRQVLGHUHGQRQSXEOLFGDWDXQWLOWKHHYDOXDWLRQLVFRPSOHWHDQGD&RQWUDFWLV
DZDUGHG$WWKDWSRLQWSURSRVDOVEHFRPHSXEOLFGDWD0LQQHVRWD6WDWXWHV6HFWLRQSHUPLWVRQO\FHUWDLQQDUURZO\GHILQHGGDWDWREHFRQVLGHUHGDWUDGH
VHFUHWDQGWKXVQRQSXEOLFGDWDXQGHU0LQQHVRWD
V'DWD3UDFWLFHV$FW
3URSRVHULWVHPSOR\HHVDJHQWVDQGVXEFRQWUDFWRUVDUHQRW
,QFOXGHGRQWKH³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURORIWKH8QLWHG6WDWHV
'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI
,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDWKWWSVVDPJRY6$0RU
3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHGE\WKH6WDWHRI0LQQHVRWD
WKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULW
QRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVHUHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ
%\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶V$IILGDYLWKDYHWKHOHJDODXWKRULW\WRVXEPLWWKLV3URSRVDORQEHKDOIRIWKH
3URSRVHUDQGWKDWWKLVHOHFWURQLFDFNQRZOHGJPHQWKDVWKHVDPHOHJDOHIIHFWYDOLGLW\DQGHQIRUFHDELOLW\DVLI,KDGKDQGVLJQHGWKH3URSRVDO7KLVVLJQDWXUHZLOOQRW
EHGHQLHGVXFKOHJDOHIIHFWYDOLGLW\RUHQIRUFHDELOLW\VROHO\EHFDXVHDQHOHFWURQLFVLJQDWXUHRUHOHFWURQLFUHFRUGZDVXVHGLQLWVIRUPDWLRQ-HVVH&RRSHU)OHHW
0DQDJHU+RXU//&
7KH3URSRVHUGHFODUHVWKDWWKHUHLVDQDFWXDORUSRWHQWLDO&RQIOLFWRI,QWHUHVWUHODWLQJWRWKHSUHSDUDWLRQRILWVVXEPLVVLRQDQGRUWKH3URSRVHUIRUHVHHVDQDFWXDORU
SRWHQWLDO&RQIOLFWRI,QWHUHVWLQSHUIRUPLQJWKHFRQWUDFWXDOREOLJDWLRQVFRQWHPSODWHGLQWKHELG
<HV1R
7KH%LGGHUDFNQRZOHGJHVDQGDJUHHVWKDWWKHDGGHQGXPDGGHQGDEHORZIRUPSDUWRIWKH%LG'RFXPHQW
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
&KHFNWKHER[LQWKHFROXPQ,KDYHUHYLHZHGWKLVDGGHQGXPEHORZWRDFNQRZOHGJHHDFKRIWKHDGGHQGD
)LOH1DPH
,KDYHUHYLHZHGWKH
EHORZDGGHQGXPDQGDWWDFKPHQWVLI
DSSOLFDEOH
3DJHV
$GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B
:HG6HSWHPEHU30
$GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B
7XH6HSWHPEHU30
$GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B
7KX$XJXVW30
$GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B0RQ$XJXVW$0
$GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B
6XQ$XJXVW30
$GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B
7KX$XJXVW30
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
72HOUR,LLCdba
NationalAutoFleet
Group
CONTEMPORARY
MOTORCARS,INC. CreativeBusSales,Inc.
DavisChevrolet,GMC,
Buick,Ltd. Donlen,LLC
GreenPowerMotor
Company,Inc.
LithiaToyotaofBillings
II,LLC LordstownMotorsCorp.
MikeAlbertLeasing,
Inc.
ROTruck&Equipment
LLCDBAROBusSales Tesla,Inc. TROPICALFORD,INC.
VALLEYFORDTRUCK,
INC.
PossiblePoints
ConformancetoTerms/
ConditionstoInclude
Documentation 50 463338343834373635403841
Pricing 400 355244298240268268264259255260301314
Financial,Industryand
MarketplaceSuccesses 75 665663474950465558605564
Bidder'sAbilitytoSell/Service
ContractNationally 100 846679607270597064826577
Bidder'sMarketingPlan 50 473140263129363634343640
ValueAddedAttributes 75 614345495849644948655653
WarrantyCoveragesand
Information 50 433740383941413838444139
DepthandBreadthofOffered
Equipment,Products,or
Services 200 176134146155154149133156156143160166
TotalPoints 1,000878 644 749 649 709 690 680 699 688 728 752 794
RankOrder 1124116 81079532
____________________________________________________________________________________________________________________________________________________________________
JamesVoelker,CPCM,CFCM,ProcurementLeadAnalyst StephanieHaataja,CPIM,ProcurementAnalyst CraigWest,ProcurementAnalyst TomSharbonno,ProcurementAnalyst
Proposal Evaluation
Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories RFP #091521
060920-NAF
Rev. 2/2020 1
Solicitation Number: RFP #060920
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive,
Watsonville, CA 95076 (Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires August 1, 2024, unless it is
cancelled sooner pursuant to Article 24. This Contract may be extended up to one additional
one-year period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 16 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new/current model. Vendor
may offer close-out or refurbished Equipment or Products if they are clearly indicated in
060920-NAF
Rev. 2/2020 2
Vendor’s product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity’s site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Vendor’s dealers and
distributors must agree to assist the Participating Entity in reaching a resolution in any dispute
over warranty terms with the manufacturer. Any manufacturer’s warranty that is effective past
the expiration of the Vendor’s warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will
make available to Sourcewell a means to validate or authenticate Vendor’s authorized dealers,
distributors, and/or resellers relative to the Equipment, Products, and Services related to this
Contract. This list may be updated from time-to-time and is incorporated into this Contract by
reference. It is the Vendor’s responsibility to ensure Sourcewell receives the most current
version of this list.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced as stated in Vendor’s
Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity’s requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Vendor must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery.
060920-NAF
Rev. 2/2020 3
Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally
delivers substandard or inferior Equipment or Products. In the event of the delivery of
nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon
as possible and the Vendor will replace nonconforming Equipment and Products with
conforming Equipment and Products that are acceptable to the Participating Entity.
B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax-
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Vendor may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Contract Administrator. This form is available
from the assigned Sourcewell Contract Administrator. At a minimum, the request must:
x Identify the applicable Sourcewell contract number;
x Clearly specify the requested change;
x Provide sufficient detail to justify the requested change;
x Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
x Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
060920-NAF
Rev. 2/2020 4
A fully executed Sourcewell Price and Product Request Form will be become an
amendment to this Contract and be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity’s
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Vendor understands that a Participating
Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential members to join
Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster
during the term of this Contract.
B. PUBLIC FACILITIES. Vendor’s employees may be required to perform work at government-
owned facilities, including schools. Vendor’s employees and agents must conduct themselves in
a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating
Entity issues a purchase order, it may use its own forms, but the purchase order should clearly
note the applicable Sourcewell contract number. All Participating Entity orders under this
Contract must be issued prior to expiration of this Contract; however, Vendor performance,
Participating Entity payment, and any applicable warranty periods or other Vendor or
Participating Entity obligations may extend beyond the term of this Contract.
Vendor’s acceptable forms of payment are included in Attachment A. Participating Entities will
be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of
any Participating Entity.
060920-NAF
Rev. 2/2020 5
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order may be negotiated between a Participating Entity and Vendor,
such as job or industry-specific requirements, legal requirements (e.g., affirmative action or
immigration status requirements), or specific local policy requirements. Some Participating
Entitles may require the use of a Participating Addendum; the terms of which will be worked
out directly between the Participating Entity and the Vendor. Any negotiated additional terms
and conditions must never be less favorable to the Participating Entity than what is contained in
this Contract.
C. PERFORMANCE BOND. If requested by a Participating Entity, Vendor will provide a
performance bond that meets the requirements set forth in the Participating Entity’s order.
D. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements (such as e-commerce specifications,
specialized delivery requirements, or other specifications and requirements) not addressed in
this Contract, the Participating Entity and the Vendor may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
E. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Vendor in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the goods to be purchased;
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity’s requirements; or
3. Vendor commits any material breach of this Contract or the additional terms agreed to
between the Vendor and a Participating Entity.
F. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity’s order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
x Maintenance and management of this Contract;
x Timely response to all Sourcewell and Participating Entity inquiries; and
x Business reviews to Sourcewell and Participating Entities, if applicable.
060920-NAF
Rev. 2/2020 6
B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, supply issues, customer issues, and any other
necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract
sales activity report (Report) to the Sourcewell Contract Administrator assigned to this
Contract. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made).
The Report must contain the following fields:
x Customer Name (e.g., City of Staples Highway Department);
x Customer Physical Street Address;
x Customer City;
x Customer State/Province;
x Customer Zip Code;
x Customer Contact Name;
x Customer Contact Email Address;
x Customer Contact Telephone Number;
x Sourcewell Assigned Entity/Participating Entity Number;
x Item Purchased Description;
x Item Purchased Price;
x Sourcewell Administrative Fee Applied; and
x Date Purchase was invoiced/sale was recognized as revenue by Vendor.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Vendor may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Vendor will submit a check payable to Sourcewell for the administrative fee amount of
$400 multiplied by the total number of trucks purchased by Participating Entities from Vendor
under this Contract, and $200 multiplied by the number of trucks purchased by Participating
Entities from Vendor’s partner dealer Alan Jay Automotive in Florida, during each calendar
quarter. Payments should note the Sourcewell-assigned contract number in the memo and
must be mailed to the address above “Attn: Accounts Receivable.” Payments must be received
no later than 45 calendar days after the end of each calendar quarter.
060920-NAF
Rev. 2/2020 7
Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract’s expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Vendor’s Authorized Representative is the person named in the Vendor’s Proposal. If Vendor’s
Authorized Representative changes at any time during this Contract, Vendor must promptly
notify Sourcewell in writing.
10. ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or
obligations under this Contract without the prior consent of the parties and a fully executed
assignment agreement. Such consent will not be unreasonably withheld.
B. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been fully executed by the parties.
C. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not
waive the provision or the right to enforce it.
D. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between
Sourcewell and Vendor. No other understanding regarding this Contract, whether written or
oral, may be used to bind either party.
E. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master-servant, or principal-agent.
11. LIABILITY
Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their
agents and employees, harmless from any claims or causes of action, including attorneys’ fees,
arising out of the performance of this Contract by the Vendor or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
060920-NAF
Rev. 2/2020 8
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications.
12. AUDITS
Sourcewell reserves the right to review the books, records, documents, and accounting
procedures and practices of the Vendor relevant to this Contract for a minimum of 6 years from
the end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
13. GOVERNMENT DATA PRACTICES
Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Vendor under this Contract.
If the Vendor receives a request to release the data referred to in this article, the Vendor must
immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond
to the request.
14. INDEMNIFICATION
As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Participating
Entities against any and all suits, claims, judgments, and costs instituted or recovered against
Sourcewell or Participating Entities by any person on account of the use of any Equipment or
Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable
patent or copyright laws.
15. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Vendor a royalty-free, worldwide, non-exclusive right and
license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell’s relationship with
Vendor.
b. Vendor grants to Sourcewell a royalty-free, worldwide, non-exclusive right and
license to use Vendor’s Trademarks in advertising and promotional materials for the
purpose of marketing Vendor’s relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to its and their respective distributors, marketing
representatives, and agents (collectively “Permitted Sublicensees”) in advertising and
060920-NAF
Rev. 2/2020 9
promotional materials for the purpose of marketing the Parties’ relationship to Participating
Entities. Any sublicense granted will be subject to the terms and conditions of this Article.
Each party will be responsible for any breach of this Article by any of their respective
sublicensees.
3. Use; Quality Control.
a. Sourcewell must not alter Vendor’s Trademarks from the form provided by
Vendor and must comply with Vendor’s removal requests as to specific uses of its
trademarks or logos.
b. Vendor must not alter Sourcewell’s Trademarks from the form provided by
Sourcewell and must comply with Sourcewell’s removal requests as to specific uses
of its trademarks or logos.
c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party’s Trademarks only in good faith and in a dignified manner consistent
with such party’s use of the Trademarks. Upon written notice to the breaching party,
the breaching party has 30 days of the date of the written notice to cure the breach
or the license will be terminated.
4. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed
catalog of vendors which may be used until the next printing). Vendor must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell’s written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Vendor individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator
assigned to this Contract.
D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment,
Products, or Services.
16. GOVERNING LAW, JURISDICTION, AND VENUE
Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its
breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls,
Minnesota.
060920-NAF
Rev. 2/2020 10
17. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party’s reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
18. SEVERABILITY
If any provision of this Contract is found to be illegal, unenforceable, or void then both
Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the
remainder of this Contract is capable of performance, it will not be affected by such declaration
or finding and must be fully performed.
19. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Vendor will jointly develop a short briefing document that describes the
issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher
level of management. The Vendor will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Vendor must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Vendor fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result
of such failure to proceed will be borne by the Vendor.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Written notice of default and a reasonable opportunity to cure must be issued by the party
claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non-defaulting
party may:
060920-NAF
Rev. 2/2020 11
x Exercise any remedy provided by law or equity, or
x Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
20. INSURANCE
A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at
all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers’ Compensation and Employer’s Liability.
Workers’ Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Vendor will maintain insurance covering
its operations, with coverage on an occurrence basis, and must be subject to terms no
less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products-completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products-Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Vendor will maintain insurance covering all owned, hired, and non-owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
060920-NAF
Rev. 2/2020 12
4. Umbrella Insurance. During the term of this Contract, Vendor will maintain
umbrella coverage over Workers’ Compensation, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional
Liability. During the term of this Contract, Vendor will maintain coverage for all claims
the Vendor may become legally obligated to pay resulting from any actual or alleged
negligent act, error, or omission related to Vendor’s professional services required
under this Contract.
Minimum Limits:
$2,000,000 per claim or event
$2,000,000 – annual aggregate
6. Network Security and Privacy Liability Insurance. During the term of this
Contract, Vendor will maintain coverage for network security and privacy liability. The
coverage may be endorsed on another form of liability coverage or written on a
standalone policy. The insurance must cover claims which may arise from failure of
Vendor’s security resulting in, but not limited to, computer attacks, unauthorized
access, disclosure of not public data – including but not limited to, confidential or
private information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Vendor to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish
to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by
a person authorized by the insurer(s) to bind coverage on their behalf. All policies must include
there will be no cancellation, suspension, non-renewal, or reduction of coverage without 30
days’ prior written notice to the Vendor.
Upon request, Vendor must provide to Sourcewell copies of applicable policies and
endorsements, within 10 days of a request. Failure to request certificates of insurance by
Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves
Vendor of its duties and responsibilities in this Contract.
060920-NAF
Rev. 2/2020 13
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Vendor’s commercial
general liability insurance policy with respect to liability arising out of activities, “operations,” or
“work” performed by or on behalf of Vendor, and products and completed operations of
Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Vendor or its subcontractors. The waiver must apply to all
deductibles and/or self-insured retentions applicable to the required or any other insurance
maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require
similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY. The limits required by this Contract can be met by either
providing a primary policy or in combination with umbrella/excess liability policy(ies).
F. SELF-INSURED RETENTIONS. Any self-insured retention in excess of $10,000 is subject to
Sourcewell’s approval.
21. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Vendor must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Vendor conducts with Sourcewell and Participating Entities.
22. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in
writing.
Vendor certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
060920-NAF
Rev. 2/2020 14
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Vendor certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Vendor further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
23. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require
additional requirements based on specific funding specifications. Within this Article, all
references to “federal” should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Vendor’s Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319,
12935, 3 C.F.R. §, 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 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated
herein by reference.
B. 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 C.F.R. § 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 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work
060920-NAF
Rev. 2/2020 15
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. Vendor must be in
compliance with all applicable Davis-Bacon Act provisions.
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Vendor certifies that during the term of an
award for all contracts by Sourcewell resulting from this procurement process, Vendor must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award
meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with 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 C.F.R. § 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
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Vendor must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor
certifies that during the term of this Contract will comply with applicable requirements as
referenced above.
060920-NAF
Rev. 2/2020 16
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file
any required certifications. Vendors must not have 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. Vendors must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. §
1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Vendor that are directly pertinent to Vendor’s discharge of its obligations under this
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right
060920-NAF
Rev. 2/2020 17
also includes timely and reasonable access to Vendor’s personnel for the purpose of interview
and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). 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 C.F.R. § 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.
24. CANCELLATION
Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60
days’ written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Vendor’s Proposal.
Cancellation of this Contract does not relieve either party of financial, product, or service
obligations incurred or accrued prior to cancellation.
Sourcewell 72 Hour LLC dba: National Auto Fleet Group
By: __________________________ By: __________________________
Jeremy Schwartz Jesse Cooper
Title: Director of Operations &
Procurement/CPO
Title: Fleet Manager
Date: ________________________
Date: ________________________
Approved:
By: __________________________
Chad Coauette
Title: Executive Director/CEO
Date: ________________________
5)3&ODVV&KDVVLVZLWK5HODWHG(TXLSPHQW
$FFHVVRULHVDQG6HUYLFHV
9HQGRU'HWDLOV
&RPSDQ\1DPH+285//&
'RHV\RXUFRPSDQ\FRQGXFW
EXVLQHVVXQGHUDQ\RWKHUQDPH",I
\HVSOHDVHVWDWH
1DWLRQDO$XWR)OHHW*URXS
$GGUHVV
$XWR&HQWHU'ULYH
:DWVRQYLOOH&$
&RQWDFW-HVVH&RRSHU
(PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
3KRQH
)D[
+67
6XEPLVVLRQ'HWDLOV
&UHDWHG2Q)ULGD\$SULO
6XEPLWWHG2Q7XHVGD\-XQH
6XEPLWWHG%\-HVVH&RRSHU
(PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
7UDQVDFWLRQIDHDDDGDGHHE
6XEPLWWHU
V,3$GGUHVV
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
6SHFLILFDWLRQV
7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV
*HQHUDO,QVWUXFWLRQVDSSOLHVWRDOO7DEOHV6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ3OHDVHGRQRWPHUHO\
DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNPDUN³1$´LI
WKHTXHVWLRQGRHVQRWDSSO\WR\RXSUHIHUDEO\ZLWKDQH[SODQDWLRQ
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
3URSRVHUௐ/HJDOௐ1DPHௐDQGௐ
DSSOLFDEOHௐGEDௐLIௐDQ\
ௐ+RXUௐ//&ௐ'%$ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS
3URSRVHUௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH
:DWVRQYLOOHௐ&$ௐ
3URSRVHUௐZHEVLWHௐDGGUHVVZZZ1DWLRQDO$XWR)OHHW*URXSFRP
3URSRVHU
Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐQDPHௐWLWOHௐ
DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQHௐ
7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐ
DXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ
$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐ
EHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐ
HYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFW
-HVVHௐ&RRSHU
)OHHWௐ0DQDJHU
ௐ$XWRௐ&HQWHUௐ'ULYH
:DWVRQYLOOHௐ&$ௐ
-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
3URSRVHU
VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐ
SURSRVDOௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH
-HVVHௐ&RRSHU
)OHHWௐ0DQDJHUௐ$XWRௐ&HQWHUௐ'ULYH
:DWVRQYLOOHௐ&$ௐ
-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP
3URSRVHU
VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐQDPHௐWLWOHௐ
DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH
&ODUNHௐ&RRSHU
)OHHWௐ0DQDJHU
ௐ$XWRௐ&HQWHUௐ'ULYH
:DWVRQYLOOHௐ&$ௐ
&ODUNHFRRSHU#ZRQGULHVFRP
7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK
/LQH,WHP 4XHVWLRQ 5HVSRQVH
3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐ
LQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ
EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐ
UHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐ
RUௐVHUYLFHV
1$)*ௐZDVௐRULJLQDOO\ௐHVWDEOLVKHGௐLQௐௐZKHQௐZHௐZHQWௐE\ௐ:RQGULHVௐ)OHHWௐ*URXSௐ
ORFDWHGௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐ6WDUWLQJௐZLWKௐDௐVLQJOHௐDXWRPRELOHௐGHDOHUVKLSௐP\ௐIDWKHUௐ
&ODUNHௐ&RRSHUௐKDVௐJURZQௐRXUௐQHWZRUNௐWRௐRYHUௐௐGHDOHUVKLSVௐERWKௐLQௐDQGௐRXWVLGHௐRIௐ
&DOLIRUQLDௐௐ:HௐKDYHௐDOZD\VௐKLUHGௐDQGௐSURPRWHGௐIURPௐZLWKLQௐRXUௐRUJDQL]DWLRQௐWRௐKHOSௐ
SURPRWHௐRXUௐFXOWXUHௐ0RVWௐRIௐRXUௐ)OHHWௐ'LYLVLRQௐ0DQDJHUVௐZKRௐVWDUWHGௐZLWKௐXVௐEDFNௐ
LQௐௐDUHௐVWLOOௐZLWKௐXVௐWRGD\ௐ
:HௐKDYHௐHYROYHGௐRYHUௐWKHௐGHFDGHVௐWRௐDGDSWௐWRௐWKHௐLPSURYLQJௐLQGXVWU\ௐWHFKQRORJ\ௐWRௐ
WKHௐDGYDQFHPHQWௐRIௐRQFHௐJDVSRZHUHGௐYHKLFOHVௐWRௐQRZௐIXHOௐFHOOௐSRZHUHGௐ(YHQௐLQௐ
WRGD\¶VௐIDVWௐFKDQJLQJௐPDUNHWSODFHௐRXUௐFRUHௐYDOXHVௐKDYHௐQHYHUௐFKDQJHGௐ2XUௐFRUHௐ
YDOXHVௐDUHௐ$OZD\VௐGRௐZKDW¶VௐULJKWௐIRUௐWKHௐFXVWRPHUௐ\RXௐWDNHௐFDUHௐRIௐWKHPௐDQGௐWKH\ௐ
ZLOOௐWDNHௐFDUHௐRIௐ\RX
2XUௐ%XVLQHVVௐSKLORVRSK\ௐKDVௐDOZD\VௐEHHQௐWKHௐௐ5,*+7¶6ௐWRௐHYHU\ௐFOLHQWௐௐ'HOLYHUௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDQGௐWKHௐ5,*+7ௐSULFHௐ
2XUௐORQJHYLW\ௐFDQௐEHVWௐEHௐGLVSOD\HGௐZLWKௐDௐIHZௐVWDWHPHQWVௐ:HௐDUHௐDQGௐKDYHௐDOZD\Vௐ
EHHQௐIDPLO\ௐRZQHGௐDQGௐRSHUDWHGௐ:HௐKDYHௐGHHSௐIDPLO\ௐURRWVௐLQௐWKHௐDXWRPRELOHௐ
EXVLQHVVௐZLWKௐIXWXUHௐJHQHUDWLRQVௐLQௐWKHௐLQIDQWௐVWDJHVௐWRGD\ௐ:HௐSODQௐRQௐOHDGLQJௐRXUௐ
LQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
:KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ
HYHQWௐRIௐDQௐDZDUG"
,IௐDZDUGHGௐDQRWKHUௐ6RXUFHZHOOௐ&RQWUDFWௐWKLVௐZRXOGௐEHௐRXUௐWKௐDQGௐOLNHௐRXUௐSULRUௐௐ
FRQWUDFWVௐZHௐZLOOௐJURZௐ\HWௐDJDLQௐE\ௐFRPSRXQGLQJௐRXUௐNQRZOHGJHௐDQGௐFXVWRPHUௐ
VHUYLFHௐH[SHULHQFHௐZHௐKDYHௐJDLQHGௐIURPௐVHUYLQJௐPHPEHUVௐIURPௐDFURVVௐRXUௐJUHDWௐ
QDWLRQௐ\HWௐDJDLQௐWRௐQHZௐKHLJKWVௐ:HௐZDQWௐWRௐJURZௐRXUௐGLYLVLRQVௐZLWKௐPRUHௐVWDIIௐDQGௐSDUWLFXODUO\ௐJURZௐRXUௐ3DUWQHUௐ3URJUDPௐZKLFKௐLVௐGHWDLOHGௐLQௐWKHௐ=LSௐILOHௐLQௐWKHௐDGGLWLRQDOௐ'RFXPHQWVௐXSORDGௐ2XUௐ3DUWQHUௐSURJUDPௐDOORZVௐPHPEHUVௐWRௐVXJJHVWௐDQGௐ
HYHQௐUHFRPPHQGௐWKHUHௐORFDOௐXSILWWHUVௐWRௐ1$)*ௐWRௐSDUWQHUௐRQௐDQ\ௐWXUQௐNH\ௐTXRWHௐ:Hௐ
VHHௐDௐWUHPHQGRXVௐYDOXHௐLQௐJLYLQJௐWKHௐDELOLW\ௐWRௐWKHௐPHPEHUௐWRௐVXSSO\ௐWKHௐXSILWWHUௐRIௐ
WKHUHௐFKRLFHௐWRௐ1$)*ௐLQௐRUGHUௐWRௐSURYLGHௐDௐௐWXUQௐNH\ௐVROXWLRQ
'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ
VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐ
LQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ
6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐ
RIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ
8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐDVௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
:HௐKDYHௐXSORDGHGௐWKHௐIROORZLQJௐXQGHUௐWKHௐVHFWLRQௐ)LQDQFLDOௐ6WUHQJWKௐ%DQNௐ
FRPPLWPHQWௐOHWWHUVௐௐWKDWௐZHௐKDYHௐEHHQௐXWLOL]LQJௐZLWKௐRXUௐFXUUHQWௐ6RXUFHZHOOௐ&RQWUDFWVௐ
ZKLFKௐH[WHQGௐDௐGLUHFWௐOLQHௐRIௐFUHGLWௐXSௐWRௐௐௐDQGௐPRUHௐLIௐQHHGHGௐWRௐVHUYHௐ
PHPEHUௐQHHGVௐ
0DUNHWௐ6XFFHVVௐZLWKௐFRSLHVௐRIௐUHFHQWௐFXUUHQWௐFRQWUDFWVௐRIௐRYHUௐௐௐZRUWKௐRIௐSURGXFWVௐDQGௐJRRGVௐIURPௐDௐGLUHFWௐUHVXOWௐRIௐRXUௐFXUUHQWௐ6RXUFHZHOOௐ&RQWUDFWVௐZKLFKௐDUH
ௐௐௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ
1$)
ௐௐௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ
1$)
ௐௐௐௐ*RYHUQPHQWௐ)OHHWௐ$UWLFOHௐ+LJKOLJKWLQJௐRXUௐWUDQVDFWLRQௐZLWKௐWKHௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐSURFXULQJௐRYHUௐௐ3ROLFHௐYHKLFOHVௐWKURXJKௐ1$)*ௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ:RUOGௐ$LUSRUWVௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐ
6RXUFHZHOOௐ&RQWUDFWௐ1$)ௐIRUௐWKHௐSURFXUHPHQWௐRIௐௐYHKLFOHV
ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐ([WHQVLRQௐWRௐௐௐFRQWUDFWௐ
XQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)
ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ
&RQWUDFWௐ1$)ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ5HQHZDOௐIRUௐDQRWKHUௐௐௐXQGHUௐ
6RXUFHZHOOௐ&RQWUDFWௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐ1$)ௐ
ௐௐௐௐ&LW\ௐRIௐ&RVWDௐ0HVDௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ
&RQWUDFWௐ1$)
ௐௐௐௐ%ODQNHWௐ&RQWUDFWௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐFXUUHQWௐ&ODVVௐௐௐDQGௐ
ௐ&KDVVLVௐ&RQWUDFWௐ1$)
ௐௐௐௐ%ODQNHWௐ&RQWUDFWௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐ&XUUHQWௐ6RXUFHZHOOௐ
&RQWUDFWௐ1$)
&RPPLWPHQWௐ/HWWHU¶VௐIRUௐௐ\HDUV¶ௐZRUWKௐRIௐFRQWLQXHGௐXQZDULO\ௐVXSSRUWௐIURPௐODUJHௐ
QDWLRQDOௐXSILWௐVXSSOLHUVௐVXFKௐDVௐ7KHௐ.QDSKHLGHௐ0DQXIDFWXULQJௐ&RPSDQ\ௐZLWKௐLW¶Vௐ
GLVWULEXWRUௐEDVHௐQDWLRQௐZLGHௐGRZQௐWRௐUHJLRQDOௐVXSSRUWௐIURPௐ3KHQL[ௐ7UXFNௐ%RG\ௐLQௐ
6RXWKHUQௐ&$ௐDVௐDQௐH[DPSOHௐ$OOௐRIௐZKLFKௐFXUUHQWO\ௐKHOSௐVXSSRUWௐRXUௐFXUUHQWௐPHPEHUVௐ
FOLHQWVௐZLWKௐFXUUHQWௐDQGௐSDVWௐRUGHUVௐWKH\ௐKDYHௐKDGௐZLWKௐ1$)*ௐ
:HௐKDYHௐ0HPEHUௐ5HFRPPHQGDWLRQVௐDWWDFKHGௐVKRZLQJௐQRWௐRQO\ௐGRHVௐ1$)*ௐSUDFWLFHௐ
ZLWKௐZHௐSUHDFKௐEXWௐ0HPEHU¶VௐFDQௐVWDQGௐEHKLQGௐ1$)*ௐDVௐZHOOௐ
:HௐKDYHௐ8SILWWHUௐ5HFRPPHQGDWLRQVௐDVௐZHOOௐWRௐVKRZௐQRWௐRQO\ௐ1$)*ௐLVௐDௐJRRGௐ
SDUWQHUௐIRUௐPHPEHUVௐEXWௐDOVRௐDௐJRRGௐSDUWQHUௐWRௐSDUWQHUௐZLWKௐ1RWௐRQO\ௐGRHVௐWDNLQJௐ
FDUHௐRIௐWKHௐPHPEHUௐMXVWௐLQYROYHௐWKHௐGHDOHUௐLWௐDOVRௐPXVWௐDQGௐZLOOௐDOZD\VௐLQFOXGHௐWKHௐ
XSILWWHUௐDORQJௐZLWKௐWKHௐHQWLUHௐVXSSO\ௐFKDLQௐ$OOௐRIௐZKLFKௐJRHVௐWRZDUGVௐVHUYLQJௐWKHௐPHPEHUVௐ
ௐ:HௐKDYHௐSURYLGHGௐGRFXPHQWDWLRQௐRIௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐDGRSWLQJௐRXUௐFXUUHQWௐ
&ODVVௐௐௐDQGௐௐFRQWUDFWௐGHPRQVWUDWLQJௐRXUௐDELOLW\ௐWRௐJRௐDIWHUௐDQGௐVKRZௐ6WDWHVௐ
WKHUH¶VௐDௐEHWWHUௐZD\ௐRIௐGRLQJௐEXVLQHVVௐ
/DVWO\ௐZHௐKDYHௐVKRZQௐRXUௐ*URZWKௐZHௐKDYHௐKDGௐZLWKௐ6RXUFHZHOOௐIURPௐௐZKHQௐZHௐ
ZHUHௐILUVWௐDZDUGHGௐ:HௐKRSHௐWKLVௐRQO\ௐVKRZVௐWKHௐWUDMHFWRU\ௐRIௐZKHUHௐZHௐDUHௐH[SHFWLQJௐWRௐWDNHௐRXUௐIXWXUHௐH[SHFWDWLRQV
:KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐ
VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"
2XUௐ86ௐ0DUNHWௐ6KDUHௐIRUௐWKHௐSURGXFWVௐDQGௐ0RGHO¶VௐZHௐDUHௐRIIHULQJௐLVௐURXJKO\ௐ
ௐDVௐWKHௐௐPDQXIDFWXUHUVௐUHSUHVHQWௐ1$)*ௐPDUNHWௐVKDUHௐLVௐURXJKO\ௐHVWLPDWHGௐௐRIௐௐ*RYHUQPHQWௐ)OHHWௐ6DOHV
:KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ
VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"
1$)*ௐFXUUHQWௐ&DQDGLDQௐPDUNHWௐVKDUHௐLVௐ]HURௐKRZHYHUௐSODQVௐDUHௐLQௐSODFHௐWRௐ
DJJUHVVLYHO\ௐJRௐDIWHUௐ
WKHௐ&DQDGLDQௐPDUNHW
+DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ
EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO
1R
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
+RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐ
DௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐ
DௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐ
TXHVWLRQௐHLWKHUௐDௐRUௐEௐMXVWௐEHORZௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQDௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ
GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐVLPLODUௐHQWLW\ௐ
SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ
GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ
RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,Iௐ
DSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐ
LQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG"Eௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ
\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐ
IRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐ
GHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐ
LQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐ
HPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\"
1$)*ௐLVௐEHVWௐGHVFULEHGௐDVௐ³$´ௐDௐ'LVWULEXWHU'HDOHU5HVHOOHU'HDOHUௐ3DUWQHUௐIRUௐWKHௐௐ
0DQXIDFWXUHUVௐFRQWDLQHGௐLQௐRXUௐUHVSRQVHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ5$0ௐ&KHYUROHWௐ
+LQRௐ,VX]Xௐ,QWHUQDWLRQDOௐ9ROYRௐ)UHLJKWOLQHUௐ:HVWHUQௐ6WDUௐ0DFNௐ.HQZRUWKௐDQGௐ
3HWHUELOWௐ$OOௐRUGHUVௐDUHௐSODFHGௐZLWKௐIUDQFKLVHGௐGHDOHUVKLSVௐDQGௐXOWLPDWHO\ௐWLWOHGௐWRௐWKHௐPHPEHUௐ$OOௐRXUௐDSSURSULDWHௐFHUWLILFDWHVௐFDQௐEHௐYLHZHGௐLQௐWKHௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐVHFWLRQௐIRUௐHLWKHUௐRXUௐGHDOHUVKLSVௐGLUHFWௐRUௐRXUௐSDUWQHUௐGHDOHUVௐ\RXௐZLOOௐILQGௐDOOௐ
DSSURSULDWHௐFHUWLILFDWHVௐ:HௐGRௐQRWௐVHOOௐXVHGௐHTXLSPHQWௐWRௐWKHௐPHPEHUVௐௐ$VௐZHOOௐ
\RXௐZLOOௐILQGௐ1$)*ௐKDVௐQDPHGௐRXUௐGHDOHUௐSDUWQHUVௐDVௐDGGLWLRQDOௐLQVXUHGௐXQGHUௐRXUௐ
SROLF\
,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ
RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐ
DUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ
KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐLQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVHௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ
5)3
$ௐ'HDOHUௐ/LFHQVHௐDQGௐ)UDQFKLVHௐDJUHHPHQWௐLVVXHGௐE\ௐWKHௐ0DQXIDFWXUHௐ'HSDUWPHQWௐ
RIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐDORQJௐZLWKௐDௐ5HVHOOHU¶VௐSHUPLWௐDUHௐWKHௐPRVWௐSHUWLQHQWௐ
OLFHQVHVௐWRௐKROGௐ,QௐWKHௐDWWDFKPHQWௐLQௐVHFWLRQௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐ\RXௐZLOOௐILQGௐWKHௐ
IROORZLQJௐHLWKHUௐDVௐDௐVROHO\ௐRZQHGௐHQWLW\ௐRUௐE\ௐRXUௐSDUWQHUௐGHDOHUௐZHௐMRLQWO\ௐKROGௐ,56ௐ$SSURYHGௐ)(7ௐ1XPEHU&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ
&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ
'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ
'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ
'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ
%XUHDXௐRIௐ$XWRPRWLYHௐUHSDLUௐ5HJLVWUDWLRQௐௐ$5'ௐ
&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ
)LFWLWLRXVௐ%XVLQHVVௐ1DPHVௐIURPௐ6DQWDௐ&UX]ௐ&RXQW\ௐIRUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ
)%1ௐ
&DOLIRUQLDௐ*HQHUDOௐ5HVDOHௐ&HUWLILFDWHௐ
'XQௐ ௐ%UDGVWUHHWௐ1XPEHUௐ
*RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&HUWLILFDWH
*RYHUQPHQWௐRIௐWKHௐ'LVWULFWௐRIௐ&ROXPELDௐ7D[ௐ5HJLVWUDWLRQௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ7D[ௐ5HJLVWUDWLRQௐ
*RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&/($1ௐ+$1'6ௐ&(57,),&$7,21
6DQௐ'LHJRௐ)UHLJKWOLQHUௐ6HOOHU¶Vௐ3HUPLW
&RPPRQZHDOWKௐRIௐ9LUJLQLDௐ6WDWHௐ&RUSRUDWLRQௐ&RPPLVVLRQௐ&HUWLILFDWHௐ
6WDWHௐRIௐ0DU\ODQGௐ*RRGௐ6WDQGLQJௐ&HUWLILFDWHௐ
.DQVDVௐ'HSDUWPHQWௐRIௐ5HYHQXHௐIRUௐ.DQVDVௐ&LW\ௐ3HWHUELOW
1HZௐ-HUVH\ௐ'HSDUWPHQWௐRIௐ7UHDVXU\ௐ5HJLVWUDWLRQௐ&HUWLILFDWH1HZௐ-HUVH\ௐ%XVLQHVVௐ5HJLVWUDWLRQௐ1RWLFHௐRIௐ&RPSOLDQFHௐRIௐWKHௐ&DQWRQௐ&LW\ௐ&RGLILHGௐ2UGLQDQFHௐ
(PSOR\HHௐ,QIRUPDWLRQௐ5HSRUWௐIRUௐWKHௐ6WDWHௐRIௐ1HZௐ-HUVH\ௐ
6WDWHௐRIௐ0DU\ODQGௐ1HZௐ6DOHVௐDQGௐ8VHௐWD[ௐ/LFHQVHௐ
&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐௐ
6RXWKௐ&DUROLQDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐ1XPEHUௐ
6WDWHௐRIௐ6RXWKௐ&DUROLQDௐ5HWDLOௐ/LFHQVHௐ
&RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ:HVWௐ9LUJLQLDௐ'HDOHUௐ/LFHQVHௐ&RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ
6WDWHௐRIௐ7HQQHVVHHௐ9HKLFOHௐ'HDOHUௐ/LFHQVH
3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐ
RUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV
'RHVௐQRWௐDSSO\
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ
UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV
7KHௐPRVWௐSURGLJLRXVௐDZDUGௐ1$)*ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐௐ\HDUVௐZRXOGௐEHௐ7RSௐ
3ODFHPHQWௐLQௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDVௐDௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐIROORZHGௐE\ௐRXUௐKLJKௐUDQNLQJௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐIRUௐRXUௐ&KHYUROHWௐEUDQGௐௐ%RWKௐ1$)*ௐKDVௐUHFHLYHGௐௐRIௐWKHௐSDVWௐௐ\HDUV
:KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ
JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV
$VௐDQௐRUJDQL]DWLRQௐPRVWௐRIௐRXUௐVDOHVௐDUHௐIRFXVHGௐRQௐUHWDLOௐKRZHYHUௐLQௐRXUௐGLYLVLRQௐ
LQௐ)OHHWௐZHௐKDYHௐVROGௐWRௐDERXWௐௐ*RYHUQPHQWௐDFFRXQWV
:KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ
HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV
$VௐDௐSHUFHQWDJHௐRIௐRXUௐVDOHVௐLQௐWKHௐ*RYHUQPHQWௐDERXWௐௐZRXOGௐEHௐFRQVLGHUHGௐ
WRௐ8QLYHUVLWLHVௐDQGௐ8QLILHGௐ6FKRROௐ'LVWULFWV
/LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ
SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ
WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐ
FRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV"
:HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐ
GXULQJௐWKHௐSDVWௐWKUHHௐ\HDUVௐ6HFRQGௐRXUௐ6RXUFHZHOOௐ&RQWUDFW¶VௐௐௐDQGௐ
ௐZKLFKௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDVௐVROGௐDௐYROXPHௐRIௐௐௐRIௐ
&RPELQHGௐ4XDUWHUO\ௐ6DOHV
/LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐ
DQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ626$ௐWKDWௐ\RXௐ
KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐ
HDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV"
1$)*ௐIRFXVௐLVௐRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFWVௐZHௐGRௐQRWௐKROGௐDQ\ௐRWKHUௐEHVLGHVௐWKHௐ
6WDWHௐRIௐ&DOLIRUQLD
7DEOH5HIHUHQFHV7HVWLPRQLDOV
/LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV
(QWLW\1DPH
&RQWDFW1DPH
3KRQH1XPEHU
3RUWௐRIௐ/RVௐ$QJHOHVௐ&$ 0Uௐ'DYHௐ&RPHU
&RXQW\ௐRIௐ9HQWXUHௐ&$0Uௐ-RUJHௐ%RQLOOD
&LW\ௐRIௐ$XVWLQௐ7;0Uௐ0DWWௐ6DJHU
7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV
/LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUVHQWLW\QDPHLVRSWLRQDO
LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFWVVL]HRIWUDQVDFWLRQVDQGGROODU
YROXPHVIURPWKHSDVWWKUHH\HDUV
(QWLW\1DPH (QWLW\7\SH
6WDWH
3URYLQFH
6FRSHRI:RUN
6L]HRI7UDQVDFWLRQV
'ROODU9ROXPH3DVW7KUHH
<HDUV
&LW\ௐRIௐ$XVWLQ *RYHUQPHQW 7H[DV7; 3XUFKDVHU ௐ9HKLFOHVௐDWௐDௐWLPH 2YHUௐ0
/RVௐ$QJHOHVௐ
'HSDUWPHQWௐRIௐ
:DWHUௐDQGௐ
3RZHU
*RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0
3RUWௐRIௐ/RVௐ
$QJHOHV
*RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0
&LW\ௐRIௐ6DQௐ
'LHJR
*RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0
$QQௐ$UXQGHOௐ
&RXQW\
*RYHUQPHQW 0DU\ODQG0' 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0
7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH
'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH<RXU
UHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURI
ZRUNHUVIXOOWLPHHTXLYDOHQWVLQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHVRUHPSOR\HHVRIDWKLUGSDUW\
DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
6DOHVௐIRUFH:HௐKDYHௐDௐ'LUHFWௐDQGௐ,QGLUHFWௐVDOHVௐIRUFHௐ2XUௐGLUHFWௐVDOHVௐIRUFHௐDUHௐRXUௐHPSOR\HHVௐ
DQGௐSDUWQHUௐGHDOHUVௐ&RPELQHGௐRXUௐHVWLPDWHGௐHPSOR\HHௐFRXQWௐH[FHHGVௐௐSHUVRQDOVௐ
GHGLFDWHGௐWRௐVXSSRUWLQJௐRXUௐGHDOHUVKLSVௐDQGௐ1$)*ௐ)OHHWௐ'LYLVLRQௐ2XUௐLQGLUHFWௐVDOHVௐ
IRUFHௐZKLFKௐZRXOGௐEHௐRXUௐSDUWQHUௐVXSSOLHUVௐDQGௐXSILWWHUVௐZRXOGௐEHௐZHOOௐDERYHௐௐ:LWKௐERWKௐGLUHFWௐDQGௐLQGLUHFWௐVDOHVௐIRUFHௐVWDIIௐ1$)*ௐKDVௐEHHQௐSURYHQௐWRௐPDLQWDLQௐDQGௐVHUYLFHௐWKHௐFXUUHQWௐGHPDQGௐRIௐWKHௐPHPEHUVௐ$VௐWKHௐQXPEHUௐRIௐPHPEHUVௐJURZௐWKDWௐZHௐ
FDQௐKHOSௐWKHௐPRUHௐVWDIIௐZHௐZRXOGௐHDJHUO\ௐHPSOR\HHௐWRௐKHOSௐPHHWௐGHPDQG
'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 2XUௐIUDQFKLVHௐQHWZRUNௐZKLFKௐFRYHU¶VௐRXUௐSURSRVHGௐௐPDQXIDFWXUHUVௐDUHௐVHFRQGௐWRௐQRQHௐ:LWKௐLQGXVWU\ௐIRUHIURQWௐRIௐWKHௐFRPELQHGௐH[SHULHQFHௐRIௐPDQXIDFWXUHVௐOLNHௐ7KHௐ
)RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRUVௐ)UHLJKWOLQHUௐ0$&.ௐ3HWHUELOWௐDQGௐ.HQZRUWKௐWRௐ
QDPHௐDௐIHZௐKDYHௐHVWDEOLVKHGௐDௐQDWLRQDOௐSUHVHQFHௐZHUHௐDOOௐPHPEHUVௐFDQௐUHFHLYHௐ
VHUYLFHௐDQGௐZDUUDQW\ௐUHSDLUVௐRQௐWKHUHௐUHVSHFWLYHௐSURGXFWVௐ7KHௐGLVWULEXWLRQௐRIௐDQௐ
$XWRPRELOHௐRUௐ&DEௐ&KDVVLVௐKDVௐDOZD\VௐEHHQௐDQௐRQJRLQJௐFKDOOHQJHௐIRUௐDOOௐ
PDQXIDFWXUHVௐQHZௐDQGௐROGௐ+RZHYHUௐZHௐLQௐ$PHULFDௐKDYHௐWKHௐEHVWௐ$XWRPRELOHௐ6XSSO\ௐ
&KDLQௐ1HWZRUNௐLQௐWKHௐZRUOGௐDQGௐDVௐDௐIUDQFKLVHGௐGHDOHUௐRIௐEUDQGVௐZHௐWRRௐJHWௐWDNHௐIXOOௐDGYDQWDJHௐRIௐWKHௐQHWZRUNௐWRௐVKLSௐDQGௐVXSSO\ௐRXUௐPHPEHUௐFOLHQWVௐQDWLRQZLGH
6HUYLFHௐIRUFH:LWKௐRYHUௐWKRXVDQGVௐRIௐVHUYLFHௐORFDWLRQVௐUHSUHVHQWLQJௐRXUௐௐPDQXIDFWXUHUVௐDௐPHPEHUௐ
FOLHQWௐFDQௐILQGௐZLWKௐHDVHௐDௐVHUYLFHௐVWDWLRQௐRUௐZDUUDQW\ௐUHSDLUௐIDFLOLW\ௐQHDUௐE\ௐ2IௐFRXUVHௐ
$ODVNDௐDQGௐ+DZDLLௐGRௐKDYHௐDௐODUJHUௐGLVWDQFHௐEHWZHHQௐIUDQFKLVHVௐDௐPHPEHUௐZRXOGௐXWLOL]HௐIRUௐZDUUDQW\ௐUHSDLUௐRUௐVHUYLFH
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐ
SURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ
SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ
UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ
VHUYLFHௐJRDOVௐRUௐSURPLVHV
7RௐEHVWௐLOOXVWUDWHௐRXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPVௐ,ௐDVNௐWKDWௐ\RXௐXVHௐDVௐDௐUHIHUHQFHௐ
RXUௐ=,3ௐILOHௐXQGHUௐ$GGLWLRQDOௐ'RFXPHQWVௐDQGௐZLWKLQௐLQௐDௐ=,3ௐILOHௐQDPHGௐ³0HPEHUௐ:DONௐ
7KURXJK´ௐ6WDUWௐZLWKௐDQGௐYLHZௐLQௐRUGHUௐZKLFKௐ,ௐZLOOௐH[SODLQௐLQௐRUGHUௐKHUH
+RZௐ$ௐ0HPEHUௐ&DQௐ*HWௐ4XRWHVௐ2QOLQHௐ'HPRௐ$ௐPHPEHUௐFDQௐREWDLQௐPRVWௐTXRWHVௐE\ௐYLVLWLQJௐRXUௐZHEVLWHௐZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐZKHUHௐDௐVLPSOHௐRQHௐVWHSௐIRUPௐLVௐ
QHHGHGௐIRUௐUHJLVWUDWLRQௐ7KLVௐLVௐWRௐSURWHFWௐWKHௐSULFHௐLQIRUPDWLRQௐIURPௐQRQPHPEHUVௐ
2QFHௐDௐPHPEHUௐUHJLVWHUVௐWKH\ௐZLOOௐUHFHLYHௐDQௐDXWRPDWHGௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐ
YLGHRௐRQௐKRZௐWRௐXVHௐRXUௐVLWHௐ0HPEHUVௐZLOOௐJDLQௐDFFHVVௐWRௐWKHUHௐYHU\ௐRZQௐGDVKERDUGௐ
ZKLFKௐZLOOௐKRXVHௐDOOௐWKHUHௐTXRWHVௐLQௐRQHௐVDIHௐVHFXUHௐORJLQௐ0HPEHU¶VௐFDQௐVHOHFWௐZKLFKௐ
EUDQGௐWKH\ௐDUHௐORRNLQJௐIRUௐDQGௐPRGHOௐ\HDUௐ2XUௐVLWHௐVKRZVௐDOOௐWKHௐFDWHJRULHVௐWKHௐ
EUDQGௐRIIHUVௐVXFKௐDVௐ&DUVௐ9DQVௐ689¶Vௐ7UXFNVௐDQGௐ&KDVVLVௐ&DEVௐ0HPEHUVௐZLOOௐWKHQௐEHௐDEOHௐWRௐGULOOௐGRZQௐIRUௐWKHௐULJKWௐVHOHFWLRQௐE\ௐSLFNLQJௐIURPௐWKHௐILOWHUௐPHQXௐRIௐZKDWௐFDEௐWKHUHௐORRNLQJௐIRUௐ5HJXODUௐ([WHQGHGௐRUௐ&UHZௐWRௐௐZKHHOௐRUௐௐZKHHOௐGULYHௐ
GRZQௐWRௐWKHௐEHGௐOHQJWKௐWKHUHௐORRNLQJௐIRUௐௐ$OOௐIDFWRU\ௐRSWLRQVௐDUHௐWKHQௐSUHVHQWHGௐIRUௐ
WKHௐPHPEHUௐWRௐVHOHFWௐIURPௐWKLVௐZLOOௐVKRZௐDOOௐFXUUHQWௐIDFWRU\ௐRUGHUDEOHௐRSWLRQVௐWDNLQJௐ
WKHௐJXHVVௐZRUNௐRXWௐIRUௐWKHௐPHPEHUௐ2QFHௐDௐPHPEHUௐVHOHFWVௐDௐGHVLUHGௐEXLOGௐWKH\ௐZLOOௐ
VHHௐWKHUHௐ6RXUFHZHOOௐ3ULFHௐUHSRUWௐVKRZLQJௐWKHௐ0653ௐWKHUHௐFRQWUDFWௐSULFHௐWKHௐVDYLQJௐ
LQௐUHDOௐGROODUVௐDQGௐDVௐDௐSHUFHQWDJHௐ,QௐWKHௐ3')ௐH[DPSOHௐ\RXௐFDQௐVHHௐDௐVDYLQJௐRIௐௐ
ௐRIௐௐWRௐWKHௐPHPEHUௐVKRZLQJௐDௐVLJQLILFDQWௐVDYLQJVௐ0HPEHUVௐWKHQௐFDQௐFKRVHௐWRௐDGGௐH[WUD¶VௐWRௐWKHUHௐRUGHUௐOLNHௐH[WUDௐNH\V¶ௐVHUYLFHௐPDQXDOVௐVDOHVௐWD[ௐDQGௐ
HYHQௐUHTXHVWௐDQௐXSILWௐWRௐEHௐDGGHGௐWRௐWKHUHௐTXRWHௐ/DVWO\ௐWKH\ௐZLOOௐEHௐJLYHQௐDௐFRPSOHWHௐ
WXUQௐNH\ௐTXRWHௐSDFNDJHௐWRௐSULQWௐZKLFKௐZLOOௐLQFOXGHௐWKHUHௐFXVWRPL]HGௐ4XRWHௐ,'ௐ
'HVFULSWLRQௐDQGௐ6SHFLILFDWLRQVௐRIௐZKDWௐWKH\ௐEXLOWௐௐௐ
+RZௐ0HPEHUVௐDQGௐ8SILWWHUVௐFDQௐ3DUWQHUௐZLWKௐ1$)*ௐ2XUௐGHGLFDWHGௐZHEVLWHௐ
ZZZ1$)*3DUWQHUFRPௐZDVௐEXLOWௐWRௐDFFRPPRGDWHௐWKHௐPHPEHUௐZKRௐZRXOGௐOLNHௐDௐ
FHUWDLQௐXSILWWHUௐWRௐXSILWௐWKHUHௐYHKLFOHVௐ,WௐZDVௐDOVRௐEXLOWௐIRUௐXSILWWHUVௐWRௐKDYHௐDௐSODFHௐWRௐJRௐZKHUHௐWKH\ௐFDQௐILQGௐLQIRUPDWLRQௐRQௐKRZௐWRௐSDUWQHUௐZLWKௐ1$)*ௐWRௐEHWWHUௐVHUYHௐWKHUHௐORFDOௐPHPEHUVௐ
([DPSOHௐRIௐ$ௐ0HPEHUௐZLWKௐ8SILWௐ4XRWHௐ7KLVௐLVௐDQௐH[DPSOHௐRIௐKRZௐZHௐXVHௐRXUௐ&DEௐ
&KDVVLVௐDQGௐFRPELQHௐWKHPௐZLWKௐDQௐXSILWௐWRௐSURYLGHௐDௐWXUQNH\ௐVROXWLRQௐIRUௐWKHௐPHPEHUௐ
LQௐDௐVLPSOHௐWRௐIROORZௐIRUPDWௐ
(7$ௐ6\VWHPௐIRUௐ0HPEHUVௐ:DONௐ7KURXJKௐ7KLVௐLVௐZKHUHௐPHPEHUVௐFDQௐHDVLO\ௐFRPHௐWRௐ
RXUௐZHEVLWHௐWKHௐVDPHௐZHEVLWHௐWKH\ௐEXLOWௐWKHUHௐFKDVVLVௐRQௐDQGௐWUDFNௐWKHUHௐRUGHUௐOLNHௐ
WKH\ௐZRXOGௐDௐ836ௐSDFNDJHௐ:HௐKDYHௐDௐYHU\ௐVLPSOHௐGLVSOD\ௐRQௐRXUௐKRPHSDJHௐ³7UDFNௐ\RXUௐRUGHU´ௐZKHUHௐPHPEHUVௐFDQௐHQWHUௐRQHௐRIௐWKHௐIROORZLQJௐ3XUFKDVHௐ2UGHUௐ1XPEHUௐ4XRWHௐ,'ௐ8SILWௐ4XRWHௐ,'ௐRUௐYLQௐWRௐHDVLO\ௐVHHௐWKHUHௐLQௐWKHௐSURFHVVௐWKHUHௐSDUWLFXODUௐ
RUGHUௐLVௐLQௐ
&RXUWHV\ௐ&RQILUPDWLRQௐ([SODLQHGௐ$IWHUௐ1$)*ௐUHFHLYHVௐDQௐRUGHUௐIURPௐDௐ0HPEHUௐZHௐ
DOZD\VௐOLNHௐWRௐVHQGௐWKHௐPHPEHUௐDௐ&RXUWHV\ௐ&RQILUPDWLRQௐ7KLVௐLVௐZHUHௐWKHௐPHPEHUௐ
ZLOOௐGRXEOHௐFKHFNௐVRPHௐSDUWLFXODUVௐRQௐWKHUHௐRUGHUௐOLNHௐ&RORUௐ4XDQWLW\ௐ8SILWௐDQGௐWRௐ
HQVXUHௐDOOௐ6SHFLILFDWLRQ¶VௐDUHௐDOOௐFRUUHFWௐEHIRUHௐRUGHUௐSODFHPHQWௐௐ:HௐDOVRௐOLNHௐWRௐDVNௐ
IRUௐWLWOHௐLQIRUPDWLRQௐDWௐWKLVௐSRLQWௐVRௐZHௐFDQௐKHOSௐSURFHVVௐWKHௐSDSHUZRUNௐDWௐGHOLYHU\ௐSURPSWO\
ௐௐ)DFWRU\ௐ2UGHUௐ&XWௐ2IIௐ1RWLFHVௐ+HUHௐLVௐZHUHௐZHௐOLNHௐWRௐKLJKOLJKWௐZHUHௐPHPEHUVௐFDQௐ
DFFHVVௐDQ\ௐXSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐGDWHVௐ:HௐZDONௐWKHௐPHPEHUௐWKURXJKௐWKHௐ
SURFHVVௐVWHSௐE\ௐVWHSௐWRௐHQVXUHௐWKHௐPHPEHUௐNQRZVௐWKHௐXSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐ
GDWHௐZHௐHYHQௐSULQWௐWKLVௐLQIRUPDWLRQௐLIௐNQRZQௐDWௐWKHௐWLPHௐULJKWௐRQௐWKHௐFRYHUௐSDJHௐRIௐ
WKHUHௐTXRWHVௐ
9DOLGDWLRQௐ:DONௐ7KURXJKௐ([DPSOHௐ7RௐGHPRQVWUDWHௐDௐSULFHௐYDOLGDWLRQௐZHௐVKRZௐZKDWௐDௐPHPEHUௐZRXOGௐVHHௐZKHQௐWKH\ௐEXLOGௐDௐWUXFNௐRQௐRXUௐVLWHௐ$WௐFKHFNௐRXWௐWKHௐPHPEHUௐZRXOGௐVHHௐWKHௐ7RWDOௐ&RQILJXUHGௐ0653ௐRIௐௐௐ$ௐ6RXUFHZHOOௐ3ULFHௐRIௐௐ
ௐ7RWDOௐ6DYLQJௐRIௐௐௐRUௐௐIRUௐDௐௐ)ௐIROORZHGௐE\ௐWKHௐ
SULFLQJௐSDJHௐZKLFKௐVKRZVௐWKHௐ0LQLPXPௐ'LVFRXQWௐRIௐDWௐOHDVWௐௐ$Vௐ\RXௐVHHௐZHௐ
SURYLGHGௐDQௐDGGLWLRQDOௐௐGLVFRXQWௐRQௐWRSௐRIௐWKHௐௐFRQWUDFWௐGLVFRXQWௐ7KLVௐ
ZRXOGௐEHௐWKHௐFDVHௐLQௐWKLVௐH[DPSOH
,GHQWLI\ௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ
SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ
6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ
8QLWHGௐ6WDWHV
:HௐKDYHௐSURYLGHGௐDௐOLVWௐRIௐRXUௐWRSௐௐPHPEHUFOLHQWVௐGHPRQVWUDWLQJௐRXUௐDELOLW\ௐWRௐ
VHUYLFHௐDOOௐPHPEHUVௐQDWLRQZLGHௐ/RFDWHGௐLQௐWKHௐ0DUNHWLQJௐ3ODFHௐ=,3ௐILOHௐDVௐ³1$)*ௐ
7RSௐௐ0HPEHUௐ&OLHQWV´ௐ3')
,GHQWLI\ௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ
SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ
6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD
2XUௐDELOLW\ௐDQGௐNQRZௐKRZௐWRௐFDUU\ௐRXUௐEXVLQHVVௐPRGHOௐLQWRௐ&DQDGDௐKDVௐQHYHUௐEHHQௐ
DVௐVWURQJௐDVௐLWௐLVௐWRGD\ௐZHௐEHOLHYHௐDௐVLPSOHௐ86ௐ'ROODUௐWRௐ&DQDGLDQௐH[FKDQJHௐUDWHௐ
FRXSOHGௐZLWKௐRXUௐSULFLQJௐVWUXFWXUHௐZLOOௐDOORZௐ1$)*ௐWRௐILQDOO\ௐEHௐLQௐDௐSRVLWLRQௐWRௐௐVHUYHௐ
PHPEHUVௐLQௐ&DQDGDௐE\ௐSDUWQHULQJௐZLWKௐ&DQDGLDQௐEDVHGௐGHDOHUௐJURXSV
,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ
6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐ
VHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW
1$)*ௐZLOOௐVHUYLFHௐௐௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRIௐ$PHULFDௐDQGௐDWWHPSWௐWRௐEXLOGௐWKHௐ
VDPHௐPRGHOௐWRௐVHUYLFHௐDOOௐRIௐ&DQDGDௐ:HௐGRௐQRWௐNQRZௐ\HWௐZKDWௐUHJLRQVௐZHௐZLOOௐ
HQFRXQWHUௐGLIILFXOW\ௐDQGௐKRZௐORQJௐWKHௐVROXWLRQௐZLOOௐWDNHௐEXWௐZHௐZLOOௐVWULYHௐWRௐVHUYLFHௐDOOௐ
RIௐ&DQDGD
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ
VHFWRUVௐLHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU
SURILWௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ
WKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ
FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐ
DELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW"
:HௐZLOOௐVHUYLFHௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐWKURXJKௐRXUௐௐKRXUVௐDௐGD\ௐ\HDUௐZHEVLWHௐ
H[FHSWௐ1RQௐ3URILWVௐ1RQ3URILWVௐZRXOGௐEHௐVXEMHFWௐWRௐDௐGLIIHUHQWௐSULFLQJௐSURJUDPௐDQGௐ
ZRXOGௐQHHGௐWRௐEHௐKDQGOHGௐRQௐDௐFDVHௐE\ௐFDVHௐEDVLVௐ1RQ3URILWVௐPRVWO\ௐGRௐQRWௐTXDOLI\ௐ
IRUௐWKHௐGLVFRXQWௐJRYHUQPHQWVௐTXDOLI\ௐIRU
'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ
UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ
SDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ
DQGௐLQௐ86ௐ7HUULWRULHV
7KHௐRQO\ௐUHTXLUHPHQWௐIRUௐPHPEHUVௐLQௐ$ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐZRXOGௐEHௐ
ORJLVWLFDOௐVKLSSLQJௐFRQVWUDLQWVௐWKHௐUHJLRQௐZRXOGௐKROGௐ)RUௐH[DPSOHௐZHௐFXUUHQWO\ௐSURYLGHௐ
PHPEHUVௐLQௐ$ODVNDௐFKDVVLVௐFDEVௐZLWKௐXSILWVௐDQGௐWKHௐPHPEHUௐDOORZVௐXVௐWRௐDGGௐWKHௐ
H[WUDௐVKLSSLQJௐFRVWௐSRUWௐFRVWௐDQGௐGULYHUௐFRVWௐWRௐORDGௐDQGௐXQORDGௐWKHUHௐYHKLFOHVௐIURPௐ
SRUWௐWRௐSRUWௐ7KLVௐZRXOGௐEHௐUHTXLUHGௐLIௐQHHGHGௐWRௐEHௐDGGHGௐWRௐDQ\ௐTXRWHௐLQௐWKHVHௐ
UHJLRQV
7DEOH0DUNHWLQJ3ODQ
/LQH,WHP 4XHVWLRQ 5HVSRQVH
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ
SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ
8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ
PDUNHWLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
,QௐDGGLWLRQௐWRௐWKHௐ6DPSOHௐ0DUNHWLQJௐ)O\HUVௐDQGௐ0DUNHWLQJௐ'HSDUWPHQWௐ&KDUWVௐXSORDGHGௐLQௐ
WKHௐOLQNௐ³0DUNHWLQJௐ3ODQ6DPSOHV´ௐ
1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐIDFLOLWLHVௐDௐYDULHW\ௐRIௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐ
SURGXFWVௐDQGௐVHUYLFHVௐWRௐUHDFKௐRXWௐWRௐJRYHUQPHQWௐHQWLWLHVௐௐ2XUௐFRPSDQ\ௐHQFRPSDVVHVௐPDLQO\ௐRXWERXQGௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐWKHௐ6RXUHZHOOௐ*RYHUQPHQWௐ9HKLFOHௐ&RQWUDFWௐௐ
(PDLOௐ0DUNHWLQJௐ3DUWௐRIௐRXUௐRXWERXQGௐVWUDWHJ\ௐLQFOXGHVௐSDLGௐRQOLQHௐPDUNHWLQJௐWHFKQLTXHVௐ
VXFKௐDVௐWKHௐXVHௐRIௐHPDLOௐFDPSDLJQௐEODVWVௐௐ7KLVௐSURFHVVௐLQFOXGHVௐFUHDWLRQௐRIௐPXOWLSOHௐ
FDPSDLJQௐIO\HUVௐXVHGௐWRௐFRQYH\ௐNH\ௐPHVVDJHVௐWRௐRXUௐWDUJHWHGௐDXGLHQFHௐௐ)O\HUௐPHVVDJHVௐ
FRQVLVWௐRIௐWKHௐW\SHVௐRIௐYHKLFOHௐFRQWUDFWVௐEUDQGVௐVROGௐVSHFLDOௐGLVFRXQWVௐRIIHUHGௐWRௐILUVWௐWLPHௐ
EX\HUVௐKROLGD\ௐWKHPHGௐIO\HUVௐYHKLFOHVௐRIIHUHGௐQHZௐZHEVLWHௐIHDWXUHVௐDQGௐPDQ\ௐPRUHௐ
7KLVௐPHWKRGௐHQFRXUDJHVௐSRWHQWLDOௐFXVWRPHUVௐWRௐRXUௐZHEVLWHௐWRௐH[SORUHௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐௐ&DPSDLJQHUௐHPDLOௐPDUNHWLQJௐVHUYLFHௐDFWVௐQRWௐRQO\ௐWRௐVHQGௐRXWௐHPDLOVௐEXWௐDVௐDௐ&50ௐGDWDEDVHௐV\VWHPௐWRௐPRQLWRUௐVHQGௐDQGௐWUDFNௐHIIHFWLYHQHVVௐRIௐHPDLOVௐ2XUௐPDUNHWLQJௐ
WHDPௐZRUNVௐFRQWLQXRXVO\ௐWRௐJDWKHUௐHPDLOVௐIURPௐJRYHUQPHQWௐHQWLWLHVௐWKRXJKௐRXWௐWKHௐ8QLWHGௐ
6WDWHVௐWRௐFRPSLOHௐDௐGDWDEDVHௐRIௐFOLHQWHOH
(YHQWௐ0DUNHWLQJௐௐ7KLVௐVWUDWHJ\ௐKDVௐSURYHQௐWRௐEHௐDௐVXFFHVVIXOௐDYHQXHௐWRௐJHQHUDWHௐOHDGVௐ
DQGௐFUHDWHௐODVWLQJௐUHODWLRQVKLSVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWHQGVௐVHYHUDOௐWUDGHVௐVKRZVௐ
SHUௐ\HDUௐWRௐHQJDJHௐFXVWRPHUVௐLQௐSHUVRQௐDORQJௐZLWKௐXSVHOOௐRSSRUWXQLWLHVௐௐ0HHWLQJௐSURVSHFWVௐ
IDFHWRIDFHௐIRUPVௐDௐODVWLQJௐLPSUHVVLRQௐQRWௐDYDLODEOHௐWKURXJKௐRWKHUௐPHWKRGVௐRIௐVHOOLQJௐௐௐ7UDGHௐVKRZVௐDWWHQGHGௐLQFOXGHௐ*);ௐ,$332ௐ1,*3ௐ$&7ௐ&$332ௐ&$6%2ௐWKURXJKRXWௐWKHௐ
8QLWHGௐ6WDWHVௐௐ
5HODWLRQVKLSௐ0DUNHWLQJௐௐ7KLVௐLVௐXWLOL]HGௐRQFHௐDௐFOLHQWௐLVௐGLUHFWHGௐWKRXJKௐRXUௐZHEVLWHௐWKRXJKௐ
RQOLQHௐPHWKRGVௐௐ2QFHௐDௐSRWHQWLDOௐFOLHQWௐUHJLVWHUVௐDQGௐEHFRPHVௐDௐPHPEHUௐRQௐRXUௐZHEVLWHௐ
RXUௐVDOHVௐWHDPௐZLOOௐSHUVRQDOO\ௐUHDFKௐRXWௐYLDௐSKRQHௐRUௐHPDLOௐWRௐSURYLGHௐIXUWKHUௐDVVLVWDQFHௐௐ
7KHௐUROHௐRIௐWKHௐVDOHVௐWHDPௐLVௐWRௐFRQWLQXHௐWRௐVXSSRUWௐDQGௐHPSRZHUௐFOLHQWVௐDQGௐHGXFDWHௐ
WKHPௐRQௐSURGXFWVௐDQGௐVHUYLFHVௐRIIHUHGௐௐ7KHௐWHDPௐZLOOௐJRௐWKHௐH[WUDௐPLOHௐIRUௐVXEVFULEHUVௐSURVSHFWVௐDQGௐFXVWRPHUVௐHYHQௐDIWHUௐDௐVDOHVௐWUDQVDFWLRQௐLVௐFRPSOHWHGௐ2XUௐVDOHVௐWHDPௐKDVௐZRUNHGௐWLUHOHVVO\ௐWRௐIRFXVௐRQௐSURYLGLQJௐRXWVWDQGLQJௐFXVWRPHUௐVXSSRUWௐ
WRௐFUHDWHௐSRZHUIXOௐUDSSRUWௐZLWKௐRXUௐFOLHQWVௐௐ%\ௐJRLQJௐDERYHௐDQGௐEH\RQGௐZHௐKDYHௐ
HQKDQFHGௐH[LVWLQJௐUHODWLRQVKLSVௐDQGௐH[HFXWHGௐFXVWRPHUௐOR\DOW\ௐZLWKௐUHSHDWௐEXVLQHVVHVௐௐ7KH\ௐ
VWULYHௐWRௐGHYLDWHௐIURPௐWKHௐ³&DUௐ6DOHVSHUVRQ´ௐPHQWDOLW\ௐZKLFKௐLVௐௐVDOHVௐGULYHQௐWRௐDௐ
PRUHௐSURGXFWௐDQGௐFXVWRPHUௐVHUYLFHௐDSSURDFKௐE\ௐLQVWLOOLQJௐDௐVHQVHௐRIௐFRQILGHQFHௐWRௐRXUௐ
FOLHQWVௐௐ7KHLUௐFRQVWDQWௐJRDOௐLVௐWRௐUHJXODUO\ௐDVVLVWௐFOLHQWVௐDQGௐDGGUHVVௐDQ\ௐQHHGVௐGXULQJௐWKHௐ
HQWLUHௐVDOHVௐSURFHVVௐௐ6WULYLQJௐWRௐIRFXVௐRQௐVROXWLRQௐVHOOLQJௐYVௐSURGXFWௐVHOOLQJௐGHYHORSVௐLQWRௐDௐPXWXDOO\ௐEHQHILFLDOௐDJUHHPHQWௐIRUௐFXVWRPHUVௐDQGௐWKHௐEXVLQHVVௐௐ
5HIHUUDO:RUGௐRIௐPRXWKௐௐ7KLVௐVWUDWHJ\ௐWLHVௐLQWRௐRXUௐRXWVWDQGLQJௐUHODWLRQVKLSௐPDUNHWLQJௐWRௐ
FOLHQWVௐௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐH[SHULHQFHGௐE\ௐFXVWRPHUVௐKDVௐOHGௐWRௐDQௐLQFUHDVHGௐ
QXPEHUௐRIௐVDOHVௐWKURXJKௐUHIHUUDOVௐௐ2XUௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐ
WKURXJKRXWௐHQWLUHௐVHOOLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐUHIHUUDOVௐௐ
&RPLQJௐODWHௐVXPPHUௐRIௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐEHௐODXQFKLQJௐDௐ1$)*ௐ3DUWQHUௐ
:HEVLWHௐWRௐLQFUHDVHௐWKHௐJURZWKௐRIௐRXUௐEXVLQHVVௐௐ7KHௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐLVௐH[SHFWHGௐWRௐODXQFKௐODWHௐVXPPHUHDUO\ௐIDOOௐRIௐௐௐ7KHௐVLWHௐHQFRXUDJHVௐERG\ௐXSILWWLQJௐ
FRPSDQLHVௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐWRௐSDUWQHUௐXSௐZLWKௐXVௐWRௐEHFRPHௐDௐSUHIHUUHGௐ
PHPEHUௐௐ7KHௐEHQHILWVௐRIௐEHFRPLQJௐDௐSUHIHUUHGௐPHPEHUௐLVௐWRௐKDYHௐWKHLUௐEXVLQHVVௐ
DGYHUWLVHGௐRQௐRXUௐVLWHௐDVௐZHOOௐDVௐUHIHUULQJௐDQ\ௐFOLHQWVௐZLWKௐXSILWWLQJௐQHHGVௐWRௐDௐORFDOௐERG\ௐ
FRPSDQ\ௐZLWKLQௐWKHLUௐJHQHUDOௐYLFLQLW\ௐௐௐௐ2XUௐEX\HUVௐIURPௐJRYHUQPHQWௐDJHQFLHVௐDUHௐ
HQFRXUDJHGௐWRௐJRௐRQௐWKHௐVLWHௐDVௐZHOOௐDQGௐORRNௐIRUௐORFDOௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKH\ௐDUHௐ
LQWHUHVWHGௐLQௐZRUNLQJௐZLWKௐௐௐ7RௐMRLQௐRXUௐQHWZRUNௐWKH\ௐDUHௐUHTXLUHGௐWRௐDGYHUWLVHௐ1$)*ௐDQGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRQௐWKHLUௐEXVLQHVVௐZHEVLWHௐDQGௐUHIHUௐWKHLUௐFOLHQWVௐWRௐSXUFKDVHௐWKHLUௐFDEFKDVVLVௐQHHGVௐWKURXJKௐ1$)*ௐௐ7KLVௐFUHDWHVௐDௐUHODWLRQVKLSௐWKDWௐZLOOௐJHQHUDWHௐLQFUHDVHGௐ
VDOHVௐIURPௐERWKௐWKHௐVLGHVௐௐ:HௐDUHௐVWLOOௐFXUUHQWO\ௐEXLOGLQJௐWKHௐZHEVLWHௐDQGௐVHDUFKLQJௐIRUௐ
ERG\ௐFRPSDQLHVௐDFURVVௐWKHௐVWDWHVௐWKDWௐZRXOGௐEHௐLQWHUHVWHGௐLQௐSDUWQHULQJௐXSௐZLWKௐ1$)*ௐௐ
'LUHFWௐ0DUNHWLQJௐ3ULRUௐWRௐWKHௐ&RYLGௐRXWEUHDNௐRXUௐFRPSDQ\ௐZDVௐSURPRWLQJௐGLUHFWௐ
PDUNHWLQJௐVWUDWHJLHVௐE\ௐFRQWDFWLQJௐORFDOௐEXVLQHVVHVௐDQGௐVHWWLQJௐXSௐLQௐSHUVRQௐPHHWLQJVௐZLWKௐ
RXUௐGHGLFDWHGௐSXEOLFௐUHODWLRQVௐUHSUHVHQWDWLYHௐௐ7KHௐUROHௐRIௐRXUௐGHGLFDWHGௐUHSUHVHQWDWLYHௐLQFOXGHGௐLQௐSHUVRQௐPHHWLQJVௐWRௐGLVFXVVௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐSUHVHQWௐZHEVLWHௐIHDWXUHVௐDQGௐWRௐGURSௐRIIௐVDOHVௐFRQWDFWௐLQIRUPDWLRQௐIRUௐIXUWKHUௐTXHVWLRQV
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ
GLJLWDOௐGDWDௐHJௐVRFLDOௐPHGLDௐ
PHWDGDWDௐXVDJHௐWRௐHQKDQFHௐ
PDUNHWLQJௐHIIHFWLYHQHVV
6RFLDOௐPHGLDௐLVௐDௐFULWLFDOௐSDUWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐ
RWKHUௐௐௐௐ/LQNHG,QௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐFRQQHFWLQJௐ
ZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐXWLOL]HGௐ/LQNHG,QௐWRௐ
UHDFKௐRXWௐWRௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKRXJKௐSHUVRQDOL]HGௐPHVVDJHVௐௐ3HUVRQDOL]HGௐPHVVDJHVௐLQFOXGHௐWKDQNLQJௐWKHPௐIRUௐUHJLVWHULQJௐRQௐVLWHௐDVௐZHOOௐDVௐGLUHFWLQJௐWKHPௐWRௐRQௐRXUௐOLQNௐWRௐWKHௐZHEVLWHௐ/LQNHG,QௐDQGௐ)DFHERRNௐFRPSDQ\ௐSDJHVௐௐ7KHௐJRDOௐLVௐWRௐILQGௐDQGௐ
FRQQHFWௐZLWKௐSHRSOHௐDOUHDG\ௐRQௐRXUௐGDWDEDVHௐDVௐZHOOௐDVௐSHRSOHௐWKDWௐZRXOGௐEHQHILWௐIURPௐRXUௐ
SURGXFWVௐDQGௐVHUYLFHVௐௐ&XUUHQWௐIO\HUVௐRUௐPHVVDJHVௐDERXWௐRXUௐFRPSDQ\ௐDUHௐDOVRௐSRVWHGௐRQௐ
WKHௐ/LQNHG,QௐVLWHௐWRௐJHQHUDWHௐPRUHௐEXVLQHVVௐௐ7LPHௐLVௐDOVRௐVSHQWௐRQௐUHDGLQJௐSRVWVௐIURPௐ
FRQQHFWLRQVௐWRௐREVHUYHௐDQ\ௐQHHGVௐWKDWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐPD\ௐDVVLVWௐZLWKௐௐ
7KHௐPDUNHWLQJௐWHDPௐDOVRௐVSHQGVௐWLPHௐUHVHDUFKLQJௐJRYHUQPHQWௐHQWLWLHVௐDQGௐSURVSHFWVௐ
WKURXJKௐWKHLUௐZHEVLWHVௐ,QௐDGGLWLRQௐWRௐORRNLQJௐIRUௐQHZௐFOLHQWVௐWKHௐPDUNHWLQJௐWHDPௐZLOOௐWDNHௐWLPHௐWRௐVLJQௐXSௐIRUௐHQHZVOHWWHUVௐIURPௐFLWLHVௐFRXQWLHVௐVFKRROௐGLVWULFWVௐDQGௐFROOHJHVௐௐ7KLVௐZLOOௐHQVXUHௐWKDWௐ1$)*ௐZLOOௐXQGHUVWDQGௐQHHGVௐRIௐJRYHUQPHQWௐHQWLWLHVௐDQGௐZLOOௐXWLOL]HௐWKLVௐ
LQIRUPDWLRQௐIRUௐIXWXUHௐFDPSDLJQVௐௐ
([DPSOHௐௐ&LW\ௐRIௐ1HZௐ<RUNௐSRVWHGௐWKDWௐWKH\ௐSODQௐWRௐUHSODFHௐFXUUHQWௐIOHHWௐZLWKௐDQௐDOOHOHFWULFௐ
IOHHWௐZLWKLQௐWKHௐQH[Wௐௐ\HDUVௐௐ(PDLOௐFDPSDLJQVௐIRFXVLQJௐRQௐW\SHVௐRIௐHOHFWULFDOௐYHKLFOHVௐ
SURYLGHGௐE\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐVHQWௐௐ
1$)*ௐKDVௐUHFHQWO\ௐLQWURGXFHGௐQHZO\ௐEXLOWௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐZHEVLWHௐௐ9LVLWRUVௐDUHௐ
SURPSWௐWRௐFKDWௐZLWKௐDௐOLYHௐVDOHVௐUHSUHVHQWDWLYHௐௐKRXUVௐDௐGD\ௐௐGD\VௐDௐZHHNௐௐ7KLVௐZLOOௐHQVXUHௐWKDWௐFOLHQWVௐWKDWௐDUHௐLQWHUHVWHGௐKDYHௐDQRWKHUௐDYHQXHௐRIௐUHDFKLQJௐRXWௐLQௐDGGLWLRQௐWRௐ
HPDLOLQJௐRUௐWHOHSKRQHௐௐ%HQHILWVௐRIௐ/LYHௐFKDWௐRSWLRQௐLQFOXGHௐTXLFNHUௐUHVSRQVHௐWLPHௐWRௐDVVLVWௐ
EX\HUVௐIRUௐSXUFKDVLQJௐQHHGVௐௐ2XUௐOLYHௐFKDWௐIHDWXUHௐQRWௐRQO\ௐHQFRXUDJHVௐVDOHVௐEXWௐWKHௐYDOXHௐ
RIௐWKHௐVDOHௐDVௐZHOOௐௐ/LYHௐFKDWௐEHQHILWVௐIURPௐXQGHUVWDQGLQJௐWKHௐLPPHGLDWHௐQHHGVௐRIௐWKHௐ
EX\HUௐDQGௐEX\HUVௐFDQௐUHFHLYHௐDQௐLPPHGLDWHௐUHVSRQVHௐQRWௐRQO\ௐIURPௐTXHVWLRQVௐEXWௐ
UHFRPPHQGDWLRQVௐIRUௐWKHLUௐQHHGVௐௐௐௐௐ
7KHௐXVHௐRIௐPDUNHWLQJௐFDPSDLJQVௐSOD\VௐDௐPDMRUௐUROHௐLQௐHQKDQFLQJௐWKHௐJURZWKௐRIௐRXUௐFOLHQWௐGDWDEDVHௐௐ(PDLOௐLVௐDௐELJௐSDUWௐRIௐRXUௐOLYHVௐDQGௐHYHU\ௐJRYHUQPHQWௐDJHQF\ௐHPSOR\HHௐKDVௐDQௐHPDLOௐDGGUHVVௐௐௐ&DPSDLJQHUFRPௐLVௐWKHௐSODWIRUPௐXVHGௐIRUௐRXUௐHPDLOௐPDUNHWLQJௐௐௐ7KHௐJRDOௐ
RIௐHPDLOௐPDUNHWLQJௐLVௐWRௐUHDFKௐRXUௐWDUJHWௐDXGLHQFHௐDQGௐSHUVRQDOL]LQJௐHPDLOௐIO\HUVௐZLWKௐDௐ
UHVSRQVLYHௐGHVLJQௐ9LGHRVௐDQGௐLPDJHVௐDUHௐXVHGௐDQGௐFDQௐEHௐYLHZHGௐIURPௐRQௐDௐFRPSXWHUௐ
RUௐPRELOHௐGHYLFHௐௐ0HVVDJHVௐDUHௐVKRUWௐDQGௐWRௐWKHௐSRLQWௐZLWKௐOLQNVௐOHDGLQJௐWRௐWKHௐ
6RXUFHZHOOௐDQGௐ1$)*ௐKRPHSDJHௐௐௐௐ7KHௐ&DPSDLJQHUௐHPDLOௐV\VWHPௐDOORZVௐXVௐWRௐWUDFNௐ
HPDLOௐDFWLYLW\ௐEDVHGௐRQௐRSHQௐUDWHௐXQVXEVFULEHVௐDQGௐOLQNௐFOLFNVௐZKLFKௐLVௐEHQHILFLDOௐWRௐ
XQGHUVWDQGLQJௐHPDLOௐHIIHFWLYHQHVV
,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ
LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ
WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ
6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV"
6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐSURYLGHௐDௐZLGHௐYDULHW\ௐ
RIௐSURGXFWVௐDQGௐVHUYLFHVௐௐௐ7KH\ௐDLPௐWRௐVLPSOLI\ௐWKHௐSXUFKDVLQJௐDQGௐSURFXUHPHQWௐSURFHVVௐ
RIௐJRYHUQPHQWௐHQWLWLHVௐௐ7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐ
RIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐFRRSHUDWLYHௐFRQWUDFWVௐௐௐ3URGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐVKRZLQJௐOHJLWLPDF\ௐDQGௐ
YHULILFDWLRQௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐXQGHUVWDQGௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐ
SURYLGHGௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ&OLHQWVௐUHFRJQL]HௐWKHௐ6RXFHZHOOௐEUDQGௐDQGௐWKHLUௐ
YHQGRUVௐDVௐDௐWUXVWHGௐVRXUFHௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ7KHௐPDLQௐVHOOLQJௐSRLQWௐRIௐWKHௐ
EUDQGௐLVௐWKHௐHOLPLQDWLRQௐRIௐWKHௐQHHGௐWRௐELGௐௐ6RXFHZHOOௐKDVௐGRQHௐIRUௐELGGLQJௐIRUௐWKHௐ
JRYHUQPHQWௐHQWLWLHVௐZKLFKௐVLPSOLILHVௐWKHௐSXUFKDVLQJௐSURFHVVௐௐ7KLVௐSURFHVVௐQRWௐRQO\ௐVDYHVௐ
PRQH\ௐEXWௐYDOXDEOHௐWLPHௐDVௐZHOOௐௐ2QFHௐDௐFOLHQWௐUHFHLYHVௐDௐYHKLFOHௐTXRWHௐIURPௐRXUௐVDOHVௐGHSDUWPHQWௐWKHௐUROHௐRIௐWKHௐFOLHQWௐLVௐWRௐVXEPLWௐDௐSXUFKDVHௐRUGHUௐZKHQௐUHDG\ௐௐ6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐ
DJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ7KHௐ6RXUFHZHOOௐZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐ
RIௐLQWHJULW\ௐDQGௐHWKLFVௐDQGௐZHௐDUHௐSURXGௐWRௐEHௐSDUWௐRIௐWKLVௐG\QDPLFௐௐ6RXUFHZHOOௐPHPEHUVௐ
KDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐPRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐ
6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐ
IUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KHௐ6RXUFHZHOOௐ
FRQWUDFWௐFDQௐEHௐDOVRௐEHௐFXVWRPL]HGௐWRௐPHHWௐWKHௐQHHGVௐRIௐWKHௐFOLHQWௐௐ7KHௐVDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐRQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐE\ௐHQVXULQJௐFOLHQWVௐZHௐZLOOௐDOZD\VௐDVVLVWௐWKHPௐZLWKௐDOOௐWKHLUௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVV
IUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ,Wௐ
HQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐHIILFLHQWௐPDQQHUௐௐௐ
:HௐYRZௐWRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐ
WKURXJKRXWௐWKHௐFRPSDQ\
$UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ
DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ
RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ
HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ
JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW
2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐ
FDQௐVHDUFKௐWKURXJKௐPDQ\ௐYHKLFOHVௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐ
WDLORUHGௐWRௐWKHLUௐVSHFLILFௐQHHGVௐRIௐWKHLUௐDJHQF\ௐௐௐ$ௐSHUVRQDOL]HௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐ
DYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐௐ,IௐXSILWWLQJௐ
LVௐQHHGHGௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐUHDFKHGௐWKRXJKௐSKRQHௐHPDLOௐRUௐRQௐWKHௐQHZௐOLYHௐFKDWௐIHDWXUHௐRQௐWKHௐZHEVLWHௐௐ2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐ
VXEPLWWLQJௐDௐSXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐ
WKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐ
QHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐௐ
,IௐVXSSRUWௐLVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSௐLVௐDOVRௐDYDLODEOHௐWRௐZDONௐDௐFOLHQWௐ
WKURXJKௐWKHௐHSURFXUHPHQWௐSURFHVVௐVWHSௐE\ௐVWHSௐௐ7KLVௐHQVXUHVௐKDYLQJௐDQௐDYDLODEOHௐ
UHSUHVHQWDWLYHௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐLIௐQHHGHGௐDQGௐWRௐHPSRZHUௐWKHௐFOLHQWௐWRௐPDNHௐDQ\ௐIXWXUHௐSXUFKDVHVௐRQௐWKHLUௐRZQௐௐ&OLHQWVௐPD\ௐDOVRௐFDOOௐRUௐHPDLOௐWKHௐQHHGVௐRIௐWKHௐFRPSDQ\ௐ
DQGௐUHFHLYHௐDௐFXVWRPL]HGௐYHKLFOHௐTXRWH
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
7DEOH9DOXH$GGHG$WWULEXWHV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ
PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐSURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ
,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐ
WUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ
ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ
FRVWVௐWKDWௐDSSO\
1$)*ௐH[WHQGVௐDQ\ௐDQGௐDOOௐ6HUYLFHௐ7UDLQLQJௐ3URJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐ0DQ\ௐRIௐ
WKHௐSURJUDPVௐRIIHUHGௐDUHௐTXRWHGௐLQGLYLGXDOO\ௐE\ௐWKHௐPDQXIDFWXUHௐEDVHGௐRQௐFODVVௐVL]HௐDQGௐUHJLRQௐRIௐWKHௐFRXQWU\ௐ1$)*ௐZLOOௐSDVVௐWKHVHௐTXRWHVௐRQWRௐWKHௐPHPEHUௐDWௐGHDOHUௐFRVW
'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐ
DGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐ
SURGXFWVௐRUௐVHUYLFHVௐRIIHU
$FFRPSOLVKPHQWVௐE\ௐWKHௐ0DQXIDFWXUHUVௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRU¶VௐDQGௐ
0$&.ௐ7UXFNௐVHUYHௐWKHௐPHPEHUௐDXWRPDWLFDOO\ௐE\ௐKDYLQJௐWKHVHௐPRGHOVௐDYDLODEOHௐWKURXJKௐRXUௐ
SURSRVDOௐ$VௐZHOOௐDVௐRXUௐLQFOXVLRQௐRIௐ0RWLYHௐ3RZHUௐ6\VWHPVௐLQௐRXUௐSURSRVDOௐ0RWLYHௐ3RZHUௐ
6\VWHPVௐSURYLGHVௐWKHௐPHPEHUௐWKHௐDELOLW\ௐWRௐHOHFWULI\ௐWKHLUௐYHKLFOHௐ:HௐDWWDFKHGௐSURGXFWௐ
LQIRUPDWLRQௐDQGௐSULFLQJௐLQௐWKHௐ³8SILWVௐ$YDLODEOH´ௐ=,3ௐILOHௐLQௐWKHPௐ³$OOௐௐ0DQXIDFWXUHU´ௐ=,3ௐILOHௐXQGHUௐDGGLWLRQDOௐGRFXPHQWV
'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐ
WKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ
\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK
1$)*ௐKDVௐ3DUWQHUHGௐZLWKௐௐ0D\RUVௐ1DWLRQZLGHௐWRௐFUHDWHௐDௐ86ௐ0D\RUௐ(9ௐ'ULYHௐ&OLPDWHௐ
,QLWLDWLYHௐFDOOHGௐWKHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐZZZ'ULYHHYIOHHWRUJௐWRௐKHOSௐ
VSUHDGௐWKHௐEHQHILWௐRIௐPHPEHUVௐJRLQJௐௐJUHHQௐ:HௐKDYHௐௐ3XUHௐ(OHFWULFௐYHKLFOHVௐWRௐRIIHUௐVXFKௐDVௐWKHௐ&KHYUROHWௐ%ROWௐDQGௐ)RUGௐ)XVLRQௐZKLFKௐDUHௐDOOௐWHFKQRORJ\ௐSUHGHFHVVRUVௐWRௐWKHௐ$OOௐ1HZௐ)RUGௐ(OHFWULFௐ)ௐ:HௐDUHௐFHUWDLQௐRYHUௐWKHௐQH[WௐIHZௐ\HDUVௐ)RUGௐDQGௐPDQ\ௐ
RWKHUௐPDQXIDFWXUHUVௐZLOOௐEHௐPDNLQJௐDYDLODEOHௐௐSXUHௐHOHFWULFௐFDEௐFKDVVLVௐIRUௐPHPEHUVௐWRௐ
VHOHFWௐIURP
,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR
ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ
\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐ
HTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ
\RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐ
HIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐ
GHVLJQௐFUDGOHWRFUDGOHௐRUௐRWKHUௐJUHHQVXVWDLQDELOLW\ௐIDFWRUV
:LWKLQௐWKHௐVDPHௐ0RWLYHௐ3RZHUௐ3')¶VௐORFDWHGௐLQௐWKHௐ³8SILWVௐ$YDLODEOH´ௐ=LSௐ)LOHௐ\RXௐZLOOௐILQGௐ
0RWLYH¶Vௐ6\VWHP¶Vௐ&$5%ௐ&HUWLILFDWLRQ¶Vௐ&DOLIRUQLDௐ$LUௐ5HVRXUFHௐ%RDUGௐIRUௐWZRௐHQJLQHVௐ
RIIHULQJௐDORQJௐZLWKௐWKHUHௐ)RUGௐ4XDOLILHGௐ9HKLFOHௐ0RGLILHUௐ&HUWLILFDWHௐ$OOௐZKLFKௐKHOSௐHQHUJ\ௐ
FRQYHUVDWLRQௐDQGௐHIILFLHQFLHV
'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ
%XVLQHVVௐ(QWLW\ௐ:0%(ௐ6PDOOௐ%XVLQHVVௐ(QWLW\ௐ6%(ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ
\RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐ
KDYHௐREWDLQHGௐ8SORDGௐ
GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐDVௐ
DSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐ
VHFWLRQௐRIௐ\RXUௐUHVSRQVH
1$)*ௐKDVௐSURYLGHGௐDVௐDQௐDWWDFKPHQWௐ³8SILWVௐ$YDLODEOH´ௐRXUௐSDUWQHUVKLSௐOHWWHUௐZLWKௐ'LYHUVLILHGௐ
/HDVLQJௐ'LYHUVLILHGௐ/HDVLQJௐLVௐDௐ'9%(6%(ௐ&RPSDQ\ௐWKDWௐKDVௐEHHQௐLQௐEXVLQHVVௐVLQFHௐௐ$VௐDௐ'LVDEOHGௐ9HWHUDQௐ%XVLQHVVௐ(QWHUSULVHௐ/LFHQVHGௐLQௐWKHௐ6WDWௐRIௐ&DOLIRUQLDௐௐ'LYHUVLILHGௐKDVௐRIIHUHGௐWKHUHௐFHUWLILFDWLRQௐWRௐEHௐSODFHGௐRQௐDQ\ௐ1$)*ௐTXRWHௐIRUௐDௐ
VPDOOௐDGPLQௐIHHௐZKLFKௐLVௐIXOO\ௐGLVSOD\HGௐRQௐWKHUHௐSDUWQHUVKLSௐOHWWHUௐDWWDFKHG
:KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ
FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ
VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ
SDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ
\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ
6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"
'HGLFDWLRQௐ+DUGௐ:RUNௐQRWௐWRௐEHௐFRQIXVHGௐZLWKௐHIIRUWVௐEXWௐZLWKௐUHVXOWVௐ1$)*ௐKDVௐEXLOWௐLWVௐ
GLYLVLRQௐVROHO\ௐIRUௐWKHௐSXUSRVHௐRIௐVHUYLQJௐWKHௐPHPEHUVௐH[SHULHQFHௐIURPௐRXUௐKRXUௐPHPEHUௐ
ZHEVLWHௐRUௐZHEVLWHௐLPSURYHPHQWVௐDQGௐFDSDELOLWLHVௐWRௐWKLQNLQJௐRXWVLGHௐWKHௐER[ௐWRௐKHOSௐDௐ
PHPEHUௐILQGௐDௐVROXWLRQ
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
7DEOH:DUUDQW\
'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUH
DQGRYHUDOOVWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQW
XSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU":HௐKDYHௐDWWDFKHGௐDOOௐ:DUUDQW\ௐLQIRUPDWLRQௐSURYLGHGௐE\ௐDOOௐௐPDQXIDFWXUHUVௐRIIHUHGௐLQௐRXUௐSURSRVDOௐDVௐDQௐDGGHGௐDWWDFKPHQW
'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐ
RWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH"
(DFKௐPDQXIDFWXUHUௐKDYHௐWKHUHௐRZQௐXVDJHௐUHVWULFWLRQVௐWKDWௐDௐPHPEHUௐVKRXOGௐ
EHௐDZDUHௐRIௐ6XFKௐDVௐLPSURSHUௐXVHௐRIௐDௐFKDVVLVௐPD\ௐQRWௐDOORZௐLWௐWRௐEHௐ
FRYHUHGௐXQGHUௐZDUUDQW\ௐ)RUௐH[DPSOHௐDௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUDWHGௐSXUVXLWௐYHKLFOHௐZRXOGௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ:HௐHQFRXUDJHௐIRUௐHDFKௐPHPEHUௐWRௐFRQWDFWௐXVௐIRUௐWKHUHௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH
'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"
<HVௐLQௐVRPHௐFDVHVௐRIௐDௐEUHDNGRZQௐPDQXIDFWXUHUVௐZRXOGௐWRZௐDௐPHPEHUௐYHKLFOHௐWRௐWKHUHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐIDFLOLW\
$UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ
6WDWHVௐDQGௐ&DQDGDௐLIௐDSSOLFDEOHௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐ
ZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ
HQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐVHUYLFHௐIRUௐ
ZDUUDQW\ௐUHSDLU"
(DFKௐPDQXIDFWXUHௐLVௐGLIIHUHQWௐDQGௐZHௐHQFRXUDJHௐSULRUௐWRௐSXUFKDVLQJௐDௐ
SURGXFWௐWRௐFDOOௐLQௐDQGௐDVNௐDERXWௐ\RXUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐLW¶VௐFRYHUHG
:LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ
RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐ
RUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐ
WRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU"
$OOௐZDUUDQWLHVௐDUHௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU
:KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐ
SURJUDPVௐDQGௐSROLFLHV"
:HௐRIIHUௐQRௐH[FKDQJHௐUHWXUQௐSURJUDPVௐRUௐSROLFLHVௐ2QFHௐDQௐRUGHUௐKDVௐ
SDVVHGௐDௐFHUWDLQௐSRLQWௐZLWKௐWKHௐIDFWRU\ௐDQGௐ1$)*ௐFDQௐQRWௐFDQFHOௐWKHௐRUGHUௐ
DIWHUௐWU\LQJௐWRௐFDQFHOௐZLWKௐWKHௐPDQXIDFWXUHUௐWKHQௐWKHௐRUGHUௐLVௐQRQFDQFHOODEOH
'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐ
LQFOXGHGௐLQௐ\RXUௐSURSRVDO
:HௐRIIHUௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐWRௐDOOௐPHPEHUVௐ7KHUHௐ
DUHௐVHYHUDOௐSDUDPHWHUVௐZKLFKௐDௐFXVWRPL]HGௐVHUYLFHௐFRQWUDFWௐFDQௐEHௐFUHDWHGௐ
1$)*ௐZLOOௐWUHDWௐHDFKௐRIௐWKHVHௐDVௐDQௐDGGHGௐIDFWRU\ௐRSWLRQௐDQGௐIROORZௐWKHௐ
VDPHௐGLVFRXQWௐVFKHGXOHௐLQௐWKHௐSULFHௐILOH
7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
:KDWௐDUHௐ\RXUௐSD\PHQWௐWHUPVௐHJௐQHWௐௐQHWௐ" 3D\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐGD\ௐJUDFHௐSHULRG
'Rௐ\RXௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐHVSHFLDOO\ௐ
WKRVHௐRSWLRQVௐWKDWௐVFKRROVௐDQGௐJRYHUQPHQWDOௐHQWLWLHVௐPD\ௐQHHGௐWRௐXVHௐLQௐRUGHUௐWRௐPDNHௐFHUWDLQௐDFTXLVLWLRQV"
1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐRIIHUௐ
6RXUFHZHOOௐ&RQWUDFWௐ/HDVHௐ7HUPVௐWRௐDOOௐ1$)*ௐ4XRWHVௐIRUௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐ:HௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ=LSௐ)LOHௐ&DOOHGௐ³PHPEHUௐ:DONௐ7KURXJK´
%ULHIO\ௐGHVFULEHௐ\RXUௐSURSRVHGௐRUGHUௐSURFHVVௐ,QFOXGHௐ
HQRXJKௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWHௐ
)RUௐH[DPSOHௐLQGLFDWHௐZKHWKHUௐ\RXUௐGHDOHUௐQHWZRUNௐLVௐ
LQFOXGHGௐLQௐ\RXUௐUHVSRQVHௐDQGௐZKHWKHUௐHDFKௐGHDOHUௐRUௐ
VRPHௐRWKHUௐHQWLW\ௐZLOOௐSURFHVVௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ
HQWLWLHV¶ௐSXUFKDVHௐRUGHUV
1$)*ௐLVௐVWUXFWXUHGௐLQௐDௐPDQQHUௐZKHUHௐLWௐFDQௐPRQLWRUௐPRVWௐ
WUDQVDFWLRQVௐSUHIRUPHGௐWKURXJKௐRXUௐ6RXUFHZHOOௐ&RQWUDFWVௐ1$)*ௐKDVௐPDGHௐWKHௐWUDFNLQJௐRIௐDOOௐRUGHUVௐDௐUHDVRQDEO\ௐRUJDQL]HGௐPHWKRGௐWRௐ
DOORZௐIDVWௐDFFXUDWHௐTXDUWHUO\ௐUHSRUWLQJ
'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ
SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐ
SDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV"
<HVௐXSௐWRௐௐௐSHUௐYHKLFOHௐDQ\ௐDPRXQWௐKLJKHUௐWKDQௐௐௐ
ZRXOGௐFDUU\ௐDௐ3FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQௐIHHௐZKLFKௐZLOOௐEHௐ
SDVVHGௐRQWRௐWKHௐPHPEHU
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
7DEOH3ULFLQJDQG'HOLYHU\
3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ
EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW
&KDQJH5HTXHVW)RUP
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐHJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐGLVFRXQWVௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐLQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ
GLVFRXQWHGௐSULFHௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ
6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ
DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ
8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐ
XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH
1$)*ௐLVௐRIIHULQJௐ/LQHௐ,WHPௐ'LVFRXQWVௐ2IIௐ0653ௐIRUௐௐPDQXIDFWXUHUVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐLVௐRIIHULQJௐDOOௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐFKDVVLVௐFDEVௐDQGௐWUXFNVௐGHWDLOVௐDUHௐRQௐ
WKHௐ3ULFHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐSULFHௐILOH
4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ
SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ
\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐ
RUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH
1$)*ௐ'LVFRXQWௐ5DQJHௐSHUௐ0DQXIDFWXUHUௐLVௐDVௐIROORZVௐ
)RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐ
5$0ௐ)&$ௐ&RPSDQ\ௐIURPௐௐWRௐ
&KHYUROHWௐIURPௐௐWRௐ
+,12ௐIURPௐௐWRௐ,68=8ௐIURPௐௐWRௐ
,QWHUQDWLRQDOௐIURPௐௐWRௐ
9ROYRௐIURPௐௐWRௐ
)UHLJKWOLQHUௐ:HVWHUQௐ6WDUௐIURPௐௐWRௐ
0$&.ௐIURPௐௐWRௐ
.HQZRUWKௐIURPௐௐWRௐ
3HWHUELOWௐIURPௐௐWRௐ
8SILWVௐFDQௐEHௐDGGHGௐDWௐGHDOHUௐLQYRLFHௐXSௐWRௐௐGHWDLOHGௐLQௐWKHௐ
SULFHௐILOH
'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐRIIHU:HௐHQFRXUDJHௐDQ\ௐDQGௐDOOௐPHPEHUVௐWRௐFRQWDFWௐXVௐLIௐFRQVLGHULQJௐRUGHULQJௐௐRUௐPRUHௐXQLWVௐIRUௐDQௐDGGLWLRQDOௐGLVFRXQWௐTXRWH
3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐ
UHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐ
RUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW
2SHQௐ0DUNHWௐSURGXFWVௐRUௐ6RXUFHGௐ*RRGVௐZLOOௐEHௐWUHDWHGௐDVௐDQ\ௐXSILWௐ
DQGௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNXSௐLIௐDSSOLFDEOH
,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ
7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐ
SXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ
VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH
GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐ
LQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐ
DQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU
$OOௐFRQVLGHUDWLRQVௐKDYHௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐWKHௐSULFHௐILOHௐLQௐLWVௐHQWLUHW\ௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEVௐFRQWDLQௐDOOௐFRVWVௐ
DVVRFLDWHGௐZLWKௐDOOௐTXRWHVௐ,IௐDௐPHPEHUௐZRXOGௐOLNHௐDௐTXRWHௐIRUௐDௐ
SDUWLFXODUௐVLWXDWLRQௐDQGௐWKHௐLWHPௐUHTXLUHVௐVSHFLDOௐWUDLQLQJௐRUௐ
LQVWDOODWLRQௐWKHVHௐFKDUJHVௐZRXOGௐEHௐDGGHGௐDVௐSDUWௐRIௐWKHௐXSILWௐDQGௐ
LQFOXGHGௐLQௐWKHௐPHPEHUVௐTXRWH
,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ
6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ
FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP
$OOௐPDQXIDFWXUHUVௐFKDUJHௐDௐVWDQGDUGL]HGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐ
ZKLFKௐLVௐGLVSOD\HGௐRQௐDOOௐZLQGRZௐVWLFNHUVௐDQGௐRQௐDOOௐWUXFNVௐRQௐDௐ
GHDOHU¶VௐORWௐ7KLVௐLVௐQRWௐWKHௐGHVWLQDWLRQௐFKDUJHௐWKDWௐPD\EHௐFKDUJHGௐ
WRௐVKLSௐDௐFKDVVLVௐWRௐDQGௐIURPௐDQௐLQVWDOOHUௐWKHVHௐDGGLWLRQDOௐVXEVHTXHQWௐPRYHPHQWVௐDUHௐDOOௐDGGHGௐIUHLJKWௐFKDUJHVௐDQGௐZLOOௐGLVSOD\HGௐRQௐWKHௐPHPEHUVௐTXRWH
6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\
)UHLJKWௐWRௐWKHVHௐUHJLRQVௐFDUU\ௐDௐVSHFLILFௐORJLVWLFDOௐEDUULHUௐZKLFKௐFDUU\ௐDGGHGௐFRVWௐVXFKௐDVௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWௐERWKௐWRௐDQGௐIURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐDQGௐDGGHGௐWRௐDQ\ௐ
TXRWHௐIRUௐWKHௐPHPEHUௐWRௐUHYLHZ
'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO1$)*ௐZLOOௐXWLOL]HௐWKHௐSRZHUௐDQGௐH[SHUWLVHௐRIௐWKHௐDOUHDG\ௐHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ'LVWULEXWLRQௐ1HWZRUNௐWRௐKDYHௐPHPEHUVௐYHKLFOHVௐGHOLYHUHGௐSURPSWO\ௐWKHUHௐGHVWLQDWLRQ
7DEOH3ULFLQJ2IIHUHG
/LQH
,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV
&RPPHQWV
FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ
GHSDUWPHQWV
:HௐZRXOGௐQHYHUௐRIIHUௐDQ\ௐ
RWKHUௐRUJDQL]DWLRQௐZKDWௐZHௐRIIHUௐ6RXUFHZHOOௐLQௐYROXPHௐSULFLQJௐDQGௐRIIHULQJV
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ
SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ
UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ
9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOO
:HௐKDYHௐFUHDWHGௐDௐPHPEHUௐIULHQGO\ௐHDV\ௐWRௐEXLOGௐRQOLQHௐ
TXRWLQJௐV\VWHPௐIRUௐPHPEHUVௐWRௐXVHௐ3ULFLQJௐLVௐEXLOWௐGLUHFWO\ௐLQWRௐWKHௐZHEVLWHௐDQGௐLVௐORDGHGௐGDLO\ௐE\ௐWKHௐPDQXIDFWXUHௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐDQௐDFFXUDWHௐTXRWHௐ
ௐRIௐWKHௐWLPHௐ:HௐKDYHௐVWUHDPௐOLQHGௐKRZௐRXUௐDGPLQௐ
IHHௐLVௐSURFHVVHGௐWRௐDOORZௐDௐTXLFNௐௐGD\ௐWXUQௐDURXQGௐRQௐ
TXDUWHUO\ௐUHSRUWV
,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ
6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ
&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐ
W\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ
&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ
0HPEHU¶VௐFRVWௐRIௐJRRGVௐ6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ
DGGLWLRQDOௐGHWDLOV
2XUௐ$GPLQௐ)HHௐKDVௐEHHQௐVWUHDPOLQHGௐWRௐDOORZௐIRUௐJURZWKௐWRௐ
RFFXUௐZLWKௐPDLQWDLQLQJௐDௐKLJKௐOHYHOௐRIௐDFFXUDF\ௐDQGௐUHSRUWLQJௐ
2XUௐSURSRVHGௐDGPLQௐIHHௐZRXOGௐIROORZௐWKHVHௐJXLGHOLQHV
)ௐ)ௐ)ௐDQGௐOLNHௐPRGHOVௐௐ ௐௐௐIODW
)ௐDQGௐDERYHௐ ௐௐௐIODWௐ
3DUWQHUௐ'HDOVௐ1$)*ௐ3DUWQHUVௐZLWKௐDQRWKHUௐGHDOHUௐ ௐௐௐ
IODW$OOௐRWKHUௐPRGHOVௐ)ௐDQGௐEHORZௐ ௐௐௐIODW
7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐ
HTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐ
DUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO
1$)*ௐLVௐSURYLGLQJ
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐPDNHVௐPRGHOVௐDQGௐWULPVௐUDQJLQJௐIURPௐ&ODVVௐ
ௐWRௐ&ODVVௐௐ&DEௐDQௐ&KDVVLVௐDQGௐWUXFNVௐ:LWKௐDYDLODEOHௐ8SILWVௐWRௐEHௐDGGHGௐUDQJLQJௐIURPௐWRROௐER[HVௐWRௐ/LQHௐ0HFKDQLFVௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐRXUௐFKDVVLVௐFDEVௐHLWKHUௐE\ௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUௐRUௐE\ௐDௐPHPEHUVௐXSILWௐVXSSOLHUௐ
ZRUNLQJௐZLWKௐ1$)*ௐWRௐSURYLGHௐDௐ7XUQௐ.H\ௐ4XRWH
:LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ
WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐ
VHUYLFHV
1$)*ௐ/LVWVௐDOOௐPDNHVௐPRGHOVௐDQGௐWULPVௐLQௐHDFKௐ=,3ௐILOHௐXQGHUௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHUV´ௐUHSUHVHQWLQJௐDௐFRPELQHGௐRYHUௐௐPDNHVௐPRGHOVௐDQGௐWULPௐ
FRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐDORQJௐZLWKௐDௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐLQௐ
WKHௐSULFHௐILOH
7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV
,QGLFDWHEHORZZKDW&ODVVHVRIHTXLSPHQWDUHRIIHUHGLQWKLVSURSRVDO
/LQH,WHP &DWHJRU\RU7\SH 2IIHUHG
&RPPHQWV
&ODVVௐௐFKDVVLV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
&ODVVௐௐFKDVVLV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐPDNHVௐDQGௐPRGHOV
&ODVVௐௐFKDVVLV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
&ODVVௐௐFKDVVLV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
&ODVVௐௐFKDVVLV <HV
1R
ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ
PDNHVௐDQGௐPRGHOV
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
7DEOH,QGXVWU\6SHFLILF4XHVWLRQV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐ
IHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW
,IௐDZDUGHGௐ1$)*ௐZLOOௐNHHSௐWUDFNௐRIௐWKHௐQXPEHUௐRIௐFOLHQWௐTXRWHVௐLWௐSURFHVVHVௐZKLFKௐ
ZLOOௐEHௐGRQHௐYLDௐRXUௐZHEVLWHௐDQGௐHDV\ௐWRௐRYHUVHHௐDQGௐEDVHௐWKLVௐGDWDௐPRQWKௐDIWHUௐPRQWKௐWRௐVHHௐLIௐRXUௐLQWHUHVWௐLVௐJURZLQJௐDWௐWKHௐH[SHFWHGௐUDWHௐZHௐZRXOGௐH[SHFW
'HVFULEHௐ\RXUௐFRPSDQ\
VௐRIIHULQJௐLQௐ
UHODWLRQௐWRௐDOWHUQDWLYHௐIXHOௐVRXUFHVௐLQFOXGLQJௐHOHFWULFௐRUௐRWKHUV
2XUௐPDQXIDFWXUHUVௐSURGXFWVௐDUHௐDOZD\VௐVWULYLQJௐWRௐEULQJௐWRௐPDUNHWௐWKHௐODWHVWௐJUHHQௐ
YHKLFOHVௐWRௐDFFRPPRGDWHௐWKHௐHYHULQFUHDVLQJௐGHPDQGௐIRUௐHFKRௐIULHQGO\ௐWUDQVSRUWDWLRQ
'HVFULEHௐDQ\ௐPDQXIDFWXULQJௐSURFHVVHVௐRUௐ
PDWHULDOVௐXWLOL]HGௐWKDWௐFRQWULEXWHௐWRௐFKDVVLVௐVWUHQJWKௐFDEௐVWUHQJWKௐRYHUDOOௐGXUDELOLW\ௐGULYHUௐVDIHW\ௐWKDWௐGLIIHUHQWLDWHௐ\RXUௐRIIHULQJV
5HSUHVHQWLQJௐௐPDQXIDFWXUHUVௐLQௐRXUௐUHVSRQVHௐZHௐDUHௐSRVLWLYHௐZHௐUHSUHVHQWௐWKHௐ
EHVWௐRIௐWKHௐEHVWௐLQௐFKDVVLVௐSURGXFWLRQௐDQGௐUHSUHVHQWௐDOOௐVWUHQJWKVௐHDFKௐPDQXIDFWXUHௐKDVௐWRௐRIIHU
'HVFULEHௐDQ\ௐGLIIHUHQWLDWLQJௐVHUYLFHDELOLW\ௐ
DWWULEXWHVௐUHPRWHௐGLDJQRVWLFVௐHWFௐ\RXUௐSURSRVDOௐRIIHUV
7HOHPDWLFVௐFDQௐEHௐDGGHGௐWRௐDQ\ௐTXRWHௐIRUௐDQ\ௐPHPEHUௐVLQFHௐHDFKௐPDQXIDFWXUHUௐ
RIIHUVௐVRPHௐIRUPௐRIௐWHOHPDWLFVௐLIௐQRWௐZHௐFDQௐTXRWHௐLWௐDVௐDௐVHSDUDWHௐXSILWௐLWHP
7DEOH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUP
/LQH,WHP127,&(7RLGHQWLI\DQ\H[FHSWLRQRUWRUHTXHVWDQ\PRGLILFDWLRQWRWKH6RXUFHZHOOWHPSODWH&RQWUDFWWHUPVFRQGLWLRQVRUVSHFLILFDWLRQVD
3URSRVHUPXVWVXEPLWWKHH[FHSWLRQRUUHTXHVWHGPRGLILFDWLRQRQWKH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUPLPPHGLDWHO\EHORZ7KH
FRQWUDFWVHFWLRQWKHVSHFLILFWH[WDGGUHVVHGE\WKHH[FHSWLRQRUUHTXHVWHGPRGLILFDWLRQDQGWKHSURSRVHGPRGLILFDWLRQPXVWEHLGHQWLILHGLQGHWDLO
3URSRVHU
VH[FHSWLRQVDQGSURSRVHGPRGLILFDWLRQVDUHVXEMHFWWRUHYLHZDQGDSSURYDORI6RXUFHZHOODQGZLOOQRWDXWRPDWLFDOO\EHLQFOXGHGLQWKHFRQWUDFW
&RQWUDFW6HFWLRQ 7HUP&RQGLWLRQRU6SHFLILFDWLRQ ([FHSWLRQRU3URSRVHG0RGLILFDWLRQ
1$
1$
1$
1$
1$
1$
'RFXPHQWV
(QVXUH\RXUVXEPLVVLRQGRFXPHQWVFRQIRUPVWRWKHIROORZLQJ
'RFXPHQWVLQ3')IRUPDWDUHSUHIHUUHG'RFXPHQWVLQ:RUG([FHORUFRPSDWLEOHIRUPDWVPD\DOVREHSURYLGHG
'RFXPHQWVVKRXOG127KDYHDVHFXULW\SDVVZRUGDV6RXUFHZHOOPD\QRWEHDEOHWRRSHQWKHILOH,WLV\RXUVROHUHVSRQVLELOLW\WR
HQVXUHWKDWWKHXSORDGHGGRFXPHQWVDUHQRWHLWKHUGHIHFWLYHFRUUXSWHGRUEODQNDQGWKDWWKHGRFXPHQWVFDQEHRSHQHGDQGYLHZHGE\
6RXUFHZHOO
6RXUFHZHOOPD\UHMHFWDQ\UHVSRQVHZKHUHDQ\GRFXPHQWVFDQQRWEHRSHQHGDQGYLHZHGE\6RXUFHZHOO
,I\RXQHHGWRXSORDGPRUHWKDQRQHGRFXPHQWIRUDVLQJOHLWHP\RXVKRXOGFRPELQHWKHGRFXPHQWVLQWRRQH]LSSHGILOH,IWKH
]LSSHGILOHFRQWDLQVPRUHWKDQRQHGRFXPHQWHQVXUHHDFKGRFXPHQWLVQDPHGLQUHODWLRQWRWKHVXEPLVVLRQIRUPDWLWHPUHVSRQGLQJ
WR)RUH[DPSOHLIUHVSRQGLQJWRWKH0DUNHWLQJ3ODQFDWHJRU\VDYHWKHGRFXPHQWDV³0DUNHWLQJ3ODQ´
)LQDQFLDO6WUHQJWKDQG6WDELOLW\0DUNHW3ODFH6XFFHVVDQG)LQDQFLDO6WDELOLW\]LS6XQGD\-XQH
0DUNHWLQJ3ODQ6DPSOHV1$)*0DUNHWLQJ3ODQ]LS0RQGD\-XQH
:0%(0%(6%(RU5HODWHG&HUWLILFDWHV,QVXUDQFHDQG5HODWHG&HUWLILFDWHV]LS0RQGD\-XQH
:DUUDQW\,QIRUPDWLRQ:DUUDQW\,QIRIRU0DQXIDFWXUHUV]LS6XQGD\-XQH
3ULFLQJ1$)*3ULFH)LOHIRU5)3]LS0RQGD\-XQH
$GGLWLRQDO'RFXPHQW$//0$18)$&785(5602'(/
6$1'0(0%(5:$/.7+528*+
6]LS0RQGD\-XQH
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
3URSRVHU
V$IILGDYLW
352326(5$)),'$9,7$1'$6685$1&(2)&203/,$1&(
,FHUWLI\WKDW,DPWKHDXWKRUL]HGUHSUHVHQWDWLYHRIWKH3URSRVHUVXEPLWWLQJWKHIRUHJRLQJ3URSRVDOZLWKWKHOHJDODXWKRULW\WRELQGWKH
3URSRVHUWRWKLV$IILGDYLWDQG$VVXUDQFHRI&RPSOLDQFH
7KH3URSRVHULVVXEPLWWLQJWKLV3URSRVDOXQGHULWVIXOODQGFRPSOHWHOHJDOQDPHDQGWKH3URSRVHUOHJDOO\H[LVWVLQJRRGVWDQGLQJLQ
WKHMXULVGLFWLRQRILWVUHVLGHQFH
7KH3URSRVHUZDUUDQWVWKDWWKHLQIRUPDWLRQSURYLGHGLQWKLV3URSRVDOLVWUXHFRUUHFWDQGUHOLDEOHIRUSXUSRVHVRIHYDOXDWLRQIRU
FRQWUDFWDZDUG
7KH3URSRVHULQFOXGLQJDQ\SHUVRQDVVLVWLQJZLWKWKHFUHDWLRQRIWKLV3URSRVDOKDVDUULYHGDWWKLV3URSRVDOLQGHSHQGHQWO\DQGWKH
3URSRVDOKDVEHHQFUHDWHGZLWKRXWFROOXGLQJZLWKDQ\RWKHUSHUVRQFRPSDQ\RUSDUWLHVWKDWKDYHRUZLOOVXEPLWDSURSRVDOXQGHU
WKLVVROLFLWDWLRQDQGWKH3URSRVDOKDVLQDOOUHVSHFWVEHHQFUHDWHGIDLUO\ZLWKRXWDQ\IUDXGRUGLVKRQHVW\7KH3URSRVHUKDVQRW
GLUHFWO\RULQGLUHFWO\HQWHUHGLQWRDQ\DJUHHPHQWRUDUUDQJHPHQWZLWKDQ\SHUVRQRUEXVLQHVVLQDQHIIRUWWRLQIOXHQFHDQ\SDUWRIWKLV
VROLFLWDWLRQRURSHUDWLRQVRIDUHVXOWLQJFRQWUDFWDQGWKH3URSRVHUKDVQRWWDNHQDQ\DFWLRQLQUHVWUDLQWRIIUHHWUDGHRU
FRPSHWLWLYHQHVVLQFRQQHFWLRQZLWKWKLVVROLFLWDWLRQ$GGLWLRQDOO\LI3URSRVHUKDVZRUNHGZLWKDFRQVXOWDQWRQWKH3URSRVDOWKH
FRQVXOWDQWDQLQGLYLGXDORUDFRPSDQ\KDVQRWDVVLVWHGDQ\RWKHUHQWLW\WKDWKDVVXEPLWWHGRUZLOOVXEPLWDSURSRVDOIRUWKLV
VROLFLWDWLRQ
7RWKHEHVWRILWVNQRZOHGJHDQGEHOLHIDQGH[FHSWDVRWKHUZLVHGLVFORVHGLQWKH3URSRVDOWKHUHDUHQRUHOHYDQWIDFWVRU
FLUFXPVWDQFHVZKLFKFRXOGJLYHULVHWRDQRUJDQL]DWLRQDOFRQIOLFWRILQWHUHVW$QRUJDQL]DWLRQDOFRQIOLFWRILQWHUHVWH[LVWVZKHQD
YHQGRUKDVDQXQIDLUFRPSHWLWLYHDGYDQWDJHRUWKHYHQGRU¶VREMHFWLYLW\LQSHUIRUPLQJWKHFRQWUDFWLVRUPLJKWEHLPSDLUHG
7KHFRQWHQWVRIWKH3URSRVDOKDYHQRWEHHQFRPPXQLFDWHGE\WKH3URSRVHURULWVHPSOR\HHVRUDJHQWVWRDQ\SHUVRQQRWDQ
HPSOR\HHRUOHJDOO\DXWKRUL]HGDJHQWRIWKH3URSRVHUDQGZLOOQRWEHFRPPXQLFDWHGWRDQ\VXFKSHUVRQVSULRUWR'XH'DWHRIWKLV
VROLFLWDWLRQ
,IDZDUGHGDFRQWUDFWWKH3URSRVHUZLOOSURYLGHWR6RXUFHZHOO3DUWLFLSDWLQJ(QWLWLHVWKHHTXLSPHQWSURGXFWVDQGVHUYLFHVLQ
DFFRUGDQFHZLWKWKHWHUPVFRQGLWLRQVDQGVFRSHRIDUHVXOWLQJFRQWUDFW
7KH3URSRVHUSRVVHVVHVRUZLOOSRVVHVVEHIRUHGHOLYHULQJDQ\HTXLSPHQWSURGXFWVRUVHUYLFHVDOODSSOLFDEOHOLFHQVHVRU
FHUWLILFDWLRQVQHFHVVDU\WRGHOLYHUVXFKHTXLSPHQWSURGXFWVRUVHUYLFHVXQGHUDQ\UHVXOWLQJFRQWUDFW
7KH3URSRVHUDJUHHVWRGHOLYHUHTXLSPHQWSURGXFWVDQGVHUYLFHVWKURXJKYDOLGFRQWUDFWVSXUFKDVHRUGHUVRUPHDQVWKDWDUH
DFFHSWDEOHWR6RXUFHZHOO0HPEHUV8QOHVVRWKHUZLVHDJUHHGWRWKH3URSRVHUPXVWSURYLGHRQO\QHZDQGILUVWTXDOLW\SURGXFWVDQG
UHODWHGVHUYLFHVWR6RXUFHZHOO0HPEHUVXQGHUDQDZDUGHG&RQWUDFW
7KH3URSRVHUZLOOFRPSO\ZLWKDOODSSOLFDEOHSURYLVLRQVRIIHGHUDOVWDWHDQGORFDOODZVUHJXODWLRQVUXOHVDQGRUGHUV
7KH3URSRVHUXQGHUVWDQGVWKDW6RXUFHZHOOZLOOUHMHFW5)3SURSRVDOVWKDWDUHPDUNHGFRQILGHQWLDORUQRQSXEOLFHWFHLWKHU
VXEVWDQWLDOO\RULQWKHLUHQWLUHW\8QGHU0LQQHVRWD6WDWXWHV6HFWLRQVXEGLYLVLRQDOOSURSRVDOVDUHFRQVLGHUHGQRQSXEOLF
GDWDXQWLOWKHHYDOXDWLRQLVFRPSOHWHDQGD&RQWUDFWLVDZDUGHG$WWKDWSRLQWSURSRVDOVEHFRPHSXEOLFGDWD0LQQHVRWD6WDWXWHV
6HFWLRQSHUPLWVRQO\FHUWDLQQDUURZO\GHILQHGGDWDWREHFRQVLGHUHGDWUDGHVHFUHWDQGWKXVQRQSXEOLFGDWDXQGHU
0LQQHVRWD
V'DWD3UDFWLFHV$FW
3URSRVHULWVHPSOR\HHVDJHQWVDQGVXEFRQWUDFWRUVDUHQRW
D ,QFOXGHGRQWKH³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURO
RIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI
E ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW
KWWSVZZZVDPJRYSRUWDORU
F 3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\
3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH
UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ
%\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶V$IILGDYLWKDYHWKHOHJDODXWKRULW\WRVXEPLWWKLV
3URSRVDORQEHKDOIRIWKH3URSRVHUDQGWKDWWKLVHOHFWURQLFDFNQRZOHGJPHQWKDVWKHVDPHOHJDOHIIHFWYDOLGLW\DQGHQIRUFHDELOLW\DVLI,
KDGKDQGVLJQHGWKH3URSRVDO7KLVVLJQDWXUHZLOOQRWEHGHQLHGVXFKOHJDOHIIHFWYDOLGLW\RUHQIRUFHDELOLW\VROHO\EHFDXVHDQHOHFWURQLF
VLJQDWXUHRUHOHFWURQLFUHFRUGZDVXVHGLQLWVIRUPDWLRQ-HVVH&RRSHU)OHHW0DQDJHU+RXU//&'%$1DLRQDO$XWR)OHHW*URXS
7KH3URSRVHUGHFODUHVWKDWWKHUHLVDQDFWXDORUSRWHQWLDO&RQIOLFWRI,QWHUHVWUHODWLQJWRWKHSUHSDUDWLRQRILWVVXEPLVVLRQDQGRUWKH
3URSRVHUIRUHVHHVDQDFWXDORUSRWHQWLDO&RQIOLFWRI,QWHUHVWLQSHUIRUPLQJWKHFRQWUDFWXDOREOLJDWLRQVFRQWHPSODWHGLQWKHELG
<HV1R
7KH%LGGHUDFNQRZOHGJHVDQGDJUHHVWKDWWKHDGGHQGXPDGGHQGDEHORZIRUPSDUWRIWKH%LG'RFXPHQW
&KHFNWKHER[LQWKHFROXPQ,KDYHUHYLHZHGWKLVDGGHQGXPEHORZWRDFNQRZOHGJHHDFKRIWKHDGGHQGD
)LOH1DPH
,KDYHUHYLHZHGWKH
EHORZDGGHQGXPDQG
DWWDFKPHQWVLI
DSSOLFDEOH
3DJHV
$GGHQGXPBB&ODVVB&KDVVLVB5)3
:HG-XQH$0
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
:HG0D\30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
7XH0D\30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
7KX0D\30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
0RQ0D\30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
:HG0D\30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
7XH0D\$0
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
0RQ0D\30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
:HG$SULO30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
:HG$SULO30
$GGHQGXPBB&ODVVBB&KDVVLVB5)3
)UL$SULO30
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
RFP#06092072Hour,LLC Adomani,Inc. AmthorInternational AutocarTruck,LLC BoyerFordTrucks,Inc. BYDMotors,LLC CertifiedStainlessService,Inc. ChasSWinner,Inc. CraneCarrierCompany DaimlerTrucksNorthAmerica DonBrownBusSales EcoVehicleSystems FederalContractsCorp.PossiblePointsConformancetoTerms/ConditionstoIncludeDocumentation5044363342414243334140353740Pricing400358335158355321309345175334295284339206Financial,IndustryandMarketplaceSuccesses7568545562576263516162575460Bidder'sAbilitytoSell/ServiceContractNationally10088605188716971528087676174Bidder'sMarketingPlan5046364142414045244139403840ValueAddedAttributes7564495264526963286361606166WarrantyCoveragesandInformation5042413444404141254043394140SelectionandVarietyofProductsandServicesOffered20018714093150165140169115161156126155109TotalPoints1,000897751517847788772840503821783708786635RankOrder1.5192351417724916201521HinoMotorsSalesUSA IndustrialPower,LLC KenworthTruckCompany LionBuses,Inc. LosAngelesTruckCentersMackTrucksNavistarPeterbiltMotorsCompany PhoenixCars,LLCRedheadEquipment StructuralMetalFabricators VolvoTrucksNorthAmericaPossible PointsConformance to Terms/ Conditions to Include Documentation50394144424244454540313031Pricing400334342358341321335338360313135224320Financial, Industry and Marketplace Successes75565467596267696957475065Bidder's Ability to Sell/ Service Contract Nationally100796592835988949371366486Bidder's Marketing Plan50333843394140434540192843Value Added Attributes75555466666067687161404665Warranty Coverages and Information50433942454244444341273443Selection and Variety of Products and Services Offered20016516717015116916117417112991110139Total Points1,000 804800882826796846875897752426586792Rank Order10113812641.518252213_____________________________________________________________________________GregGrunig,ProcurementLeadAnalystCarolJackson,ProcurementAnalyst___________________________________________________________________________________BrandonTown,CPSM,CPSD,ProcurementAnalyst CraigWest,ProcurementAnalystProposalEvaluationClass4Ͳ8ChassiswithRelatedEquipment,Accessories,andServices
State Term Contract
No. 25101900-21-STC
Agriculture and Lawn Equipment
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services (Department),
an agency of the State of Florida, and Wesco Turf, Inc. (Contractor), collectively referred to
herein as the “Parties.”
Accordingly, the Parties agree as follows:
I. Initial Contract Term.
The Initial Contract Term shall be for three (3) years. The Initial Contract Term shall begin on
January 1, 2021, or on the last date it is signed by all Parties, whichever is later. The Contract
shall expire on December 31, 2023, unless terminated earlier in accordance with the Special
Contract Conditions.
II. Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, for
a Renewal Term not to exceed the Initial Contract Term, pursuant to the incorporated Special
Contract Conditions.
III. Contract.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Attachments, which set forth
the entire understanding of the Parties and supersedes all prior agreements. All modifications
to this Contract must be in writing and signed by all Parties.
All Attachments listed below are incorporated in their entirety into, and form part of, this
Contract. The Contract Attachments shall have priority in the order listed:
a) Attachment 2, Scope of Work
b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment
C) from ITB No. 20-25101900-ITB)
c) Attachment 8, Contractor’s Submitted MSRP List
d) Attachment 5, Preferred Pricing Affidavit
e) Attachment 6, Contractor’s Submitted Price Sheet
f) Attachment 1, Special Contract Conditions
g) Attachment 3, Price Quote Form
h) Attachment 4, Acknowledgement of Order
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 2 of 2
IV. Contract Management.
Department’s Contract Manager:
Shaveon Nelson
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 370.1X
Tallahassee, Florida 32399-0950
Telephone: (850) 922-1214
Email: Shaveon.Nelson@dms.fl.gov
Contractor’s Contract Manager:
Frank Pittman
Wesco Turf, Inc.
2101 Cantu Court
Sarasota, FL 34232
Telephone: (941) 487-6834
Email: Frank.Pitman@wescoturf.com
IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the
incorporated Attachments, to be executed by their undersigned officials as duly authorized. This
Contract is not valid and binding until signed and dated by the Parties.
Wesco Turf, Inc. STATE OF FLORIDA,
DEPARTMENT OF
MANAGEMENT SERVICES
_____________________________ _______________________________
[Name] Tami Fillyaw, Chief of Staff
_____________________________ _______________________________
Date: Date:
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
1/12/2021 | 3:50 PM PST
Frank Pitman
1/15/2021 | 10:11 AM EST
SP approved version 7‐1‐2019 1
ATTACHMENT 1
SPECIAL CONTRACT CONDITIONS
JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included
herein by reference but is superseded in its entirety by these Special
Contract Conditions.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida
Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer.
The agency or eligible user that purchases commodities or contractual services pursuant
to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term.
The initial term will begin on the date set forth in the Contract documents or on the date
the Contract is signed by all Parties, whichever is later.
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in
whole or in part only as set forth in the Contract documents, and in accordance with
section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work.
The Department may, at its sole discretion, suspend any or all activities under the
Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the
best interest of the Customer to do so. The Department or Customer will provide the
Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the
performance of the Contract or purchase order. Suspension of work will not entitle the
Contractor to any additional compensation. The Contractor will not resume performance
of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience.
The Contract may be terminated by the Department in whole or in part at any time, in the
best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for
which costs can be substantiated. Such payment, however, may not exceed an amount
which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be
turned over promptly by the Contractor.
2.3.3 Termination for Cause.
If the performance of the Contractor is not in compliance with the Contract requirements
or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;
(b) notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or
(c) take other action deemed appropriate by the Department.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing.
The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases.
The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery
of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this
Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing
offered under comparable contracts. Comparable contracts are those that are similar in
size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must
annually submit an affidavit from the Contractor’s authorized representative attesting that
the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales
promotions involving price reductions for a specified lesser period. The Contractor must
submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices
compared to then-authorized prices.
3.3 Payment Invoicing.
The Contractor will be paid upon submission of invoices to the Customer after delivery
and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and
the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order.
A Customer may use purchase orders to buy commodities or contractual services
pursuant to the Contract and, if applicable, the Contractor must provide commodities or
contractual services pursuant to purchase orders. Purchase orders issued pursuant to
the Contract must be received by the Contractor no later than the close of business on
the last day of the Contract’s term. The Contractor is required to accept timely purchase
orders specifying delivery schedules that extend beyond the Contract term even when
such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms
and conditions of the Contract shall survive the termination or expiration of the Contract
and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months.
Any purchase order terms and conditions conflicting with these Special Contract
Conditions shall not become a part of the Contract.
3.5 Travel.
Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation.
Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess
of one fiscal year, the State of Florida’s performance and obligation to pay under the
Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section
287.057(22), F.S. All payments issued by Customers to registered Vendors for
purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law.
Vendors must pay the Transaction Fees and agree to automatic deduction of the
Transaction Fees when automatic deduction becomes available. Vendors will submit any
monthly reports required pursuant to the rule. All such reports and payments will be
subject to audit. Failure to comply with the payment of the Transaction Fees or reporting
of transactions will constitute grounds for declaring the Vendor in default and subject the
Vendor to exclusion from business with the State of Florida.
3.8 Taxes.
Taxes, customs, and tariffs on commodities or contractual services purchased under the
Contract will not be assessed against the Customer or Department unless authorized by
Florida law.
3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed
pursuant to the terms of the Contract that were disbursed to the Contractor. The
Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or
Customer of the overpayment.
SECTION 4. CONTRACT MANAGEMENT.
4.1 Composition and Priority.
The Contractor agrees to provide commodities or contractual services to the Customer
as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter.
4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract
Manager in a manner identified by the Department.
4.3 Department’s Contract Manager.
The Department’s Contract Manager, who is primarily responsible for the Department’s
oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format:
Department’s Contract Manager Name
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 5
Department’s Name
Department’s Physical Address
Department’s Telephone #
Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the
Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager.
The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s
oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format:
Contractor’s Contract Manager Name
Contractor’s Name
Contractor’s Physical Address
Contractor’s Telephone #
Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the
Department. Such a change does not require an amendment to the Contract.
4.5 Diversity.
4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities
for woman-, veteran-, and minority-owned small business enterprises to participate in
procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and
provides advocacy, outreach, and networking through regional business events. For
additional information, please contact the Office of Supplier Diversity (OSD) at
osdinfo@dms.myflorida.com.
4.5.2 Diversity Reporting.
Upon request, the Contractor will report to the Department its spend with business
enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise
utilized during the period, commodities and contractual services provided by the
business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract.
4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following
statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE
SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413,
FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME
PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it
offers is available at https://www.respectofflorida.org.
4.7 PRIDE.
Subject to the agency determination provided for in sections 287.042(1) and 946.515,
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S.,
IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN
SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE
PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS
OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED.
Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org.
SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of
federal, state, and local agencies having jurisdiction and authority. For example, the
Contractor must comply with section 274A of the Immigration and Nationality Act, the
Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if
applicable, and all prohibitions against discrimination on the basis of race, religion, sex,
creed, national origin, handicap, marital status, or veteran’s status. The provisions of
subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue.
Any dispute concerning performance of the Contract shall be decided by the
Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and
conclusive. Exhaustion of this administrative remedy is an absolute condition precedent
to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties
submit to the jurisdiction of the courts of the State of Florida exclusively for any legal
action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue
privileges and rights it may have under any other statute, rule, or case law, including, but
not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department.
5.3 Department of State Registration.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert
status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity,
or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists.
In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate
who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under
the Contract. The Contractor must notify the Department if it or any of its suppliers,
subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract.
5.5 Scrutinized Companies - Termination by the Department.
The Department may, at its option, terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), F.S., or been
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in
business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its
duty to cooperate with the Inspector General in any investigation, audit, inspection,
review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems
relevant to the Contractor's integrity or responsibility. Such information may include, but
will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such
records for the longer of five years after the expiration of the Contract, or the period
required by the General Records Schedules maintained by the Florida Department of
State, at the Department of State’s Records Management website. The Contractor
agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for
investigations of the Contractor's compliance with the terms of this or any other
agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited
to: salaries of investigators, including overtime; travel and lodging expenses; and expert
witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to
provide goods or services under the Contract.
SECTION 6. MISCELLANEOUS.
6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written
consent of the Department. The Contractor is fully responsible for satisfactory
completion of all its subcontracted work. The Department supports diversity in its
procurements and contracts, and requests that the Contractor offer subcontracting
opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on
certified small business enterprises available for subcontracting opportunities.
6.2 Assignment.
The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the
Contractor may waive its right to receive payment and assign same upon notice to the
Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the
Department. The Department may assign the Contract with prior written notice to the
Contractor.
6.3 Independent Contractor.
The Contractor and its employees, agents, representatives, and subcontractors are
independent contractors and not employees or agents of the State of Florida and are not
entitled to State of Florida benefits. The Department and Customer will not be bound by
any acts or conduct of the Contractor or its employees, agents, representatives, or
subcontractors. The Contractor agrees to include this provision in all its subcontracts
under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss.
Matters of inspection and acceptance are addressed in section 215.422, F.S. Until
acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the
Contractor with damage claims, the Customer will: record any evidence of visible
damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of
lading and damage inspection report.
6.4.2 Rejected Commodities.
When a Customer rejects a commodity, Contractor will remove the commodity from the
premises within ten (10) calendar days after notification of rejection, and the risk of loss
will remain with the Contractor. Commodities not removed by the Contractor within ten
(10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer
for costs and expenses incurred in storing or effecting removal or disposition of rejected
commodities.
6.5 Safety Standards.
Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State
of Florida and federal requirements.
6.6 Ombudsman.
A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this office are found in section 215.422, F.S., which include
disseminating information relative to prompt payment and assisting contractors in
receiving their payments in a timely manner from a Customer. The Vendor Ombudsman
may be contacted at (850) 413-5516.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract.
Each obligation is deemed material, and a breach of any such obligation (including a
breach resulting from untimely performance) is a material breach.
6.8 Waiver.
The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights.
6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and
the Contractor. Should a court determine any provision of the Contract is invalid, the
remaining provisions will not be affected, and the rights and obligations of the Parties will
be construed and enforced as if the Contract did not contain the provision held invalid.
6.10 Cooperative Purchasing.
Pursuant to their own governing laws, and subject to the agreement of the Contractor,
governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent
of the Contract between the Department and the Contractor, and the Department is not a
party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance.
The Contractor shall maintain workers’ compensation insurance as required under the
Florida Workers’ Compensation Law or the workers’ compensation law of another
jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected.
7.2 General Liability Insurance.
The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and
completed operations. This insurance must provide coverage for all claims that may
arise from performance of the Contract or completed operations, whether by the
Contractor or anyone directly or indirectly employed by the Contractor. Such insurance
must include the State of Florida as an additional insured for the entire length of the
resulting contract. The Contractor is responsible for determining the minimum limits of
liability necessary to provide reasonable financial protections to the Contractor and the
State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond.
Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless
from all fines, claims, assessments, suits, judgments, or damages, including
consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark,
copyright, patent, trade secret, or intellectual property right or out of any acts, actions,
breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any
determination arising out of or related to the Contract that the Contractor or Contractor’s
employees, agents, subcontractors, assignees, or delegates are not independent
contractors in relation to the Customer. The Contract does not constitute a waiver of
sovereign immunity or consent by the Customer or the State of Florida or its subdivisions
to suit by third parties. Without limiting this indemnification, the Customer may provide
the Contractor (1) written notice of any action or threatened action, (2) the opportunity to
take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense.
7.6 Limitation of Liability.
Unless otherwise specifically enumerated in the Contract or in the purchase order,
neither the Department nor the Customer shall be liable for special, indirect, punitive, or
consequential damages, including lost data or records (unless the Contract or purchase
order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department
nor the Customer shall be liable for lost profits, lost revenue, or lost institutional
operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies
from amounts due Contractor as may be necessary to satisfy any claim for damages,
penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any
payments due the Contractor under any contract with the State.
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT,
AND INTELLECTUAL PROPERTY.
8.1 Public Records.
8.1.1 Termination of Contract.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with
this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor
acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following
applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL
ADDRESS, AND MAILING ADDRESS PROVIDED IN THE
RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor
acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor
shall:
(a) Keep and maintain public records required by the public agency to perform the
service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not
transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency’s custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
8.2 Protection of Trade Secrets or Otherwise Confidential Information.
8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information.
If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the
Contractor must clearly designate that portion of the materials as trade secret or
otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related
materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests.
If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the
Contractor will be responsible for taking the appropriate legal action in response to the
request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will
provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials.
The Contractor will protect, defend, indemnify, and hold harmless the Department for
claims, costs, fines, and attorney’s fees arising from or relating to its designation of
materials as trade secret or otherwise confidential.
8.3 Document Management.
The Contractor must retain sufficient documentation to substantiate claims for payment
under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related
to the Contract for five (5) years after expiration of the Contract or, if longer, the period
required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website.
8.4 Intellectual Property.
8.4.1 Ownership.
Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection
with the Contract.
8.4.2 Patentable Inventions or Discoveries.
Any inventions or discoveries developed in the course, or as a result, of services in
connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the
sole property of the State of Florida. Contractor must inform the Customer of any
inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a
determination on whether patent protection will be sought. The State of Florida will be
the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract.
8.4.3 Copyrightable Works.
Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights
created or developed through performance of the Contract are owned solely by the State
of Florida.
SECTION 9. DATA SECURITY.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited
to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform
any of the services from outside of the United States, and the Contractor will not allow
any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach
involving State of Florida data, the Contractor shall give notice to the Customer and the
Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of
data. Once a data breach has been contained, the Contractor must provide the
Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to
enlist a third party to audit Contractor’s findings and produce an independent report, and
the Contractor will fully cooperate with the third party. The Contractor will also comply
with all HIPAA requirements and any other state and federal rules and regulations
regarding security of information.
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities.
The Contractor will not, in connection with this Contract, directly or indirectly (1) offer,
give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise
of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to
anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee.
10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used
for the purpose of lobbying the Legislature, the judicial branch, or the Department.
Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from
lobbying the executive or legislative branch concerning the scope of services,
performance, term, or compensation regarding the Contract after the Contract is
executed and during the Contract term.
10.3 Communications.
10.3.1 Contractor Communication or Disclosure.
The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or
otherwise disclose or permit to be disclosed any of the data or other information
obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent.
10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its
employees for the Contractor’s promotions, press releases, publicity releases,
marketing, corporate communications, or other similar communications, without first
notifying the Customer’s Contract Manager and securing the Customer’s prior written
consent.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards.
The Contractor agrees to perform all tasks and provide deliverables as set forth in the
Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details
thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance.
11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if
the Department or Customer determines that there is a performance deficiency that
requires correction by the Contractor, then the Department or Customer will notify the
Contractor. The correction must be made within a time-frame specified by the
Department or Customer. The Contractor must provide the Department or Customer with
a corrective action plan describing how the Contractor will address all performance
deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure.
If the corrective action plan is unacceptable to the Department or Customer, or
implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will
be withheld until the Contractor resolves the performance deficiencies. If the
performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance
deficiencies, the retained amount will be forfeited to compensate the Department or
Customer for the performance deficiencies.
11.3 Performance Delay.
11.3.1 Notification.
The Contractor will promptly notify the Department or Customer upon becoming aware
of any circumstances that may reasonably be expected to jeopardize the timely and
successful completion (or delivery) of any commodity or contractual service. The
Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor
is taking or will take to do so, and the projected actual completion (or delivery) time. If
the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the
Contractor will promptly so notify the Department and use commercially reasonable
efforts to perform its obligations on time notwithstanding the Department’s delay.
11.3.2 Liquidated Damages.
The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain.
Accordingly, the liquidated damages provisions stated in the Contract documents will
apply. Liquidated damages are not intended to be a penalty and are solely intended to
compensate for damages.
11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if
neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake,
windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism,
civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect
subcontractors or suppliers if no alternate source of supply is available to the Contractor.
The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the
Contractor believes is excusable, the Contractor will notify the Department in writing of
the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the
Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is
not reasonably foreseeable, within five (5) calendar days after the date the Contractor
first had reason to believe that a delay could result. The foregoing will constitute the
Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict
accordance with this paragraph is a condition precedent to such remedy. No claim for
damages will be asserted by the Contractor. The Contractor will not be entitled to an
increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not
limited to costs of acceleration or inefficiency, arising because of delay, disruption,
interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist the Contractor will perform at no increased cost, unless
the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the
Department may (1) accept allocated performance or deliveries from the Contractor,
provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation,
or (2) purchase from other sources (without recourse to and by the Contractor for the
related costs and expenses) to replace all or part of the commodity or contractual
services that are the subject of the delay, which purchases may be deducted from the
Contract quantity, or (3) terminate the Contract in whole or in part.
SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits
of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and
records that directly relate to the Contract. To the extent necessary to verify the
Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor,
pertaining to the Contract, may be inspected by the Department upon fifteen (15)
calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release
statements from its subcontractors, partners, or agents are not required for the
Department or its designee to conduct compliance and performance audits on any of the
Contractor’s contracts relating to this Contract. The Inspector General, in accordance
with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor
General also have authority to perform audits and inspections.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance
with section 8.3 of these Special Contract Conditions. Records of costs incurred will
include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other
records of the Contractor and subcontractors considered necessary by the Department,
the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check.
The Department or Customer may require the Contractor to conduct background checks
of its employees, agents, representatives, and subcontractors as directed by the
Department or Customer. The cost of the background checks will be borne by the
Contractor. The Department or Customer may require the Contractor to exclude the
Contractor’s employees, agents, representatives, or subcontractors based on the
background check results. In addition, the Contractor must ensure that all persons have
a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within
twenty-four (24) hours of all details concerning any reported arrest. Upon the request of
the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract.
13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system
to verify the employment eligibility of all new employees hired during the term of the
Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during
the Contract term. In order to implement this provision, the Contractor must provide a
copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within
five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-
Verify System, it will do so within five (5) calendar days of notice of Contract award and
provide the Contract Manager a copy of its MOU within five (5) calendar days of
Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within
five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify
case number.
13.3 Disqualifying Offenses.
If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere,
regardless of whether adjudication was withheld, within the last six (6) years from the
date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any
position with access to State of Florida data or directly performing services under the
Contract. The disqualifying offenses are as follows:
(a) Computer related crimes;
(b) Information technology crimes;
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;
(d) False pretenses;
(e) Frauds;
(f) Credit card crimes;
(g) Forgery;
(h) Counterfeiting;
(i) Violations involving checks or drafts;
(j) Misuse of medical or personnel records; and
(k) Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records
related to the commodities or contractual services provided pursuant to the Contract and
must comply with all state and federal laws, including, but not limited to sections
381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures
must be consistent with the most recent version of the Department security policies,
protocols, and procedures. The Contractor must also comply with any applicable
professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently
on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List,
or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is
compromised in any manner during the term of the Contract.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 1 of 16
Attachment 2
Scope of Work
1. Purpose
To provide Customers with Agriculture and Lawn Equipment on a statewide basis, pursuant to
the terms set forth in this Scope of Work.
2. Definitions
Accessory(ies) – A part or object used for convenience, attractiveness, safety, etc. to improve
Base Equipment capability which meet the requirements, specifications, terms, and conditions
herein, and may be installed to, uninstalled from, or provided with or separately from the Base
Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable,
and prudent in the industry.
Base Equipment – A Manufacturer’s Base Agriculture and Lawn Equipment without the
inclusion of OEM or Non-OEM Options, Parts, Accessories, and Implements. Base Equipment
may be identified by a combination of the Manufacturer’s name, trade name, brand name, make
name, model name, model number or catalog number.
Business Day – Monday through Friday, inclusive, except for those holidays specified in
section 110.117, F.S., from 8:00 a.m. to 5:00 p.m. at the Customer’s location.
Commodity(ies) – As defined in section 287.012 F.S. Commodities may include Base
Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other
products available through this Contract. Commodities may also be referred to throughout as
“Agriculture and Lawn Equipment”.
Commodity Code – The State’s numeric code for classifying Commodities
which meet specific requirements, specifications, terms, and conditions herein. Florida has
adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying
Commodities.
Contract – The written agreement between the Department and the Contractor.
Contractor – A Vendor that enters a Contract with the Department as a result of the ITB.
Customer – A state agency or eligible user.
Dealer – A Manufacturer’s certified representative who has been authorized by the
Manufacturer to market, sell, provide, and service the Commodities of the Manufacturer that are
responsive to the Contract. Dealers may be Contractor-owned and -controlled (in whole or in
part), or independently owned and controlled.
Department – The Department of Management Services, a State Agency.
Group – A series of Commodities with applicable Commodity Codes which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
Implement(s) – A tool, utensil, or other piece of equipment, especially as used for a particular
purpose or to improve Base Equipment capability which meet the requirements, specifications,
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 2 of 16
terms, and conditions herein, and may be installed to, uninstalled from, or provided with or
separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal,
customary, reasonable, and prudent in the industry.
Manufacturer – The producer or provider of Agriculture and Lawn Equipment which possess
the minimum quality, reliability, service, and value required by the Department and Customers.
May be used interchangeably with Brand Name.
Manufacturer’s Suggested Retail Price (MSRP) – The MSRP represents the Manufacturer’s
recommended retail selling price, list price, published price, or other usual and customary price
that would be paid by the Customer for specific Commodities without the benefit of a Contract
resulting from this solicitation. It must be publicly listed, available, and verifiable by the
Department.
MSRP Credit – The MSRP price of OEM and Non-OEM Options, Parts, Accessory(ies) or
Implements that are deducted from the Base Equipment price paid by the Customer if removed
from the Base Equipment.
MSRP List – The Manufacturer’s Suggested Retail Price List, a collection of MSRPs and
related information broken down by specific Commodities. In the priority listed below, only the
following are acceptable sources of current and revised MSRPs and MSRP Lists for use under
the resulting Contract:
• Manufacturer’s Annual U.S. Price Book,
• Manufacturer’s official website or dealer software; and
• Autodata, Inc. d/b/a Chrome Data’sTM Carbook Pro Fleet Edition.
Net Price – The final price paid by the Customer after applying all MSRP discounts and
MSRP Credits. The Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and components
shall include all charges for the Commodity, including but not limited to packing, handling,
freight, distribution, transportation, startup, pre-delivery, delivery, inspection, installation,
construction, assembly, title, and registration. Additional charges for a Commodity shall not
be charged outside of the Net Price unless expressly provided within the Scope of Work.
Non-OEM – Produced by a manufacturer or party other than the OEM.
Options – Options requested by the Customer specifically for the Agriculture and Lawn Base
Equipment which meet the requirements, specifications, terms, and conditions herein, and
may be installed to, uninstalled from, or provided with or separately from the Base Equipment
by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and
prudent in the industry.
Original Equipment Manufacturer (OEM) – The original Manufacturer of a Commodity.
Parts – Repair or service parts for Base Equipment which meet the requirements,
specifications, terms, and conditions herein, and may be installed to, uninstalled from, or
provided with or separately from the Base Equipment by the Manufacturer or Dealer, as
specified, ordered, legal, customary, reasonable, and prudent in the industry.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 3 of 16
Sub-Group – A specific series of Commodities within a Group which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
State – The State of Florida.
3. Scope of Work
3.1 Commodity Specifications and Standards
All Commodities, including all Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components, shall meet the following minimum requirements:
1. All Commodities shall be designed, constructed, equipped, assembled (except as
specified in the Transportation and Delivery section), and installed to be fully suitable
for their intended use, purpose, and service. The Contractor is not required to install
Parts purchased by the Customer unless specifically agreed to by the Customer and
Contractor;
2. All Commodities shall be new and unused (except as specified in the Transportation
and Delivery section), for the current Manufacturer’s model year or later, of current or
recent production, and of the latest design and construction;
3. All Commodities shall be biodiesel (B-20), compressed natural gas (“CNG”), diesel,
electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or
propane powered.
4. All Commodities shall include all OEM standard features, equipment, and
components, Manufacturer or Dealer installed according to the Manufacturer’s
standard procedures, requirements, and specifications;
5. All Commodities shall be free of damage and / or rust which may affect
appearance or serviceability;
6. All Commodities shall be professionally designed, manufactured, installed, and serviced
pursuant to the industry standard of care;
7. All Commodities shall comply with required state and federal laws, including but not
limited to: motor vehicle, mobile equipment, safety, and environmental laws; and
8. All Commodities shall meet the requirements, specifications, terms, and conditions herein.
Contactor shall ensure that no Contractor or Dealer advertising or identification (name,
logos, etc.) is on the Commodities, including Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features,
equipment, and components. Manufacturer advertising or identification (name, model,
logos, etc.) shall be permitted on the respective Commodities if such advertising or
identification is a Manufacturer’s standard on the specific Commodity. The Department, in
its sole discretion, shall determine what is Contractor or Dealer advertising or identification,
what is Commodity Manufacturer’s advertising or identification, and what advertising or
identification is acceptable. The Contractor shall be responsible for removing, without
damage, all unacceptable advertising or identification.
The Contractor may engage Dealers in accordance with the terms herein to provide sales
and support for the awarded Commodities offered under this Contract. In the event the
Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring
that the Dealer complies with the terms of this Contract. In the event the Dealers fail to
comply with the terms of this Contract, the Contractor shall remain fully liable. The
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 4 of 16
Contractor shall ensure that Dealers remain current with the Contractor’s authorized
Commodities and MSRP List. The Contractor shall remain responsible for receiving
purchase orders and shall remain responsible for invoicing the Customer for payment. All
invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers
until receiving express authorization from the Department. Information regarding the
Contractor’s addition of Dealers can be found at the following link:
https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/s
ubcontractor_dealer_reseller_forms.
3.2 Federal and State Standards
It is the intent of the Department 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 being provided. This includes, but is not
limited to: Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and
Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and
State of Florida laws, requirements, and regulations that apply to the type and class of
Commodities being provided. In addition, the Contractor is responsible for complying with
any applicable federal or State legislation that becomes effective during the term of the
Contract upon the legislation’s effectiveness. The Contractor shall meet or exceed any such
requirements of the laws and regulations. If an apparent conflict exists, the Contractor,
regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract
Manager immediately.
3.3 Testing
Samples of delivered Commodities may be selected at random by Customers or Department
and tested for compliance with the requirements, specifications, terms, and conditions.
3.4 Warranty
The Manufacturer’s standard warranty shall cover all Commodities of the Contract. The
Manufacturer’s standard warranty is required to provide coverage against defective material,
workmanship, and failure to perform in accordance with the specifications and required
performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or
exceed the most inclusive of those normally provided for the Commodities specified herein
that are sold to any federal, state, or local governments. The Manufacturer’s standard
warranty shall have a minimum term of one year from the Customer’s acceptance, as
specified in the ‘Acceptance’ section, and shall begin only at the time of acceptance by the
Customer.
Should the Manufacturer’s standard warranty conflict with any requirements, specifications,
terms, or conditions of the Contract, then the Contract requirements, specifications, terms,
and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are
not part of the Contract requirements, specifications, terms, and conditions.
3.5 Commodities Recall
In the event there is a recall of any of the Commodities, any of its components, or any parts
incorporating the equipment ("Recalled Equipment"), the Contractor shall provide reasonable
assistance to the Department in developing a recall strategy and shall cooperate with the
Department and the Customers in monitoring the recall operation and in preparing such
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 5 of 16
reports as may be required. Each Contractor shall, at the request of the Department or any
Customer, give the Department and each Customer all reasonable assistance in locating and
recovering any equipment or Recalled Equipment. Each Contractor shall immediately notify
and provide copies to the Department of any communications, whether relating to recalls or
otherwise, with any Customer. The Contractor shall ensure defective Recalled Equipment
are rectified, replaced and/or destroyed in compliance with all applicable laws, rules or
regulations and the Department's reasonable instructions. All Contractor efforts relating to
Recalled Equipment shall be at Contractor’s own expense.
3.6 Commodity Compliance and Compatibility
It is the Contractor’s responsibility to ensure that the Commodities supplied are compliant
with the Contract requirements, specifications, terms, and conditions. Additionally, the
Contractor shall ensure that all Commodities ordered by the Customer are fully compatible
with each other and with any associated pre-existing Commodity possessed by the
Customer and disclosed to the Contractor by the Customer. The Contractor’s acceptance
of the Customer’s order shall indicate that the Contractor agrees to deliver a Commodity
that is fully compliant and compatible with the Customer’s order requirements,
specifications, terms, and conditions.
In the event any ordered Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components are found by the Customer to be missing, incorrect, defective, damaged, non-
compatible, or non-compliant, the Contractor shall, at the Customer’s discretion, be
required to complete one of the following:
• Install or repair the Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s), and their respective features, equipment, and
components;
• Replace the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies),
and Implement(s); and their respective features, equipment, and components;
• Refund the purchase price of the Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components to the Customer.
Any changes necessary after the delivery of the Customer’s order that are required to bring
a Commodity into compliance or compatibility due to an incorrect order fulfillment by the
Contractor shall be accomplished at the Contractor’s expense.
3.7 Commodities Title and Registration
Agriculture and Lawn Equipment delivered under the Contract shall be titled and registered
by the Contractor in accordance with Florida law, including Chapters 319 and 320, Florida
Statutes. The Contractor shall send any necessary form(s) that shall be signed by an
authorized representative of the Customer with the awarded Commodity upon delivery, and
the Contractor shall obtain any necessary signatures and complete the titling and registration
process for the Customer in a timely manner.
In the event the Customer is permitted by law or policy to obtain title and registration
independent of the Contractor, and chooses to obtain title and registration independent of
the Contractor, the Customer will notify the Contractor in writing of this decision no later than
three Business Days following receipt of the Acknowledgement of Order form. However, the
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 6 of 16
Customer shall then be obligated to title and register the awarded Commodity and the
Contractor shall provide any documents necessary for the Customer to do so.
Customers may elect to transfer an existing license plate or may choose to obtain a new
license plate.
• Transferring an existing license plate is the standard default order type and does not
require specific notation on the Purchase Order. All related fees associated with
transferring an existing license plate are included in the Base Equipment Net Price
a) When obtaining a new license plate, the Customer should include a notation
on the Customer Order and an additional amount to cover the cost of a new
license plate. The Contractor is not required to obtain a new license plate for
the Customer unless there is a notation and a new license plate fee is
included on the Customer Order. All related fees except for the new license
plate cost are included in the Base Equipment Net Price. The Customer’s
order notation for a new license plate shall include the request for a new
license plate, the type of license plate required, and a contact person’s name,
title, and telephone number.
b) The Contractor may obtain special plates such as “State”, “County”, or “City” from
most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall
be obtained from the Department of Highway Safety and Motor Vehicles, Division of
Motor Vehicles, in Tallahassee, Florida.
3.8 Transportation and Delivery
Transportation and Delivery shall be FOB Destination to any point statewide as follows:
1. Customers shall be notified within two Business Days when Commodities are not
in stock or unavailable from the Manufacturer at the time of order. Commodities
must be delivered within 180 Calendar Days after receipt of order, unless
otherwise agreed to by the Customer. As soon as Commodities are back in stock,
the Commodities must be delivered within 14 Calendar Days to the Customer. For
any delivery not made within the 180 and 14 Calendar Days’ timeframes, the
Department’s Contract Manager must be notified and given a copy of the
Customer’s order. The Contractor must provide the Department’s Contract
Manager any requested information and timeframe for completion of the order.
2. Commodities in stock must be delivered within 14 Calendar Days after receipt of order
or the receipt of the Commodities from the Manufacturer, with one exception –
Commodities requiring post-Manufacturer or Dealer installed OEM or Non-OEM
Options, Parts, Accessories, and Implements shall be delivered within 30 Calendar
Days after receipt of the Commodities from the Manufacturer(s).
Delivery of the awarded Commodity is defined as receipt of the Commodity at the
Customer’s place of business or designated location. Delivery does not constitute the
Customer’s acceptance. The Contractor shall give the Customer a minimum of one
Business Day notice prior to delivery. Commodities shall be delivered as stipulated by the
Customer.
The Contractor shall deliver Commodities by either private or common carrier transport.
Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity
three road miles or less, the self-propelled, street-legal Commodity may be driven to the
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 7 of 16
delivery location at Contractor’s sole risk and expense. The Contractor shall comply with the
Manufacturer’s break-in requirements and all applicable traffic laws.
All self-propelled, operator-occupied Commodities delivered by the Contractor to the
Customer shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel
gauge at the time of delivery. At the Customer’s option, Commodities with less than one-
quarter (1/4) tank of fuel at delivery may be rejected or a $3.00 per gallon or gallon
equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from
the invoice and payment.
The Contractor shall perform the standard Manufacturer’s pre-delivery inspection and is
responsible for delivering a Commodity that is properly serviced, clean, and in first class
operating condition. The Contractor is required to perform the following, at a minimum, as
part of its pre-delivery service:
1. Completely lubricate operating chassis, engine, and mechanisms with
Manufacturer’s recommended grades of lubricants;
2. Check and fill all fluid levels to ensure proper fill;
3. Adjust engine(s) to proper operating condition(s);
4. Inflate tires to proper pressure;
5. Ensure proper operation of all accessories, gauges, lights, and mechanical and
hydraulic features;
6. Clean equipment, if necessary, and remove all unnecessary and prohibited tags, stickers,
papers, etc.;
7. Ensure that the awarded Commodity is completely assembled (unless otherwise noted
in the following sub-section) including Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components and OEM Options, Parts, Accessories, and Implements, are
thoroughly tested and ready for immediate operation upon delivery; and
8. Where applicable, ensure that the product is packaged in a manner which ensures safe
delivery to the destination. Packaging shall comply with all federal, state, and local laws
including but not limited to the requirements of section 403.7191, Florida Statutes. The
Contractor shall mark each package to include the name of the Contractor, the State Term
Contract number, the purchase or Customer Order number, and a brief description of the
contents.
The Contractor shall deliver all Commodities with each of the following completed
documents:
1. Copy of the Manufacturer’s pre-delivery inspection form, which meets or
exceeds the requirement herein;
2. Copy of the ordering Customer’s order;
3. Copy of the applicable Manufacturer specification(s);
4. Copy of the Manufacturer’s invoice(s) (prices may be deleted or obscured) for
each Commodity, including individual Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective
features, equipment, and components and OEM Options, Parts, Accessories,
and Implements in the shipment;
5. Manufacturer’s window sticker(s), if applicable;
6. Manufacturer’s ‘certificate of origin’, if applicable;
7. Manufacturer’s ‘operator manual’, and (if not included in the operator manual) one (1)
each of the Manufacturer’s lubrication and maintenance instructions;
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 8 of 16
8. Copy of the Manufacturer’s standard warranty certifications;
9. Sales tax exemption form, if applicable;
10. Temporary tag and twenty (20) day extension tag, if applicable; and
11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable.
Deliveries that do not include the above applicable forms and documents, or that have forms
that have been altered, or are not properly completed, may be refused. Repeated failures by
the Contractor to include the above properly completed forms and publications, or that have
submitted altered forms, to the ordering Customers may be cause for default proceedings
and/or Contract termination.
These Transportation and Delivery requirements, terms, and conditions also apply to
the re-delivery of a Commodity that was previously rejected upon initial delivery.
3.9 Price Quote Form
For all Customer orders, the Contractor shall complete and submit a Price Quote Form
(PQF) (Attachment 3) to the Customer for the requested Commodities. All Commodities shall
be itemized on the PQF and include applicable brand, model, and pricing information. The
price quoted for Commodities shall not exceed the current Contract’s Net Price to
Customers. The PQF shall be completed by the Contractor and returned to the Customer
within two Business Days of the Contractor’s receipt of the Customer’s request for a quote.
Customers are encouraged to seek more than one quote from the identified awarded
Contractors, where available. Customers may negotiate with the Contractor to establish a
lower price through a greater discount percentage off MSRP.
3.10 Acknowledgement of Order Form
For each order, the Contractor shall provide the ordering Customer with a fully completed
Acknowledgement of Order Form (Attachment 4) within five Business Days of receiving the
Customer’s order. The Contractor must use the Acknowledgment of Order Form and must
not make any alterations. Failure to timely provide the Customer with the Acknowledgement
of Order Form shall be deemed acceptance of the order, which, if necessary, shall require
the Contractor to provide the newest model of the Commodity which meets the prices,
discounts, requirements, specifications, terms, and conditions herein.
When the Contractor receives an order and does not have the ordered Commodities in stock
and cannot deliver the Commodities to the Customer within 14 calendar days, the Contractor
shall notify the ordering Customer on the Acknowledgement of Order Form. When providing
the Acknowledgment of Order Form the Contractor shall provide the Customer with the
Manufacturer’s order confirmation information and estimated delivery date.
Submission of the Acknowledgement of Order Form is the responsibility of the Contractor
without prompting or notification by the Contract Manager or Customer. Repeated failures
by the Contractor to timely submit completed Acknowledgement of Order Forms to
the ordering Customers may be cause for default proceedings and Contract
termination.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 9 of 16
3.11 Acceptance
The Customer, within three Business Days of delivery, will inspect the Commodity received
for acceptability. The Customer should compare the physical Commodity delivered; contract
prices, discounts, requirements, specifications, terms, and conditions; Customer order; and
Manufacturer’s Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity
received meets or exceeds the requirements, specifications, terms, and conditions of the
Contract and Customer order. Additionally, the Customer should inspect the Commodity for
any damage. The Contractor is obligated to correct any errors or damage. Failure by the
Customer to discover an error or damage in the Commodity shall not relieve the Contractor
from its obligation to correct the error or damage in the event it is found any time after the
Commodity is delivered.
The Parties agree that inspection and acceptance shall be the Customer’s responsibility and
occur at the location of the Customer. Title and risk of loss or damage to all Commodities
shall be the responsibility of the Contractor until accepted by the Customer. The Contractor
shall be responsible for filing, processing, and collecting all damage claims. The Customer
shall assist the Contractor by:
• Recording any evidence of visible damage on all copies of the delivering carrier’s bill of
lading;
• Reporting any known visible and concealed damage to the carrier and the Contractor;
• Confirming said reports in writing within fifteen Business Days of delivery, requesting
that the carrier inspect the damaged merchandise; and
• Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection
report.
Transportation and delivery of the Commodity does not constitute acceptance for the
purpose of payment. Acceptance and authorization of payment shall be given by the
Customer only after a thorough inspection indicates that the Commodity is undamaged and
meets the Contract requirements, specifications, terms, and conditions. Should the
delivered Commodity be damaged or differ in any respect from the Contract requirements,
specifications, terms, and conditions, payment shall be withheld until such time as the
Contractor completes the required, Customer-approved, corrective action.
Should the Commodity require service or adjustments as part of the Customer-approved
corrective action(s), the Contractor shall either remedy the defect or be responsible for
reimbursing the Manufacturer’s local service Dealer or others selected by the Customer to
remedy the defect. The Contractor shall initiate such required service or adjustments within
two Business Days following notification by the Customer. The Commodity shall not be
accepted until all service or adjustments are satisfactory and the Commodity is re-delivered
in acceptable condition. The costs of any transportation and delivery required as part of the
initial or any re-deliveries due to error or damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve
with the Contractor. The Department and Customer shall develop a corrective action plan
related to the Contract deviation, which may include the Customer’s permanent refusal to
accept the Commodity, in which case the Commodity shall remain the property of the
Contractor, and the Customer and the State shall not be liable for payment for any portion
thereof.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 10 of 16
3.12 Installation
When installation is required, the Contractor shall be responsible for placing and installing the
Commodities or parts in the required locations at no additional charge. All materials used in
the installation shall be of good quality and shall be free of defects that would diminish the
appearance of the Commodity or render it structurally or operationally unsound. Installation
includes the furnishing of any equipment, tools, rigging, labor, and materials required to install
or replace the Commodities or parts in the proper location. Contractor shall protect the site
from damage and shall repair damages or injury caused during installation by Contractor or its
employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve
installation, the Contractor shall promptly restore the structure or site to its original condition.
Contractor shall perform installation work so as to cause the least inconvenience and
interference with Customers and with proper consideration of others on site. Upon completion
of the installation, the location and surrounding area of work shall be left clean and in a neat
and unobstructed condition, with everything in satisfactory repair and order.
3.13 Full-Service Repair Facilities
The Contractor agrees to maintain at least one factory-authorized service station or servicing
Dealer within the State of Florida to perform warranty repairs and adjustments throughout the
Contract term. The Contractor shall promptly notify the Department of any changes thereto. The
Contractor shall be responsible for all service performed, regardless of whether the Contractor
or its approved Dealer actually performed the service. Notwithstanding the foregoing, the
Contractor may offer Customers “after warranty” service agreements for the maintenance and
repair of goods after the initial warranty expires. The Contractor shall list this additional service
as a separate item on the invoice.
3.14 Holidays
The Contractor shall provide Customers all Commodities during Business Days. The following
days are observed as holidays by state agencies in accordance with section 110.117, F.S.:
• New Year’s Day
• Birthday of Martin Luther King, Jr., third Monday in January
• Memorial Day
• Independence Day
• Labor Day
• Veterans’ Day, November 11
• Thanksgiving Day
• Friday after Thanksgiving
• Christmas Day
If any of these holidays falls on Saturday, the preceding Friday shall be observed as a holiday. If
any of these holidays falls on Sunday, the following Monday shall be observed as a holiday.
Customers may have additional holiday(s) observed specifically by the Customer which will be
detailed in the Customer’s order.
3.15 Purchasing Card
The State has implemented a purchasing card program using the Visa platform. The
Contractor may receive payments via the state’s Purchasing Card in the same manner as any
other Visa purchases. Purchasing Card acceptance for purchase is a mandatory requirement
for the Contract but is not the exclusive method of payment. If the State changes its
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 11 of 16
Purchasing Card platform during the term of Contract, the Contractor shall make any
necessary changes to accommodate the State ‘s new Purchasing Card platform within 30
calendar days of notification of such change.
3.16 Punchout Catalog and Electronic Invoicing
The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog
provides an alternative mechanism for suppliers to offer the State access to Products awarded
under the Contract. The punchout catalog also allows for direct communication between the
MFMP eProcurement System and a supplier’s Enterprise Resource Planning (ERP) system,
which can reflect real-time Product inventory/availability information.
Through utilization of the punchout catalog model, a Florida buyer will “punch out” to a
supplier’s website. Using the search tools on the supplier’s Florida punchout catalog site, the
user selects the desired Products. When complete, the user exits the supplier’s punchout
catalog site and the shopping cart (full of Products) is “brought back” to MFMP. No orders are
sent to a supplier when the user exits the supplier’s punchout catalog site. Instead, the chosen
Products are “brought back” to MFMP as line items in a purchase order. The user can then
proceed through the normal workflow steps, which may include adding/editing the Products
(i.e., line items) in the purchase order. An order is not submitted to a supplier until the user
approves and submits the purchase order, at which point the supplier receives an email with
the order details.
The Contractor may supply electronic invoices in lieu of paper-based invoices for those
transactions processed through MFMP. Electronic invoices may be submitted to the agency
through one of the mechanisms as listed below:
1) EDI (Electronic Data Interchange)
This standard establishes the data contents of the Invoice Transaction Set (810) for
use within the context of an Electronic Data Interchange (EDI) environment. This
transaction set can be used for invoicing via the Ariba Network (AN) for catalog and
non-catalog goods and services.
2) PO Flip via AN
This online process allows Contractors to submit invoices via the AN for catalog and
non-catalog goods and services. Contractors have the ability to create an invoice
directly from their inbox in their AN account by simply "flipping" the PO into an
invoice. This option does not require any special software or technical capabilities.
The Contractor warrants and represents that it is authorized and empowered to and hereby
grants the State and the third-party provider of MFMP, a State contractor, the right and license
to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the
Contractor warrants and represents that it is authorized and empowered to and hereby grants
the State and the third-party provider the right and license to reproduce and display within
MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding
designation that identifies the products made available by the Contractor under the Contract.
The Contractor will work with the MFMP management team to obtain specific requirements for
the electronic invoicing if needed.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 12 of 16
3.17 Contract Reporting
The Contractor shall report information on orders received from Customers associated with this
Contract. No revised MSRP lists or price adjustments will be considered for any Contractor who
has outstanding reports, or any other documentation required under this Contract. The Contractor
shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each
month
Quarterly Sales Report State’s Fiscal
Quarter 30 calendar days after close of the period
Diversity Report
(submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
Preferred Pricing Affidavit (in
accordance with section 3.2.2. of
the Special Contract Conditions)
Annual Contract Anniversary Date
3.18 MFMP Transaction Fee Report
The Contractor is required to submit monthly MFMP Transaction Fee Reports in the
Department’s electronic format. Reports are due 15 calendar days after the end of the
reporting period. For information on how to submit Transaction Fee Reports online, please
reference the detailed fee reporting instructions and vendor training presentations available
online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections
under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is
also available from the MFMP Customer Service Desk by email at: VendorHelp@
myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to
6:00 p.m. Eastern Time.
3.19 Quarterly Sales Reports
The Contractor shall submit a quarterly sales report electronically, in the required format, to the
Department’s Contract Manager within thirty (30) calendar days after close of each quarter. The
quarterly sales report can be found here: https://www.dms.myflorida.com/business_operations/
state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the
quarterly sales report will result in the imposition of financial consequences and may result in the
Contractor being found in default and the termination of the Contract. Initiation and submission of
the quarterly sales report are the responsibility of the Contractor without prompting or notification
by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during
the period, the Contractor must submit a report stating that there was no activity. If no sales are
recorded in two consecutive quarters, the Contractor may be placed in probationary status or the
Department may terminate the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 13 of 16
Quarter 2 – (October-December) – due 30 calendar days after the close of the period
Quarter 3 – (January-March) – due 30 calendar days after the close of the period
Quarter 4 – (April-June) due 30 calendar days after the close of the period
3.20 Diversity Report
The Contractor shall report to each Customer, spend with certified and other minority business
enterprises. These reports shall include the period covered, the name, minority code and Federal
Employer Identification Number of each minority business utilized during the period, Commodities
provided by the minority business enterprise, and the amount paid to each minority business on
behalf of each purchasing agency ordering under the terms of this Contract.
3.21 Ad Hoc Reports
The Department or Customer may require additional Contract information such as copies of
purchase orders or ad hoc sales reports. The Contractor shall submit information in response to
these specific ad hoc requests for reports within the specified amount of time as requested by
the Department or Customer.
3.22 Business Review Meetings
In order to maintain the relationship between the Department and the Contractor, each
quarter the Department may request a business review meeting. The business review
meeting may include, but is not limited to, the following:
• Successful completion of deliverables
• Review of the Contractor’s performance
• Review of minimum required reports
• Addressing of any elevated Customer issues
• Review of continuous improvement ideas that may help lower total costs and/or
improve business efficiencies.
3.23 Financial Consequences
Financial Consequences will be assessed for failure to timely perform or submit a report as
required by the Contract and shall be paid via check or money order in US Dollars, and made out
to the Department of Management Services or the specific Customer, where applicable. Financial
Consequences will be assessed daily for each individual failure until the performance or submittal
is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the
submissions of reports, financial consequences will apply to each target period beginning with the
first full month or quarter of the Contract’s performance and each month and quarter thereafter.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 14 of 16
The Department and Customers reserve the right to, in addition to withholding payment,
implementing other appropriate remedies, such as Contract termination or non-renewal.
3.24 MSRP List and Product Adjustments
The Contractor shall submit a complete MSRP List that includes all Commodities (i.e. Base
Equipment; OEM Options, Parts, Accessories, and Implements; and Non-OEM Options, Parts,
Accessories, and Implements) for each Manufacturer/ Brand Name and Sub-Group (or Group, for
Groups that do not include Sub-Groups) for which the Contractor received an award; the
Commodities listed on the MSRP must match the Commodities listed on the price sheet. The
MSRP List is subject to the Department’s approval. The MSRP List shall include the following for
each Commodity: The Manufacturer/Brand Model Number, the Manufacturer/Brand Item
Description, and the MSRP. The Contractor shall include a cover page, which shall provide the
applicable Group, Sub-Group (for Groups that include Sub-Groups), Manufacturer/Brand Name,
and MSRP List date. The Department shall be the final arbiter of MSRPs if an MSRP on the
Contractor’s MSRP List differs from the published MSRP. The Contractor shall be responsible for
removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s
MSRP List.
The Contractor may add products to the MSRP List at any time during the life of the Contract by
submitting a complete and revised MSRP List. Products added must be from a
Manufacturer/Brand Name for which the Contractor received an award and fall within the scope
Deliverable Performance Metric
Performan
ce Due
Date
Financial
Consequence for
Non-Performance
Contractor will timely
submit completed
Quarterly Sales Reports
All Quarterly Sales
Reports will be submitted
timely with the required
information
Reports
are due on
or before
the 30th
calendar
day after
the close of
each State
fiscal
quarter
$250 per Calendar
Day late/not received
by the Contract
Manager
Contractor will timely
submit completed MFMP
Transaction Fee Reports
All MFMP Transaction
Fee Reports will be
submitted timely with the
required information
Reports
are due on
or before
the 15th
calendar
day after
the close of
each
month
$100 per Calendar
Day late/not received
by the Contract
Manager
Contractor will provide
accurate Price Quote
Forms to Customers
All Price Quote Forms will
be provided to Customers
with accurate information
Upon
Customer
request
$25 per order
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 15 of 16
of a Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s MSRP List.
The Contractor may update existing product’s MSRPs on the MSRP List to match the MSRPs
published by the Manufacturer no earlier than twelve (12) months after the start date of the
Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP
update. The Contractor may update the existing product’s MSRPs on the MSRP List by
submitting a complete and revised MSRP List for Department review and approval.
Revised MSRP Lists, regardless of whether the Contractor is adding products or updating existing
product’s MSRPs, must be accompanied by a revised price sheet, as described in the ‘Price Sheet
and Price Adjustments’ section of the Scope of Work, as well as a list of all changes made from
the previously submitted version of the MSRP List.
3.25 Price Sheet and Price Adjustments
The Contractor shall submit a complete price sheet to include the following Commodities (i.e.
Base Equipment and OEM Options, Parts, Accessories) for each Brand/Manufacturer and Sub-
Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received
an award; the Commodities listed on the price sheet must match the Commodities listed on the
MSRP List. The price sheet is subject to the Department’s approval. The price sheet shall be
provided in Excel format and include a separate tab for each Sub-Group (or Group, for Groups
that do not include Sub-Groups). Each tab shall include, at minimum, the following information
for each Commodity offered under that Sub-Group (or Group, for Groups that do not include Sub-
Groups):
• Manufacturer/Brand Name (as shown on the Product Group Discount Sheet);
• Commodity Type (i.e. Base Equipment and OEM Option, Part, Accessory, or
Implement);
• Model number or other identifier that Customers can use to locate the Commodity on the
Brand/Manufacturer’s website;
• Description;
• MSRP (as shown on the current MSRP List);
• Discount (as shown on the Product Group Discount Sheet for the Commodity type, as
submitted in the Bid); and
• Net Price to the Customer.
The Contractor may add products to the price sheet at any time during the life of the Contract by
submitting a complete and revised price sheet. Products added must be from a Brand/
Manufacturer Name for which the Contractor received an award and fall within the scope of a
Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s price sheet.
The Contractor may update the MSRPs and Net Prices to the Customer on the price sheet to
match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the
start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of
the previous MSRP update. The Contractor may update the MSRPs and Net Prices to the
Customer on the price sheet by submitting a complete and revised price sheet.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
Page 16 of 16
Revised price sheets, regardless of whether the Contractor is adding products or updating the
MSRPs and Net Prices to the Customer, must be accompanied by a revised MSRP List, as
described in the ‘MSRP List and Product Adjustments’ section, as well as a list of all changes
made from the previously submitted version of the price sheet.
3.26 E-Verify
The following replaces section 13.2 of Attachment 1:
The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this
Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for
all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in
accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such
affidavit for the duration of the Contract. In order to implement this provision, the Vendor shall
provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager
within five days of Contract execution.
This section serves as notice to the Contractor regarding the requirements of section
448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to
terminate the Contract if it has a good faith belief that the Contractor has knowingly violated
section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for
award of a public contract for at least one year after the date of such termination. The
Department reserves the right to order the immediate termination of any contract between
the Contractor and a subcontractor performing work on its behalf should the Department
develop a good faith belief that the subcontractor has knowingly violated section 448.095(1),
F.S.
DocuSign Envelope ID: 366B1CA0-223C-4B06-B15B-62C069AABE30
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Wesco Turf, Inc. (“Contractor”), with its principal place of business located at 2101 Cantu Ct., Sarasota, FL 34232, collectively referred to herein as the “Parties.”
WHEREAS the Parties entered into the Contract which became effective on January 15, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions
DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly
authorized to do so and to bind the respective party.
V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the
Contract, the terms of this Amendment shall control.
VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in
the Contract shall continue in full force and effect. This Amendment is effective when signed by
both Parties.
IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services
Contractor: Wesco Turf, Inc. By: _____________________________
By: _____________________________
Name: Tom Berger Name: Frank Pitman Title: Deputy Secretary of Business
Operations
Title: Contract Administrator
Date: Date:
DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057
9/27/2023 | 8:33 AM PDT9/27/2023 | 12:35 PM EDT
1
ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item
DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and
payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility.
DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The
Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
(b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b)
DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057
State Term Contract
No. 25101900-21-STC
Agriculture and Lawn Equipment
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services (Department),
an agency of the State of Florida, and Rick Croft Enterprises, Inc. d/b/a Texas Trailers Sales
and Service (Contractor), collectively referred to herein as the “Parties.”
Accordingly, the Parties agree as follows:
I. Initial Contract Term.
The Initial Contract Term shall be for three (3) years. The Initial Contract Term shall begin on
January 1, 2021, or on the last date it is signed by all Parties, whichever is later. The Contract
shall expire on December 31, 2023, unless terminated earlier in accordance with the Special
Contract Conditions.
II. Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, for
a Renewal Term not to exceed the Initial Contract Term, pursuant to the incorporated Special
Contract Conditions.
III. Contract.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Attachments, which set forth
the entire understanding of the Parties and supersedes all prior agreements. All modifications
to this Contract must be in writing and signed by all Parties.
All Attachments listed below are incorporated in their entirety into, and form part of, this
Contract. The Contract Attachments shall have priority in the order listed:
a) Attachment 2, Scope of Work
b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment
C) from ITB No. 20-25101900-ITB)
c) Attachment 8, Contractor’s Submitted MSRP List
d) Attachment 5, Preferred Pricing Affidavit
e) Attachment 6, Contractor’s Submitted Price Sheet
f) Attachment 1, Special Contract Conditions
g) Attachment 3, Price Quote Form
h) Attachment 4, Acknowledgement of Order
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 2 of 2
IV. Contract Management.
Department’s Contract Manager:
Shaveon Nelson
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 370.1X
Tallahassee, Florida 32399-0950
Telephone: (850) 922-1214
Email: Shaveon.Nelson@dms.fl.gov
Contractor’s Contract Manager:
Rick Croft
Rick Croft Enterprises, Inc. d/b/a Texas Trailers and Service
5601 NW 13th Street
Gainesville, FL 32653
Telephone: (352) 378-4756
Email: rick@texastrailersFL.com
IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the
incorporated Attachments, to be executed by their undersigned officials as duly authorized. This
Contract is not valid and binding until signed and dated by the Parties.
Rick Croft Enterprises, Inc. d/b/a STATE OF FLORIDA,
Texas Trailers Sales and Service DEPARTMENT OF
MANAGEMENT SERVICES
_____________________________ _______________________________
[Name] Tami Fillyaw, Chief of Staff
_____________________________ _______________________________
Date: Date:
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5
1/5/2021 | 7:50 PM EST
Rick Croft
DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
1/7/2021 | 12:28 PM EST
SP approved version 7‐1‐2019 1
ATTACHMENT 1
SPECIAL CONTRACT CONDITIONS
JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included
herein by reference but is superseded in its entirety by these Special
Contract Conditions.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida
Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer.
The agency or eligible user that purchases commodities or contractual services pursuant
to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term.
The initial term will begin on the date set forth in the Contract documents or on the date
the Contract is signed by all Parties, whichever is later.
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in
whole or in part only as set forth in the Contract documents, and in accordance with
section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work.
The Department may, at its sole discretion, suspend any or all activities under the
Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the
best interest of the Customer to do so. The Department or Customer will provide the
Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the
performance of the Contract or purchase order. Suspension of work will not entitle the
Contractor to any additional compensation. The Contractor will not resume performance
of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience.
The Contract may be terminated by the Department in whole or in part at any time, in the
best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for
which costs can be substantiated. Such payment, however, may not exceed an amount
which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be
turned over promptly by the Contractor.
2.3.3 Termination for Cause.
If the performance of the Contractor is not in compliance with the Contract requirements
or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;
(b) notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or
(c) take other action deemed appropriate by the Department.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing.
The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases.
The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery
of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this
Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing
offered under comparable contracts. Comparable contracts are those that are similar in
size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must
annually submit an affidavit from the Contractor’s authorized representative attesting that
the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales
promotions involving price reductions for a specified lesser period. The Contractor must
submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices
compared to then-authorized prices.
3.3 Payment Invoicing.
The Contractor will be paid upon submission of invoices to the Customer after delivery
and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and
the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order.
A Customer may use purchase orders to buy commodities or contractual services
pursuant to the Contract and, if applicable, the Contractor must provide commodities or
contractual services pursuant to purchase orders. Purchase orders issued pursuant to
the Contract must be received by the Contractor no later than the close of business on
the last day of the Contract’s term. The Contractor is required to accept timely purchase
orders specifying delivery schedules that extend beyond the Contract term even when
such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms
and conditions of the Contract shall survive the termination or expiration of the Contract
and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months.
Any purchase order terms and conditions conflicting with these Special Contract
Conditions shall not become a part of the Contract.
3.5 Travel.
Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation.
Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess
of one fiscal year, the State of Florida’s performance and obligation to pay under the
Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section
287.057(22), F.S. All payments issued by Customers to registered Vendors for
purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law.
Vendors must pay the Transaction Fees and agree to automatic deduction of the
Transaction Fees when automatic deduction becomes available. Vendors will submit any
monthly reports required pursuant to the rule. All such reports and payments will be
subject to audit. Failure to comply with the payment of the Transaction Fees or reporting
of transactions will constitute grounds for declaring the Vendor in default and subject the
Vendor to exclusion from business with the State of Florida.
3.8 Taxes.
Taxes, customs, and tariffs on commodities or contractual services purchased under the
Contract will not be assessed against the Customer or Department unless authorized by
Florida law.
3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed
pursuant to the terms of the Contract that were disbursed to the Contractor. The
Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or
Customer of the overpayment.
SECTION 4. CONTRACT MANAGEMENT.
4.1 Composition and Priority.
The Contractor agrees to provide commodities or contractual services to the Customer
as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter.
4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract
Manager in a manner identified by the Department.
4.3 Department’s Contract Manager.
The Department’s Contract Manager, who is primarily responsible for the Department’s
oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format:
Department’s Contract Manager Name
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 5
Department’s Name
Department’s Physical Address
Department’s Telephone #
Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the
Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager.
The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s
oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format:
Contractor’s Contract Manager Name
Contractor’s Name
Contractor’s Physical Address
Contractor’s Telephone #
Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the
Department. Such a change does not require an amendment to the Contract.
4.5 Diversity.
4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities
for woman-, veteran-, and minority-owned small business enterprises to participate in
procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and
provides advocacy, outreach, and networking through regional business events. For
additional information, please contact the Office of Supplier Diversity (OSD) at
osdinfo@dms.myflorida.com.
4.5.2 Diversity Reporting.
Upon request, the Contractor will report to the Department its spend with business
enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise
utilized during the period, commodities and contractual services provided by the
business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract.
4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following
statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE
SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413,
FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME
PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it
offers is available at https://www.respectofflorida.org.
4.7 PRIDE.
Subject to the agency determination provided for in sections 287.042(1) and 946.515,
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S.,
IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN
SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE
PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS
OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED.
Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org.
SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of
federal, state, and local agencies having jurisdiction and authority. For example, the
Contractor must comply with section 274A of the Immigration and Nationality Act, the
Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if
applicable, and all prohibitions against discrimination on the basis of race, religion, sex,
creed, national origin, handicap, marital status, or veteran’s status. The provisions of
subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue.
Any dispute concerning performance of the Contract shall be decided by the
Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and
conclusive. Exhaustion of this administrative remedy is an absolute condition precedent
to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties
submit to the jurisdiction of the courts of the State of Florida exclusively for any legal
action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue
privileges and rights it may have under any other statute, rule, or case law, including, but
not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department.
5.3 Department of State Registration.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert
status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity,
or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists.
In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate
who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under
the Contract. The Contractor must notify the Department if it or any of its suppliers,
subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract.
5.5 Scrutinized Companies - Termination by the Department.
The Department may, at its option, terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), F.S., or been
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in
business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its
duty to cooperate with the Inspector General in any investigation, audit, inspection,
review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems
relevant to the Contractor's integrity or responsibility. Such information may include, but
will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such
records for the longer of five years after the expiration of the Contract, or the period
required by the General Records Schedules maintained by the Florida Department of
State, at the Department of State’s Records Management website. The Contractor
agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for
investigations of the Contractor's compliance with the terms of this or any other
agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited
to: salaries of investigators, including overtime; travel and lodging expenses; and expert
witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to
provide goods or services under the Contract.
SECTION 6. MISCELLANEOUS.
6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written
consent of the Department. The Contractor is fully responsible for satisfactory
completion of all its subcontracted work. The Department supports diversity in its
procurements and contracts, and requests that the Contractor offer subcontracting
opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on
certified small business enterprises available for subcontracting opportunities.
6.2 Assignment.
The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the
Contractor may waive its right to receive payment and assign same upon notice to the
Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the
Department. The Department may assign the Contract with prior written notice to the
Contractor.
6.3 Independent Contractor.
The Contractor and its employees, agents, representatives, and subcontractors are
independent contractors and not employees or agents of the State of Florida and are not
entitled to State of Florida benefits. The Department and Customer will not be bound by
any acts or conduct of the Contractor or its employees, agents, representatives, or
subcontractors. The Contractor agrees to include this provision in all its subcontracts
under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss.
Matters of inspection and acceptance are addressed in section 215.422, F.S. Until
acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the
Contractor with damage claims, the Customer will: record any evidence of visible
damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of
lading and damage inspection report.
6.4.2 Rejected Commodities.
When a Customer rejects a commodity, Contractor will remove the commodity from the
premises within ten (10) calendar days after notification of rejection, and the risk of loss
will remain with the Contractor. Commodities not removed by the Contractor within ten
(10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer
for costs and expenses incurred in storing or effecting removal or disposition of rejected
commodities.
6.5 Safety Standards.
Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State
of Florida and federal requirements.
6.6 Ombudsman.
A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this office are found in section 215.422, F.S., which include
disseminating information relative to prompt payment and assisting contractors in
receiving their payments in a timely manner from a Customer. The Vendor Ombudsman
may be contacted at (850) 413-5516.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract.
Each obligation is deemed material, and a breach of any such obligation (including a
breach resulting from untimely performance) is a material breach.
6.8 Waiver.
The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights.
6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and
the Contractor. Should a court determine any provision of the Contract is invalid, the
remaining provisions will not be affected, and the rights and obligations of the Parties will
be construed and enforced as if the Contract did not contain the provision held invalid.
6.10 Cooperative Purchasing.
Pursuant to their own governing laws, and subject to the agreement of the Contractor,
governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent
of the Contract between the Department and the Contractor, and the Department is not a
party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance.
The Contractor shall maintain workers’ compensation insurance as required under the
Florida Workers’ Compensation Law or the workers’ compensation law of another
jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected.
7.2 General Liability Insurance.
The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and
completed operations. This insurance must provide coverage for all claims that may
arise from performance of the Contract or completed operations, whether by the
Contractor or anyone directly or indirectly employed by the Contractor. Such insurance
must include the State of Florida as an additional insured for the entire length of the
resulting contract. The Contractor is responsible for determining the minimum limits of
liability necessary to provide reasonable financial protections to the Contractor and the
State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond.
Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless
from all fines, claims, assessments, suits, judgments, or damages, including
consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark,
copyright, patent, trade secret, or intellectual property right or out of any acts, actions,
breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any
determination arising out of or related to the Contract that the Contractor or Contractor’s
employees, agents, subcontractors, assignees, or delegates are not independent
contractors in relation to the Customer. The Contract does not constitute a waiver of
sovereign immunity or consent by the Customer or the State of Florida or its subdivisions
to suit by third parties. Without limiting this indemnification, the Customer may provide
the Contractor (1) written notice of any action or threatened action, (2) the opportunity to
take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense.
7.6 Limitation of Liability.
Unless otherwise specifically enumerated in the Contract or in the purchase order,
neither the Department nor the Customer shall be liable for special, indirect, punitive, or
consequential damages, including lost data or records (unless the Contract or purchase
order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department
nor the Customer shall be liable for lost profits, lost revenue, or lost institutional
operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies
from amounts due Contractor as may be necessary to satisfy any claim for damages,
penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any
payments due the Contractor under any contract with the State.
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT,
AND INTELLECTUAL PROPERTY.
8.1 Public Records.
8.1.1 Termination of Contract.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with
this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor
acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following
applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL
ADDRESS, AND MAILING ADDRESS PROVIDED IN THE
RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor
acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor
shall:
(a) Keep and maintain public records required by the public agency to perform the
service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not
transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency’s custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
8.2 Protection of Trade Secrets or Otherwise Confidential Information.
8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information.
If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the
Contractor must clearly designate that portion of the materials as trade secret or
otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related
materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests.
If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the
Contractor will be responsible for taking the appropriate legal action in response to the
request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will
provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials.
The Contractor will protect, defend, indemnify, and hold harmless the Department for
claims, costs, fines, and attorney’s fees arising from or relating to its designation of
materials as trade secret or otherwise confidential.
8.3 Document Management.
The Contractor must retain sufficient documentation to substantiate claims for payment
under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related
to the Contract for five (5) years after expiration of the Contract or, if longer, the period
required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website.
8.4 Intellectual Property.
8.4.1 Ownership.
Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection
with the Contract.
8.4.2 Patentable Inventions or Discoveries.
Any inventions or discoveries developed in the course, or as a result, of services in
connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the
sole property of the State of Florida. Contractor must inform the Customer of any
inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a
determination on whether patent protection will be sought. The State of Florida will be
the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract.
8.4.3 Copyrightable Works.
Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights
created or developed through performance of the Contract are owned solely by the State
of Florida.
SECTION 9. DATA SECURITY.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited
to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform
any of the services from outside of the United States, and the Contractor will not allow
any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach
involving State of Florida data, the Contractor shall give notice to the Customer and the
Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of
data. Once a data breach has been contained, the Contractor must provide the
Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to
enlist a third party to audit Contractor’s findings and produce an independent report, and
the Contractor will fully cooperate with the third party. The Contractor will also comply
with all HIPAA requirements and any other state and federal rules and regulations
regarding security of information.
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities.
The Contractor will not, in connection with this Contract, directly or indirectly (1) offer,
give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise
of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to
anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee.
10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used
for the purpose of lobbying the Legislature, the judicial branch, or the Department.
Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from
lobbying the executive or legislative branch concerning the scope of services,
performance, term, or compensation regarding the Contract after the Contract is
executed and during the Contract term.
10.3 Communications.
10.3.1 Contractor Communication or Disclosure.
The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or
otherwise disclose or permit to be disclosed any of the data or other information
obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent.
10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its
employees for the Contractor’s promotions, press releases, publicity releases,
marketing, corporate communications, or other similar communications, without first
notifying the Customer’s Contract Manager and securing the Customer’s prior written
consent.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards.
The Contractor agrees to perform all tasks and provide deliverables as set forth in the
Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details
thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance.
11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if
the Department or Customer determines that there is a performance deficiency that
requires correction by the Contractor, then the Department or Customer will notify the
Contractor. The correction must be made within a time-frame specified by the
Department or Customer. The Contractor must provide the Department or Customer with
a corrective action plan describing how the Contractor will address all performance
deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure.
If the corrective action plan is unacceptable to the Department or Customer, or
implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will
be withheld until the Contractor resolves the performance deficiencies. If the
performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance
deficiencies, the retained amount will be forfeited to compensate the Department or
Customer for the performance deficiencies.
11.3 Performance Delay.
11.3.1 Notification.
The Contractor will promptly notify the Department or Customer upon becoming aware
of any circumstances that may reasonably be expected to jeopardize the timely and
successful completion (or delivery) of any commodity or contractual service. The
Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor
is taking or will take to do so, and the projected actual completion (or delivery) time. If
the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the
Contractor will promptly so notify the Department and use commercially reasonable
efforts to perform its obligations on time notwithstanding the Department’s delay.
11.3.2 Liquidated Damages.
The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain.
Accordingly, the liquidated damages provisions stated in the Contract documents will
apply. Liquidated damages are not intended to be a penalty and are solely intended to
compensate for damages.
11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if
neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake,
windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism,
civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect
subcontractors or suppliers if no alternate source of supply is available to the Contractor.
The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the
Contractor believes is excusable, the Contractor will notify the Department in writing of
the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the
Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is
not reasonably foreseeable, within five (5) calendar days after the date the Contractor
first had reason to believe that a delay could result. The foregoing will constitute the
Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict
accordance with this paragraph is a condition precedent to such remedy. No claim for
damages will be asserted by the Contractor. The Contractor will not be entitled to an
increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not
limited to costs of acceleration or inefficiency, arising because of delay, disruption,
interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist the Contractor will perform at no increased cost, unless
the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the
Department may (1) accept allocated performance or deliveries from the Contractor,
provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation,
or (2) purchase from other sources (without recourse to and by the Contractor for the
related costs and expenses) to replace all or part of the commodity or contractual
services that are the subject of the delay, which purchases may be deducted from the
Contract quantity, or (3) terminate the Contract in whole or in part.
SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits
of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and
records that directly relate to the Contract. To the extent necessary to verify the
Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor,
pertaining to the Contract, may be inspected by the Department upon fifteen (15)
calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release
statements from its subcontractors, partners, or agents are not required for the
Department or its designee to conduct compliance and performance audits on any of the
Contractor’s contracts relating to this Contract. The Inspector General, in accordance
with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor
General also have authority to perform audits and inspections.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance
with section 8.3 of these Special Contract Conditions. Records of costs incurred will
include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other
records of the Contractor and subcontractors considered necessary by the Department,
the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check.
The Department or Customer may require the Contractor to conduct background checks
of its employees, agents, representatives, and subcontractors as directed by the
Department or Customer. The cost of the background checks will be borne by the
Contractor. The Department or Customer may require the Contractor to exclude the
Contractor’s employees, agents, representatives, or subcontractors based on the
background check results. In addition, the Contractor must ensure that all persons have
a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within
twenty-four (24) hours of all details concerning any reported arrest. Upon the request of
the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract.
13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system
to verify the employment eligibility of all new employees hired during the term of the
Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during
the Contract term. In order to implement this provision, the Contractor must provide a
copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within
five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-
Verify System, it will do so within five (5) calendar days of notice of Contract award and
provide the Contract Manager a copy of its MOU within five (5) calendar days of
Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within
five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify
case number.
13.3 Disqualifying Offenses.
If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere,
regardless of whether adjudication was withheld, within the last six (6) years from the
date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any
position with access to State of Florida data or directly performing services under the
Contract. The disqualifying offenses are as follows:
(a) Computer related crimes;
(b) Information technology crimes;
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;
(d) False pretenses;
(e) Frauds;
(f) Credit card crimes;
(g) Forgery;
(h) Counterfeiting;
(i) Violations involving checks or drafts;
(j) Misuse of medical or personnel records; and
(k) Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records
related to the commodities or contractual services provided pursuant to the Contract and
must comply with all state and federal laws, including, but not limited to sections
381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures
must be consistent with the most recent version of the Department security policies,
protocols, and procedures. The Contractor must also comply with any applicable
professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently
on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List,
or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is
compromised in any manner during the term of the Contract.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 1 of 16
Attachment 2
Scope of Work
1. Purpose
To provide Customers with Agriculture and Lawn Equipment on a statewide basis, pursuant to
the terms set forth in this Scope of Work.
2. Definitions
Accessory(ies) – A part or object used for convenience, attractiveness, safety, etc. to improve
Base Equipment capability which meet the requirements, specifications, terms, and conditions
herein, and may be installed to, uninstalled from, or provided with or separately from the Base
Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable,
and prudent in the industry.
Base Equipment – A Manufacturer’s Base Agriculture and Lawn Equipment without the
inclusion of OEM or Non-OEM Options, Parts, Accessories, and Implements. Base Equipment
may be identified by a combination of the Manufacturer’s name, trade name, brand name, make
name, model name, model number or catalog number.
Business Day – Monday through Friday, inclusive, except for those holidays specified in
section 110.117, F.S., from 8:00 a.m. to 5:00 p.m. at the Customer’s location.
Commodity(ies) – As defined in section 287.012 F.S. Commodities may include Base
Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other
products available through this Contract. Commodities may also be referred to throughout as
“Agriculture and Lawn Equipment”.
Commodity Code – The State’s numeric code for classifying Commodities
which meet specific requirements, specifications, terms, and conditions herein. Florida has
adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying
Commodities.
Contract – The written agreement between the Department and the Contractor.
Contractor – A Vendor that enters a Contract with the Department as a result of the ITB.
Customer – A state agency or eligible user.
Dealer – A Manufacturer’s certified representative who has been authorized by the
Manufacturer to market, sell, provide, and service the Commodities of the Manufacturer that are
responsive to the Contract. Dealers may be Contractor-owned and -controlled (in whole or in
part), or independently owned and controlled.
Department – The Department of Management Services, a State Agency.
Group – A series of Commodities with applicable Commodity Codes which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
Implement(s) – A tool, utensil, or other piece of equipment, especially as used for a particular
purpose or to improve Base Equipment capability which meet the requirements, specifications,
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 2 of 16
terms, and conditions herein, and may be installed to, uninstalled from, or provided with or
separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal,
customary, reasonable, and prudent in the industry.
Manufacturer – The producer or provider of Agriculture and Lawn Equipment which possess
the minimum quality, reliability, service, and value required by the Department and Customers.
May be used interchangeably with Brand Name.
Manufacturer’s Suggested Retail Price (MSRP) – The MSRP represents the Manufacturer’s
recommended retail selling price, list price, published price, or other usual and customary price
that would be paid by the Customer for specific Commodities without the benefit of a Contract
resulting from this solicitation. It must be publicly listed, available, and verifiable by the
Department.
MSRP Credit – The MSRP price of OEM and Non-OEM Options, Parts, Accessory(ies) or
Implements that are deducted from the Base Equipment price paid by the Customer if removed
from the Base Equipment.
MSRP List – The Manufacturer’s Suggested Retail Price List, a collection of MSRPs and
related information broken down by specific Commodities. In the priority listed below, only the
following are acceptable sources of current and revised MSRPs and MSRP Lists for use under
the resulting Contract:
• Manufacturer’s Annual U.S. Price Book,
• Manufacturer’s official website or dealer software; and
• Autodata, Inc. d/b/a Chrome Data’sTM Carbook Pro Fleet Edition.
Net Price – The final price paid by the Customer after applying all MSRP discounts and
MSRP Credits. The Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and components
shall include all charges for the Commodity, including but not limited to packing, handling,
freight, distribution, transportation, startup, pre-delivery, delivery, inspection, installation,
construction, assembly, title, and registration. Additional charges for a Commodity shall not
be charged outside of the Net Price unless expressly provided within the Scope of Work.
Non-OEM – Produced by a manufacturer or party other than the OEM.
Options – Options requested by the Customer specifically for the Agriculture and Lawn Base
Equipment which meet the requirements, specifications, terms, and conditions herein, and
may be installed to, uninstalled from, or provided with or separately from the Base Equipment
by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and
prudent in the industry.
Original Equipment Manufacturer (OEM) – The original Manufacturer of a Commodity.
Parts – Repair or service parts for Base Equipment which meet the requirements,
specifications, terms, and conditions herein, and may be installed to, uninstalled from, or
provided with or separately from the Base Equipment by the Manufacturer or Dealer, as
specified, ordered, legal, customary, reasonable, and prudent in the industry.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 3 of 16
Sub-Group – A specific series of Commodities within a Group which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
State – The State of Florida.
3. Scope of Work
3.1 Commodity Specifications and Standards
All Commodities, including all Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components, shall meet the following minimum requirements:
1. All Commodities shall be designed, constructed, equipped, assembled (except as
specified in the Transportation and Delivery section), and installed to be fully suitable
for their intended use, purpose, and service. The Contractor is not required to install
Parts purchased by the Customer unless specifically agreed to by the Customer and
Contractor;
2. All Commodities shall be new and unused (except as specified in the Transportation
and Delivery section), for the current Manufacturer’s model year or later, of current or
recent production, and of the latest design and construction;
3. All Commodities shall be biodiesel (B-20), compressed natural gas (“CNG”), diesel,
electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or
propane powered.
4. All Commodities shall include all OEM standard features, equipment, and
components, Manufacturer or Dealer installed according to the Manufacturer’s
standard procedures, requirements, and specifications;
5. All Commodities shall be free of damage and / or rust which may affect
appearance or serviceability;
6. All Commodities shall be professionally designed, manufactured, installed, and serviced
pursuant to the industry standard of care;
7. All Commodities shall comply with required state and federal laws, including but not
limited to: motor vehicle, mobile equipment, safety, and environmental laws; and
8. All Commodities shall meet the requirements, specifications, terms, and conditions herein.
Contactor shall ensure that no Contractor or Dealer advertising or identification (name,
logos, etc.) is on the Commodities, including Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features,
equipment, and components. Manufacturer advertising or identification (name, model,
logos, etc.) shall be permitted on the respective Commodities if such advertising or
identification is a Manufacturer’s standard on the specific Commodity. The Department, in
its sole discretion, shall determine what is Contractor or Dealer advertising or identification,
what is Commodity Manufacturer’s advertising or identification, and what advertising or
identification is acceptable. The Contractor shall be responsible for removing, without
damage, all unacceptable advertising or identification.
The Contractor may engage Dealers in accordance with the terms herein to provide sales
and support for the awarded Commodities offered under this Contract. In the event the
Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring
that the Dealer complies with the terms of this Contract. In the event the Dealers fail to
comply with the terms of this Contract, the Contractor shall remain fully liable. The
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 4 of 16
Contractor shall ensure that Dealers remain current with the Contractor’s authorized
Commodities and MSRP List. The Contractor shall remain responsible for receiving
purchase orders and shall remain responsible for invoicing the Customer for payment. All
invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers
until receiving express authorization from the Department. Information regarding the
Contractor’s addition of Dealers can be found at the following link:
https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/s
ubcontractor_dealer_reseller_forms.
3.2 Federal and State Standards
It is the intent of the Department 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 being provided. This includes, but is not
limited to: Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and
Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and
State of Florida laws, requirements, and regulations that apply to the type and class of
Commodities being provided. In addition, the Contractor is responsible for complying with
any applicable federal or State legislation that becomes effective during the term of the
Contract upon the legislation’s effectiveness. The Contractor shall meet or exceed any such
requirements of the laws and regulations. If an apparent conflict exists, the Contractor,
regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract
Manager immediately.
3.3 Testing
Samples of delivered Commodities may be selected at random by Customers or Department
and tested for compliance with the requirements, specifications, terms, and conditions.
3.4 Warranty
The Manufacturer’s standard warranty shall cover all Commodities of the Contract. The
Manufacturer’s standard warranty is required to provide coverage against defective material,
workmanship, and failure to perform in accordance with the specifications and required
performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or
exceed the most inclusive of those normally provided for the Commodities specified herein
that are sold to any federal, state, or local governments. The Manufacturer’s standard
warranty shall have a minimum term of one year from the Customer’s acceptance, as
specified in the ‘Acceptance’ section, and shall begin only at the time of acceptance by the
Customer.
Should the Manufacturer’s standard warranty conflict with any requirements, specifications,
terms, or conditions of the Contract, then the Contract requirements, specifications, terms,
and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are
not part of the Contract requirements, specifications, terms, and conditions.
3.5 Commodities Recall
In the event there is a recall of any of the Commodities, any of its components, or any parts
incorporating the equipment ("Recalled Equipment"), the Contractor shall provide reasonable
assistance to the Department in developing a recall strategy and shall cooperate with the
Department and the Customers in monitoring the recall operation and in preparing such
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 5 of 16
reports as may be required. Each Contractor shall, at the request of the Department or any
Customer, give the Department and each Customer all reasonable assistance in locating and
recovering any equipment or Recalled Equipment. Each Contractor shall immediately notify
and provide copies to the Department of any communications, whether relating to recalls or
otherwise, with any Customer. The Contractor shall ensure defective Recalled Equipment
are rectified, replaced and/or destroyed in compliance with all applicable laws, rules or
regulations and the Department's reasonable instructions. All Contractor efforts relating to
Recalled Equipment shall be at Contractor’s own expense.
3.6 Commodity Compliance and Compatibility
It is the Contractor’s responsibility to ensure that the Commodities supplied are compliant
with the Contract requirements, specifications, terms, and conditions. Additionally, the
Contractor shall ensure that all Commodities ordered by the Customer are fully compatible
with each other and with any associated pre-existing Commodity possessed by the
Customer and disclosed to the Contractor by the Customer. The Contractor’s acceptance
of the Customer’s order shall indicate that the Contractor agrees to deliver a Commodity
that is fully compliant and compatible with the Customer’s order requirements,
specifications, terms, and conditions.
In the event any ordered Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components are found by the Customer to be missing, incorrect, defective, damaged, non-
compatible, or non-compliant, the Contractor shall, at the Customer’s discretion, be
required to complete one of the following:
• Install or repair the Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s), and their respective features, equipment, and
components;
• Replace the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies),
and Implement(s); and their respective features, equipment, and components;
• Refund the purchase price of the Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components to the Customer.
Any changes necessary after the delivery of the Customer’s order that are required to bring
a Commodity into compliance or compatibility due to an incorrect order fulfillment by the
Contractor shall be accomplished at the Contractor’s expense.
3.7 Commodities Title and Registration
Agriculture and Lawn Equipment delivered under the Contract shall be titled and registered
by the Contractor in accordance with Florida law, including Chapters 319 and 320, Florida
Statutes. The Contractor shall send any necessary form(s) that shall be signed by an
authorized representative of the Customer with the awarded Commodity upon delivery, and
the Contractor shall obtain any necessary signatures and complete the titling and registration
process for the Customer in a timely manner.
In the event the Customer is permitted by law or policy to obtain title and registration
independent of the Contractor, and chooses to obtain title and registration independent of
the Contractor, the Customer will notify the Contractor in writing of this decision no later than
three Business Days following receipt of the Acknowledgement of Order form. However, the
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 6 of 16
Customer shall then be obligated to title and register the awarded Commodity and the
Contractor shall provide any documents necessary for the Customer to do so.
Customers may elect to transfer an existing license plate or may choose to obtain a new
license plate.
• Transferring an existing license plate is the standard default order type and does not
require specific notation on the Purchase Order. All related fees associated with
transferring an existing license plate are included in the Base Equipment Net Price
a) When obtaining a new license plate, the Customer should include a notation
on the Customer Order and an additional amount to cover the cost of a new
license plate. The Contractor is not required to obtain a new license plate for
the Customer unless there is a notation and a new license plate fee is
included on the Customer Order. All related fees except for the new license
plate cost are included in the Base Equipment Net Price. The Customer’s
order notation for a new license plate shall include the request for a new
license plate, the type of license plate required, and a contact person’s name,
title, and telephone number.
b) The Contractor may obtain special plates such as “State”, “County”, or “City” from
most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall
be obtained from the Department of Highway Safety and Motor Vehicles, Division of
Motor Vehicles, in Tallahassee, Florida.
3.8 Transportation and Delivery
Transportation and Delivery shall be FOB Destination to any point statewide as follows:
1. Customers shall be notified within two Business Days when Commodities are not
in stock or unavailable from the Manufacturer at the time of order. Commodities
must be delivered within 180 Calendar Days after receipt of order, unless
otherwise agreed to by the Customer. As soon as Commodities are back in stock,
the Commodities must be delivered within 14 Calendar Days to the Customer. For
any delivery not made within the 180 and 14 Calendar Days’ timeframes, the
Department’s Contract Manager must be notified and given a copy of the
Customer’s order. The Contractor must provide the Department’s Contract
Manager any requested information and timeframe for completion of the order.
2. Commodities in stock must be delivered within 14 Calendar Days after receipt of order
or the receipt of the Commodities from the Manufacturer, with one exception –
Commodities requiring post-Manufacturer or Dealer installed OEM or Non-OEM
Options, Parts, Accessories, and Implements shall be delivered within 30 Calendar
Days after receipt of the Commodities from the Manufacturer(s).
Delivery of the awarded Commodity is defined as receipt of the Commodity at the
Customer’s place of business or designated location. Delivery does not constitute the
Customer’s acceptance. The Contractor shall give the Customer a minimum of one
Business Day notice prior to delivery. Commodities shall be delivered as stipulated by the
Customer.
The Contractor shall deliver Commodities by either private or common carrier transport.
Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity
three road miles or less, the self-propelled, street-legal Commodity may be driven to the
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 7 of 16
delivery location at Contractor’s sole risk and expense. The Contractor shall comply with the
Manufacturer’s break-in requirements and all applicable traffic laws.
All self-propelled, operator-occupied Commodities delivered by the Contractor to the
Customer shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel
gauge at the time of delivery. At the Customer’s option, Commodities with less than one-
quarter (1/4) tank of fuel at delivery may be rejected or a $3.00 per gallon or gallon
equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from
the invoice and payment.
The Contractor shall perform the standard Manufacturer’s pre-delivery inspection and is
responsible for delivering a Commodity that is properly serviced, clean, and in first class
operating condition. The Contractor is required to perform the following, at a minimum, as
part of its pre-delivery service:
1. Completely lubricate operating chassis, engine, and mechanisms with
Manufacturer’s recommended grades of lubricants;
2. Check and fill all fluid levels to ensure proper fill;
3. Adjust engine(s) to proper operating condition(s);
4. Inflate tires to proper pressure;
5. Ensure proper operation of all accessories, gauges, lights, and mechanical and
hydraulic features;
6. Clean equipment, if necessary, and remove all unnecessary and prohibited tags, stickers,
papers, etc.;
7. Ensure that the awarded Commodity is completely assembled (unless otherwise noted
in the following sub-section) including Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components and OEM Options, Parts, Accessories, and Implements, are
thoroughly tested and ready for immediate operation upon delivery; and
8. Where applicable, ensure that the product is packaged in a manner which ensures safe
delivery to the destination. Packaging shall comply with all federal, state, and local laws
including but not limited to the requirements of section 403.7191, Florida Statutes. The
Contractor shall mark each package to include the name of the Contractor, the State Term
Contract number, the purchase or Customer Order number, and a brief description of the
contents.
The Contractor shall deliver all Commodities with each of the following completed
documents:
1. Copy of the Manufacturer’s pre-delivery inspection form, which meets or
exceeds the requirement herein;
2. Copy of the ordering Customer’s order;
3. Copy of the applicable Manufacturer specification(s);
4. Copy of the Manufacturer’s invoice(s) (prices may be deleted or obscured) for
each Commodity, including individual Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective
features, equipment, and components and OEM Options, Parts, Accessories,
and Implements in the shipment;
5. Manufacturer’s window sticker(s), if applicable;
6. Manufacturer’s ‘certificate of origin’, if applicable;
7. Manufacturer’s ‘operator manual’, and (if not included in the operator manual) one (1)
each of the Manufacturer’s lubrication and maintenance instructions;
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 8 of 16
8. Copy of the Manufacturer’s standard warranty certifications;
9. Sales tax exemption form, if applicable;
10. Temporary tag and twenty (20) day extension tag, if applicable; and
11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable.
Deliveries that do not include the above applicable forms and documents, or that have forms
that have been altered, or are not properly completed, may be refused. Repeated failures by
the Contractor to include the above properly completed forms and publications, or that have
submitted altered forms, to the ordering Customers may be cause for default proceedings
and/or Contract termination.
These Transportation and Delivery requirements, terms, and conditions also apply to
the re-delivery of a Commodity that was previously rejected upon initial delivery.
3.9 Price Quote Form
For all Customer orders, the Contractor shall complete and submit a Price Quote Form
(PQF) (Attachment 3) to the Customer for the requested Commodities. All Commodities shall
be itemized on the PQF and include applicable brand, model, and pricing information. The
price quoted for Commodities shall not exceed the current Contract’s Net Price to
Customers. The PQF shall be completed by the Contractor and returned to the Customer
within two Business Days of the Contractor’s receipt of the Customer’s request for a quote.
Customers are encouraged to seek more than one quote from the identified awarded
Contractors, where available. Customers may negotiate with the Contractor to establish a
lower price through a greater discount percentage off MSRP.
3.10 Acknowledgement of Order Form
For each order, the Contractor shall provide the ordering Customer with a fully completed
Acknowledgement of Order Form (Attachment 4) within five Business Days of receiving the
Customer’s order. The Contractor must use the Acknowledgment of Order Form and must
not make any alterations. Failure to timely provide the Customer with the Acknowledgement
of Order Form shall be deemed acceptance of the order, which, if necessary, shall require
the Contractor to provide the newest model of the Commodity which meets the prices,
discounts, requirements, specifications, terms, and conditions herein.
When the Contractor receives an order and does not have the ordered Commodities in stock
and cannot deliver the Commodities to the Customer within 14 calendar days, the Contractor
shall notify the ordering Customer on the Acknowledgement of Order Form. When providing
the Acknowledgment of Order Form the Contractor shall provide the Customer with the
Manufacturer’s order confirmation information and estimated delivery date.
Submission of the Acknowledgement of Order Form is the responsibility of the Contractor
without prompting or notification by the Contract Manager or Customer. Repeated failures
by the Contractor to timely submit completed Acknowledgement of Order Forms to
the ordering Customers may be cause for default proceedings and Contract
termination.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 9 of 16
3.11 Acceptance
The Customer, within three Business Days of delivery, will inspect the Commodity received
for acceptability. The Customer should compare the physical Commodity delivered; contract
prices, discounts, requirements, specifications, terms, and conditions; Customer order; and
Manufacturer’s Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity
received meets or exceeds the requirements, specifications, terms, and conditions of the
Contract and Customer order. Additionally, the Customer should inspect the Commodity for
any damage. The Contractor is obligated to correct any errors or damage. Failure by the
Customer to discover an error or damage in the Commodity shall not relieve the Contractor
from its obligation to correct the error or damage in the event it is found any time after the
Commodity is delivered.
The Parties agree that inspection and acceptance shall be the Customer’s responsibility and
occur at the location of the Customer. Title and risk of loss or damage to all Commodities
shall be the responsibility of the Contractor until accepted by the Customer. The Contractor
shall be responsible for filing, processing, and collecting all damage claims. The Customer
shall assist the Contractor by:
• Recording any evidence of visible damage on all copies of the delivering carrier’s bill of
lading;
• Reporting any known visible and concealed damage to the carrier and the Contractor;
• Confirming said reports in writing within fifteen Business Days of delivery, requesting
that the carrier inspect the damaged merchandise; and
• Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection
report.
Transportation and delivery of the Commodity does not constitute acceptance for the
purpose of payment. Acceptance and authorization of payment shall be given by the
Customer only after a thorough inspection indicates that the Commodity is undamaged and
meets the Contract requirements, specifications, terms, and conditions. Should the
delivered Commodity be damaged or differ in any respect from the Contract requirements,
specifications, terms, and conditions, payment shall be withheld until such time as the
Contractor completes the required, Customer-approved, corrective action.
Should the Commodity require service or adjustments as part of the Customer-approved
corrective action(s), the Contractor shall either remedy the defect or be responsible for
reimbursing the Manufacturer’s local service Dealer or others selected by the Customer to
remedy the defect. The Contractor shall initiate such required service or adjustments within
two Business Days following notification by the Customer. The Commodity shall not be
accepted until all service or adjustments are satisfactory and the Commodity is re-delivered
in acceptable condition. The costs of any transportation and delivery required as part of the
initial or any re-deliveries due to error or damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve
with the Contractor. The Department and Customer shall develop a corrective action plan
related to the Contract deviation, which may include the Customer’s permanent refusal to
accept the Commodity, in which case the Commodity shall remain the property of the
Contractor, and the Customer and the State shall not be liable for payment for any portion
thereof.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 10 of 16
3.12 Installation
When installation is required, the Contractor shall be responsible for placing and installing the
Commodities or parts in the required locations at no additional charge. All materials used in
the installation shall be of good quality and shall be free of defects that would diminish the
appearance of the Commodity or render it structurally or operationally unsound. Installation
includes the furnishing of any equipment, tools, rigging, labor, and materials required to install
or replace the Commodities or parts in the proper location. Contractor shall protect the site
from damage and shall repair damages or injury caused during installation by Contractor or its
employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve
installation, the Contractor shall promptly restore the structure or site to its original condition.
Contractor shall perform installation work so as to cause the least inconvenience and
interference with Customers and with proper consideration of others on site. Upon completion
of the installation, the location and surrounding area of work shall be left clean and in a neat
and unobstructed condition, with everything in satisfactory repair and order.
3.13 Full-Service Repair Facilities
The Contractor agrees to maintain at least one factory-authorized service station or servicing
Dealer within the State of Florida to perform warranty repairs and adjustments throughout the
Contract term. The Contractor shall promptly notify the Department of any changes thereto. The
Contractor shall be responsible for all service performed, regardless of whether the Contractor
or its approved Dealer actually performed the service. Notwithstanding the foregoing, the
Contractor may offer Customers “after warranty” service agreements for the maintenance and
repair of goods after the initial warranty expires. The Contractor shall list this additional service
as a separate item on the invoice.
3.14 Holidays
The Contractor shall provide Customers all Commodities during Business Days. The following
days are observed as holidays by state agencies in accordance with section 110.117, F.S.:
• New Year’s Day
• Birthday of Martin Luther King, Jr., third Monday in January
• Memorial Day
• Independence Day
• Labor Day
• Veterans’ Day, November 11
• Thanksgiving Day
• Friday after Thanksgiving
• Christmas Day
If any of these holidays falls on Saturday, the preceding Friday shall be observed as a holiday. If
any of these holidays falls on Sunday, the following Monday shall be observed as a holiday.
Customers may have additional holiday(s) observed specifically by the Customer which will be
detailed in the Customer’s order.
3.15 Purchasing Card
The State has implemented a purchasing card program using the Visa platform. The
Contractor may receive payments via the state’s Purchasing Card in the same manner as any
other Visa purchases. Purchasing Card acceptance for purchase is a mandatory requirement
for the Contract but is not the exclusive method of payment. If the State changes its
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 11 of 16
Purchasing Card platform during the term of Contract, the Contractor shall make any
necessary changes to accommodate the State ‘s new Purchasing Card platform within 30
calendar days of notification of such change.
3.16 Punchout Catalog and Electronic Invoicing
The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog
provides an alternative mechanism for suppliers to offer the State access to Products awarded
under the Contract. The punchout catalog also allows for direct communication between the
MFMP eProcurement System and a supplier’s Enterprise Resource Planning (ERP) system,
which can reflect real-time Product inventory/availability information.
Through utilization of the punchout catalog model, a Florida buyer will “punch out” to a
supplier’s website. Using the search tools on the supplier’s Florida punchout catalog site, the
user selects the desired Products. When complete, the user exits the supplier’s punchout
catalog site and the shopping cart (full of Products) is “brought back” to MFMP. No orders are
sent to a supplier when the user exits the supplier’s punchout catalog site. Instead, the chosen
Products are “brought back” to MFMP as line items in a purchase order. The user can then
proceed through the normal workflow steps, which may include adding/editing the Products
(i.e., line items) in the purchase order. An order is not submitted to a supplier until the user
approves and submits the purchase order, at which point the supplier receives an email with
the order details.
The Contractor may supply electronic invoices in lieu of paper-based invoices for those
transactions processed through MFMP. Electronic invoices may be submitted to the agency
through one of the mechanisms as listed below:
1) EDI (Electronic Data Interchange)
This standard establishes the data contents of the Invoice Transaction Set (810) for
use within the context of an Electronic Data Interchange (EDI) environment. This
transaction set can be used for invoicing via the Ariba Network (AN) for catalog and
non-catalog goods and services.
2) PO Flip via AN
This online process allows Contractors to submit invoices via the AN for catalog and
non-catalog goods and services. Contractors have the ability to create an invoice
directly from their inbox in their AN account by simply "flipping" the PO into an
invoice. This option does not require any special software or technical capabilities.
The Contractor warrants and represents that it is authorized and empowered to and hereby
grants the State and the third-party provider of MFMP, a State contractor, the right and license
to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the
Contractor warrants and represents that it is authorized and empowered to and hereby grants
the State and the third-party provider the right and license to reproduce and display within
MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding
designation that identifies the products made available by the Contractor under the Contract.
The Contractor will work with the MFMP management team to obtain specific requirements for
the electronic invoicing if needed.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 12 of 16
3.17 Contract Reporting
The Contractor shall report information on orders received from Customers associated with this
Contract. No revised MSRP lists or price adjustments will be considered for any Contractor who
has outstanding reports, or any other documentation required under this Contract. The Contractor
shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each
month
Quarterly Sales Report State’s Fiscal
Quarter 30 calendar days after close of the period
Diversity Report
(submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
Preferred Pricing Affidavit (in
accordance with section 3.2.2. of
the Special Contract Conditions)
Annual Contract Anniversary Date
3.18 MFMP Transaction Fee Report
The Contractor is required to submit monthly MFMP Transaction Fee Reports in the
Department’s electronic format. Reports are due 15 calendar days after the end of the
reporting period. For information on how to submit Transaction Fee Reports online, please
reference the detailed fee reporting instructions and vendor training presentations available
online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections
under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is
also available from the MFMP Customer Service Desk by email at: VendorHelp@
myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to
6:00 p.m. Eastern Time.
3.19 Quarterly Sales Reports
The Contractor shall submit a quarterly sales report electronically, in the required format, to the
Department’s Contract Manager within thirty (30) calendar days after close of each quarter. The
quarterly sales report can be found here: https://www.dms.myflorida.com/business_operations/
state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the
quarterly sales report will result in the imposition of financial consequences and may result in the
Contractor being found in default and the termination of the Contract. Initiation and submission of
the quarterly sales report are the responsibility of the Contractor without prompting or notification
by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during
the period, the Contractor must submit a report stating that there was no activity. If no sales are
recorded in two consecutive quarters, the Contractor may be placed in probationary status or the
Department may terminate the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 13 of 16
Quarter 2 – (October-December) – due 30 calendar days after the close of the period
Quarter 3 – (January-March) – due 30 calendar days after the close of the period
Quarter 4 – (April-June) due 30 calendar days after the close of the period
3.20 Diversity Report
The Contractor shall report to each Customer, spend with certified and other minority business
enterprises. These reports shall include the period covered, the name, minority code and Federal
Employer Identification Number of each minority business utilized during the period, Commodities
provided by the minority business enterprise, and the amount paid to each minority business on
behalf of each purchasing agency ordering under the terms of this Contract.
3.21 Ad Hoc Reports
The Department or Customer may require additional Contract information such as copies of
purchase orders or ad hoc sales reports. The Contractor shall submit information in response to
these specific ad hoc requests for reports within the specified amount of time as requested by
the Department or Customer.
3.22 Business Review Meetings
In order to maintain the relationship between the Department and the Contractor, each
quarter the Department may request a business review meeting. The business review
meeting may include, but is not limited to, the following:
• Successful completion of deliverables
• Review of the Contractor’s performance
• Review of minimum required reports
• Addressing of any elevated Customer issues
• Review of continuous improvement ideas that may help lower total costs and/or
improve business efficiencies.
3.23 Financial Consequences
Financial Consequences will be assessed for failure to timely perform or submit a report as
required by the Contract and shall be paid via check or money order in US Dollars, and made out
to the Department of Management Services or the specific Customer, where applicable. Financial
Consequences will be assessed daily for each individual failure until the performance or submittal
is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the
submissions of reports, financial consequences will apply to each target period beginning with the
first full month or quarter of the Contract’s performance and each month and quarter thereafter.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 14 of 16
The Department and Customers reserve the right to, in addition to withholding payment,
implementing other appropriate remedies, such as Contract termination or non-renewal.
3.24 MSRP List and Product Adjustments
The Contractor shall submit a complete MSRP List that includes all Commodities (i.e. Base
Equipment; OEM Options, Parts, Accessories, and Implements; and Non-OEM Options, Parts,
Accessories, and Implements) for each Manufacturer/ Brand Name and Sub-Group (or Group, for
Groups that do not include Sub-Groups) for which the Contractor received an award; the
Commodities listed on the MSRP must match the Commodities listed on the price sheet. The
MSRP List is subject to the Department’s approval. The MSRP List shall include the following for
each Commodity: The Manufacturer/Brand Model Number, the Manufacturer/Brand Item
Description, and the MSRP. The Contractor shall include a cover page, which shall provide the
applicable Group, Sub-Group (for Groups that include Sub-Groups), Manufacturer/Brand Name,
and MSRP List date. The Department shall be the final arbiter of MSRPs if an MSRP on the
Contractor’s MSRP List differs from the published MSRP. The Contractor shall be responsible for
removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s
MSRP List.
The Contractor may add products to the MSRP List at any time during the life of the Contract by
submitting a complete and revised MSRP List. Products added must be from a
Manufacturer/Brand Name for which the Contractor received an award and fall within the scope
Deliverable Performance Metric
Performan
ce Due
Date
Financial
Consequence for
Non-Performance
Contractor will timely
submit completed
Quarterly Sales Reports
All Quarterly Sales
Reports will be submitted
timely with the required
information
Reports
are due on
or before
the 30th
calendar
day after
the close of
each State
fiscal
quarter
$250 per Calendar
Day late/not received
by the Contract
Manager
Contractor will timely
submit completed MFMP
Transaction Fee Reports
All MFMP Transaction
Fee Reports will be
submitted timely with the
required information
Reports
are due on
or before
the 15th
calendar
day after
the close of
each
month
$100 per Calendar
Day late/not received
by the Contract
Manager
Contractor will provide
accurate Price Quote
Forms to Customers
All Price Quote Forms will
be provided to Customers
with accurate information
Upon
Customer
request
$25 per order
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 15 of 16
of a Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s MSRP List.
The Contractor may update existing product’s MSRPs on the MSRP List to match the MSRPs
published by the Manufacturer no earlier than twelve (12) months after the start date of the
Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP
update. The Contractor may update the existing product’s MSRPs on the MSRP List by
submitting a complete and revised MSRP List for Department review and approval.
Revised MSRP Lists, regardless of whether the Contractor is adding products or updating existing
product’s MSRPs, must be accompanied by a revised price sheet, as described in the ‘Price Sheet
and Price Adjustments’ section of the Scope of Work, as well as a list of all changes made from
the previously submitted version of the MSRP List.
3.25 Price Sheet and Price Adjustments
The Contractor shall submit a complete price sheet to include the following Commodities (i.e.
Base Equipment and OEM Options, Parts, Accessories) for each Brand/Manufacturer and Sub-
Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received
an award; the Commodities listed on the price sheet must match the Commodities listed on the
MSRP List. The price sheet is subject to the Department’s approval. The price sheet shall be
provided in Excel format and include a separate tab for each Sub-Group (or Group, for Groups
that do not include Sub-Groups). Each tab shall include, at minimum, the following information
for each Commodity offered under that Sub-Group (or Group, for Groups that do not include Sub-
Groups):
• Manufacturer/Brand Name (as shown on the Product Group Discount Sheet);
• Commodity Type (i.e. Base Equipment and OEM Option, Part, Accessory, or
Implement);
• Model number or other identifier that Customers can use to locate the Commodity on the
Brand/Manufacturer’s website;
• Description;
• MSRP (as shown on the current MSRP List);
• Discount (as shown on the Product Group Discount Sheet for the Commodity type, as
submitted in the Bid); and
• Net Price to the Customer.
The Contractor may add products to the price sheet at any time during the life of the Contract by
submitting a complete and revised price sheet. Products added must be from a Brand/
Manufacturer Name for which the Contractor received an award and fall within the scope of a
Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s price sheet.
The Contractor may update the MSRPs and Net Prices to the Customer on the price sheet to
match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the
start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of
the previous MSRP update. The Contractor may update the MSRPs and Net Prices to the
Customer on the price sheet by submitting a complete and revised price sheet.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
Page 16 of 16
Revised price sheets, regardless of whether the Contractor is adding products or updating the
MSRPs and Net Prices to the Customer, must be accompanied by a revised MSRP List, as
described in the ‘MSRP List and Product Adjustments’ section, as well as a list of all changes
made from the previously submitted version of the price sheet.
3.26 E-Verify
The following replaces section 13.2 of Attachment 1:
The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this
Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for
all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in
accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such
affidavit for the duration of the Contract. In order to implement this provision, the Vendor shall
provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager
within five days of Contract execution.
This section serves as notice to the Contractor regarding the requirements of section
448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to
terminate the Contract if it has a good faith belief that the Contractor has knowingly violated
section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for
award of a public contract for at least one year after the date of such termination. The
Department reserves the right to order the immediate termination of any contract between
the Contractor and a subcontractor performing work on its behalf should the Department
develop a good faith belief that the subcontractor has knowingly violated section 448.095(1),
F.S.
DocuSign Envelope ID: 25D680E7-2C87-406F-9F00-FF0149CC0FF5DocuSign Envelope ID: 17ABA6A8-AF6D-4961-A04E-8114678076AB
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Rick Croft Enterprises, Inc. d/b/a Texas Trailers Sales and Service (“Contractor”), with its principal place of business located at 5601 NW 13TH St., Gainesville, FL 32653, collectively referred to herein as the
“Parties.” WHEREAS the Parties entered into the Contract which became effective on January 7, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet
DocuSign Envelope ID: 4888F74F-7B12-4FDF-A718-96793967AB1A
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
f) Attachment 9, Additional Special Contract Conditions g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly
authorized to do so and to bind the respective party.
V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the
Contract, the terms of this Amendment shall control.
VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in
the Contract shall continue in full force and effect. This Amendment is effective when signed by
both Parties.
IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services
Contractor: Rick Croft Enterprises, Inc. d/b/a Texas Trailers Sales and Service By: _____________________________
By: _____________________________
Name: Tom Berger Name: Rick Croft Title: Deputy Secretary of Business Operations
Title: Contract Administrator
Date: Date:
DocuSign Envelope ID: 4888F74F-7B12-4FDF-A718-96793967AB1A
9/26/2023 | 5:18 PM EDT9/27/2023 | 9:29 AM EDT
1
ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item
DocuSign Envelope ID: 4888F74F-7B12-4FDF-A718-96793967AB1A
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and
payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility.
DocuSign Envelope ID: 4888F74F-7B12-4FDF-A718-96793967AB1A
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The
Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
DocuSign Envelope ID: 4888F74F-7B12-4FDF-A718-96793967AB1A
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
(b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b)
DocuSign Envelope ID: 4888F74F-7B12-4FDF-A718-96793967AB1A
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: 4888F74F-7B12-4FDF-A718-96793967AB1A
State Term Contract
No. 25101900-21-STC
Agriculture and Lawn Equipment
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services (Department),
an agency of the State of Florida, and Jeffrey-Allen, Inc. (Contractor), collectively referred to
herein as the “Parties.”
Accordingly, the Parties agree as follows:
I. Initial Contract Term.
The Initial Contract Term shall be for three (3) years. The Initial Contract Term shall begin on
January 1, 2021, or on the last date it is signed by all Parties, whichever is later. The Contract
shall expire on December 31, 2023, unless terminated earlier in accordance with the Special
Contract Conditions.
II. Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, for
a Renewal Term not to exceed the Initial Contract Term, pursuant to the incorporated Special
Contract Conditions.
III. Contract.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Attachments, which set forth
the entire understanding of the Parties and supersedes all prior agreements. All modifications
to this Contract must be in writing and signed by all Parties.
All Attachments listed below are incorporated in their entirety into, and form part of, this
Contract. The Contract Attachments shall have priority in the order listed:
a) Attachment 2, Scope of Work
b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment
C) from ITB No. 20-25101900-ITB)
c) Attachment 8, Contractor’s Submitted MSRP List
d) Attachment 5, Preferred Pricing Affidavit
e) Attachment 6, Contractor’s Submitted Price Sheet
f) Attachment 1, Special Contract Conditions
g) Attachment 3, Price Quote Form
h) Attachment 4, Acknowledgement of Order
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 2 of 2
IV. Contract Management.
Department’s Contract Manager:
Shaveon Nelson
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 370.1X
Tallahassee, Florida 32399-0950
Telephone: (850) 922-1214
Email: Shaveon.Nelson@dms.fl.gov
Contractor’s Contract Manager:
Ben Sverdlow
Jeffrey-Allen, Inc.
4401 N US Hwy 301
Tampa, FL 33610
Telephone: (800) 282-6256 Ext. 7024
Email: statecontract@jeffreyalleninc.com
IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the
incorporated Attachments, to be executed by their undersigned officials as duly authorized. This
Contract is not valid and binding until signed and dated by the Parties.
Jeffrey-Allen, Inc. STATE OF FLORIDA,
DEPARTMENT OF
MANAGEMENT SERVICES
_____________________________ _______________________________
[Name] Tami Fillyaw, Chief of Staff
_____________________________ _______________________________
Date: Date:
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493
12/23/2020 | 6:24 PM EST
Ben Sverdlow
DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
12/28/2020 | 4:47 PM EST
SP approved version 7‐1‐2019 1
ATTACHMENT 1
SPECIAL CONTRACT CONDITIONS
JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included
herein by reference but is superseded in its entirety by these Special
Contract Conditions.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida
Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer.
The agency or eligible user that purchases commodities or contractual services pursuant
to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term.
The initial term will begin on the date set forth in the Contract documents or on the date
the Contract is signed by all Parties, whichever is later.
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in
whole or in part only as set forth in the Contract documents, and in accordance with
section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work.
The Department may, at its sole discretion, suspend any or all activities under the
Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the
best interest of the Customer to do so. The Department or Customer will provide the
Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the
performance of the Contract or purchase order. Suspension of work will not entitle the
Contractor to any additional compensation. The Contractor will not resume performance
of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience.
The Contract may be terminated by the Department in whole or in part at any time, in the
best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for
which costs can be substantiated. Such payment, however, may not exceed an amount
which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be
turned over promptly by the Contractor.
2.3.3 Termination for Cause.
If the performance of the Contractor is not in compliance with the Contract requirements
or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;
(b) notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or
(c) take other action deemed appropriate by the Department.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing.
The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases.
The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery
of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this
Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing
offered under comparable contracts. Comparable contracts are those that are similar in
size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must
annually submit an affidavit from the Contractor’s authorized representative attesting that
the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales
promotions involving price reductions for a specified lesser period. The Contractor must
submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices
compared to then-authorized prices.
3.3 Payment Invoicing.
The Contractor will be paid upon submission of invoices to the Customer after delivery
and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and
the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order.
A Customer may use purchase orders to buy commodities or contractual services
pursuant to the Contract and, if applicable, the Contractor must provide commodities or
contractual services pursuant to purchase orders. Purchase orders issued pursuant to
the Contract must be received by the Contractor no later than the close of business on
the last day of the Contract’s term. The Contractor is required to accept timely purchase
orders specifying delivery schedules that extend beyond the Contract term even when
such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms
and conditions of the Contract shall survive the termination or expiration of the Contract
and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months.
Any purchase order terms and conditions conflicting with these Special Contract
Conditions shall not become a part of the Contract.
3.5 Travel.
Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation.
Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess
of one fiscal year, the State of Florida’s performance and obligation to pay under the
Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section
287.057(22), F.S. All payments issued by Customers to registered Vendors for
purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law.
Vendors must pay the Transaction Fees and agree to automatic deduction of the
Transaction Fees when automatic deduction becomes available. Vendors will submit any
monthly reports required pursuant to the rule. All such reports and payments will be
subject to audit. Failure to comply with the payment of the Transaction Fees or reporting
of transactions will constitute grounds for declaring the Vendor in default and subject the
Vendor to exclusion from business with the State of Florida.
3.8 Taxes.
Taxes, customs, and tariffs on commodities or contractual services purchased under the
Contract will not be assessed against the Customer or Department unless authorized by
Florida law.
3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed
pursuant to the terms of the Contract that were disbursed to the Contractor. The
Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or
Customer of the overpayment.
SECTION 4. CONTRACT MANAGEMENT.
4.1 Composition and Priority.
The Contractor agrees to provide commodities or contractual services to the Customer
as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter.
4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract
Manager in a manner identified by the Department.
4.3 Department’s Contract Manager.
The Department’s Contract Manager, who is primarily responsible for the Department’s
oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format:
Department’s Contract Manager Name
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 5
Department’s Name
Department’s Physical Address
Department’s Telephone #
Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the
Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager.
The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s
oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format:
Contractor’s Contract Manager Name
Contractor’s Name
Contractor’s Physical Address
Contractor’s Telephone #
Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the
Department. Such a change does not require an amendment to the Contract.
4.5 Diversity.
4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities
for woman-, veteran-, and minority-owned small business enterprises to participate in
procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and
provides advocacy, outreach, and networking through regional business events. For
additional information, please contact the Office of Supplier Diversity (OSD) at
osdinfo@dms.myflorida.com.
4.5.2 Diversity Reporting.
Upon request, the Contractor will report to the Department its spend with business
enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise
utilized during the period, commodities and contractual services provided by the
business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract.
4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following
statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE
SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413,
FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME
PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it
offers is available at https://www.respectofflorida.org.
4.7 PRIDE.
Subject to the agency determination provided for in sections 287.042(1) and 946.515,
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S.,
IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN
SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE
PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS
OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED.
Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org.
SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of
federal, state, and local agencies having jurisdiction and authority. For example, the
Contractor must comply with section 274A of the Immigration and Nationality Act, the
Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if
applicable, and all prohibitions against discrimination on the basis of race, religion, sex,
creed, national origin, handicap, marital status, or veteran’s status. The provisions of
subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue.
Any dispute concerning performance of the Contract shall be decided by the
Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and
conclusive. Exhaustion of this administrative remedy is an absolute condition precedent
to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties
submit to the jurisdiction of the courts of the State of Florida exclusively for any legal
action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue
privileges and rights it may have under any other statute, rule, or case law, including, but
not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department.
5.3 Department of State Registration.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert
status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity,
or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists.
In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate
who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under
the Contract. The Contractor must notify the Department if it or any of its suppliers,
subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract.
5.5 Scrutinized Companies - Termination by the Department.
The Department may, at its option, terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), F.S., or been
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in
business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its
duty to cooperate with the Inspector General in any investigation, audit, inspection,
review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems
relevant to the Contractor's integrity or responsibility. Such information may include, but
will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such
records for the longer of five years after the expiration of the Contract, or the period
required by the General Records Schedules maintained by the Florida Department of
State, at the Department of State’s Records Management website. The Contractor
agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for
investigations of the Contractor's compliance with the terms of this or any other
agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited
to: salaries of investigators, including overtime; travel and lodging expenses; and expert
witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to
provide goods or services under the Contract.
SECTION 6. MISCELLANEOUS.
6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written
consent of the Department. The Contractor is fully responsible for satisfactory
completion of all its subcontracted work. The Department supports diversity in its
procurements and contracts, and requests that the Contractor offer subcontracting
opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on
certified small business enterprises available for subcontracting opportunities.
6.2 Assignment.
The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the
Contractor may waive its right to receive payment and assign same upon notice to the
Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the
Department. The Department may assign the Contract with prior written notice to the
Contractor.
6.3 Independent Contractor.
The Contractor and its employees, agents, representatives, and subcontractors are
independent contractors and not employees or agents of the State of Florida and are not
entitled to State of Florida benefits. The Department and Customer will not be bound by
any acts or conduct of the Contractor or its employees, agents, representatives, or
subcontractors. The Contractor agrees to include this provision in all its subcontracts
under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss.
Matters of inspection and acceptance are addressed in section 215.422, F.S. Until
acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the
Contractor with damage claims, the Customer will: record any evidence of visible
damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of
lading and damage inspection report.
6.4.2 Rejected Commodities.
When a Customer rejects a commodity, Contractor will remove the commodity from the
premises within ten (10) calendar days after notification of rejection, and the risk of loss
will remain with the Contractor. Commodities not removed by the Contractor within ten
(10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer
for costs and expenses incurred in storing or effecting removal or disposition of rejected
commodities.
6.5 Safety Standards.
Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State
of Florida and federal requirements.
6.6 Ombudsman.
A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this office are found in section 215.422, F.S., which include
disseminating information relative to prompt payment and assisting contractors in
receiving their payments in a timely manner from a Customer. The Vendor Ombudsman
may be contacted at (850) 413-5516.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract.
Each obligation is deemed material, and a breach of any such obligation (including a
breach resulting from untimely performance) is a material breach.
6.8 Waiver.
The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights.
6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and
the Contractor. Should a court determine any provision of the Contract is invalid, the
remaining provisions will not be affected, and the rights and obligations of the Parties will
be construed and enforced as if the Contract did not contain the provision held invalid.
6.10 Cooperative Purchasing.
Pursuant to their own governing laws, and subject to the agreement of the Contractor,
governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent
of the Contract between the Department and the Contractor, and the Department is not a
party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance.
The Contractor shall maintain workers’ compensation insurance as required under the
Florida Workers’ Compensation Law or the workers’ compensation law of another
jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected.
7.2 General Liability Insurance.
The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and
completed operations. This insurance must provide coverage for all claims that may
arise from performance of the Contract or completed operations, whether by the
Contractor or anyone directly or indirectly employed by the Contractor. Such insurance
must include the State of Florida as an additional insured for the entire length of the
resulting contract. The Contractor is responsible for determining the minimum limits of
liability necessary to provide reasonable financial protections to the Contractor and the
State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond.
Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless
from all fines, claims, assessments, suits, judgments, or damages, including
consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark,
copyright, patent, trade secret, or intellectual property right or out of any acts, actions,
breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any
determination arising out of or related to the Contract that the Contractor or Contractor’s
employees, agents, subcontractors, assignees, or delegates are not independent
contractors in relation to the Customer. The Contract does not constitute a waiver of
sovereign immunity or consent by the Customer or the State of Florida or its subdivisions
to suit by third parties. Without limiting this indemnification, the Customer may provide
the Contractor (1) written notice of any action or threatened action, (2) the opportunity to
take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense.
7.6 Limitation of Liability.
Unless otherwise specifically enumerated in the Contract or in the purchase order,
neither the Department nor the Customer shall be liable for special, indirect, punitive, or
consequential damages, including lost data or records (unless the Contract or purchase
order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department
nor the Customer shall be liable for lost profits, lost revenue, or lost institutional
operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies
from amounts due Contractor as may be necessary to satisfy any claim for damages,
penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any
payments due the Contractor under any contract with the State.
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT,
AND INTELLECTUAL PROPERTY.
8.1 Public Records.
8.1.1 Termination of Contract.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with
this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor
acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following
applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL
ADDRESS, AND MAILING ADDRESS PROVIDED IN THE
RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor
acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor
shall:
(a) Keep and maintain public records required by the public agency to perform the
service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not
transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency’s custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
8.2 Protection of Trade Secrets or Otherwise Confidential Information.
8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information.
If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the
Contractor must clearly designate that portion of the materials as trade secret or
otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related
materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests.
If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the
Contractor will be responsible for taking the appropriate legal action in response to the
request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will
provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials.
The Contractor will protect, defend, indemnify, and hold harmless the Department for
claims, costs, fines, and attorney’s fees arising from or relating to its designation of
materials as trade secret or otherwise confidential.
8.3 Document Management.
The Contractor must retain sufficient documentation to substantiate claims for payment
under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related
to the Contract for five (5) years after expiration of the Contract or, if longer, the period
required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website.
8.4 Intellectual Property.
8.4.1 Ownership.
Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection
with the Contract.
8.4.2 Patentable Inventions or Discoveries.
Any inventions or discoveries developed in the course, or as a result, of services in
connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the
sole property of the State of Florida. Contractor must inform the Customer of any
inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a
determination on whether patent protection will be sought. The State of Florida will be
the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract.
8.4.3 Copyrightable Works.
Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights
created or developed through performance of the Contract are owned solely by the State
of Florida.
SECTION 9. DATA SECURITY.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited
to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform
any of the services from outside of the United States, and the Contractor will not allow
any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach
involving State of Florida data, the Contractor shall give notice to the Customer and the
Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of
data. Once a data breach has been contained, the Contractor must provide the
Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to
enlist a third party to audit Contractor’s findings and produce an independent report, and
the Contractor will fully cooperate with the third party. The Contractor will also comply
with all HIPAA requirements and any other state and federal rules and regulations
regarding security of information.
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities.
The Contractor will not, in connection with this Contract, directly or indirectly (1) offer,
give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise
of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to
anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee.
10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used
for the purpose of lobbying the Legislature, the judicial branch, or the Department.
Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from
lobbying the executive or legislative branch concerning the scope of services,
performance, term, or compensation regarding the Contract after the Contract is
executed and during the Contract term.
10.3 Communications.
10.3.1 Contractor Communication or Disclosure.
The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or
otherwise disclose or permit to be disclosed any of the data or other information
obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent.
10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its
employees for the Contractor’s promotions, press releases, publicity releases,
marketing, corporate communications, or other similar communications, without first
notifying the Customer’s Contract Manager and securing the Customer’s prior written
consent.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards.
The Contractor agrees to perform all tasks and provide deliverables as set forth in the
Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details
thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance.
11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if
the Department or Customer determines that there is a performance deficiency that
requires correction by the Contractor, then the Department or Customer will notify the
Contractor. The correction must be made within a time-frame specified by the
Department or Customer. The Contractor must provide the Department or Customer with
a corrective action plan describing how the Contractor will address all performance
deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure.
If the corrective action plan is unacceptable to the Department or Customer, or
implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will
be withheld until the Contractor resolves the performance deficiencies. If the
performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance
deficiencies, the retained amount will be forfeited to compensate the Department or
Customer for the performance deficiencies.
11.3 Performance Delay.
11.3.1 Notification.
The Contractor will promptly notify the Department or Customer upon becoming aware
of any circumstances that may reasonably be expected to jeopardize the timely and
successful completion (or delivery) of any commodity or contractual service. The
Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor
is taking or will take to do so, and the projected actual completion (or delivery) time. If
the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the
Contractor will promptly so notify the Department and use commercially reasonable
efforts to perform its obligations on time notwithstanding the Department’s delay.
11.3.2 Liquidated Damages.
The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain.
Accordingly, the liquidated damages provisions stated in the Contract documents will
apply. Liquidated damages are not intended to be a penalty and are solely intended to
compensate for damages.
11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if
neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake,
windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism,
civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect
subcontractors or suppliers if no alternate source of supply is available to the Contractor.
The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the
Contractor believes is excusable, the Contractor will notify the Department in writing of
the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the
Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is
not reasonably foreseeable, within five (5) calendar days after the date the Contractor
first had reason to believe that a delay could result. The foregoing will constitute the
Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict
accordance with this paragraph is a condition precedent to such remedy. No claim for
damages will be asserted by the Contractor. The Contractor will not be entitled to an
increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not
limited to costs of acceleration or inefficiency, arising because of delay, disruption,
interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist the Contractor will perform at no increased cost, unless
the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the
Department may (1) accept allocated performance or deliveries from the Contractor,
provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation,
or (2) purchase from other sources (without recourse to and by the Contractor for the
related costs and expenses) to replace all or part of the commodity or contractual
services that are the subject of the delay, which purchases may be deducted from the
Contract quantity, or (3) terminate the Contract in whole or in part.
SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits
of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and
records that directly relate to the Contract. To the extent necessary to verify the
Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor,
pertaining to the Contract, may be inspected by the Department upon fifteen (15)
calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release
statements from its subcontractors, partners, or agents are not required for the
Department or its designee to conduct compliance and performance audits on any of the
Contractor’s contracts relating to this Contract. The Inspector General, in accordance
with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor
General also have authority to perform audits and inspections.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance
with section 8.3 of these Special Contract Conditions. Records of costs incurred will
include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other
records of the Contractor and subcontractors considered necessary by the Department,
the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check.
The Department or Customer may require the Contractor to conduct background checks
of its employees, agents, representatives, and subcontractors as directed by the
Department or Customer. The cost of the background checks will be borne by the
Contractor. The Department or Customer may require the Contractor to exclude the
Contractor’s employees, agents, representatives, or subcontractors based on the
background check results. In addition, the Contractor must ensure that all persons have
a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within
twenty-four (24) hours of all details concerning any reported arrest. Upon the request of
the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract.
13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system
to verify the employment eligibility of all new employees hired during the term of the
Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during
the Contract term. In order to implement this provision, the Contractor must provide a
copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within
five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-
Verify System, it will do so within five (5) calendar days of notice of Contract award and
provide the Contract Manager a copy of its MOU within five (5) calendar days of
Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within
five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify
case number.
13.3 Disqualifying Offenses.
If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere,
regardless of whether adjudication was withheld, within the last six (6) years from the
date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any
position with access to State of Florida data or directly performing services under the
Contract. The disqualifying offenses are as follows:
(a) Computer related crimes;
(b) Information technology crimes;
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;
(d) False pretenses;
(e) Frauds;
(f) Credit card crimes;
(g) Forgery;
(h) Counterfeiting;
(i) Violations involving checks or drafts;
(j) Misuse of medical or personnel records; and
(k) Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records
related to the commodities or contractual services provided pursuant to the Contract and
must comply with all state and federal laws, including, but not limited to sections
381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures
must be consistent with the most recent version of the Department security policies,
protocols, and procedures. The Contractor must also comply with any applicable
professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently
on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List,
or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is
compromised in any manner during the term of the Contract.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 1 of 16
Attachment 2
Scope of Work
1. Purpose
To provide Customers with Agriculture and Lawn Equipment on a statewide basis, pursuant to
the terms set forth in this Scope of Work.
2. Definitions
Accessory(ies) – A part or object used for convenience, attractiveness, safety, etc. to improve
Base Equipment capability which meet the requirements, specifications, terms, and conditions
herein, and may be installed to, uninstalled from, or provided with or separately from the Base
Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable,
and prudent in the industry.
Base Equipment – A Manufacturer’s Base Agriculture and Lawn Equipment without the
inclusion of OEM or Non-OEM Options, Parts, Accessories, and Implements. Base Equipment
may be identified by a combination of the Manufacturer’s name, trade name, brand name, make
name, model name, model number or catalog number.
Business Day – Monday through Friday, inclusive, except for those holidays specified in
section 110.117, F.S., from 8:00 a.m. to 5:00 p.m. at the Customer’s location.
Commodity(ies) – As defined in section 287.012 F.S. Commodities may include Base
Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other
products available through this Contract. Commodities may also be referred to throughout as
“Agriculture and Lawn Equipment”.
Commodity Code – The State’s numeric code for classifying Commodities
which meet specific requirements, specifications, terms, and conditions herein. Florida has
adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying
Commodities.
Contract – The written agreement between the Department and the Contractor.
Contractor – A Vendor that enters a Contract with the Department as a result of the ITB.
Customer – A state agency or eligible user.
Dealer – A Manufacturer’s certified representative who has been authorized by the
Manufacturer to market, sell, provide, and service the Commodities of the Manufacturer that are
responsive to the Contract. Dealers may be Contractor-owned and -controlled (in whole or in
part), or independently owned and controlled.
Department – The Department of Management Services, a State Agency.
Group – A series of Commodities with applicable Commodity Codes which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
Implement(s) – A tool, utensil, or other piece of equipment, especially as used for a particular
purpose or to improve Base Equipment capability which meet the requirements, specifications,
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 2 of 16
terms, and conditions herein, and may be installed to, uninstalled from, or provided with or
separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal,
customary, reasonable, and prudent in the industry.
Manufacturer – The producer or provider of Agriculture and Lawn Equipment which possess
the minimum quality, reliability, service, and value required by the Department and Customers.
May be used interchangeably with Brand Name.
Manufacturer’s Suggested Retail Price (MSRP) – The MSRP represents the Manufacturer’s
recommended retail selling price, list price, published price, or other usual and customary price
that would be paid by the Customer for specific Commodities without the benefit of a Contract
resulting from this solicitation. It must be publicly listed, available, and verifiable by the
Department.
MSRP Credit – The MSRP price of OEM and Non-OEM Options, Parts, Accessory(ies) or
Implements that are deducted from the Base Equipment price paid by the Customer if removed
from the Base Equipment.
MSRP List – The Manufacturer’s Suggested Retail Price List, a collection of MSRPs and
related information broken down by specific Commodities. In the priority listed below, only the
following are acceptable sources of current and revised MSRPs and MSRP Lists for use under
the resulting Contract:
• Manufacturer’s Annual U.S. Price Book,
• Manufacturer’s official website or dealer software; and
• Autodata, Inc. d/b/a Chrome Data’sTM Carbook Pro Fleet Edition.
Net Price – The final price paid by the Customer after applying all MSRP discounts and
MSRP Credits. The Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and components
shall include all charges for the Commodity, including but not limited to packing, handling,
freight, distribution, transportation, startup, pre-delivery, delivery, inspection, installation,
construction, assembly, title, and registration. Additional charges for a Commodity shall not
be charged outside of the Net Price unless expressly provided within the Scope of Work.
Non-OEM – Produced by a manufacturer or party other than the OEM.
Options – Options requested by the Customer specifically for the Agriculture and Lawn Base
Equipment which meet the requirements, specifications, terms, and conditions herein, and
may be installed to, uninstalled from, or provided with or separately from the Base Equipment
by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and
prudent in the industry.
Original Equipment Manufacturer (OEM) – The original Manufacturer of a Commodity.
Parts – Repair or service parts for Base Equipment which meet the requirements,
specifications, terms, and conditions herein, and may be installed to, uninstalled from, or
provided with or separately from the Base Equipment by the Manufacturer or Dealer, as
specified, ordered, legal, customary, reasonable, and prudent in the industry.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 3 of 16
Sub-Group – A specific series of Commodities within a Group which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
State – The State of Florida.
3. Scope of Work
3.1 Commodity Specifications and Standards
All Commodities, including all Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components, shall meet the following minimum requirements:
1. All Commodities shall be designed, constructed, equipped, assembled (except as
specified in the Transportation and Delivery section), and installed to be fully suitable
for their intended use, purpose, and service. The Contractor is not required to install
Parts purchased by the Customer unless specifically agreed to by the Customer and
Contractor;
2. All Commodities shall be new and unused (except as specified in the Transportation
and Delivery section), for the current Manufacturer’s model year or later, of current or
recent production, and of the latest design and construction;
3. All Commodities shall be biodiesel (B-20), compressed natural gas (“CNG”), diesel,
electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or
propane powered.
4. All Commodities shall include all OEM standard features, equipment, and
components, Manufacturer or Dealer installed according to the Manufacturer’s
standard procedures, requirements, and specifications;
5. All Commodities shall be free of damage and / or rust which may affect
appearance or serviceability;
6. All Commodities shall be professionally designed, manufactured, installed, and serviced
pursuant to the industry standard of care;
7. All Commodities shall comply with required state and federal laws, including but not
limited to: motor vehicle, mobile equipment, safety, and environmental laws; and
8. All Commodities shall meet the requirements, specifications, terms, and conditions herein.
Contactor shall ensure that no Contractor or Dealer advertising or identification (name,
logos, etc.) is on the Commodities, including Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features,
equipment, and components. Manufacturer advertising or identification (name, model,
logos, etc.) shall be permitted on the respective Commodities if such advertising or
identification is a Manufacturer’s standard on the specific Commodity. The Department, in
its sole discretion, shall determine what is Contractor or Dealer advertising or identification,
what is Commodity Manufacturer’s advertising or identification, and what advertising or
identification is acceptable. The Contractor shall be responsible for removing, without
damage, all unacceptable advertising or identification.
The Contractor may engage Dealers in accordance with the terms herein to provide sales
and support for the awarded Commodities offered under this Contract. In the event the
Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring
that the Dealer complies with the terms of this Contract. In the event the Dealers fail to
comply with the terms of this Contract, the Contractor shall remain fully liable. The
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 4 of 16
Contractor shall ensure that Dealers remain current with the Contractor’s authorized
Commodities and MSRP List. The Contractor shall remain responsible for receiving
purchase orders and shall remain responsible for invoicing the Customer for payment. All
invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers
until receiving express authorization from the Department. Information regarding the
Contractor’s addition of Dealers can be found at the following link:
https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/s
ubcontractor_dealer_reseller_forms.
3.2 Federal and State Standards
It is the intent of the Department 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 being provided. This includes, but is not
limited to: Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and
Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and
State of Florida laws, requirements, and regulations that apply to the type and class of
Commodities being provided. In addition, the Contractor is responsible for complying with
any applicable federal or State legislation that becomes effective during the term of the
Contract upon the legislation’s effectiveness. The Contractor shall meet or exceed any such
requirements of the laws and regulations. If an apparent conflict exists, the Contractor,
regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract
Manager immediately.
3.3 Testing
Samples of delivered Commodities may be selected at random by Customers or Department
and tested for compliance with the requirements, specifications, terms, and conditions.
3.4 Warranty
The Manufacturer’s standard warranty shall cover all Commodities of the Contract. The
Manufacturer’s standard warranty is required to provide coverage against defective material,
workmanship, and failure to perform in accordance with the specifications and required
performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or
exceed the most inclusive of those normally provided for the Commodities specified herein
that are sold to any federal, state, or local governments. The Manufacturer’s standard
warranty shall have a minimum term of one year from the Customer’s acceptance, as
specified in the ‘Acceptance’ section, and shall begin only at the time of acceptance by the
Customer.
Should the Manufacturer’s standard warranty conflict with any requirements, specifications,
terms, or conditions of the Contract, then the Contract requirements, specifications, terms,
and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are
not part of the Contract requirements, specifications, terms, and conditions.
3.5 Commodities Recall
In the event there is a recall of any of the Commodities, any of its components, or any parts
incorporating the equipment ("Recalled Equipment"), the Contractor shall provide reasonable
assistance to the Department in developing a recall strategy and shall cooperate with the
Department and the Customers in monitoring the recall operation and in preparing such
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 5 of 16
reports as may be required. Each Contractor shall, at the request of the Department or any
Customer, give the Department and each Customer all reasonable assistance in locating and
recovering any equipment or Recalled Equipment. Each Contractor shall immediately notify
and provide copies to the Department of any communications, whether relating to recalls or
otherwise, with any Customer. The Contractor shall ensure defective Recalled Equipment
are rectified, replaced and/or destroyed in compliance with all applicable laws, rules or
regulations and the Department's reasonable instructions. All Contractor efforts relating to
Recalled Equipment shall be at Contractor’s own expense.
3.6 Commodity Compliance and Compatibility
It is the Contractor’s responsibility to ensure that the Commodities supplied are compliant
with the Contract requirements, specifications, terms, and conditions. Additionally, the
Contractor shall ensure that all Commodities ordered by the Customer are fully compatible
with each other and with any associated pre-existing Commodity possessed by the
Customer and disclosed to the Contractor by the Customer. The Contractor’s acceptance
of the Customer’s order shall indicate that the Contractor agrees to deliver a Commodity
that is fully compliant and compatible with the Customer’s order requirements,
specifications, terms, and conditions.
In the event any ordered Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components are found by the Customer to be missing, incorrect, defective, damaged, non-
compatible, or non-compliant, the Contractor shall, at the Customer’s discretion, be
required to complete one of the following:
• Install or repair the Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s), and their respective features, equipment, and
components;
• Replace the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies),
and Implement(s); and their respective features, equipment, and components;
• Refund the purchase price of the Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components to the Customer.
Any changes necessary after the delivery of the Customer’s order that are required to bring
a Commodity into compliance or compatibility due to an incorrect order fulfillment by the
Contractor shall be accomplished at the Contractor’s expense.
3.7 Commodities Title and Registration
Agriculture and Lawn Equipment delivered under the Contract shall be titled and registered
by the Contractor in accordance with Florida law, including Chapters 319 and 320, Florida
Statutes. The Contractor shall send any necessary form(s) that shall be signed by an
authorized representative of the Customer with the awarded Commodity upon delivery, and
the Contractor shall obtain any necessary signatures and complete the titling and registration
process for the Customer in a timely manner.
In the event the Customer is permitted by law or policy to obtain title and registration
independent of the Contractor, and chooses to obtain title and registration independent of
the Contractor, the Customer will notify the Contractor in writing of this decision no later than
three Business Days following receipt of the Acknowledgement of Order form. However, the
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 6 of 16
Customer shall then be obligated to title and register the awarded Commodity and the
Contractor shall provide any documents necessary for the Customer to do so.
Customers may elect to transfer an existing license plate or may choose to obtain a new
license plate.
• Transferring an existing license plate is the standard default order type and does not
require specific notation on the Purchase Order. All related fees associated with
transferring an existing license plate are included in the Base Equipment Net Price
a) When obtaining a new license plate, the Customer should include a notation
on the Customer Order and an additional amount to cover the cost of a new
license plate. The Contractor is not required to obtain a new license plate for
the Customer unless there is a notation and a new license plate fee is
included on the Customer Order. All related fees except for the new license
plate cost are included in the Base Equipment Net Price. The Customer’s
order notation for a new license plate shall include the request for a new
license plate, the type of license plate required, and a contact person’s name,
title, and telephone number.
b) The Contractor may obtain special plates such as “State”, “County”, or “City” from
most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall
be obtained from the Department of Highway Safety and Motor Vehicles, Division of
Motor Vehicles, in Tallahassee, Florida.
3.8 Transportation and Delivery
Transportation and Delivery shall be FOB Destination to any point statewide as follows:
1. Customers shall be notified within two Business Days when Commodities are not
in stock or unavailable from the Manufacturer at the time of order. Commodities
must be delivered within 180 Calendar Days after receipt of order, unless
otherwise agreed to by the Customer. As soon as Commodities are back in stock,
the Commodities must be delivered within 14 Calendar Days to the Customer. For
any delivery not made within the 180 and 14 Calendar Days’ timeframes, the
Department’s Contract Manager must be notified and given a copy of the
Customer’s order. The Contractor must provide the Department’s Contract
Manager any requested information and timeframe for completion of the order.
2. Commodities in stock must be delivered within 14 Calendar Days after receipt of order
or the receipt of the Commodities from the Manufacturer, with one exception –
Commodities requiring post-Manufacturer or Dealer installed OEM or Non-OEM
Options, Parts, Accessories, and Implements shall be delivered within 30 Calendar
Days after receipt of the Commodities from the Manufacturer(s).
Delivery of the awarded Commodity is defined as receipt of the Commodity at the
Customer’s place of business or designated location. Delivery does not constitute the
Customer’s acceptance. The Contractor shall give the Customer a minimum of one
Business Day notice prior to delivery. Commodities shall be delivered as stipulated by the
Customer.
The Contractor shall deliver Commodities by either private or common carrier transport.
Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity
three road miles or less, the self-propelled, street-legal Commodity may be driven to the
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 7 of 16
delivery location at Contractor’s sole risk and expense. The Contractor shall comply with the
Manufacturer’s break-in requirements and all applicable traffic laws.
All self-propelled, operator-occupied Commodities delivered by the Contractor to the
Customer shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel
gauge at the time of delivery. At the Customer’s option, Commodities with less than one-
quarter (1/4) tank of fuel at delivery may be rejected or a $3.00 per gallon or gallon
equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from
the invoice and payment.
The Contractor shall perform the standard Manufacturer’s pre-delivery inspection and is
responsible for delivering a Commodity that is properly serviced, clean, and in first class
operating condition. The Contractor is required to perform the following, at a minimum, as
part of its pre-delivery service:
1. Completely lubricate operating chassis, engine, and mechanisms with
Manufacturer’s recommended grades of lubricants;
2. Check and fill all fluid levels to ensure proper fill;
3. Adjust engine(s) to proper operating condition(s);
4. Inflate tires to proper pressure;
5. Ensure proper operation of all accessories, gauges, lights, and mechanical and
hydraulic features;
6. Clean equipment, if necessary, and remove all unnecessary and prohibited tags, stickers,
papers, etc.;
7. Ensure that the awarded Commodity is completely assembled (unless otherwise noted
in the following sub-section) including Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components and OEM Options, Parts, Accessories, and Implements, are
thoroughly tested and ready for immediate operation upon delivery; and
8. Where applicable, ensure that the product is packaged in a manner which ensures safe
delivery to the destination. Packaging shall comply with all federal, state, and local laws
including but not limited to the requirements of section 403.7191, Florida Statutes. The
Contractor shall mark each package to include the name of the Contractor, the State Term
Contract number, the purchase or Customer Order number, and a brief description of the
contents.
The Contractor shall deliver all Commodities with each of the following completed
documents:
1. Copy of the Manufacturer’s pre-delivery inspection form, which meets or
exceeds the requirement herein;
2. Copy of the ordering Customer’s order;
3. Copy of the applicable Manufacturer specification(s);
4. Copy of the Manufacturer’s invoice(s) (prices may be deleted or obscured) for
each Commodity, including individual Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective
features, equipment, and components and OEM Options, Parts, Accessories,
and Implements in the shipment;
5. Manufacturer’s window sticker(s), if applicable;
6. Manufacturer’s ‘certificate of origin’, if applicable;
7. Manufacturer’s ‘operator manual’, and (if not included in the operator manual) one (1)
each of the Manufacturer’s lubrication and maintenance instructions;
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 8 of 16
8. Copy of the Manufacturer’s standard warranty certifications;
9. Sales tax exemption form, if applicable;
10. Temporary tag and twenty (20) day extension tag, if applicable; and
11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable.
Deliveries that do not include the above applicable forms and documents, or that have forms
that have been altered, or are not properly completed, may be refused. Repeated failures by
the Contractor to include the above properly completed forms and publications, or that have
submitted altered forms, to the ordering Customers may be cause for default proceedings
and/or Contract termination.
These Transportation and Delivery requirements, terms, and conditions also apply to
the re-delivery of a Commodity that was previously rejected upon initial delivery.
3.9 Price Quote Form
For all Customer orders, the Contractor shall complete and submit a Price Quote Form
(PQF) (Attachment 3) to the Customer for the requested Commodities. All Commodities shall
be itemized on the PQF and include applicable brand, model, and pricing information. The
price quoted for Commodities shall not exceed the current Contract’s Net Price to
Customers. The PQF shall be completed by the Contractor and returned to the Customer
within two Business Days of the Contractor’s receipt of the Customer’s request for a quote.
Customers are encouraged to seek more than one quote from the identified awarded
Contractors, where available. Customers may negotiate with the Contractor to establish a
lower price through a greater discount percentage off MSRP.
3.10 Acknowledgement of Order Form
For each order, the Contractor shall provide the ordering Customer with a fully completed
Acknowledgement of Order Form (Attachment 4) within five Business Days of receiving the
Customer’s order. The Contractor must use the Acknowledgment of Order Form and must
not make any alterations. Failure to timely provide the Customer with the Acknowledgement
of Order Form shall be deemed acceptance of the order, which, if necessary, shall require
the Contractor to provide the newest model of the Commodity which meets the prices,
discounts, requirements, specifications, terms, and conditions herein.
When the Contractor receives an order and does not have the ordered Commodities in stock
and cannot deliver the Commodities to the Customer within 14 calendar days, the Contractor
shall notify the ordering Customer on the Acknowledgement of Order Form. When providing
the Acknowledgment of Order Form the Contractor shall provide the Customer with the
Manufacturer’s order confirmation information and estimated delivery date.
Submission of the Acknowledgement of Order Form is the responsibility of the Contractor
without prompting or notification by the Contract Manager or Customer. Repeated failures
by the Contractor to timely submit completed Acknowledgement of Order Forms to
the ordering Customers may be cause for default proceedings and Contract
termination.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 9 of 16
3.11 Acceptance
The Customer, within three Business Days of delivery, will inspect the Commodity received
for acceptability. The Customer should compare the physical Commodity delivered; contract
prices, discounts, requirements, specifications, terms, and conditions; Customer order; and
Manufacturer’s Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity
received meets or exceeds the requirements, specifications, terms, and conditions of the
Contract and Customer order. Additionally, the Customer should inspect the Commodity for
any damage. The Contractor is obligated to correct any errors or damage. Failure by the
Customer to discover an error or damage in the Commodity shall not relieve the Contractor
from its obligation to correct the error or damage in the event it is found any time after the
Commodity is delivered.
The Parties agree that inspection and acceptance shall be the Customer’s responsibility and
occur at the location of the Customer. Title and risk of loss or damage to all Commodities
shall be the responsibility of the Contractor until accepted by the Customer. The Contractor
shall be responsible for filing, processing, and collecting all damage claims. The Customer
shall assist the Contractor by:
• Recording any evidence of visible damage on all copies of the delivering carrier’s bill of
lading;
• Reporting any known visible and concealed damage to the carrier and the Contractor;
• Confirming said reports in writing within fifteen Business Days of delivery, requesting
that the carrier inspect the damaged merchandise; and
• Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection
report.
Transportation and delivery of the Commodity does not constitute acceptance for the
purpose of payment. Acceptance and authorization of payment shall be given by the
Customer only after a thorough inspection indicates that the Commodity is undamaged and
meets the Contract requirements, specifications, terms, and conditions. Should the
delivered Commodity be damaged or differ in any respect from the Contract requirements,
specifications, terms, and conditions, payment shall be withheld until such time as the
Contractor completes the required, Customer-approved, corrective action.
Should the Commodity require service or adjustments as part of the Customer-approved
corrective action(s), the Contractor shall either remedy the defect or be responsible for
reimbursing the Manufacturer’s local service Dealer or others selected by the Customer to
remedy the defect. The Contractor shall initiate such required service or adjustments within
two Business Days following notification by the Customer. The Commodity shall not be
accepted until all service or adjustments are satisfactory and the Commodity is re-delivered
in acceptable condition. The costs of any transportation and delivery required as part of the
initial or any re-deliveries due to error or damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve
with the Contractor. The Department and Customer shall develop a corrective action plan
related to the Contract deviation, which may include the Customer’s permanent refusal to
accept the Commodity, in which case the Commodity shall remain the property of the
Contractor, and the Customer and the State shall not be liable for payment for any portion
thereof.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 10 of 16
3.12 Installation
When installation is required, the Contractor shall be responsible for placing and installing the
Commodities or parts in the required locations at no additional charge. All materials used in
the installation shall be of good quality and shall be free of defects that would diminish the
appearance of the Commodity or render it structurally or operationally unsound. Installation
includes the furnishing of any equipment, tools, rigging, labor, and materials required to install
or replace the Commodities or parts in the proper location. Contractor shall protect the site
from damage and shall repair damages or injury caused during installation by Contractor or its
employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve
installation, the Contractor shall promptly restore the structure or site to its original condition.
Contractor shall perform installation work so as to cause the least inconvenience and
interference with Customers and with proper consideration of others on site. Upon completion
of the installation, the location and surrounding area of work shall be left clean and in a neat
and unobstructed condition, with everything in satisfactory repair and order.
3.13 Full-Service Repair Facilities
The Contractor agrees to maintain at least one factory-authorized service station or servicing
Dealer within the State of Florida to perform warranty repairs and adjustments throughout the
Contract term. The Contractor shall promptly notify the Department of any changes thereto. The
Contractor shall be responsible for all service performed, regardless of whether the Contractor
or its approved Dealer actually performed the service. Notwithstanding the foregoing, the
Contractor may offer Customers “after warranty” service agreements for the maintenance and
repair of goods after the initial warranty expires. The Contractor shall list this additional service
as a separate item on the invoice.
3.14 Holidays
The Contractor shall provide Customers all Commodities during Business Days. The following
days are observed as holidays by state agencies in accordance with section 110.117, F.S.:
• New Year’s Day
• Birthday of Martin Luther King, Jr., third Monday in January
• Memorial Day
• Independence Day
• Labor Day
• Veterans’ Day, November 11
• Thanksgiving Day
• Friday after Thanksgiving
• Christmas Day
If any of these holidays falls on Saturday, the preceding Friday shall be observed as a holiday. If
any of these holidays falls on Sunday, the following Monday shall be observed as a holiday.
Customers may have additional holiday(s) observed specifically by the Customer which will be
detailed in the Customer’s order.
3.15 Purchasing Card
The State has implemented a purchasing card program using the Visa platform. The
Contractor may receive payments via the state’s Purchasing Card in the same manner as any
other Visa purchases. Purchasing Card acceptance for purchase is a mandatory requirement
for the Contract but is not the exclusive method of payment. If the State changes its
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 11 of 16
Purchasing Card platform during the term of Contract, the Contractor shall make any
necessary changes to accommodate the State ‘s new Purchasing Card platform within 30
calendar days of notification of such change.
3.16 Punchout Catalog and Electronic Invoicing
The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog
provides an alternative mechanism for suppliers to offer the State access to Products awarded
under the Contract. The punchout catalog also allows for direct communication between the
MFMP eProcurement System and a supplier’s Enterprise Resource Planning (ERP) system,
which can reflect real-time Product inventory/availability information.
Through utilization of the punchout catalog model, a Florida buyer will “punch out” to a
supplier’s website. Using the search tools on the supplier’s Florida punchout catalog site, the
user selects the desired Products. When complete, the user exits the supplier’s punchout
catalog site and the shopping cart (full of Products) is “brought back” to MFMP. No orders are
sent to a supplier when the user exits the supplier’s punchout catalog site. Instead, the chosen
Products are “brought back” to MFMP as line items in a purchase order. The user can then
proceed through the normal workflow steps, which may include adding/editing the Products
(i.e., line items) in the purchase order. An order is not submitted to a supplier until the user
approves and submits the purchase order, at which point the supplier receives an email with
the order details.
The Contractor may supply electronic invoices in lieu of paper-based invoices for those
transactions processed through MFMP. Electronic invoices may be submitted to the agency
through one of the mechanisms as listed below:
1) EDI (Electronic Data Interchange)
This standard establishes the data contents of the Invoice Transaction Set (810) for
use within the context of an Electronic Data Interchange (EDI) environment. This
transaction set can be used for invoicing via the Ariba Network (AN) for catalog and
non-catalog goods and services.
2) PO Flip via AN
This online process allows Contractors to submit invoices via the AN for catalog and
non-catalog goods and services. Contractors have the ability to create an invoice
directly from their inbox in their AN account by simply "flipping" the PO into an
invoice. This option does not require any special software or technical capabilities.
The Contractor warrants and represents that it is authorized and empowered to and hereby
grants the State and the third-party provider of MFMP, a State contractor, the right and license
to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the
Contractor warrants and represents that it is authorized and empowered to and hereby grants
the State and the third-party provider the right and license to reproduce and display within
MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding
designation that identifies the products made available by the Contractor under the Contract.
The Contractor will work with the MFMP management team to obtain specific requirements for
the electronic invoicing if needed.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 12 of 16
3.17 Contract Reporting
The Contractor shall report information on orders received from Customers associated with this
Contract. No revised MSRP lists or price adjustments will be considered for any Contractor who
has outstanding reports, or any other documentation required under this Contract. The Contractor
shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each
month
Quarterly Sales Report State’s Fiscal
Quarter 30 calendar days after close of the period
Diversity Report
(submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
Preferred Pricing Affidavit (in
accordance with section 3.2.2. of
the Special Contract Conditions)
Annual Contract Anniversary Date
3.18 MFMP Transaction Fee Report
The Contractor is required to submit monthly MFMP Transaction Fee Reports in the
Department’s electronic format. Reports are due 15 calendar days after the end of the
reporting period. For information on how to submit Transaction Fee Reports online, please
reference the detailed fee reporting instructions and vendor training presentations available
online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections
under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is
also available from the MFMP Customer Service Desk by email at: VendorHelp@
myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to
6:00 p.m. Eastern Time.
3.19 Quarterly Sales Reports
The Contractor shall submit a quarterly sales report electronically, in the required format, to the
Department’s Contract Manager within thirty (30) calendar days after close of each quarter. The
quarterly sales report can be found here: https://www.dms.myflorida.com/business_operations/
state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the
quarterly sales report will result in the imposition of financial consequences and may result in the
Contractor being found in default and the termination of the Contract. Initiation and submission of
the quarterly sales report are the responsibility of the Contractor without prompting or notification
by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during
the period, the Contractor must submit a report stating that there was no activity. If no sales are
recorded in two consecutive quarters, the Contractor may be placed in probationary status or the
Department may terminate the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 13 of 16
Quarter 2 – (October-December) – due 30 calendar days after the close of the period
Quarter 3 – (January-March) – due 30 calendar days after the close of the period
Quarter 4 – (April-June) due 30 calendar days after the close of the period
3.20 Diversity Report
The Contractor shall report to each Customer, spend with certified and other minority business
enterprises. These reports shall include the period covered, the name, minority code and Federal
Employer Identification Number of each minority business utilized during the period, Commodities
provided by the minority business enterprise, and the amount paid to each minority business on
behalf of each purchasing agency ordering under the terms of this Contract.
3.21 Ad Hoc Reports
The Department or Customer may require additional Contract information such as copies of
purchase orders or ad hoc sales reports. The Contractor shall submit information in response to
these specific ad hoc requests for reports within the specified amount of time as requested by
the Department or Customer.
3.22 Business Review Meetings
In order to maintain the relationship between the Department and the Contractor, each
quarter the Department may request a business review meeting. The business review
meeting may include, but is not limited to, the following:
• Successful completion of deliverables
• Review of the Contractor’s performance
• Review of minimum required reports
• Addressing of any elevated Customer issues
• Review of continuous improvement ideas that may help lower total costs and/or
improve business efficiencies.
3.23 Financial Consequences
Financial Consequences will be assessed for failure to timely perform or submit a report as
required by the Contract and shall be paid via check or money order in US Dollars, and made out
to the Department of Management Services or the specific Customer, where applicable. Financial
Consequences will be assessed daily for each individual failure until the performance or submittal
is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the
submissions of reports, financial consequences will apply to each target period beginning with the
first full month or quarter of the Contract’s performance and each month and quarter thereafter.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 14 of 16
The Department and Customers reserve the right to, in addition to withholding payment,
implementing other appropriate remedies, such as Contract termination or non-renewal.
3.24 MSRP List and Product Adjustments
The Contractor shall submit a complete MSRP List that includes all Commodities (i.e. Base
Equipment; OEM Options, Parts, Accessories, and Implements; and Non-OEM Options, Parts,
Accessories, and Implements) for each Manufacturer/ Brand Name and Sub-Group (or Group, for
Groups that do not include Sub-Groups) for which the Contractor received an award; the
Commodities listed on the MSRP must match the Commodities listed on the price sheet. The
MSRP List is subject to the Department’s approval. The MSRP List shall include the following for
each Commodity: The Manufacturer/Brand Model Number, the Manufacturer/Brand Item
Description, and the MSRP. The Contractor shall include a cover page, which shall provide the
applicable Group, Sub-Group (for Groups that include Sub-Groups), Manufacturer/Brand Name,
and MSRP List date. The Department shall be the final arbiter of MSRPs if an MSRP on the
Contractor’s MSRP List differs from the published MSRP. The Contractor shall be responsible for
removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s
MSRP List.
The Contractor may add products to the MSRP List at any time during the life of the Contract by
submitting a complete and revised MSRP List. Products added must be from a
Manufacturer/Brand Name for which the Contractor received an award and fall within the scope
Deliverable Performance Metric
Performan
ce Due
Date
Financial
Consequence for
Non-Performance
Contractor will timely
submit completed
Quarterly Sales Reports
All Quarterly Sales
Reports will be submitted
timely with the required
information
Reports
are due on
or before
the 30th
calendar
day after
the close of
each State
fiscal
quarter
$250 per Calendar
Day late/not received
by the Contract
Manager
Contractor will timely
submit completed MFMP
Transaction Fee Reports
All MFMP Transaction
Fee Reports will be
submitted timely with the
required information
Reports
are due on
or before
the 15th
calendar
day after
the close of
each
month
$100 per Calendar
Day late/not received
by the Contract
Manager
Contractor will provide
accurate Price Quote
Forms to Customers
All Price Quote Forms will
be provided to Customers
with accurate information
Upon
Customer
request
$25 per order
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 15 of 16
of a Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s MSRP List.
The Contractor may update existing product’s MSRPs on the MSRP List to match the MSRPs
published by the Manufacturer no earlier than twelve (12) months after the start date of the
Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP
update. The Contractor may update the existing product’s MSRPs on the MSRP List by
submitting a complete and revised MSRP List for Department review and approval.
Revised MSRP Lists, regardless of whether the Contractor is adding products or updating existing
product’s MSRPs, must be accompanied by a revised price sheet, as described in the ‘Price Sheet
and Price Adjustments’ section of the Scope of Work, as well as a list of all changes made from
the previously submitted version of the MSRP List.
3.25 Price Sheet and Price Adjustments
The Contractor shall submit a complete price sheet to include the following Commodities (i.e.
Base Equipment and OEM Options, Parts, Accessories) for each Brand/Manufacturer and Sub-
Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received
an award; the Commodities listed on the price sheet must match the Commodities listed on the
MSRP List. The price sheet is subject to the Department’s approval. The price sheet shall be
provided in Excel format and include a separate tab for each Sub-Group (or Group, for Groups
that do not include Sub-Groups). Each tab shall include, at minimum, the following information
for each Commodity offered under that Sub-Group (or Group, for Groups that do not include Sub-
Groups):
• Manufacturer/Brand Name (as shown on the Product Group Discount Sheet);
• Commodity Type (i.e. Base Equipment and OEM Option, Part, Accessory, or
Implement);
• Model number or other identifier that Customers can use to locate the Commodity on the
Brand/Manufacturer’s website;
• Description;
• MSRP (as shown on the current MSRP List);
• Discount (as shown on the Product Group Discount Sheet for the Commodity type, as
submitted in the Bid); and
• Net Price to the Customer.
The Contractor may add products to the price sheet at any time during the life of the Contract by
submitting a complete and revised price sheet. Products added must be from a Brand/
Manufacturer Name for which the Contractor received an award and fall within the scope of a
Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s price sheet.
The Contractor may update the MSRPs and Net Prices to the Customer on the price sheet to
match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the
start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of
the previous MSRP update. The Contractor may update the MSRPs and Net Prices to the
Customer on the price sheet by submitting a complete and revised price sheet.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
Page 16 of 16
Revised price sheets, regardless of whether the Contractor is adding products or updating the
MSRPs and Net Prices to the Customer, must be accompanied by a revised MSRP List, as
described in the ‘MSRP List and Product Adjustments’ section, as well as a list of all changes
made from the previously submitted version of the price sheet.
3.26 E-Verify
The following replaces section 13.2 of Attachment 1:
The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this
Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for
all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in
accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such
affidavit for the duration of the Contract. In order to implement this provision, the Vendor shall
provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager
within five days of Contract execution.
This section serves as notice to the Contractor regarding the requirements of section
448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to
terminate the Contract if it has a good faith belief that the Contractor has knowingly violated
section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for
award of a public contract for at least one year after the date of such termination. The
Department reserves the right to order the immediate termination of any contract between
the Contractor and a subcontractor performing work on its behalf should the Department
develop a good faith belief that the subcontractor has knowingly violated section 448.095(1),
F.S.
DocuSign Envelope ID: F3E6A3C5-71E8-4CD4-A63A-0D8A90091493DocuSign Envelope ID: 59E2CE2F-8CA4-4B3E-9802-0DA8D8483D6A
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Jeffrey-Allen, Inc. (“Contractor”), with its principal place of business located at 4401 North US Highway 301, Tampa, FL 33610, collectively referred to herein as the “Parties.”
WHEREAS the Parties entered into the Contract which became effective on January 1, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions
DocuSign Envelope ID: F4B2E7ED-8E02-4D82-BE7A-F0DD1B3A49E7
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly
authorized to do so and to bind the respective party.
V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the
Contract, the terms of this Amendment shall control.
VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in
the Contract shall continue in full force and effect. This Amendment is effective when signed by
both Parties.
IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services
Contractor: Jeffrey-Allen, Inc. By: _____________________________
By: _____________________________
Name: Tom Berger Name: Jennifer Brown Title: Deputy Secretary of Business
Operations
Title: Contract Administrator
Date: Date:
DocuSign Envelope ID: F4B2E7ED-8E02-4D82-BE7A-F0DD1B3A49E7
9/29/2023 | 10:51 AM EDT
CARLOS ROQUE
10/2/2023 | 11:29 AM EDT
1
ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item
DocuSign Envelope ID: F4B2E7ED-8E02-4D82-BE7A-F0DD1B3A49E7
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and
payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility.
DocuSign Envelope ID: F4B2E7ED-8E02-4D82-BE7A-F0DD1B3A49E7
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The
Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
DocuSign Envelope ID: F4B2E7ED-8E02-4D82-BE7A-F0DD1B3A49E7
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
(b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b)
DocuSign Envelope ID: F4B2E7ED-8E02-4D82-BE7A-F0DD1B3A49E7
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: F4B2E7ED-8E02-4D82-BE7A-F0DD1B3A49E7
State Term Contract
No. 25101900-21-STC
Agriculture and Lawn Equipment
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services (Department),
an agency of the State of Florida, and Florida Outdoor Equipment, Inc. (Contractor), collectively
referred to herein as the “Parties.”
Accordingly, the Parties agree as follows:
I. Initial Contract Term.
The Initial Contract Term shall be for three (3) years. The Initial Contract Term shall begin on
January 1, 2021, or on the last date it is signed by all Parties, whichever is later. The Contract
shall expire on December 31, 2023, unless terminated earlier in accordance with the Special
Contract Conditions.
II. Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, for
a Renewal Term not to exceed the Initial Contract Term, pursuant to the incorporated Special
Contract Conditions.
III. Contract.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Attachments, which set forth
the entire understanding of the Parties and supersedes all prior agreements. All modifications
to this Contract must be in writing and signed by all Parties.
All Attachments listed below are incorporated in their entirety into, and form part of, this
Contract. The Contract Attachments shall have priority in the order listed:
a) Attachment 2, Scope of Work
b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment
C) from ITB No. 20-25101900-ITB)
c) Attachment 8, Contractor’s Submitted MSRP List
d) Attachment 5, Preferred Pricing Affidavit
e) Attachment 6, Contractor’s Submitted Price Sheet
f) Attachment 1, Special Contract Conditions
g) Attachment 3, Price Quote Form
h) Attachment 4, Acknowledgement of Order
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 2 of 2
IV. Contract Management.
Department’s Contract Manager:
Shaveon Nelson
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 370.1X
Tallahassee, Florida 32399-0950
Telephone: (850) 922-1214
Email: Shaveon.Nelson@dms.fl.gov
Contractor’s Contract Manager:
Russell Knowles
Florida Outdoor Equipment, Inc.
2691 Dardanelle Dr.
Orlando, Fl 32808
Telephone: 800-869-3533
Email:rknowles@floridaoutdoor.com
IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the
incorporated Attachments, to be executed by their undersigned officials as duly authorized. This
Contract is not valid and binding until signed and dated by the Parties.
Florida Outdoor Equipment, Inc. STATE OF FLORIDA,
DEPARTMENT OF
MANAGEMENT SERVICES
_____________________________ _______________________________
[Name] Tami Fillyaw, Chief of Staff
_____________________________ _______________________________
Date: Date:
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Russ Knowles
1/6/2021 | 4:25 PM EST 1/7/2021 | 1:30 PM EST
SP approved version 7‐1‐2019 1
ATTACHMENT 1
SPECIAL CONTRACT CONDITIONS
JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included
herein by reference but is superseded in its entirety by these Special
Contract Conditions.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida
Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer.
The agency or eligible user that purchases commodities or contractual services pursuant
to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term.
The initial term will begin on the date set forth in the Contract documents or on the date
the Contract is signed by all Parties, whichever is later.
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in
whole or in part only as set forth in the Contract documents, and in accordance with
section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work.
The Department may, at its sole discretion, suspend any or all activities under the
Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the
best interest of the Customer to do so. The Department or Customer will provide the
Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the
performance of the Contract or purchase order. Suspension of work will not entitle the
Contractor to any additional compensation. The Contractor will not resume performance
of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience.
The Contract may be terminated by the Department in whole or in part at any time, in the
best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for
which costs can be substantiated. Such payment, however, may not exceed an amount
which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be
turned over promptly by the Contractor.
2.3.3 Termination for Cause.
If the performance of the Contractor is not in compliance with the Contract requirements
or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;
(b) notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or
(c) take other action deemed appropriate by the Department.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing.
The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases.
The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery
of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this
Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing
offered under comparable contracts. Comparable contracts are those that are similar in
size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must
annually submit an affidavit from the Contractor’s authorized representative attesting that
the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales
promotions involving price reductions for a specified lesser period. The Contractor must
submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices
compared to then-authorized prices.
3.3 Payment Invoicing.
The Contractor will be paid upon submission of invoices to the Customer after delivery
and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and
the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order.
A Customer may use purchase orders to buy commodities or contractual services
pursuant to the Contract and, if applicable, the Contractor must provide commodities or
contractual services pursuant to purchase orders. Purchase orders issued pursuant to
the Contract must be received by the Contractor no later than the close of business on
the last day of the Contract’s term. The Contractor is required to accept timely purchase
orders specifying delivery schedules that extend beyond the Contract term even when
such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms
and conditions of the Contract shall survive the termination or expiration of the Contract
and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months.
Any purchase order terms and conditions conflicting with these Special Contract
Conditions shall not become a part of the Contract.
3.5 Travel.
Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation.
Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess
of one fiscal year, the State of Florida’s performance and obligation to pay under the
Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section
287.057(22), F.S. All payments issued by Customers to registered Vendors for
purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law.
Vendors must pay the Transaction Fees and agree to automatic deduction of the
Transaction Fees when automatic deduction becomes available. Vendors will submit any
monthly reports required pursuant to the rule. All such reports and payments will be
subject to audit. Failure to comply with the payment of the Transaction Fees or reporting
of transactions will constitute grounds for declaring the Vendor in default and subject the
Vendor to exclusion from business with the State of Florida.
3.8 Taxes.
Taxes, customs, and tariffs on commodities or contractual services purchased under the
Contract will not be assessed against the Customer or Department unless authorized by
Florida law.
3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed
pursuant to the terms of the Contract that were disbursed to the Contractor. The
Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or
Customer of the overpayment.
SECTION 4. CONTRACT MANAGEMENT.
4.1 Composition and Priority.
The Contractor agrees to provide commodities or contractual services to the Customer
as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter.
4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract
Manager in a manner identified by the Department.
4.3 Department’s Contract Manager.
The Department’s Contract Manager, who is primarily responsible for the Department’s
oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format:
Department’s Contract Manager Name
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 5
Department’s Name
Department’s Physical Address
Department’s Telephone #
Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the
Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager.
The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s
oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format:
Contractor’s Contract Manager Name
Contractor’s Name
Contractor’s Physical Address
Contractor’s Telephone #
Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the
Department. Such a change does not require an amendment to the Contract.
4.5 Diversity.
4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities
for woman-, veteran-, and minority-owned small business enterprises to participate in
procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and
provides advocacy, outreach, and networking through regional business events. For
additional information, please contact the Office of Supplier Diversity (OSD) at
osdinfo@dms.myflorida.com.
4.5.2 Diversity Reporting.
Upon request, the Contractor will report to the Department its spend with business
enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise
utilized during the period, commodities and contractual services provided by the
business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract.
4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following
statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE
SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413,
FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME
PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it
offers is available at https://www.respectofflorida.org.
4.7 PRIDE.
Subject to the agency determination provided for in sections 287.042(1) and 946.515,
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S.,
IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN
SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE
PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS
OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED.
Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org.
SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of
federal, state, and local agencies having jurisdiction and authority. For example, the
Contractor must comply with section 274A of the Immigration and Nationality Act, the
Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if
applicable, and all prohibitions against discrimination on the basis of race, religion, sex,
creed, national origin, handicap, marital status, or veteran’s status. The provisions of
subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue.
Any dispute concerning performance of the Contract shall be decided by the
Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and
conclusive. Exhaustion of this administrative remedy is an absolute condition precedent
to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties
submit to the jurisdiction of the courts of the State of Florida exclusively for any legal
action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue
privileges and rights it may have under any other statute, rule, or case law, including, but
not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department.
5.3 Department of State Registration.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert
status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity,
or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists.
In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate
who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under
the Contract. The Contractor must notify the Department if it or any of its suppliers,
subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract.
5.5 Scrutinized Companies - Termination by the Department.
The Department may, at its option, terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), F.S., or been
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in
business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its
duty to cooperate with the Inspector General in any investigation, audit, inspection,
review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems
relevant to the Contractor's integrity or responsibility. Such information may include, but
will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such
records for the longer of five years after the expiration of the Contract, or the period
required by the General Records Schedules maintained by the Florida Department of
State, at the Department of State’s Records Management website. The Contractor
agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for
investigations of the Contractor's compliance with the terms of this or any other
agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited
to: salaries of investigators, including overtime; travel and lodging expenses; and expert
witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to
provide goods or services under the Contract.
SECTION 6. MISCELLANEOUS.
6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written
consent of the Department. The Contractor is fully responsible for satisfactory
completion of all its subcontracted work. The Department supports diversity in its
procurements and contracts, and requests that the Contractor offer subcontracting
opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on
certified small business enterprises available for subcontracting opportunities.
6.2 Assignment.
The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the
Contractor may waive its right to receive payment and assign same upon notice to the
Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the
Department. The Department may assign the Contract with prior written notice to the
Contractor.
6.3 Independent Contractor.
The Contractor and its employees, agents, representatives, and subcontractors are
independent contractors and not employees or agents of the State of Florida and are not
entitled to State of Florida benefits. The Department and Customer will not be bound by
any acts or conduct of the Contractor or its employees, agents, representatives, or
subcontractors. The Contractor agrees to include this provision in all its subcontracts
under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss.
Matters of inspection and acceptance are addressed in section 215.422, F.S. Until
acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the
Contractor with damage claims, the Customer will: record any evidence of visible
damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of
lading and damage inspection report.
6.4.2 Rejected Commodities.
When a Customer rejects a commodity, Contractor will remove the commodity from the
premises within ten (10) calendar days after notification of rejection, and the risk of loss
will remain with the Contractor. Commodities not removed by the Contractor within ten
(10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer
for costs and expenses incurred in storing or effecting removal or disposition of rejected
commodities.
6.5 Safety Standards.
Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State
of Florida and federal requirements.
6.6 Ombudsman.
A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this office are found in section 215.422, F.S., which include
disseminating information relative to prompt payment and assisting contractors in
receiving their payments in a timely manner from a Customer. The Vendor Ombudsman
may be contacted at (850) 413-5516.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract.
Each obligation is deemed material, and a breach of any such obligation (including a
breach resulting from untimely performance) is a material breach.
6.8 Waiver.
The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights.
6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and
the Contractor. Should a court determine any provision of the Contract is invalid, the
remaining provisions will not be affected, and the rights and obligations of the Parties will
be construed and enforced as if the Contract did not contain the provision held invalid.
6.10 Cooperative Purchasing.
Pursuant to their own governing laws, and subject to the agreement of the Contractor,
governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent
of the Contract between the Department and the Contractor, and the Department is not a
party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance.
The Contractor shall maintain workers’ compensation insurance as required under the
Florida Workers’ Compensation Law or the workers’ compensation law of another
jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected.
7.2 General Liability Insurance.
The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and
completed operations. This insurance must provide coverage for all claims that may
arise from performance of the Contract or completed operations, whether by the
Contractor or anyone directly or indirectly employed by the Contractor. Such insurance
must include the State of Florida as an additional insured for the entire length of the
resulting contract. The Contractor is responsible for determining the minimum limits of
liability necessary to provide reasonable financial protections to the Contractor and the
State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond.
Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless
from all fines, claims, assessments, suits, judgments, or damages, including
consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark,
copyright, patent, trade secret, or intellectual property right or out of any acts, actions,
breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any
determination arising out of or related to the Contract that the Contractor or Contractor’s
employees, agents, subcontractors, assignees, or delegates are not independent
contractors in relation to the Customer. The Contract does not constitute a waiver of
sovereign immunity or consent by the Customer or the State of Florida or its subdivisions
to suit by third parties. Without limiting this indemnification, the Customer may provide
the Contractor (1) written notice of any action or threatened action, (2) the opportunity to
take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense.
7.6 Limitation of Liability.
Unless otherwise specifically enumerated in the Contract or in the purchase order,
neither the Department nor the Customer shall be liable for special, indirect, punitive, or
consequential damages, including lost data or records (unless the Contract or purchase
order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department
nor the Customer shall be liable for lost profits, lost revenue, or lost institutional
operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies
from amounts due Contractor as may be necessary to satisfy any claim for damages,
penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any
payments due the Contractor under any contract with the State.
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT,
AND INTELLECTUAL PROPERTY.
8.1 Public Records.
8.1.1 Termination of Contract.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with
this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor
acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following
applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL
ADDRESS, AND MAILING ADDRESS PROVIDED IN THE
RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor
acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor
shall:
(a) Keep and maintain public records required by the public agency to perform the
service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not
transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency’s custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
8.2 Protection of Trade Secrets or Otherwise Confidential Information.
8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information.
If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the
Contractor must clearly designate that portion of the materials as trade secret or
otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related
materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests.
If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the
Contractor will be responsible for taking the appropriate legal action in response to the
request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will
provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials.
The Contractor will protect, defend, indemnify, and hold harmless the Department for
claims, costs, fines, and attorney’s fees arising from or relating to its designation of
materials as trade secret or otherwise confidential.
8.3 Document Management.
The Contractor must retain sufficient documentation to substantiate claims for payment
under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related
to the Contract for five (5) years after expiration of the Contract or, if longer, the period
required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website.
8.4 Intellectual Property.
8.4.1 Ownership.
Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection
with the Contract.
8.4.2 Patentable Inventions or Discoveries.
Any inventions or discoveries developed in the course, or as a result, of services in
connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the
sole property of the State of Florida. Contractor must inform the Customer of any
inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a
determination on whether patent protection will be sought. The State of Florida will be
the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract.
8.4.3 Copyrightable Works.
Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights
created or developed through performance of the Contract are owned solely by the State
of Florida.
SECTION 9. DATA SECURITY.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited
to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform
any of the services from outside of the United States, and the Contractor will not allow
any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach
involving State of Florida data, the Contractor shall give notice to the Customer and the
Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of
data. Once a data breach has been contained, the Contractor must provide the
Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to
enlist a third party to audit Contractor’s findings and produce an independent report, and
the Contractor will fully cooperate with the third party. The Contractor will also comply
with all HIPAA requirements and any other state and federal rules and regulations
regarding security of information.
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities.
The Contractor will not, in connection with this Contract, directly or indirectly (1) offer,
give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise
of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to
anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee.
10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used
for the purpose of lobbying the Legislature, the judicial branch, or the Department.
Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from
lobbying the executive or legislative branch concerning the scope of services,
performance, term, or compensation regarding the Contract after the Contract is
executed and during the Contract term.
10.3 Communications.
10.3.1 Contractor Communication or Disclosure.
The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or
otherwise disclose or permit to be disclosed any of the data or other information
obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent.
10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its
employees for the Contractor’s promotions, press releases, publicity releases,
marketing, corporate communications, or other similar communications, without first
notifying the Customer’s Contract Manager and securing the Customer’s prior written
consent.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards.
The Contractor agrees to perform all tasks and provide deliverables as set forth in the
Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details
thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance.
11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if
the Department or Customer determines that there is a performance deficiency that
requires correction by the Contractor, then the Department or Customer will notify the
Contractor. The correction must be made within a time-frame specified by the
Department or Customer. The Contractor must provide the Department or Customer with
a corrective action plan describing how the Contractor will address all performance
deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure.
If the corrective action plan is unacceptable to the Department or Customer, or
implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will
be withheld until the Contractor resolves the performance deficiencies. If the
performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance
deficiencies, the retained amount will be forfeited to compensate the Department or
Customer for the performance deficiencies.
11.3 Performance Delay.
11.3.1 Notification.
The Contractor will promptly notify the Department or Customer upon becoming aware
of any circumstances that may reasonably be expected to jeopardize the timely and
successful completion (or delivery) of any commodity or contractual service. The
Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor
is taking or will take to do so, and the projected actual completion (or delivery) time. If
the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the
Contractor will promptly so notify the Department and use commercially reasonable
efforts to perform its obligations on time notwithstanding the Department’s delay.
11.3.2 Liquidated Damages.
The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain.
Accordingly, the liquidated damages provisions stated in the Contract documents will
apply. Liquidated damages are not intended to be a penalty and are solely intended to
compensate for damages.
11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if
neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake,
windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism,
civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect
subcontractors or suppliers if no alternate source of supply is available to the Contractor.
The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the
Contractor believes is excusable, the Contractor will notify the Department in writing of
the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the
Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is
not reasonably foreseeable, within five (5) calendar days after the date the Contractor
first had reason to believe that a delay could result. The foregoing will constitute the
Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict
accordance with this paragraph is a condition precedent to such remedy. No claim for
damages will be asserted by the Contractor. The Contractor will not be entitled to an
increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not
limited to costs of acceleration or inefficiency, arising because of delay, disruption,
interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist the Contractor will perform at no increased cost, unless
the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the
Department may (1) accept allocated performance or deliveries from the Contractor,
provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation,
or (2) purchase from other sources (without recourse to and by the Contractor for the
related costs and expenses) to replace all or part of the commodity or contractual
services that are the subject of the delay, which purchases may be deducted from the
Contract quantity, or (3) terminate the Contract in whole or in part.
SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits
of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and
records that directly relate to the Contract. To the extent necessary to verify the
Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor,
pertaining to the Contract, may be inspected by the Department upon fifteen (15)
calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release
statements from its subcontractors, partners, or agents are not required for the
Department or its designee to conduct compliance and performance audits on any of the
Contractor’s contracts relating to this Contract. The Inspector General, in accordance
with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor
General also have authority to perform audits and inspections.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance
with section 8.3 of these Special Contract Conditions. Records of costs incurred will
include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other
records of the Contractor and subcontractors considered necessary by the Department,
the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check.
The Department or Customer may require the Contractor to conduct background checks
of its employees, agents, representatives, and subcontractors as directed by the
Department or Customer. The cost of the background checks will be borne by the
Contractor. The Department or Customer may require the Contractor to exclude the
Contractor’s employees, agents, representatives, or subcontractors based on the
background check results. In addition, the Contractor must ensure that all persons have
a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within
twenty-four (24) hours of all details concerning any reported arrest. Upon the request of
the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract.
13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system
to verify the employment eligibility of all new employees hired during the term of the
Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during
the Contract term. In order to implement this provision, the Contractor must provide a
copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within
five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-
Verify System, it will do so within five (5) calendar days of notice of Contract award and
provide the Contract Manager a copy of its MOU within five (5) calendar days of
Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within
five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify
case number.
13.3 Disqualifying Offenses.
If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere,
regardless of whether adjudication was withheld, within the last six (6) years from the
date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any
position with access to State of Florida data or directly performing services under the
Contract. The disqualifying offenses are as follows:
(a) Computer related crimes;
(b) Information technology crimes;
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;
(d) False pretenses;
(e) Frauds;
(f) Credit card crimes;
(g) Forgery;
(h) Counterfeiting;
(i) Violations involving checks or drafts;
(j) Misuse of medical or personnel records; and
(k) Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records
related to the commodities or contractual services provided pursuant to the Contract and
must comply with all state and federal laws, including, but not limited to sections
381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures
must be consistent with the most recent version of the Department security policies,
protocols, and procedures. The Contractor must also comply with any applicable
professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently
on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List,
or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is
compromised in any manner during the term of the Contract.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 1 of 16
Attachment 2
Scope of Work
1. Purpose
To provide Customers with Agriculture and Lawn Equipment on a statewide basis, pursuant to
the terms set forth in this Scope of Work.
2. Definitions
Accessory(ies) – A part or object used for convenience, attractiveness, safety, etc. to improve
Base Equipment capability which meet the requirements, specifications, terms, and conditions
herein, and may be installed to, uninstalled from, or provided with or separately from the Base
Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable,
and prudent in the industry.
Base Equipment – A Manufacturer’s Base Agriculture and Lawn Equipment without the
inclusion of OEM or Non-OEM Options, Parts, Accessories, and Implements. Base Equipment
may be identified by a combination of the Manufacturer’s name, trade name, brand name, make
name, model name, model number or catalog number.
Business Day – Monday through Friday, inclusive, except for those holidays specified in
section 110.117, F.S., from 8:00 a.m. to 5:00 p.m. at the Customer’s location.
Commodity(ies) – As defined in section 287.012 F.S. Commodities may include Base
Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other
products available through this Contract. Commodities may also be referred to throughout as
“Agriculture and Lawn Equipment”.
Commodity Code – The State’s numeric code for classifying Commodities
which meet specific requirements, specifications, terms, and conditions herein. Florida has
adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying
Commodities.
Contract – The written agreement between the Department and the Contractor.
Contractor – A Vendor that enters a Contract with the Department as a result of the ITB.
Customer – A state agency or eligible user.
Dealer – A Manufacturer’s certified representative who has been authorized by the
Manufacturer to market, sell, provide, and service the Commodities of the Manufacturer that are
responsive to the Contract. Dealers may be Contractor-owned and -controlled (in whole or in
part), or independently owned and controlled.
Department – The Department of Management Services, a State Agency.
Group – A series of Commodities with applicable Commodity Codes which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
Implement(s) – A tool, utensil, or other piece of equipment, especially as used for a particular
purpose or to improve Base Equipment capability which meet the requirements, specifications,
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 2 of 16
terms, and conditions herein, and may be installed to, uninstalled from, or provided with or
separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal,
customary, reasonable, and prudent in the industry.
Manufacturer – The producer or provider of Agriculture and Lawn Equipment which possess
the minimum quality, reliability, service, and value required by the Department and Customers.
May be used interchangeably with Brand Name.
Manufacturer’s Suggested Retail Price (MSRP) – The MSRP represents the Manufacturer’s
recommended retail selling price, list price, published price, or other usual and customary price
that would be paid by the Customer for specific Commodities without the benefit of a Contract
resulting from this solicitation. It must be publicly listed, available, and verifiable by the
Department.
MSRP Credit – The MSRP price of OEM and Non-OEM Options, Parts, Accessory(ies) or
Implements that are deducted from the Base Equipment price paid by the Customer if removed
from the Base Equipment.
MSRP List – The Manufacturer’s Suggested Retail Price List, a collection of MSRPs and
related information broken down by specific Commodities. In the priority listed below, only the
following are acceptable sources of current and revised MSRPs and MSRP Lists for use under
the resulting Contract:
• Manufacturer’s Annual U.S. Price Book,
• Manufacturer’s official website or dealer software; and
• Autodata, Inc. d/b/a Chrome Data’sTM Carbook Pro Fleet Edition.
Net Price – The final price paid by the Customer after applying all MSRP discounts and
MSRP Credits. The Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and components
shall include all charges for the Commodity, including but not limited to packing, handling,
freight, distribution, transportation, startup, pre-delivery, delivery, inspection, installation,
construction, assembly, title, and registration. Additional charges for a Commodity shall not
be charged outside of the Net Price unless expressly provided within the Scope of Work.
Non-OEM – Produced by a manufacturer or party other than the OEM.
Options – Options requested by the Customer specifically for the Agriculture and Lawn Base
Equipment which meet the requirements, specifications, terms, and conditions herein, and
may be installed to, uninstalled from, or provided with or separately from the Base Equipment
by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and
prudent in the industry.
Original Equipment Manufacturer (OEM) – The original Manufacturer of a Commodity.
Parts – Repair or service parts for Base Equipment which meet the requirements,
specifications, terms, and conditions herein, and may be installed to, uninstalled from, or
provided with or separately from the Base Equipment by the Manufacturer or Dealer, as
specified, ordered, legal, customary, reasonable, and prudent in the industry.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 3 of 16
Sub-Group – A specific series of Commodities within a Group which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
State – The State of Florida.
3. Scope of Work
3.1 Commodity Specifications and Standards
All Commodities, including all Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components, shall meet the following minimum requirements:
1. All Commodities shall be designed, constructed, equipped, assembled (except as
specified in the Transportation and Delivery section), and installed to be fully suitable
for their intended use, purpose, and service. The Contractor is not required to install
Parts purchased by the Customer unless specifically agreed to by the Customer and
Contractor;
2. All Commodities shall be new and unused (except as specified in the Transportation
and Delivery section), for the current Manufacturer’s model year or later, of current or
recent production, and of the latest design and construction;
3. All Commodities shall be biodiesel (B-20), compressed natural gas (“CNG”), diesel,
electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or
propane powered.
4. All Commodities shall include all OEM standard features, equipment, and
components, Manufacturer or Dealer installed according to the Manufacturer’s
standard procedures, requirements, and specifications;
5. All Commodities shall be free of damage and / or rust which may affect
appearance or serviceability;
6. All Commodities shall be professionally designed, manufactured, installed, and serviced
pursuant to the industry standard of care;
7. All Commodities shall comply with required state and federal laws, including but not
limited to: motor vehicle, mobile equipment, safety, and environmental laws; and
8. All Commodities shall meet the requirements, specifications, terms, and conditions herein.
Contactor shall ensure that no Contractor or Dealer advertising or identification (name,
logos, etc.) is on the Commodities, including Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features,
equipment, and components. Manufacturer advertising or identification (name, model,
logos, etc.) shall be permitted on the respective Commodities if such advertising or
identification is a Manufacturer’s standard on the specific Commodity. The Department, in
its sole discretion, shall determine what is Contractor or Dealer advertising or identification,
what is Commodity Manufacturer’s advertising or identification, and what advertising or
identification is acceptable. The Contractor shall be responsible for removing, without
damage, all unacceptable advertising or identification.
The Contractor may engage Dealers in accordance with the terms herein to provide sales
and support for the awarded Commodities offered under this Contract. In the event the
Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring
that the Dealer complies with the terms of this Contract. In the event the Dealers fail to
comply with the terms of this Contract, the Contractor shall remain fully liable. The
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 4 of 16
Contractor shall ensure that Dealers remain current with the Contractor’s authorized
Commodities and MSRP List. The Contractor shall remain responsible for receiving
purchase orders and shall remain responsible for invoicing the Customer for payment. All
invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers
until receiving express authorization from the Department. Information regarding the
Contractor’s addition of Dealers can be found at the following link:
https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/s
ubcontractor_dealer_reseller_forms.
3.2 Federal and State Standards
It is the intent of the Department 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 being provided. This includes, but is not
limited to: Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and
Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and
State of Florida laws, requirements, and regulations that apply to the type and class of
Commodities being provided. In addition, the Contractor is responsible for complying with
any applicable federal or State legislation that becomes effective during the term of the
Contract upon the legislation’s effectiveness. The Contractor shall meet or exceed any such
requirements of the laws and regulations. If an apparent conflict exists, the Contractor,
regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract
Manager immediately.
3.3 Testing
Samples of delivered Commodities may be selected at random by Customers or Department
and tested for compliance with the requirements, specifications, terms, and conditions.
3.4 Warranty
The Manufacturer’s standard warranty shall cover all Commodities of the Contract. The
Manufacturer’s standard warranty is required to provide coverage against defective material,
workmanship, and failure to perform in accordance with the specifications and required
performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or
exceed the most inclusive of those normally provided for the Commodities specified herein
that are sold to any federal, state, or local governments. The Manufacturer’s standard
warranty shall have a minimum term of one year from the Customer’s acceptance, as
specified in the ‘Acceptance’ section, and shall begin only at the time of acceptance by the
Customer.
Should the Manufacturer’s standard warranty conflict with any requirements, specifications,
terms, or conditions of the Contract, then the Contract requirements, specifications, terms,
and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are
not part of the Contract requirements, specifications, terms, and conditions.
3.5 Commodities Recall
In the event there is a recall of any of the Commodities, any of its components, or any parts
incorporating the equipment ("Recalled Equipment"), the Contractor shall provide reasonable
assistance to the Department in developing a recall strategy and shall cooperate with the
Department and the Customers in monitoring the recall operation and in preparing such
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 5 of 16
reports as may be required. Each Contractor shall, at the request of the Department or any
Customer, give the Department and each Customer all reasonable assistance in locating and
recovering any equipment or Recalled Equipment. Each Contractor shall immediately notify
and provide copies to the Department of any communications, whether relating to recalls or
otherwise, with any Customer. The Contractor shall ensure defective Recalled Equipment
are rectified, replaced and/or destroyed in compliance with all applicable laws, rules or
regulations and the Department's reasonable instructions. All Contractor efforts relating to
Recalled Equipment shall be at Contractor’s own expense.
3.6 Commodity Compliance and Compatibility
It is the Contractor’s responsibility to ensure that the Commodities supplied are compliant
with the Contract requirements, specifications, terms, and conditions. Additionally, the
Contractor shall ensure that all Commodities ordered by the Customer are fully compatible
with each other and with any associated pre-existing Commodity possessed by the
Customer and disclosed to the Contractor by the Customer. The Contractor’s acceptance
of the Customer’s order shall indicate that the Contractor agrees to deliver a Commodity
that is fully compliant and compatible with the Customer’s order requirements,
specifications, terms, and conditions.
In the event any ordered Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components are found by the Customer to be missing, incorrect, defective, damaged, non-
compatible, or non-compliant, the Contractor shall, at the Customer’s discretion, be
required to complete one of the following:
• Install or repair the Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s), and their respective features, equipment, and
components;
• Replace the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies),
and Implement(s); and their respective features, equipment, and components;
• Refund the purchase price of the Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components to the Customer.
Any changes necessary after the delivery of the Customer’s order that are required to bring
a Commodity into compliance or compatibility due to an incorrect order fulfillment by the
Contractor shall be accomplished at the Contractor’s expense.
3.7 Commodities Title and Registration
Agriculture and Lawn Equipment delivered under the Contract shall be titled and registered
by the Contractor in accordance with Florida law, including Chapters 319 and 320, Florida
Statutes. The Contractor shall send any necessary form(s) that shall be signed by an
authorized representative of the Customer with the awarded Commodity upon delivery, and
the Contractor shall obtain any necessary signatures and complete the titling and registration
process for the Customer in a timely manner.
In the event the Customer is permitted by law or policy to obtain title and registration
independent of the Contractor, and chooses to obtain title and registration independent of
the Contractor, the Customer will notify the Contractor in writing of this decision no later than
three Business Days following receipt of the Acknowledgement of Order form. However, the
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 6 of 16
Customer shall then be obligated to title and register the awarded Commodity and the
Contractor shall provide any documents necessary for the Customer to do so.
Customers may elect to transfer an existing license plate or may choose to obtain a new
license plate.
• Transferring an existing license plate is the standard default order type and does not
require specific notation on the Purchase Order. All related fees associated with
transferring an existing license plate are included in the Base Equipment Net Price
a) When obtaining a new license plate, the Customer should include a notation
on the Customer Order and an additional amount to cover the cost of a new
license plate. The Contractor is not required to obtain a new license plate for
the Customer unless there is a notation and a new license plate fee is
included on the Customer Order. All related fees except for the new license
plate cost are included in the Base Equipment Net Price. The Customer’s
order notation for a new license plate shall include the request for a new
license plate, the type of license plate required, and a contact person’s name,
title, and telephone number.
b) The Contractor may obtain special plates such as “State”, “County”, or “City” from
most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall
be obtained from the Department of Highway Safety and Motor Vehicles, Division of
Motor Vehicles, in Tallahassee, Florida.
3.8 Transportation and Delivery
Transportation and Delivery shall be FOB Destination to any point statewide as follows:
1. Customers shall be notified within two Business Days when Commodities are not
in stock or unavailable from the Manufacturer at the time of order. Commodities
must be delivered within 180 Calendar Days after receipt of order, unless
otherwise agreed to by the Customer. As soon as Commodities are back in stock,
the Commodities must be delivered within 14 Calendar Days to the Customer. For
any delivery not made within the 180 and 14 Calendar Days’ timeframes, the
Department’s Contract Manager must be notified and given a copy of the
Customer’s order. The Contractor must provide the Department’s Contract
Manager any requested information and timeframe for completion of the order.
2. Commodities in stock must be delivered within 14 Calendar Days after receipt of order
or the receipt of the Commodities from the Manufacturer, with one exception –
Commodities requiring post-Manufacturer or Dealer installed OEM or Non-OEM
Options, Parts, Accessories, and Implements shall be delivered within 30 Calendar
Days after receipt of the Commodities from the Manufacturer(s).
Delivery of the awarded Commodity is defined as receipt of the Commodity at the
Customer’s place of business or designated location. Delivery does not constitute the
Customer’s acceptance. The Contractor shall give the Customer a minimum of one
Business Day notice prior to delivery. Commodities shall be delivered as stipulated by the
Customer.
The Contractor shall deliver Commodities by either private or common carrier transport.
Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity
three road miles or less, the self-propelled, street-legal Commodity may be driven to the
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 7 of 16
delivery location at Contractor’s sole risk and expense. The Contractor shall comply with the
Manufacturer’s break-in requirements and all applicable traffic laws.
All self-propelled, operator-occupied Commodities delivered by the Contractor to the
Customer shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel
gauge at the time of delivery. At the Customer’s option, Commodities with less than one-
quarter (1/4) tank of fuel at delivery may be rejected or a $3.00 per gallon or gallon
equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from
the invoice and payment.
The Contractor shall perform the standard Manufacturer’s pre-delivery inspection and is
responsible for delivering a Commodity that is properly serviced, clean, and in first class
operating condition. The Contractor is required to perform the following, at a minimum, as
part of its pre-delivery service:
1. Completely lubricate operating chassis, engine, and mechanisms with
Manufacturer’s recommended grades of lubricants;
2. Check and fill all fluid levels to ensure proper fill;
3. Adjust engine(s) to proper operating condition(s);
4. Inflate tires to proper pressure;
5. Ensure proper operation of all accessories, gauges, lights, and mechanical and
hydraulic features;
6. Clean equipment, if necessary, and remove all unnecessary and prohibited tags, stickers,
papers, etc.;
7. Ensure that the awarded Commodity is completely assembled (unless otherwise noted
in the following sub-section) including Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components and OEM Options, Parts, Accessories, and Implements, are
thoroughly tested and ready for immediate operation upon delivery; and
8. Where applicable, ensure that the product is packaged in a manner which ensures safe
delivery to the destination. Packaging shall comply with all federal, state, and local laws
including but not limited to the requirements of section 403.7191, Florida Statutes. The
Contractor shall mark each package to include the name of the Contractor, the State Term
Contract number, the purchase or Customer Order number, and a brief description of the
contents.
The Contractor shall deliver all Commodities with each of the following completed
documents:
1. Copy of the Manufacturer’s pre-delivery inspection form, which meets or
exceeds the requirement herein;
2. Copy of the ordering Customer’s order;
3. Copy of the applicable Manufacturer specification(s);
4. Copy of the Manufacturer’s invoice(s) (prices may be deleted or obscured) for
each Commodity, including individual Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective
features, equipment, and components and OEM Options, Parts, Accessories,
and Implements in the shipment;
5. Manufacturer’s window sticker(s), if applicable;
6. Manufacturer’s ‘certificate of origin’, if applicable;
7. Manufacturer’s ‘operator manual’, and (if not included in the operator manual) one (1)
each of the Manufacturer’s lubrication and maintenance instructions;
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 8 of 16
8. Copy of the Manufacturer’s standard warranty certifications;
9. Sales tax exemption form, if applicable;
10. Temporary tag and twenty (20) day extension tag, if applicable; and
11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable.
Deliveries that do not include the above applicable forms and documents, or that have forms
that have been altered, or are not properly completed, may be refused. Repeated failures by
the Contractor to include the above properly completed forms and publications, or that have
submitted altered forms, to the ordering Customers may be cause for default proceedings
and/or Contract termination.
These Transportation and Delivery requirements, terms, and conditions also apply to
the re-delivery of a Commodity that was previously rejected upon initial delivery.
3.9 Price Quote Form
For all Customer orders, the Contractor shall complete and submit a Price Quote Form
(PQF) (Attachment 3) to the Customer for the requested Commodities. All Commodities shall
be itemized on the PQF and include applicable brand, model, and pricing information. The
price quoted for Commodities shall not exceed the current Contract’s Net Price to
Customers. The PQF shall be completed by the Contractor and returned to the Customer
within two Business Days of the Contractor’s receipt of the Customer’s request for a quote.
Customers are encouraged to seek more than one quote from the identified awarded
Contractors, where available. Customers may negotiate with the Contractor to establish a
lower price through a greater discount percentage off MSRP.
3.10 Acknowledgement of Order Form
For each order, the Contractor shall provide the ordering Customer with a fully completed
Acknowledgement of Order Form (Attachment 4) within five Business Days of receiving the
Customer’s order. The Contractor must use the Acknowledgment of Order Form and must
not make any alterations. Failure to timely provide the Customer with the Acknowledgement
of Order Form shall be deemed acceptance of the order, which, if necessary, shall require
the Contractor to provide the newest model of the Commodity which meets the prices,
discounts, requirements, specifications, terms, and conditions herein.
When the Contractor receives an order and does not have the ordered Commodities in stock
and cannot deliver the Commodities to the Customer within 14 calendar days, the Contractor
shall notify the ordering Customer on the Acknowledgement of Order Form. When providing
the Acknowledgment of Order Form the Contractor shall provide the Customer with the
Manufacturer’s order confirmation information and estimated delivery date.
Submission of the Acknowledgement of Order Form is the responsibility of the Contractor
without prompting or notification by the Contract Manager or Customer. Repeated failures
by the Contractor to timely submit completed Acknowledgement of Order Forms to
the ordering Customers may be cause for default proceedings and Contract
termination.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 9 of 16
3.11 Acceptance
The Customer, within three Business Days of delivery, will inspect the Commodity received
for acceptability. The Customer should compare the physical Commodity delivered; contract
prices, discounts, requirements, specifications, terms, and conditions; Customer order; and
Manufacturer’s Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity
received meets or exceeds the requirements, specifications, terms, and conditions of the
Contract and Customer order. Additionally, the Customer should inspect the Commodity for
any damage. The Contractor is obligated to correct any errors or damage. Failure by the
Customer to discover an error or damage in the Commodity shall not relieve the Contractor
from its obligation to correct the error or damage in the event it is found any time after the
Commodity is delivered.
The Parties agree that inspection and acceptance shall be the Customer’s responsibility and
occur at the location of the Customer. Title and risk of loss or damage to all Commodities
shall be the responsibility of the Contractor until accepted by the Customer. The Contractor
shall be responsible for filing, processing, and collecting all damage claims. The Customer
shall assist the Contractor by:
• Recording any evidence of visible damage on all copies of the delivering carrier’s bill of
lading;
• Reporting any known visible and concealed damage to the carrier and the Contractor;
• Confirming said reports in writing within fifteen Business Days of delivery, requesting
that the carrier inspect the damaged merchandise; and
• Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection
report.
Transportation and delivery of the Commodity does not constitute acceptance for the
purpose of payment. Acceptance and authorization of payment shall be given by the
Customer only after a thorough inspection indicates that the Commodity is undamaged and
meets the Contract requirements, specifications, terms, and conditions. Should the
delivered Commodity be damaged or differ in any respect from the Contract requirements,
specifications, terms, and conditions, payment shall be withheld until such time as the
Contractor completes the required, Customer-approved, corrective action.
Should the Commodity require service or adjustments as part of the Customer-approved
corrective action(s), the Contractor shall either remedy the defect or be responsible for
reimbursing the Manufacturer’s local service Dealer or others selected by the Customer to
remedy the defect. The Contractor shall initiate such required service or adjustments within
two Business Days following notification by the Customer. The Commodity shall not be
accepted until all service or adjustments are satisfactory and the Commodity is re-delivered
in acceptable condition. The costs of any transportation and delivery required as part of the
initial or any re-deliveries due to error or damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve
with the Contractor. The Department and Customer shall develop a corrective action plan
related to the Contract deviation, which may include the Customer’s permanent refusal to
accept the Commodity, in which case the Commodity shall remain the property of the
Contractor, and the Customer and the State shall not be liable for payment for any portion
thereof.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 10 of 16
3.12 Installation
When installation is required, the Contractor shall be responsible for placing and installing the
Commodities or parts in the required locations at no additional charge. All materials used in
the installation shall be of good quality and shall be free of defects that would diminish the
appearance of the Commodity or render it structurally or operationally unsound. Installation
includes the furnishing of any equipment, tools, rigging, labor, and materials required to install
or replace the Commodities or parts in the proper location. Contractor shall protect the site
from damage and shall repair damages or injury caused during installation by Contractor or its
employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve
installation, the Contractor shall promptly restore the structure or site to its original condition.
Contractor shall perform installation work so as to cause the least inconvenience and
interference with Customers and with proper consideration of others on site. Upon completion
of the installation, the location and surrounding area of work shall be left clean and in a neat
and unobstructed condition, with everything in satisfactory repair and order.
3.13 Full-Service Repair Facilities
The Contractor agrees to maintain at least one factory-authorized service station or servicing
Dealer within the State of Florida to perform warranty repairs and adjustments throughout the
Contract term. The Contractor shall promptly notify the Department of any changes thereto. The
Contractor shall be responsible for all service performed, regardless of whether the Contractor
or its approved Dealer actually performed the service. Notwithstanding the foregoing, the
Contractor may offer Customers “after warranty” service agreements for the maintenance and
repair of goods after the initial warranty expires. The Contractor shall list this additional service
as a separate item on the invoice.
3.14 Holidays
The Contractor shall provide Customers all Commodities during Business Days. The following
days are observed as holidays by state agencies in accordance with section 110.117, F.S.:
• New Year’s Day
• Birthday of Martin Luther King, Jr., third Monday in January
• Memorial Day
• Independence Day
• Labor Day
• Veterans’ Day, November 11
• Thanksgiving Day
• Friday after Thanksgiving
• Christmas Day
If any of these holidays falls on Saturday, the preceding Friday shall be observed as a holiday. If
any of these holidays falls on Sunday, the following Monday shall be observed as a holiday.
Customers may have additional holiday(s) observed specifically by the Customer which will be
detailed in the Customer’s order.
3.15 Purchasing Card
The State has implemented a purchasing card program using the Visa platform. The
Contractor may receive payments via the state’s Purchasing Card in the same manner as any
other Visa purchases. Purchasing Card acceptance for purchase is a mandatory requirement
for the Contract but is not the exclusive method of payment. If the State changes its
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 11 of 16
Purchasing Card platform during the term of Contract, the Contractor shall make any
necessary changes to accommodate the State ‘s new Purchasing Card platform within 30
calendar days of notification of such change.
3.16 Punchout Catalog and Electronic Invoicing
The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog
provides an alternative mechanism for suppliers to offer the State access to Products awarded
under the Contract. The punchout catalog also allows for direct communication between the
MFMP eProcurement System and a supplier’s Enterprise Resource Planning (ERP) system,
which can reflect real-time Product inventory/availability information.
Through utilization of the punchout catalog model, a Florida buyer will “punch out” to a
supplier’s website. Using the search tools on the supplier’s Florida punchout catalog site, the
user selects the desired Products. When complete, the user exits the supplier’s punchout
catalog site and the shopping cart (full of Products) is “brought back” to MFMP. No orders are
sent to a supplier when the user exits the supplier’s punchout catalog site. Instead, the chosen
Products are “brought back” to MFMP as line items in a purchase order. The user can then
proceed through the normal workflow steps, which may include adding/editing the Products
(i.e., line items) in the purchase order. An order is not submitted to a supplier until the user
approves and submits the purchase order, at which point the supplier receives an email with
the order details.
The Contractor may supply electronic invoices in lieu of paper-based invoices for those
transactions processed through MFMP. Electronic invoices may be submitted to the agency
through one of the mechanisms as listed below:
1) EDI (Electronic Data Interchange)
This standard establishes the data contents of the Invoice Transaction Set (810) for
use within the context of an Electronic Data Interchange (EDI) environment. This
transaction set can be used for invoicing via the Ariba Network (AN) for catalog and
non-catalog goods and services.
2) PO Flip via AN
This online process allows Contractors to submit invoices via the AN for catalog and
non-catalog goods and services. Contractors have the ability to create an invoice
directly from their inbox in their AN account by simply "flipping" the PO into an
invoice. This option does not require any special software or technical capabilities.
The Contractor warrants and represents that it is authorized and empowered to and hereby
grants the State and the third-party provider of MFMP, a State contractor, the right and license
to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the
Contractor warrants and represents that it is authorized and empowered to and hereby grants
the State and the third-party provider the right and license to reproduce and display within
MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding
designation that identifies the products made available by the Contractor under the Contract.
The Contractor will work with the MFMP management team to obtain specific requirements for
the electronic invoicing if needed.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 12 of 16
3.17 Contract Reporting
The Contractor shall report information on orders received from Customers associated with this
Contract. No revised MSRP lists or price adjustments will be considered for any Contractor who
has outstanding reports, or any other documentation required under this Contract. The Contractor
shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each
month
Quarterly Sales Report State’s Fiscal
Quarter 30 calendar days after close of the period
Diversity Report
(submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
Preferred Pricing Affidavit (in
accordance with section 3.2.2. of
the Special Contract Conditions)
Annual Contract Anniversary Date
3.18 MFMP Transaction Fee Report
The Contractor is required to submit monthly MFMP Transaction Fee Reports in the
Department’s electronic format. Reports are due 15 calendar days after the end of the
reporting period. For information on how to submit Transaction Fee Reports online, please
reference the detailed fee reporting instructions and vendor training presentations available
online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections
under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is
also available from the MFMP Customer Service Desk by email at: VendorHelp@
myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to
6:00 p.m. Eastern Time.
3.19 Quarterly Sales Reports
The Contractor shall submit a quarterly sales report electronically, in the required format, to the
Department’s Contract Manager within thirty (30) calendar days after close of each quarter. The
quarterly sales report can be found here: https://www.dms.myflorida.com/business_operations/
state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the
quarterly sales report will result in the imposition of financial consequences and may result in the
Contractor being found in default and the termination of the Contract. Initiation and submission of
the quarterly sales report are the responsibility of the Contractor without prompting or notification
by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during
the period, the Contractor must submit a report stating that there was no activity. If no sales are
recorded in two consecutive quarters, the Contractor may be placed in probationary status or the
Department may terminate the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 13 of 16
Quarter 2 – (October-December) – due 30 calendar days after the close of the period
Quarter 3 – (January-March) – due 30 calendar days after the close of the period
Quarter 4 – (April-June) due 30 calendar days after the close of the period
3.20 Diversity Report
The Contractor shall report to each Customer, spend with certified and other minority business
enterprises. These reports shall include the period covered, the name, minority code and Federal
Employer Identification Number of each minority business utilized during the period, Commodities
provided by the minority business enterprise, and the amount paid to each minority business on
behalf of each purchasing agency ordering under the terms of this Contract.
3.21 Ad Hoc Reports
The Department or Customer may require additional Contract information such as copies of
purchase orders or ad hoc sales reports. The Contractor shall submit information in response to
these specific ad hoc requests for reports within the specified amount of time as requested by
the Department or Customer.
3.22 Business Review Meetings
In order to maintain the relationship between the Department and the Contractor, each
quarter the Department may request a business review meeting. The business review
meeting may include, but is not limited to, the following:
• Successful completion of deliverables
• Review of the Contractor’s performance
• Review of minimum required reports
• Addressing of any elevated Customer issues
• Review of continuous improvement ideas that may help lower total costs and/or
improve business efficiencies.
3.23 Financial Consequences
Financial Consequences will be assessed for failure to timely perform or submit a report as
required by the Contract and shall be paid via check or money order in US Dollars, and made out
to the Department of Management Services or the specific Customer, where applicable. Financial
Consequences will be assessed daily for each individual failure until the performance or submittal
is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the
submissions of reports, financial consequences will apply to each target period beginning with the
first full month or quarter of the Contract’s performance and each month and quarter thereafter.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 14 of 16
The Department and Customers reserve the right to, in addition to withholding payment,
implementing other appropriate remedies, such as Contract termination or non-renewal.
3.24 MSRP List and Product Adjustments
The Contractor shall submit a complete MSRP List that includes all Commodities (i.e. Base
Equipment; OEM Options, Parts, Accessories, and Implements; and Non-OEM Options, Parts,
Accessories, and Implements) for each Manufacturer/ Brand Name and Sub-Group (or Group, for
Groups that do not include Sub-Groups) for which the Contractor received an award; the
Commodities listed on the MSRP must match the Commodities listed on the price sheet. The
MSRP List is subject to the Department’s approval. The MSRP List shall include the following for
each Commodity: The Manufacturer/Brand Model Number, the Manufacturer/Brand Item
Description, and the MSRP. The Contractor shall include a cover page, which shall provide the
applicable Group, Sub-Group (for Groups that include Sub-Groups), Manufacturer/Brand Name,
and MSRP List date. The Department shall be the final arbiter of MSRPs if an MSRP on the
Contractor’s MSRP List differs from the published MSRP. The Contractor shall be responsible for
removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s
MSRP List.
The Contractor may add products to the MSRP List at any time during the life of the Contract by
submitting a complete and revised MSRP List. Products added must be from a
Manufacturer/Brand Name for which the Contractor received an award and fall within the scope
Deliverable Performance Metric
Performan
ce Due
Date
Financial
Consequence for
Non-Performance
Contractor will timely
submit completed
Quarterly Sales Reports
All Quarterly Sales
Reports will be submitted
timely with the required
information
Reports
are due on
or before
the 30th
calendar
day after
the close of
each State
fiscal
quarter
$250 per Calendar
Day late/not received
by the Contract
Manager
Contractor will timely
submit completed MFMP
Transaction Fee Reports
All MFMP Transaction
Fee Reports will be
submitted timely with the
required information
Reports
are due on
or before
the 15th
calendar
day after
the close of
each
month
$100 per Calendar
Day late/not received
by the Contract
Manager
Contractor will provide
accurate Price Quote
Forms to Customers
All Price Quote Forms will
be provided to Customers
with accurate information
Upon
Customer
request
$25 per order
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 15 of 16
of a Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s MSRP List.
The Contractor may update existing product’s MSRPs on the MSRP List to match the MSRPs
published by the Manufacturer no earlier than twelve (12) months after the start date of the
Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP
update. The Contractor may update the existing product’s MSRPs on the MSRP List by
submitting a complete and revised MSRP List for Department review and approval.
Revised MSRP Lists, regardless of whether the Contractor is adding products or updating existing
product’s MSRPs, must be accompanied by a revised price sheet, as described in the ‘Price Sheet
and Price Adjustments’ section of the Scope of Work, as well as a list of all changes made from
the previously submitted version of the MSRP List.
3.25 Price Sheet and Price Adjustments
The Contractor shall submit a complete price sheet to include the following Commodities (i.e.
Base Equipment and OEM Options, Parts, Accessories) for each Brand/Manufacturer and Sub-
Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received
an award; the Commodities listed on the price sheet must match the Commodities listed on the
MSRP List. The price sheet is subject to the Department’s approval. The price sheet shall be
provided in Excel format and include a separate tab for each Sub-Group (or Group, for Groups
that do not include Sub-Groups). Each tab shall include, at minimum, the following information
for each Commodity offered under that Sub-Group (or Group, for Groups that do not include Sub-
Groups):
• Manufacturer/Brand Name (as shown on the Product Group Discount Sheet);
• Commodity Type (i.e. Base Equipment and OEM Option, Part, Accessory, or
Implement);
• Model number or other identifier that Customers can use to locate the Commodity on the
Brand/Manufacturer’s website;
• Description;
• MSRP (as shown on the current MSRP List);
• Discount (as shown on the Product Group Discount Sheet for the Commodity type, as
submitted in the Bid); and
• Net Price to the Customer.
The Contractor may add products to the price sheet at any time during the life of the Contract by
submitting a complete and revised price sheet. Products added must be from a Brand/
Manufacturer Name for which the Contractor received an award and fall within the scope of a
Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s price sheet.
The Contractor may update the MSRPs and Net Prices to the Customer on the price sheet to
match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the
start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of
the previous MSRP update. The Contractor may update the MSRPs and Net Prices to the
Customer on the price sheet by submitting a complete and revised price sheet.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
Page 16 of 16
Revised price sheets, regardless of whether the Contractor is adding products or updating the
MSRPs and Net Prices to the Customer, must be accompanied by a revised MSRP List, as
described in the ‘MSRP List and Product Adjustments’ section, as well as a list of all changes
made from the previously submitted version of the price sheet.
3.26 E-Verify
The following replaces section 13.2 of Attachment 1:
The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this
Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for
all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in
accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such
affidavit for the duration of the Contract. In order to implement this provision, the Vendor shall
provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager
within five days of Contract execution.
This section serves as notice to the Contractor regarding the requirements of section
448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to
terminate the Contract if it has a good faith belief that the Contractor has knowingly violated
section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for
award of a public contract for at least one year after the date of such termination. The
Department reserves the right to order the immediate termination of any contract between
the Contractor and a subcontractor performing work on its behalf should the Department
develop a good faith belief that the subcontractor has knowingly violated section 448.095(1),
F.S.
DocuSign Envelope ID: F966FCAC-D839-4A10-9B92-AF06A7CD7995
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Florida Outdoor Equipment, Inc. (“Contractor”), with its principal place of business located at 2691 Dardanelle Dr., Orlando, FL 32808, collectively referred to herein as the “Parties.”
WHEREAS the Parties entered into the Contract which became effective on January 7, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions
DocuSign Envelope ID: 2B4A217D-80CF-46E9-B3F7-3853DBE11023
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly
authorized to do so and to bind the respective party.
V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the
Contract, the terms of this Amendment shall control.
VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in
the Contract shall continue in full force and effect. This Amendment is effective when signed by
both Parties.
IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services
Contractor: Florida Outdoor Equipment, Inc. By: _____________________________
By: _____________________________
Name: Tom Berger Name: Russell Knowles Title: Deputy Secretary of Business
Operations
Title: Contract Administrator
Date: Date:
DocuSign Envelope ID: 2B4A217D-80CF-46E9-B3F7-3853DBE11023
10/6/2023 | 8:35 AM EDT10/6/2023 | 8:57 AM EDT
1
ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item
DocuSign Envelope ID: 2B4A217D-80CF-46E9-B3F7-3853DBE11023
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and
payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility.
DocuSign Envelope ID: 2B4A217D-80CF-46E9-B3F7-3853DBE11023
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The
Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
DocuSign Envelope ID: 2B4A217D-80CF-46E9-B3F7-3853DBE11023
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
(b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b)
DocuSign Envelope ID: 2B4A217D-80CF-46E9-B3F7-3853DBE11023
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: 2B4A217D-80CF-46E9-B3F7-3853DBE11023
State Term Contract
No. 25101900-21-STC
Agriculture and Lawn Equipment
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services (Department),
an agency of the State of Florida, and Clark Equipment Company (Contractor), collectively
referred to herein as the “Parties.”
Accordingly, the Parties agree as follows:
I. Initial Contract Term.
The Initial Contract Term shall be for three (3) years. The Initial Contract Term shall begin on
January 1, 2021, or on the last date it is signed by all Parties, whichever is later. The Contract
shall expire on December 31, 2023, unless terminated earlier in accordance with the Special
Contract Conditions.
II. Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, for
a Renewal Term not to exceed the Initial Contract Term, pursuant to the incorporated Special
Contract Conditions.
III. Contract.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Attachments, which set forth
the entire understanding of the Parties and supersedes all prior agreements. All modifications
to this Contract must be in writing and signed by all Parties.
All Attachments listed below are incorporated in their entirety into, and form part of, this
Contract. The Contract Attachments shall have priority in the order listed:
a) Attachment 2, Scope of Work
b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment
C) from ITB No. 20-25101900-ITB)
c) Attachment 8, Contractor’s Submitted MSRP List
d) Attachment 5, Preferred Pricing Affidavit
e) Attachment 6, Contractor’s Submitted Price Sheet
f) Attachment 1, Special Contract Conditions
g) Attachment 3, Price Quote Form
h) Attachment 4, Acknowledgement of Order
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 2 of 2
IV. Contract Management.
Department’s Contract Manager:
Shaveon Nelson
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 370.1X
Tallahassee, Florida 32399-0950
Telephone: (850) 922-1214
Email: Shaveon.Nelson@dms.fl.gov
Contractor’s Contract Manager:
Barry Hanson
Clark Equipment Company
250E. Beaton Drive
West Fargo, ND 58078
Telephone: (701) 241-8793
Email: barry.hanson@doosan.com
IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the
incorporated Attachments, to be executed by their undersigned officials as duly authorized. This
Contract is not valid and binding until signed and dated by the Parties.
Clark Equipment Company STATE OF FLORIDA,
DEPARTMENT OF
MANAGEMENT SERVICES
_____________________________ _______________________________
[Name] Tami Fillyaw, Chief of Staff
_____________________________ _______________________________
Date: Date:
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Barry Hanson
2/5/2021 | 2:33 PM CST 2/8/2021 | 2:32 PM EST
SP approved version 7‐1‐2019 1
ATTACHMENT 1
SPECIAL CONTRACT CONDITIONS
JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included
herein by reference but is superseded in its entirety by these Special
Contract Conditions.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida
Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer.
The agency or eligible user that purchases commodities or contractual services pursuant
to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term.
The initial term will begin on the date set forth in the Contract documents or on the date
the Contract is signed by all Parties, whichever is later.
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in
whole or in part only as set forth in the Contract documents, and in accordance with
section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work.
The Department may, at its sole discretion, suspend any or all activities under the
Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the
best interest of the Customer to do so. The Department or Customer will provide the
Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the
performance of the Contract or purchase order. Suspension of work will not entitle the
Contractor to any additional compensation. The Contractor will not resume performance
of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience.
The Contract may be terminated by the Department in whole or in part at any time, in the
best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for
which costs can be substantiated. Such payment, however, may not exceed an amount
which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be
turned over promptly by the Contractor.
2.3.3 Termination for Cause.
If the performance of the Contractor is not in compliance with the Contract requirements
or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;
(b) notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or
(c) take other action deemed appropriate by the Department.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing.
The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases.
The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery
of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this
Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing
offered under comparable contracts. Comparable contracts are those that are similar in
size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must
annually submit an affidavit from the Contractor’s authorized representative attesting that
the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales
promotions involving price reductions for a specified lesser period. The Contractor must
submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices
compared to then-authorized prices.
3.3 Payment Invoicing.
The Contractor will be paid upon submission of invoices to the Customer after delivery
and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and
the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order.
A Customer may use purchase orders to buy commodities or contractual services
pursuant to the Contract and, if applicable, the Contractor must provide commodities or
contractual services pursuant to purchase orders. Purchase orders issued pursuant to
the Contract must be received by the Contractor no later than the close of business on
the last day of the Contract’s term. The Contractor is required to accept timely purchase
orders specifying delivery schedules that extend beyond the Contract term even when
such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms
and conditions of the Contract shall survive the termination or expiration of the Contract
and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months.
Any purchase order terms and conditions conflicting with these Special Contract
Conditions shall not become a part of the Contract.
3.5 Travel.
Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation.
Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess
of one fiscal year, the State of Florida’s performance and obligation to pay under the
Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section
287.057(22), F.S. All payments issued by Customers to registered Vendors for
purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law.
Vendors must pay the Transaction Fees and agree to automatic deduction of the
Transaction Fees when automatic deduction becomes available. Vendors will submit any
monthly reports required pursuant to the rule. All such reports and payments will be
subject to audit. Failure to comply with the payment of the Transaction Fees or reporting
of transactions will constitute grounds for declaring the Vendor in default and subject the
Vendor to exclusion from business with the State of Florida.
3.8 Taxes.
Taxes, customs, and tariffs on commodities or contractual services purchased under the
Contract will not be assessed against the Customer or Department unless authorized by
Florida law.
3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed
pursuant to the terms of the Contract that were disbursed to the Contractor. The
Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or
Customer of the overpayment.
SECTION 4. CONTRACT MANAGEMENT.
4.1 Composition and Priority.
The Contractor agrees to provide commodities or contractual services to the Customer
as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter.
4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract
Manager in a manner identified by the Department.
4.3 Department’s Contract Manager.
The Department’s Contract Manager, who is primarily responsible for the Department’s
oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format:
Department’s Contract Manager Name
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 5
Department’s Name
Department’s Physical Address
Department’s Telephone #
Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the
Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager.
The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s
oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format:
Contractor’s Contract Manager Name
Contractor’s Name
Contractor’s Physical Address
Contractor’s Telephone #
Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the
Department. Such a change does not require an amendment to the Contract.
4.5 Diversity.
4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities
for woman-, veteran-, and minority-owned small business enterprises to participate in
procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and
provides advocacy, outreach, and networking through regional business events. For
additional information, please contact the Office of Supplier Diversity (OSD) at
osdinfo@dms.myflorida.com.
4.5.2 Diversity Reporting.
Upon request, the Contractor will report to the Department its spend with business
enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise
utilized during the period, commodities and contractual services provided by the
business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract.
4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following
statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE
SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413,
FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME
PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it
offers is available at https://www.respectofflorida.org.
4.7 PRIDE.
Subject to the agency determination provided for in sections 287.042(1) and 946.515,
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S.,
IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN
SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE
PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS
OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED.
Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org.
SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of
federal, state, and local agencies having jurisdiction and authority. For example, the
Contractor must comply with section 274A of the Immigration and Nationality Act, the
Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if
applicable, and all prohibitions against discrimination on the basis of race, religion, sex,
creed, national origin, handicap, marital status, or veteran’s status. The provisions of
subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue.
Any dispute concerning performance of the Contract shall be decided by the
Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and
conclusive. Exhaustion of this administrative remedy is an absolute condition precedent
to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties
submit to the jurisdiction of the courts of the State of Florida exclusively for any legal
action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue
privileges and rights it may have under any other statute, rule, or case law, including, but
not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department.
5.3 Department of State Registration.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert
status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity,
or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists.
In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate
who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under
the Contract. The Contractor must notify the Department if it or any of its suppliers,
subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract.
5.5 Scrutinized Companies - Termination by the Department.
The Department may, at its option, terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), F.S., or been
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in
business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its
duty to cooperate with the Inspector General in any investigation, audit, inspection,
review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems
relevant to the Contractor's integrity or responsibility. Such information may include, but
will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such
records for the longer of five years after the expiration of the Contract, or the period
required by the General Records Schedules maintained by the Florida Department of
State, at the Department of State’s Records Management website. The Contractor
agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for
investigations of the Contractor's compliance with the terms of this or any other
agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited
to: salaries of investigators, including overtime; travel and lodging expenses; and expert
witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to
provide goods or services under the Contract.
SECTION 6. MISCELLANEOUS.
6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written
consent of the Department. The Contractor is fully responsible for satisfactory
completion of all its subcontracted work. The Department supports diversity in its
procurements and contracts, and requests that the Contractor offer subcontracting
opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on
certified small business enterprises available for subcontracting opportunities.
6.2 Assignment.
The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the
Contractor may waive its right to receive payment and assign same upon notice to the
Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the
Department. The Department may assign the Contract with prior written notice to the
Contractor.
6.3 Independent Contractor.
The Contractor and its employees, agents, representatives, and subcontractors are
independent contractors and not employees or agents of the State of Florida and are not
entitled to State of Florida benefits. The Department and Customer will not be bound by
any acts or conduct of the Contractor or its employees, agents, representatives, or
subcontractors. The Contractor agrees to include this provision in all its subcontracts
under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss.
Matters of inspection and acceptance are addressed in section 215.422, F.S. Until
acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the
Contractor with damage claims, the Customer will: record any evidence of visible
damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of
lading and damage inspection report.
6.4.2 Rejected Commodities.
When a Customer rejects a commodity, Contractor will remove the commodity from the
premises within ten (10) calendar days after notification of rejection, and the risk of loss
will remain with the Contractor. Commodities not removed by the Contractor within ten
(10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer
for costs and expenses incurred in storing or effecting removal or disposition of rejected
commodities.
6.5 Safety Standards.
Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State
of Florida and federal requirements.
6.6 Ombudsman.
A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this office are found in section 215.422, F.S., which include
disseminating information relative to prompt payment and assisting contractors in
receiving their payments in a timely manner from a Customer. The Vendor Ombudsman
may be contacted at (850) 413-5516.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract.
Each obligation is deemed material, and a breach of any such obligation (including a
breach resulting from untimely performance) is a material breach.
6.8 Waiver.
The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights.
6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and
the Contractor. Should a court determine any provision of the Contract is invalid, the
remaining provisions will not be affected, and the rights and obligations of the Parties will
be construed and enforced as if the Contract did not contain the provision held invalid.
6.10 Cooperative Purchasing.
Pursuant to their own governing laws, and subject to the agreement of the Contractor,
governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent
of the Contract between the Department and the Contractor, and the Department is not a
party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance.
The Contractor shall maintain workers’ compensation insurance as required under the
Florida Workers’ Compensation Law or the workers’ compensation law of another
jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected.
7.2 General Liability Insurance.
The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and
completed operations. This insurance must provide coverage for all claims that may
arise from performance of the Contract or completed operations, whether by the
Contractor or anyone directly or indirectly employed by the Contractor. Such insurance
must include the State of Florida as an additional insured for the entire length of the
resulting contract. The Contractor is responsible for determining the minimum limits of
liability necessary to provide reasonable financial protections to the Contractor and the
State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond.
Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless
from all fines, claims, assessments, suits, judgments, or damages, including
consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark,
copyright, patent, trade secret, or intellectual property right or out of any acts, actions,
breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any
determination arising out of or related to the Contract that the Contractor or Contractor’s
employees, agents, subcontractors, assignees, or delegates are not independent
contractors in relation to the Customer. The Contract does not constitute a waiver of
sovereign immunity or consent by the Customer or the State of Florida or its subdivisions
to suit by third parties. Without limiting this indemnification, the Customer may provide
the Contractor (1) written notice of any action or threatened action, (2) the opportunity to
take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense.
7.6 Limitation of Liability.
Unless otherwise specifically enumerated in the Contract or in the purchase order,
neither the Department nor the Customer shall be liable for special, indirect, punitive, or
consequential damages, including lost data or records (unless the Contract or purchase
order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department
nor the Customer shall be liable for lost profits, lost revenue, or lost institutional
operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies
from amounts due Contractor as may be necessary to satisfy any claim for damages,
penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any
payments due the Contractor under any contract with the State.
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT,
AND INTELLECTUAL PROPERTY.
8.1 Public Records.
8.1.1 Termination of Contract.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with
this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor
acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following
applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL
ADDRESS, AND MAILING ADDRESS PROVIDED IN THE
RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor
acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor
shall:
(a) Keep and maintain public records required by the public agency to perform the
service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not
transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency’s custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
8.2 Protection of Trade Secrets or Otherwise Confidential Information.
8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information.
If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the
Contractor must clearly designate that portion of the materials as trade secret or
otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related
materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests.
If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the
Contractor will be responsible for taking the appropriate legal action in response to the
request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will
provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials.
The Contractor will protect, defend, indemnify, and hold harmless the Department for
claims, costs, fines, and attorney’s fees arising from or relating to its designation of
materials as trade secret or otherwise confidential.
8.3 Document Management.
The Contractor must retain sufficient documentation to substantiate claims for payment
under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related
to the Contract for five (5) years after expiration of the Contract or, if longer, the period
required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website.
8.4 Intellectual Property.
8.4.1 Ownership.
Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection
with the Contract.
8.4.2 Patentable Inventions or Discoveries.
Any inventions or discoveries developed in the course, or as a result, of services in
connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the
sole property of the State of Florida. Contractor must inform the Customer of any
inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a
determination on whether patent protection will be sought. The State of Florida will be
the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract.
8.4.3 Copyrightable Works.
Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights
created or developed through performance of the Contract are owned solely by the State
of Florida.
SECTION 9. DATA SECURITY.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited
to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform
any of the services from outside of the United States, and the Contractor will not allow
any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach
involving State of Florida data, the Contractor shall give notice to the Customer and the
Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of
data. Once a data breach has been contained, the Contractor must provide the
Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to
enlist a third party to audit Contractor’s findings and produce an independent report, and
the Contractor will fully cooperate with the third party. The Contractor will also comply
with all HIPAA requirements and any other state and federal rules and regulations
regarding security of information.
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities.
The Contractor will not, in connection with this Contract, directly or indirectly (1) offer,
give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise
of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to
anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee.
10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used
for the purpose of lobbying the Legislature, the judicial branch, or the Department.
Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from
lobbying the executive or legislative branch concerning the scope of services,
performance, term, or compensation regarding the Contract after the Contract is
executed and during the Contract term.
10.3 Communications.
10.3.1 Contractor Communication or Disclosure.
The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or
otherwise disclose or permit to be disclosed any of the data or other information
obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent.
10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its
employees for the Contractor’s promotions, press releases, publicity releases,
marketing, corporate communications, or other similar communications, without first
notifying the Customer’s Contract Manager and securing the Customer’s prior written
consent.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards.
The Contractor agrees to perform all tasks and provide deliverables as set forth in the
Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details
thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance.
11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if
the Department or Customer determines that there is a performance deficiency that
requires correction by the Contractor, then the Department or Customer will notify the
Contractor. The correction must be made within a time-frame specified by the
Department or Customer. The Contractor must provide the Department or Customer with
a corrective action plan describing how the Contractor will address all performance
deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure.
If the corrective action plan is unacceptable to the Department or Customer, or
implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will
be withheld until the Contractor resolves the performance deficiencies. If the
performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance
deficiencies, the retained amount will be forfeited to compensate the Department or
Customer for the performance deficiencies.
11.3 Performance Delay.
11.3.1 Notification.
The Contractor will promptly notify the Department or Customer upon becoming aware
of any circumstances that may reasonably be expected to jeopardize the timely and
successful completion (or delivery) of any commodity or contractual service. The
Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor
is taking or will take to do so, and the projected actual completion (or delivery) time. If
the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the
Contractor will promptly so notify the Department and use commercially reasonable
efforts to perform its obligations on time notwithstanding the Department’s delay.
11.3.2 Liquidated Damages.
The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain.
Accordingly, the liquidated damages provisions stated in the Contract documents will
apply. Liquidated damages are not intended to be a penalty and are solely intended to
compensate for damages.
11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if
neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake,
windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism,
civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect
subcontractors or suppliers if no alternate source of supply is available to the Contractor.
The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the
Contractor believes is excusable, the Contractor will notify the Department in writing of
the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the
Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is
not reasonably foreseeable, within five (5) calendar days after the date the Contractor
first had reason to believe that a delay could result. The foregoing will constitute the
Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict
accordance with this paragraph is a condition precedent to such remedy. No claim for
damages will be asserted by the Contractor. The Contractor will not be entitled to an
increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not
limited to costs of acceleration or inefficiency, arising because of delay, disruption,
interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist the Contractor will perform at no increased cost, unless
the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the
Department may (1) accept allocated performance or deliveries from the Contractor,
provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation,
or (2) purchase from other sources (without recourse to and by the Contractor for the
related costs and expenses) to replace all or part of the commodity or contractual
services that are the subject of the delay, which purchases may be deducted from the
Contract quantity, or (3) terminate the Contract in whole or in part.
SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits
of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and
records that directly relate to the Contract. To the extent necessary to verify the
Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor,
pertaining to the Contract, may be inspected by the Department upon fifteen (15)
calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release
statements from its subcontractors, partners, or agents are not required for the
Department or its designee to conduct compliance and performance audits on any of the
Contractor’s contracts relating to this Contract. The Inspector General, in accordance
with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor
General also have authority to perform audits and inspections.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance
with section 8.3 of these Special Contract Conditions. Records of costs incurred will
include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other
records of the Contractor and subcontractors considered necessary by the Department,
the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check.
The Department or Customer may require the Contractor to conduct background checks
of its employees, agents, representatives, and subcontractors as directed by the
Department or Customer. The cost of the background checks will be borne by the
Contractor. The Department or Customer may require the Contractor to exclude the
Contractor’s employees, agents, representatives, or subcontractors based on the
background check results. In addition, the Contractor must ensure that all persons have
a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within
twenty-four (24) hours of all details concerning any reported arrest. Upon the request of
the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract.
13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system
to verify the employment eligibility of all new employees hired during the term of the
Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during
the Contract term. In order to implement this provision, the Contractor must provide a
copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within
five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-
Verify System, it will do so within five (5) calendar days of notice of Contract award and
provide the Contract Manager a copy of its MOU within five (5) calendar days of
Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within
five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify
case number.
13.3 Disqualifying Offenses.
If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere,
regardless of whether adjudication was withheld, within the last six (6) years from the
date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any
position with access to State of Florida data or directly performing services under the
Contract. The disqualifying offenses are as follows:
(a) Computer related crimes;
(b) Information technology crimes;
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;
(d) False pretenses;
(e) Frauds;
(f) Credit card crimes;
(g) Forgery;
(h) Counterfeiting;
(i) Violations involving checks or drafts;
(j) Misuse of medical or personnel records; and
(k) Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records
related to the commodities or contractual services provided pursuant to the Contract and
must comply with all state and federal laws, including, but not limited to sections
381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures
must be consistent with the most recent version of the Department security policies,
protocols, and procedures. The Contractor must also comply with any applicable
professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently
on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List,
or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is
compromised in any manner during the term of the Contract.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 1 of 16
Attachment 2
Scope of Work
1. Purpose
To provide Customers with Agriculture and Lawn Equipment on a statewide basis, pursuant to
the terms set forth in this Scope of Work.
2. Definitions
Accessory(ies) – A part or object used for convenience, attractiveness, safety, etc. to improve
Base Equipment capability which meet the requirements, specifications, terms, and conditions
herein, and may be installed to, uninstalled from, or provided with or separately from the Base
Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable,
and prudent in the industry.
Base Equipment – A Manufacturer’s Base Agriculture and Lawn Equipment without the
inclusion of OEM or Non-OEM Options, Parts, Accessories, and Implements. Base Equipment
may be identified by a combination of the Manufacturer’s name, trade name, brand name, make
name, model name, model number or catalog number.
Business Day – Monday through Friday, inclusive, except for those holidays specified in
section 110.117, F.S., from 8:00 a.m. to 5:00 p.m. at the Customer’s location.
Commodity(ies) – As defined in section 287.012 F.S. Commodities may include Base
Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other
products available through this Contract. Commodities may also be referred to throughout as
“Agriculture and Lawn Equipment”.
Commodity Code – The State’s numeric code for classifying Commodities
which meet specific requirements, specifications, terms, and conditions herein. Florida has
adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying
Commodities.
Contract – The written agreement between the Department and the Contractor.
Contractor – A Vendor that enters a Contract with the Department as a result of the ITB.
Customer – A state agency or eligible user.
Dealer – A Manufacturer’s certified representative who has been authorized by the
Manufacturer to market, sell, provide, and service the Commodities of the Manufacturer that are
responsive to the Contract. Dealers may be Contractor-owned and -controlled (in whole or in
part), or independently owned and controlled.
Department – The Department of Management Services, a State Agency.
Group – A series of Commodities with applicable Commodity Codes which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
Implement(s) – A tool, utensil, or other piece of equipment, especially as used for a particular
purpose or to improve Base Equipment capability which meet the requirements, specifications,
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 2 of 16
terms, and conditions herein, and may be installed to, uninstalled from, or provided with or
separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal,
customary, reasonable, and prudent in the industry.
Manufacturer – The producer or provider of Agriculture and Lawn Equipment which possess
the minimum quality, reliability, service, and value required by the Department and Customers.
May be used interchangeably with Brand Name.
Manufacturer’s Suggested Retail Price (MSRP) – The MSRP represents the Manufacturer’s
recommended retail selling price, list price, published price, or other usual and customary price
that would be paid by the Customer for specific Commodities without the benefit of a Contract
resulting from this solicitation. It must be publicly listed, available, and verifiable by the
Department.
MSRP Credit – The MSRP price of OEM and Non-OEM Options, Parts, Accessory(ies) or
Implements that are deducted from the Base Equipment price paid by the Customer if removed
from the Base Equipment.
MSRP List – The Manufacturer’s Suggested Retail Price List, a collection of MSRPs and
related information broken down by specific Commodities. In the priority listed below, only the
following are acceptable sources of current and revised MSRPs and MSRP Lists for use under
the resulting Contract:
• Manufacturer’s Annual U.S. Price Book,
• Manufacturer’s official website or dealer software; and
• Autodata, Inc. d/b/a Chrome Data’sTM Carbook Pro Fleet Edition.
Net Price – The final price paid by the Customer after applying all MSRP discounts and
MSRP Credits. The Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and components
shall include all charges for the Commodity, including but not limited to packing, handling,
freight, distribution, transportation, startup, pre-delivery, delivery, inspection, installation,
construction, assembly, title, and registration. Additional charges for a Commodity shall not
be charged outside of the Net Price unless expressly provided within the Scope of Work.
Non-OEM – Produced by a manufacturer or party other than the OEM.
Options – Options requested by the Customer specifically for the Agriculture and Lawn Base
Equipment which meet the requirements, specifications, terms, and conditions herein, and
may be installed to, uninstalled from, or provided with or separately from the Base Equipment
by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and
prudent in the industry.
Original Equipment Manufacturer (OEM) – The original Manufacturer of a Commodity.
Parts – Repair or service parts for Base Equipment which meet the requirements,
specifications, terms, and conditions herein, and may be installed to, uninstalled from, or
provided with or separately from the Base Equipment by the Manufacturer or Dealer, as
specified, ordered, legal, customary, reasonable, and prudent in the industry.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 3 of 16
Sub-Group – A specific series of Commodities within a Group which are described in the
Product Group Discount Sheet. A Group may or may not include Sub-Groups.
State – The State of Florida.
3. Scope of Work
3.1 Commodity Specifications and Standards
All Commodities, including all Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components, shall meet the following minimum requirements:
1. All Commodities shall be designed, constructed, equipped, assembled (except as
specified in the Transportation and Delivery section), and installed to be fully suitable
for their intended use, purpose, and service. The Contractor is not required to install
Parts purchased by the Customer unless specifically agreed to by the Customer and
Contractor;
2. All Commodities shall be new and unused (except as specified in the Transportation
and Delivery section), for the current Manufacturer’s model year or later, of current or
recent production, and of the latest design and construction;
3. All Commodities shall be biodiesel (B-20), compressed natural gas (“CNG”), diesel,
electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or
propane powered.
4. All Commodities shall include all OEM standard features, equipment, and
components, Manufacturer or Dealer installed according to the Manufacturer’s
standard procedures, requirements, and specifications;
5. All Commodities shall be free of damage and / or rust which may affect
appearance or serviceability;
6. All Commodities shall be professionally designed, manufactured, installed, and serviced
pursuant to the industry standard of care;
7. All Commodities shall comply with required state and federal laws, including but not
limited to: motor vehicle, mobile equipment, safety, and environmental laws; and
8. All Commodities shall meet the requirements, specifications, terms, and conditions herein.
Contactor shall ensure that no Contractor or Dealer advertising or identification (name,
logos, etc.) is on the Commodities, including Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features,
equipment, and components. Manufacturer advertising or identification (name, model,
logos, etc.) shall be permitted on the respective Commodities if such advertising or
identification is a Manufacturer’s standard on the specific Commodity. The Department, in
its sole discretion, shall determine what is Contractor or Dealer advertising or identification,
what is Commodity Manufacturer’s advertising or identification, and what advertising or
identification is acceptable. The Contractor shall be responsible for removing, without
damage, all unacceptable advertising or identification.
The Contractor may engage Dealers in accordance with the terms herein to provide sales
and support for the awarded Commodities offered under this Contract. In the event the
Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring
that the Dealer complies with the terms of this Contract. In the event the Dealers fail to
comply with the terms of this Contract, the Contractor shall remain fully liable. The
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 4 of 16
Contractor shall ensure that Dealers remain current with the Contractor’s authorized
Commodities and MSRP List. The Contractor shall remain responsible for receiving
purchase orders and shall remain responsible for invoicing the Customer for payment. All
invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers
until receiving express authorization from the Department. Information regarding the
Contractor’s addition of Dealers can be found at the following link:
https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/s
ubcontractor_dealer_reseller_forms.
3.2 Federal and State Standards
It is the intent of the Department 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 being provided. This includes, but is not
limited to: Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and
Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and
State of Florida laws, requirements, and regulations that apply to the type and class of
Commodities being provided. In addition, the Contractor is responsible for complying with
any applicable federal or State legislation that becomes effective during the term of the
Contract upon the legislation’s effectiveness. The Contractor shall meet or exceed any such
requirements of the laws and regulations. If an apparent conflict exists, the Contractor,
regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract
Manager immediately.
3.3 Testing
Samples of delivered Commodities may be selected at random by Customers or Department
and tested for compliance with the requirements, specifications, terms, and conditions.
3.4 Warranty
The Manufacturer’s standard warranty shall cover all Commodities of the Contract. The
Manufacturer’s standard warranty is required to provide coverage against defective material,
workmanship, and failure to perform in accordance with the specifications and required
performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or
exceed the most inclusive of those normally provided for the Commodities specified herein
that are sold to any federal, state, or local governments. The Manufacturer’s standard
warranty shall have a minimum term of one year from the Customer’s acceptance, as
specified in the ‘Acceptance’ section, and shall begin only at the time of acceptance by the
Customer.
Should the Manufacturer’s standard warranty conflict with any requirements, specifications,
terms, or conditions of the Contract, then the Contract requirements, specifications, terms,
and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are
not part of the Contract requirements, specifications, terms, and conditions.
3.5 Commodities Recall
In the event there is a recall of any of the Commodities, any of its components, or any parts
incorporating the equipment ("Recalled Equipment"), the Contractor shall provide reasonable
assistance to the Department in developing a recall strategy and shall cooperate with the
Department and the Customers in monitoring the recall operation and in preparing such
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 5 of 16
reports as may be required. Each Contractor shall, at the request of the Department or any
Customer, give the Department and each Customer all reasonable assistance in locating and
recovering any equipment or Recalled Equipment. Each Contractor shall immediately notify
and provide copies to the Department of any communications, whether relating to recalls or
otherwise, with any Customer. The Contractor shall ensure defective Recalled Equipment
are rectified, replaced and/or destroyed in compliance with all applicable laws, rules or
regulations and the Department's reasonable instructions. All Contractor efforts relating to
Recalled Equipment shall be at Contractor’s own expense.
3.6 Commodity Compliance and Compatibility
It is the Contractor’s responsibility to ensure that the Commodities supplied are compliant
with the Contract requirements, specifications, terms, and conditions. Additionally, the
Contractor shall ensure that all Commodities ordered by the Customer are fully compatible
with each other and with any associated pre-existing Commodity possessed by the
Customer and disclosed to the Contractor by the Customer. The Contractor’s acceptance
of the Customer’s order shall indicate that the Contractor agrees to deliver a Commodity
that is fully compliant and compatible with the Customer’s order requirements,
specifications, terms, and conditions.
In the event any ordered Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s); and their respective features, equipment, and
components are found by the Customer to be missing, incorrect, defective, damaged, non-
compatible, or non-compliant, the Contractor shall, at the Customer’s discretion, be
required to complete one of the following:
• Install or repair the Base Equipment, OEM and Non-OEM Option(s), Part(s),
Accessory(ies), and Implement(s), and their respective features, equipment, and
components;
• Replace the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies),
and Implement(s); and their respective features, equipment, and components;
• Refund the purchase price of the Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components to the Customer.
Any changes necessary after the delivery of the Customer’s order that are required to bring
a Commodity into compliance or compatibility due to an incorrect order fulfillment by the
Contractor shall be accomplished at the Contractor’s expense.
3.7 Commodities Title and Registration
Agriculture and Lawn Equipment delivered under the Contract shall be titled and registered
by the Contractor in accordance with Florida law, including Chapters 319 and 320, Florida
Statutes. The Contractor shall send any necessary form(s) that shall be signed by an
authorized representative of the Customer with the awarded Commodity upon delivery, and
the Contractor shall obtain any necessary signatures and complete the titling and registration
process for the Customer in a timely manner.
In the event the Customer is permitted by law or policy to obtain title and registration
independent of the Contractor, and chooses to obtain title and registration independent of
the Contractor, the Customer will notify the Contractor in writing of this decision no later than
three Business Days following receipt of the Acknowledgement of Order form. However, the
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 6 of 16
Customer shall then be obligated to title and register the awarded Commodity and the
Contractor shall provide any documents necessary for the Customer to do so.
Customers may elect to transfer an existing license plate or may choose to obtain a new
license plate.
• Transferring an existing license plate is the standard default order type and does not
require specific notation on the Purchase Order. All related fees associated with
transferring an existing license plate are included in the Base Equipment Net Price
a) When obtaining a new license plate, the Customer should include a notation
on the Customer Order and an additional amount to cover the cost of a new
license plate. The Contractor is not required to obtain a new license plate for
the Customer unless there is a notation and a new license plate fee is
included on the Customer Order. All related fees except for the new license
plate cost are included in the Base Equipment Net Price. The Customer’s
order notation for a new license plate shall include the request for a new
license plate, the type of license plate required, and a contact person’s name,
title, and telephone number.
b) The Contractor may obtain special plates such as “State”, “County”, or “City” from
most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall
be obtained from the Department of Highway Safety and Motor Vehicles, Division of
Motor Vehicles, in Tallahassee, Florida.
3.8 Transportation and Delivery
Transportation and Delivery shall be FOB Destination to any point statewide as follows:
1. Customers shall be notified within two Business Days when Commodities are not
in stock or unavailable from the Manufacturer at the time of order. Commodities
must be delivered within 180 Calendar Days after receipt of order, unless
otherwise agreed to by the Customer. As soon as Commodities are back in stock,
the Commodities must be delivered within 14 Calendar Days to the Customer. For
any delivery not made within the 180 and 14 Calendar Days’ timeframes, the
Department’s Contract Manager must be notified and given a copy of the
Customer’s order. The Contractor must provide the Department’s Contract
Manager any requested information and timeframe for completion of the order.
2. Commodities in stock must be delivered within 14 Calendar Days after receipt of order
or the receipt of the Commodities from the Manufacturer, with one exception –
Commodities requiring post-Manufacturer or Dealer installed OEM or Non-OEM
Options, Parts, Accessories, and Implements shall be delivered within 30 Calendar
Days after receipt of the Commodities from the Manufacturer(s).
Delivery of the awarded Commodity is defined as receipt of the Commodity at the
Customer’s place of business or designated location. Delivery does not constitute the
Customer’s acceptance. The Contractor shall give the Customer a minimum of one
Business Day notice prior to delivery. Commodities shall be delivered as stipulated by the
Customer.
The Contractor shall deliver Commodities by either private or common carrier transport.
Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity
three road miles or less, the self-propelled, street-legal Commodity may be driven to the
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 7 of 16
delivery location at Contractor’s sole risk and expense. The Contractor shall comply with the
Manufacturer’s break-in requirements and all applicable traffic laws.
All self-propelled, operator-occupied Commodities delivered by the Contractor to the
Customer shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel
gauge at the time of delivery. At the Customer’s option, Commodities with less than one-
quarter (1/4) tank of fuel at delivery may be rejected or a $3.00 per gallon or gallon
equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from
the invoice and payment.
The Contractor shall perform the standard Manufacturer’s pre-delivery inspection and is
responsible for delivering a Commodity that is properly serviced, clean, and in first class
operating condition. The Contractor is required to perform the following, at a minimum, as
part of its pre-delivery service:
1. Completely lubricate operating chassis, engine, and mechanisms with
Manufacturer’s recommended grades of lubricants;
2. Check and fill all fluid levels to ensure proper fill;
3. Adjust engine(s) to proper operating condition(s);
4. Inflate tires to proper pressure;
5. Ensure proper operation of all accessories, gauges, lights, and mechanical and
hydraulic features;
6. Clean equipment, if necessary, and remove all unnecessary and prohibited tags, stickers,
papers, etc.;
7. Ensure that the awarded Commodity is completely assembled (unless otherwise noted
in the following sub-section) including Base Equipment, OEM and Non-OEM Option(s),
Part(s), Accessory(ies), and Implement(s); and their respective features, equipment,
and components and OEM Options, Parts, Accessories, and Implements, are
thoroughly tested and ready for immediate operation upon delivery; and
8. Where applicable, ensure that the product is packaged in a manner which ensures safe
delivery to the destination. Packaging shall comply with all federal, state, and local laws
including but not limited to the requirements of section 403.7191, Florida Statutes. The
Contractor shall mark each package to include the name of the Contractor, the State Term
Contract number, the purchase or Customer Order number, and a brief description of the
contents.
The Contractor shall deliver all Commodities with each of the following completed
documents:
1. Copy of the Manufacturer’s pre-delivery inspection form, which meets or
exceeds the requirement herein;
2. Copy of the ordering Customer’s order;
3. Copy of the applicable Manufacturer specification(s);
4. Copy of the Manufacturer’s invoice(s) (prices may be deleted or obscured) for
each Commodity, including individual Base Equipment, OEM and Non-OEM
Option(s), Part(s), Accessory(ies), and Implement(s); and their respective
features, equipment, and components and OEM Options, Parts, Accessories,
and Implements in the shipment;
5. Manufacturer’s window sticker(s), if applicable;
6. Manufacturer’s ‘certificate of origin’, if applicable;
7. Manufacturer’s ‘operator manual’, and (if not included in the operator manual) one (1)
each of the Manufacturer’s lubrication and maintenance instructions;
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 8 of 16
8. Copy of the Manufacturer’s standard warranty certifications;
9. Sales tax exemption form, if applicable;
10. Temporary tag and twenty (20) day extension tag, if applicable; and
11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable.
Deliveries that do not include the above applicable forms and documents, or that have forms
that have been altered, or are not properly completed, may be refused. Repeated failures by
the Contractor to include the above properly completed forms and publications, or that have
submitted altered forms, to the ordering Customers may be cause for default proceedings
and/or Contract termination.
These Transportation and Delivery requirements, terms, and conditions also apply to
the re-delivery of a Commodity that was previously rejected upon initial delivery.
3.9 Price Quote Form
For all Customer orders, the Contractor shall complete and submit a Price Quote Form
(PQF) (Attachment 3) to the Customer for the requested Commodities. All Commodities shall
be itemized on the PQF and include applicable brand, model, and pricing information. The
price quoted for Commodities shall not exceed the current Contract’s Net Price to
Customers. The PQF shall be completed by the Contractor and returned to the Customer
within two Business Days of the Contractor’s receipt of the Customer’s request for a quote.
Customers are encouraged to seek more than one quote from the identified awarded
Contractors, where available. Customers may negotiate with the Contractor to establish a
lower price through a greater discount percentage off MSRP.
3.10 Acknowledgement of Order Form
For each order, the Contractor shall provide the ordering Customer with a fully completed
Acknowledgement of Order Form (Attachment 4) within five Business Days of receiving the
Customer’s order. The Contractor must use the Acknowledgment of Order Form and must
not make any alterations. Failure to timely provide the Customer with the Acknowledgement
of Order Form shall be deemed acceptance of the order, which, if necessary, shall require
the Contractor to provide the newest model of the Commodity which meets the prices,
discounts, requirements, specifications, terms, and conditions herein.
When the Contractor receives an order and does not have the ordered Commodities in stock
and cannot deliver the Commodities to the Customer within 14 calendar days, the Contractor
shall notify the ordering Customer on the Acknowledgement of Order Form. When providing
the Acknowledgment of Order Form the Contractor shall provide the Customer with the
Manufacturer’s order confirmation information and estimated delivery date.
Submission of the Acknowledgement of Order Form is the responsibility of the Contractor
without prompting or notification by the Contract Manager or Customer. Repeated failures
by the Contractor to timely submit completed Acknowledgement of Order Forms to
the ordering Customers may be cause for default proceedings and Contract
termination.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 9 of 16
3.11 Acceptance
The Customer, within three Business Days of delivery, will inspect the Commodity received
for acceptability. The Customer should compare the physical Commodity delivered; contract
prices, discounts, requirements, specifications, terms, and conditions; Customer order; and
Manufacturer’s Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity
received meets or exceeds the requirements, specifications, terms, and conditions of the
Contract and Customer order. Additionally, the Customer should inspect the Commodity for
any damage. The Contractor is obligated to correct any errors or damage. Failure by the
Customer to discover an error or damage in the Commodity shall not relieve the Contractor
from its obligation to correct the error or damage in the event it is found any time after the
Commodity is delivered.
The Parties agree that inspection and acceptance shall be the Customer’s responsibility and
occur at the location of the Customer. Title and risk of loss or damage to all Commodities
shall be the responsibility of the Contractor until accepted by the Customer. The Contractor
shall be responsible for filing, processing, and collecting all damage claims. The Customer
shall assist the Contractor by:
• Recording any evidence of visible damage on all copies of the delivering carrier’s bill of
lading;
• Reporting any known visible and concealed damage to the carrier and the Contractor;
• Confirming said reports in writing within fifteen Business Days of delivery, requesting
that the carrier inspect the damaged merchandise; and
• Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection
report.
Transportation and delivery of the Commodity does not constitute acceptance for the
purpose of payment. Acceptance and authorization of payment shall be given by the
Customer only after a thorough inspection indicates that the Commodity is undamaged and
meets the Contract requirements, specifications, terms, and conditions. Should the
delivered Commodity be damaged or differ in any respect from the Contract requirements,
specifications, terms, and conditions, payment shall be withheld until such time as the
Contractor completes the required, Customer-approved, corrective action.
Should the Commodity require service or adjustments as part of the Customer-approved
corrective action(s), the Contractor shall either remedy the defect or be responsible for
reimbursing the Manufacturer’s local service Dealer or others selected by the Customer to
remedy the defect. The Contractor shall initiate such required service or adjustments within
two Business Days following notification by the Customer. The Commodity shall not be
accepted until all service or adjustments are satisfactory and the Commodity is re-delivered
in acceptable condition. The costs of any transportation and delivery required as part of the
initial or any re-deliveries due to error or damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve
with the Contractor. The Department and Customer shall develop a corrective action plan
related to the Contract deviation, which may include the Customer’s permanent refusal to
accept the Commodity, in which case the Commodity shall remain the property of the
Contractor, and the Customer and the State shall not be liable for payment for any portion
thereof.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 10 of 16
3.12 Installation
When installation is required, the Contractor shall be responsible for placing and installing the
Commodities or parts in the required locations at no additional charge. All materials used in
the installation shall be of good quality and shall be free of defects that would diminish the
appearance of the Commodity or render it structurally or operationally unsound. Installation
includes the furnishing of any equipment, tools, rigging, labor, and materials required to install
or replace the Commodities or parts in the proper location. Contractor shall protect the site
from damage and shall repair damages or injury caused during installation by Contractor or its
employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve
installation, the Contractor shall promptly restore the structure or site to its original condition.
Contractor shall perform installation work so as to cause the least inconvenience and
interference with Customers and with proper consideration of others on site. Upon completion
of the installation, the location and surrounding area of work shall be left clean and in a neat
and unobstructed condition, with everything in satisfactory repair and order.
3.13 Full-Service Repair Facilities
The Contractor agrees to maintain at least one factory-authorized service station or servicing
Dealer within the State of Florida to perform warranty repairs and adjustments throughout the
Contract term. The Contractor shall promptly notify the Department of any changes thereto. The
Contractor shall be responsible for all service performed, regardless of whether the Contractor
or its approved Dealer actually performed the service. Notwithstanding the foregoing, the
Contractor may offer Customers “after warranty” service agreements for the maintenance and
repair of goods after the initial warranty expires. The Contractor shall list this additional service
as a separate item on the invoice.
3.14 Holidays
The Contractor shall provide Customers all Commodities during Business Days. The following
days are observed as holidays by state agencies in accordance with section 110.117, F.S.:
• New Year’s Day
• Birthday of Martin Luther King, Jr., third Monday in January
• Memorial Day
• Independence Day
• Labor Day
• Veterans’ Day, November 11
• Thanksgiving Day
• Friday after Thanksgiving
• Christmas Day
If any of these holidays falls on Saturday, the preceding Friday shall be observed as a holiday. If
any of these holidays falls on Sunday, the following Monday shall be observed as a holiday.
Customers may have additional holiday(s) observed specifically by the Customer which will be
detailed in the Customer’s order.
3.15 Purchasing Card
The State has implemented a purchasing card program using the Visa platform. The
Contractor may receive payments via the state’s Purchasing Card in the same manner as any
other Visa purchases. Purchasing Card acceptance for purchase is a mandatory requirement
for the Contract but is not the exclusive method of payment. If the State changes its
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 11 of 16
Purchasing Card platform during the term of Contract, the Contractor shall make any
necessary changes to accommodate the State ‘s new Purchasing Card platform within 30
calendar days of notification of such change.
3.16 Punchout Catalog and Electronic Invoicing
The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog
provides an alternative mechanism for suppliers to offer the State access to Products awarded
under the Contract. The punchout catalog also allows for direct communication between the
MFMP eProcurement System and a supplier’s Enterprise Resource Planning (ERP) system,
which can reflect real-time Product inventory/availability information.
Through utilization of the punchout catalog model, a Florida buyer will “punch out” to a
supplier’s website. Using the search tools on the supplier’s Florida punchout catalog site, the
user selects the desired Products. When complete, the user exits the supplier’s punchout
catalog site and the shopping cart (full of Products) is “brought back” to MFMP. No orders are
sent to a supplier when the user exits the supplier’s punchout catalog site. Instead, the chosen
Products are “brought back” to MFMP as line items in a purchase order. The user can then
proceed through the normal workflow steps, which may include adding/editing the Products
(i.e., line items) in the purchase order. An order is not submitted to a supplier until the user
approves and submits the purchase order, at which point the supplier receives an email with
the order details.
The Contractor may supply electronic invoices in lieu of paper-based invoices for those
transactions processed through MFMP. Electronic invoices may be submitted to the agency
through one of the mechanisms as listed below:
1) EDI (Electronic Data Interchange)
This standard establishes the data contents of the Invoice Transaction Set (810) for
use within the context of an Electronic Data Interchange (EDI) environment. This
transaction set can be used for invoicing via the Ariba Network (AN) for catalog and
non-catalog goods and services.
2) PO Flip via AN
This online process allows Contractors to submit invoices via the AN for catalog and
non-catalog goods and services. Contractors have the ability to create an invoice
directly from their inbox in their AN account by simply "flipping" the PO into an
invoice. This option does not require any special software or technical capabilities.
The Contractor warrants and represents that it is authorized and empowered to and hereby
grants the State and the third-party provider of MFMP, a State contractor, the right and license
to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the
Contractor warrants and represents that it is authorized and empowered to and hereby grants
the State and the third-party provider the right and license to reproduce and display within
MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding
designation that identifies the products made available by the Contractor under the Contract.
The Contractor will work with the MFMP management team to obtain specific requirements for
the electronic invoicing if needed.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 12 of 16
3.17 Contract Reporting
The Contractor shall report information on orders received from Customers associated with this
Contract. No revised MSRP lists or price adjustments will be considered for any Contractor who
has outstanding reports, or any other documentation required under this Contract. The Contractor
shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each
month
Quarterly Sales Report State’s Fiscal
Quarter 30 calendar days after close of the period
Diversity Report
(submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
Preferred Pricing Affidavit (in
accordance with section 3.2.2. of
the Special Contract Conditions)
Annual Contract Anniversary Date
3.18 MFMP Transaction Fee Report
The Contractor is required to submit monthly MFMP Transaction Fee Reports in the
Department’s electronic format. Reports are due 15 calendar days after the end of the
reporting period. For information on how to submit Transaction Fee Reports online, please
reference the detailed fee reporting instructions and vendor training presentations available
online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections
under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is
also available from the MFMP Customer Service Desk by email at: VendorHelp@
myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to
6:00 p.m. Eastern Time.
3.19 Quarterly Sales Reports
The Contractor shall submit a quarterly sales report electronically, in the required format, to the
Department’s Contract Manager within thirty (30) calendar days after close of each quarter. The
quarterly sales report can be found here: https://www.dms.myflorida.com/business_operations/
state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the
quarterly sales report will result in the imposition of financial consequences and may result in the
Contractor being found in default and the termination of the Contract. Initiation and submission of
the quarterly sales report are the responsibility of the Contractor without prompting or notification
by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during
the period, the Contractor must submit a report stating that there was no activity. If no sales are
recorded in two consecutive quarters, the Contractor may be placed in probationary status or the
Department may terminate the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 13 of 16
Quarter 2 – (October-December) – due 30 calendar days after the close of the period
Quarter 3 – (January-March) – due 30 calendar days after the close of the period
Quarter 4 – (April-June) due 30 calendar days after the close of the period
3.20 Diversity Report
The Contractor shall report to each Customer, spend with certified and other minority business
enterprises. These reports shall include the period covered, the name, minority code and Federal
Employer Identification Number of each minority business utilized during the period, Commodities
provided by the minority business enterprise, and the amount paid to each minority business on
behalf of each purchasing agency ordering under the terms of this Contract.
3.21 Ad Hoc Reports
The Department or Customer may require additional Contract information such as copies of
purchase orders or ad hoc sales reports. The Contractor shall submit information in response to
these specific ad hoc requests for reports within the specified amount of time as requested by
the Department or Customer.
3.22 Business Review Meetings
In order to maintain the relationship between the Department and the Contractor, each
quarter the Department may request a business review meeting. The business review
meeting may include, but is not limited to, the following:
• Successful completion of deliverables
• Review of the Contractor’s performance
• Review of minimum required reports
• Addressing of any elevated Customer issues
• Review of continuous improvement ideas that may help lower total costs and/or
improve business efficiencies.
3.23 Financial Consequences
Financial Consequences will be assessed for failure to timely perform or submit a report as
required by the Contract and shall be paid via check or money order in US Dollars, and made out
to the Department of Management Services or the specific Customer, where applicable. Financial
Consequences will be assessed daily for each individual failure until the performance or submittal
is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the
submissions of reports, financial consequences will apply to each target period beginning with the
first full month or quarter of the Contract’s performance and each month and quarter thereafter.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 14 of 16
The Department and Customers reserve the right to, in addition to withholding payment,
implementing other appropriate remedies, such as Contract termination or non-renewal.
3.24 MSRP List and Product Adjustments
The Contractor shall submit a complete MSRP List that includes all Commodities (i.e. Base
Equipment; OEM Options, Parts, Accessories, and Implements; and Non-OEM Options, Parts,
Accessories, and Implements) for each Manufacturer/ Brand Name and Sub-Group (or Group, for
Groups that do not include Sub-Groups) for which the Contractor received an award; the
Commodities listed on the MSRP must match the Commodities listed on the price sheet. The
MSRP List is subject to the Department’s approval. The MSRP List shall include the following for
each Commodity: The Manufacturer/Brand Model Number, the Manufacturer/Brand Item
Description, and the MSRP. The Contractor shall include a cover page, which shall provide the
applicable Group, Sub-Group (for Groups that include Sub-Groups), Manufacturer/Brand Name,
and MSRP List date. The Department shall be the final arbiter of MSRPs if an MSRP on the
Contractor’s MSRP List differs from the published MSRP. The Contractor shall be responsible for
removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s
MSRP List.
The Contractor may add products to the MSRP List at any time during the life of the Contract by
submitting a complete and revised MSRP List. Products added must be from a
Manufacturer/Brand Name for which the Contractor received an award and fall within the scope
Deliverable Performance Metric
Performan
ce Due
Date
Financial
Consequence for
Non-Performance
Contractor will timely
submit completed
Quarterly Sales Reports
All Quarterly Sales
Reports will be submitted
timely with the required
information
Reports
are due on
or before
the 30th
calendar
day after
the close of
each State
fiscal
quarter
$250 per Calendar
Day late/not received
by the Contract
Manager
Contractor will timely
submit completed MFMP
Transaction Fee Reports
All MFMP Transaction
Fee Reports will be
submitted timely with the
required information
Reports
are due on
or before
the 15th
calendar
day after
the close of
each
month
$100 per Calendar
Day late/not received
by the Contract
Manager
Contractor will provide
accurate Price Quote
Forms to Customers
All Price Quote Forms will
be provided to Customers
with accurate information
Upon
Customer
request
$25 per order
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 15 of 16
of a Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s MSRP List.
The Contractor may update existing product’s MSRPs on the MSRP List to match the MSRPs
published by the Manufacturer no earlier than twelve (12) months after the start date of the
Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP
update. The Contractor may update the existing product’s MSRPs on the MSRP List by
submitting a complete and revised MSRP List for Department review and approval.
Revised MSRP Lists, regardless of whether the Contractor is adding products or updating existing
product’s MSRPs, must be accompanied by a revised price sheet, as described in the ‘Price Sheet
and Price Adjustments’ section of the Scope of Work, as well as a list of all changes made from
the previously submitted version of the MSRP List.
3.25 Price Sheet and Price Adjustments
The Contractor shall submit a complete price sheet to include the following Commodities (i.e.
Base Equipment and OEM Options, Parts, Accessories) for each Brand/Manufacturer and Sub-
Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received
an award; the Commodities listed on the price sheet must match the Commodities listed on the
MSRP List. The price sheet is subject to the Department’s approval. The price sheet shall be
provided in Excel format and include a separate tab for each Sub-Group (or Group, for Groups
that do not include Sub-Groups). Each tab shall include, at minimum, the following information
for each Commodity offered under that Sub-Group (or Group, for Groups that do not include Sub-
Groups):
• Manufacturer/Brand Name (as shown on the Product Group Discount Sheet);
• Commodity Type (i.e. Base Equipment and OEM Option, Part, Accessory, or
Implement);
• Model number or other identifier that Customers can use to locate the Commodity on the
Brand/Manufacturer’s website;
• Description;
• MSRP (as shown on the current MSRP List);
• Discount (as shown on the Product Group Discount Sheet for the Commodity type, as
submitted in the Bid); and
• Net Price to the Customer.
The Contractor may add products to the price sheet at any time during the life of the Contract by
submitting a complete and revised price sheet. Products added must be from a Brand/
Manufacturer Name for which the Contractor received an award and fall within the scope of a
Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor
received an award. The Contractor shall be responsible for removing all non-eligible and
unacceptable Commodities under the Contract from the Contractor’s price sheet.
The Contractor may update the MSRPs and Net Prices to the Customer on the price sheet to
match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the
start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of
the previous MSRP update. The Contractor may update the MSRPs and Net Prices to the
Customer on the price sheet by submitting a complete and revised price sheet.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
Page 16 of 16
Revised price sheets, regardless of whether the Contractor is adding products or updating the
MSRPs and Net Prices to the Customer, must be accompanied by a revised MSRP List, as
described in the ‘MSRP List and Product Adjustments’ section, as well as a list of all changes
made from the previously submitted version of the price sheet.
3.26 E-Verify
The following replaces section 13.2 of Attachment 1:
The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this
Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for
all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in
accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such
affidavit for the duration of the Contract. In order to implement this provision, the Vendor shall
provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager
within five days of Contract execution.
This section serves as notice to the Contractor regarding the requirements of section
448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to
terminate the Contract if it has a good faith belief that the Contractor has knowingly violated
section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for
award of a public contract for at least one year after the date of such termination. The
Department reserves the right to order the immediate termination of any contract between
the Contractor and a subcontractor performing work on its behalf should the Department
develop a good faith belief that the subcontractor has knowingly violated section 448.095(1),
F.S.
DocuSign Envelope ID: F8983AF6-CA3E-4113-81F2-07F4AAA9E683
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Clark Equipment Company (“Contractor”), with its principal place of business located at 250 East Beaton Drive, West Fargo, ND 58078, collectively referred to herein as the “Parties.”
WHEREAS the Parties entered into the Contract which became effective on February 8, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions
DocuSign Envelope ID: 38BBAD69-35CF-44FF-B404-7FC3057DF496
CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment
Rev. 11/2/22
g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly
authorized to do so and to bind the respective party.
V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the
Contract, the terms of this Amendment shall control.
VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in
the Contract shall continue in full force and effect. This Amendment is effective when signed by
both Parties.
IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services
Contractor: Clark Equipment Company By: _____________________________
By: _____________________________
Name: Tom Berger Name: Barry Hanson Title: Deputy Secretary of Business
Operations
Title: Contract Administrator
Date: Date:
DocuSign Envelope ID: 38BBAD69-35CF-44FF-B404-7FC3057DF496
9/26/2023 | 9:28 AM CDT10/2/2023 | 11:28 AM EDT
1
ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item
DocuSign Envelope ID: 38BBAD69-35CF-44FF-B404-7FC3057DF496
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and
payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility.
DocuSign Envelope ID: 38BBAD69-35CF-44FF-B404-7FC3057DF496
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The
Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
DocuSign Envelope ID: 38BBAD69-35CF-44FF-B404-7FC3057DF496
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
(b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b)
DocuSign Envelope ID: 38BBAD69-35CF-44FF-B404-7FC3057DF496
Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023)
programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: 38BBAD69-35CF-44FF-B404-7FC3057DF496
State Term Contract
No. 25101600-21-STC
For
Medium and Heavy Trucks
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services (Department),
an agency of the State of Florida and Tampa Truck Center LLC (Contractor) with its principal
place of business located at 7528 US Highway 301 North, Tampa, Florida 33637, collectively
referred to herein as the “Parties.”
Accordingly, the Parties agree as follows:
I. Initial Contract Term.
The Initial Contract Term shall be for five years. The Initial Contract Term shall begin on
October 1, 2021. The Contract shall expire on September 30, 2026 unless terminated earlier
in accordance with the Special Contract Conditions.
II. Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract, in whole or in part,
pursuant to the incorporated Special Contract Conditions.
III. Order of Precedence.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Exhibits, which set forth the
entire understanding of the Parties and supersedes all prior agreements. All modifications to
this Contract must be in writing and signed by all Parties.
All Exhibits listed below are incorporated in their entirety into, and form part of, this Contract.
The Contract document and Exhibits shall have priority in the following order:
a) This Contract document
b) Exhibit A, Scope of Work
c) Exhibit B, Price Sheet(s)
d) Exhibit C, Additional Special Contract Conditions
e) Exhibit D, Special Contract Conditions
f) Exhibit E, Price Quote Form (PQF)
g) Exhibit F, Acknowledgement of Order Form
h) Exhibit G, Preferred Pricing Affidavit
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
State Term Contract
No. 25101600-21-STC
For
Medium and Heavy Trucks
Page 2 of 2
IV. Contract Management.
Department’s Contract Manager:
Christopher McMullen
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 360
Tallahassee, Florida 32399-0950
Telephone: (850) 922-9867
Email: christopher.mcmullen@dms.fl.gov
Contractor’s Contract Manager:
Scott Endris
Tampa Truck Center LLC.
7528 US Highway 301 North
Tampa, Florida 33637
Telephone: (813) 293-0866
Email: sendris@southporttruck.com
This Contract is executed by the undersigned officials as duly authorized. This Contract is not
valid and binding on all Parties until signed and dated by both Parties.
Tampa Truck Center LLC STATE OF FLORIDA,
DEPARTMENT OF
MANAGEMENT SERVICES
_____________________________ _______________________________
[Name] J. Todd Inman, Secretary
_____________________________ _______________________________
Date: Date:
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
9/27/2021 | 10:35 AM CDT
Exhibit A
Scope of Work
Page 1 of 22
1. Definitions
Definitions contained in section 287.012, Florida Statutes (F.S.); Rule 60A-1.001, Florida
Administrative Code (F.A.C.); Exhibit D, Special Contract Conditions; and the PUR 1001,
General Instructions to Respondents (10/06), are incorporated by reference. In the event of
a conflict, the definitions listed in this section supersede the incorporated definitions for the
purposes of this Scope of Work. All definitions apply in both their singular and plural sense.
Accepted Brands – The Manufacturer(s) specified by the Department for a particular Base
Vehicle Specification.
Approved Equivalent – A Representative Model manufactured by a producer/provider other
than Accepted Brands which meet the required Base Vehicle Specifications. Equivalence is
determined by the Department by comparing the Representative Model’s vehicle
specifications with the Base Vehicle Specifications. The Department reserves the right to
independently verify information provided by the Bidder, including but not limited to, the
equivalence of Representative Models.
Base Vehicle Specification – A Department-specified Commodity that may include vehicle
size, axle configuration, class, gross vehicle weight rating (GVWR), and other information
listed by the Department herein, which identifies the requirements, specifications, terms, and
conditions herein, and may include Components, Features, or Configurations different than
those provided by a Manufacturer on their standard base version of the Commodity.
Business Day – Monday through Friday, inclusive, except for those holidays specified in
section 110.117, Florida Statutes (F.S.), from 8:00 a.m. to 5:00 p.m. at the Customer’s
location.
Commodity Code – The State’s numeric code for classifying Commodities and contractual
services which meet specific requirements, specifications, terms, and conditions herein.
Florida has adopted the United Nations Standard Products and Services Code (UNSPSC) for
classifying Commodities and services.
Component, Feature or Configuration – An element, piece, part, module, package, element
Group, piece Group, parts Group, module Group, or package Group of a Commodity,
Representative Model or Option.
Contract – The written agreement between the Department and the awarded Bidder(s)
resulting from ITB No. 21-25101600-ITB.
Contractor – A vendor that entered into a Contract with the Department as a result of ITB No.
21-25101600-ITB. A Contractor can be a Manufacturer or Dealer.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 2 of 22
Customer – A State Agency or Eligible User.
Dealer – A Manufacturer’s certified representative who has been authorized by the
Manufacturer to market, sell, provide, and service the Representative Models and Options
from the Manufacturer. Dealers may be Contractor-owned and -controlled (in whole or in part)
or independently owned and controlled.
Department – The Department of Management Services, a State Agency.
Free on Board (FOB) Destination – As defined in section 672.319(1)(b)., Florida Statutes.
Gross Vehicle Weight Rating (GVWR) – The combined weight of vehicle and its payload
capacity.
Group – A collection of Base Vehicle Specifications, as described in this Scope of Work, and
Exhibit B, Price Sheet(s).
Heavy Truck – The Federal Highway Administration (FHWA), truck group classes 7 - 8.
Manufacturer – The original producer or provider of Representative Models or Options which
possess the minimum quality, reliability, service, and value required by the Department and
Customers. May be used interchangeably with “Brand”.
Manufacturer’s Last Order Date – The final date on which the Manufacturer stops producing
the model year of a Representative Model which meets the requirements, specifications,
terms, and conditions of the Contract.
Manufacturer’s Suggested Retail Price (MSRP) – The Manufacturer’s recommended retail
selling price, list price, catalog price, distributor price, published price, or other usual
customary pricing that would be paid by the purchaser for specific Representative Models,
Options, and contractual services without benefit of a Contract. MSRPs shall be formally
published by the Manufacturer, publicly listed and available, and verifiable by the Department.
If two or more prices fit this definition for a pertinent Commodity, equipment model, or
contractual service, the Contractor will supply the lowest price as the MSRP.
Medium Truck – The Federal Highway Administration (FHWA), truck group classes 3 – 6.
MSRP Credit – The MSRP of the Option that is deducted from the MSRP of the Vehicle price
paid by the Customer if the Option is removed from the Vehicle.
MSRP List – A collection of MSRPs and related information broken down by specific
Representative Models and their associated Options. MSRPs shall be formally published by
the Manufacturer, publicly listed and available, and verifiable by the Department. In the priority
listed below, only the following are acceptable sources of current MSRPs and MSRP Lists for
use under this Contract:
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 3 of 22
• Manufacturer’s Annual U.S. Price Book;
• Manufacturer’s official website or dealer software; and
• Autodata, Inc. d/b/a Chrome Data’s Carbook Pro Fleet Edition.
MSRP Sheet – The MSRP sheet provides the MSRP and specification(s) for the
Representative Model(s) bid. Also known as a Build Sheet.
Net Price – The final price paid by the Customer after applying all discounts and credits.
Non-OEM Option – An Option produced by a Manufacturer other than the Manufacturer of
the associated Representative Model.
OEM Option – An Option produced by the Manufacturer of the associated Representative
Model.
Option – A Manufacturer’s new and unused optional Component, Feature, or Configuration
not specified by the Department as standard on the Base Vehicle Specifications, and which
is intended for the specific Representative Model. Equipment which meets the requirements,
specifications, terms, and conditions herein, and may be installed to, uninstalled from, or
provided with or separately from the Representative Model by the Manufacturer, port or
Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry or
specified by the Manufacturer. May include OEM Options and Non-OEM Options and may be
considered aftermarket options.
Original Equipment Manufacturer (OEM) – The original producer of a Commodity.
Representative Model – A specific Medium or Heavy Truck that meets a Base Vehicle
Specification. A Representative Model may include Manufacturer’s name, trade name, Brand
name, make name, model name, model number, catalog number, or other information
provided which meets the requirements, specifications, terms, and conditions specified by the
Department herein, and may include Components, Features, or Configurations different than
those provided by a Manufacturer, port, and Dealer on their standard version of the
Commodity. Also known as Standard Model, Representative Vehicle, Standard Vehicle, or
Vehicle.
State – The State of Florida.
2. Purpose
To provide Customers within the State the ability to acquire new and unused Medium and Heavy
Trucks. The Contractor shall provide Medium and Heavy Trucks in accordance with the
specifications contained herein. The Medium and Heavy Truck Commodities offered under the
Contract shall be classified under six Groups, which are listed and described as follows:
Group No. Group Description
1 CHASSIS CABS
2 FLAT BED DUMP TRUCKS
3 DUMP TRUCKS
4 FLAT BED STAKE BODY TRUCKS
5 DRY FREIGHT TRUCKS
6 TRUCK TRACTORS
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 4 of 22
The Contract is intended to cover only those Medium and Heavy Trucks generally used by the
State as listed and described herein and does not include all varieties of Medium and Heavy
Trucks that are commercially available. The Department in its sole discretion shall determine the
eligibility and acceptability of all Commodities available and included under the Contract.
The Contractor shall be responsible for immediately removing all non-eligible and
Department unauthorized Commodities under the Contract from the Contractor’s MSRP
List.
3. Commodity Specifications and Standards
The Base Vehicle Specifications and Options are based on the available information known to
the Department at the time of the solicitation, including the known needs of Customers and
information obtained using Autodata, Inc. d/b/a Chrome Data’s Carbook Pro Fleet Edition. Options
listed in Exhibit B, Price Sheet (C.4) were identified based on known Customer needs and the
respective Manufacturer’s data. The Contract specifications and standards form a part of the
overall specifications for the listed Representative Models, except as modified or noted herein.
Any conflict between the Department’s Contract specifications and standards and the
Manufacturer’s specifications will be resolved in favor of the Department specifications and
standards.
The Contractor shall ensure that all Commodities, including all Representative Models, Options,
and the respective Components, Features, or Configurations, shall individually and jointly comply
with the following:
a. All Commodities shall be designed, constructed, equipped, assembled, and installed to be
fully suitable for their intended use, purpose, and service per the Scope of Work;
b. All Commodities shall be new and unused (except as specified in the Transportation and
Delivery section of the Scope of Work), for the current Manufacturer’s model year or later,
of current or recent production, and of the latest design and construction;
c. All Representative Models shall be diesel powered. choices for alternative fuel fuels
(compressed natural gas (“CNG”), diesel, electric, gasoline (E-10 to E-85), liquefied
petroleum gas (“LPG”), natural gas, or propane powered) can be listed for reference and
customer selection if desired.
d. All Commodities shall include all Option standard features, equipment, and components
installed by Manufacturer or Dealer according to the Manufacturer’s current standard
procedures, requirements, and specifications;
e. All Representative Models shall meet the Automatic Air Brake Drain System
Specifications, which are available at https://www.dms.myflorida.com/content/download/
152586/1015180/file/AIRBRAKE.pdf;
f. All Commodities shall be free of damage, defect, and rust which may affect appearance,
operability, functionality, or serviceability;
g. All Commodities shall comply with current legal, customary, reasonable, and professional
standards of the Medium and Heavy Trucks industry;
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 5 of 22
h. All Commodities shall comply with current mandatory and applicable federal and State
Medium and Heavy Trucks requirements including, but not limited to, all legal, safety, and
environmental standards and requirements; and
i. All Commodities shall meet the requirements, specifications, terms, and conditions herein.
No Contractor’s or Dealer’s advertising or identification (name, logos, etc.) is permitted on the
Commodities, including all Representative Models and Options and their components.
Commodity Manufacturer’s advertising or identification (name, model, logos, etc.) is permitted
on the respective Commodities if such advertising or identification is a Manufacturer’s
standard on the specific Commodity. The Contractor shall be responsible for removing,
without damage, all impermissible or unacceptable advertising or identification. The
Department reserves the right to, in its sole discretion, determine what advertising or
identification is considered unacceptable.
Delivery of non-conforming Commodities and contractual services, which are not
remedied as required herein, may be cause for default proceedings and Contract
termination.
4. Truck Body Specifications
Contractors shall satisfy the truck body requirements in accordance with the specifications
contained herein.
Group
No.
Base
Vehicle
Code
Description Specification
1 N/A Chassis Cab Only N/A
2
210, 240 12 Foot Flat Bed Heavy-Duty Dump Body FLAT-12
220, 230,
250, 260 14 Foot Flat Bed Heavy-Duty Dump Body FLAT-14
3
310, 330 Four Cubic Yard Heavy-Duty Dump Body DUMP-4
320, 340 Five Cubic Yard Heavy-Duty Dump Body DUMP-5
350, 360 Eight Cubic Yard Heavy-Duty Dump Body DUMP-8
370, 380 12 Cubic Yard Heavy-Duty Dump Body DUMP-12
4
410, 440,
450, 460 14 Foot Extra Heavy-Duty Stake Body STAKE-14
420 18 Foot Extra Heavy-Duty Stake Body STAKE-18
430 22 Foot Extra Heavy-Duty Stake Body STAKE-22
5
510 16 Foot Van Body, Aluminum, Dry Freight FREIGHT-16
520 20 Foot Van Body, Aluminum, Dry Freight FREIGHT-20
530 24 Foot Van Body, Aluminum, Dry Freight FREIGHT-24
6 N/A Truck Tractor Only N/A
The Contract is only intended to cover Medium and Heavy Trucks used or utilized by the State as
listed and described herein and does not include all varieties of Medium and Heavy Trucks that
are commercially available. The Department in its sole discretion shall determine the eligibility
and acceptability of all Commodities available and included under the Contract.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 6 of 22
5. Options, Components, Features and Configurations
All Representative Models, Options, must be manufactured by the specified Manufacturer of the
Commodity provided. Where a Representative Model is specified for an Option, Component,
Feature or Configuration only the specified Commodity may be offered and provided. All Options,
Components, Features or Configurations must be new and meet the requirements, specifications,
terms, and conditions herein, and are subject to prior Customer approval. All Options,
Components, Features or Configurations of the Representative Model, as specified by the
Department and ordered by the Customer, shall be fully assembled and installed by the
Manufacturer, except as follows:
• If the Option, Component, Feature or Configuration is specified as a port installed or
Dealer installed Option, Component, Feature or Configuration by the Manufacturer; or
• If the Option, Component, Feature or Configuration is not available from the Manufacturer,
the Option, Feature, or Component may be assembled by its respective Manufacturer and
installed by the Contractor.
6. Luxury or Sport Vehicles or Features
Unless otherwise indicated within the Base Vehicle Specification, no luxury or sports features will
be considered or permitted. The Department, in its sole determination, shall determine what is a
luxury or sport feature. To date, the Department has determined luxury or sports features include
the following:
• Manufacturer’s Signature or Specialty editions; and
• Leather upholstery (seats or interior), sunroofs, and moon roofs.
7. Installation
When installation is required, Contractor shall be responsible for placing and installing the
equipment or parts in the required locations at no additional charge, unless otherwise specified in
the Price Sheet. All materials used in the installation shall be new and unused and shall be free
of defects that would diminish the appearance of any Commodity or render it structurally or
operationally unsound. Installation includes the furnishing of any equipment, rigging, and
materials required to install or replace the equipment or parts in the proper location. Contractor
shall protect the site from damage and shall repair damages or injury caused during installation
by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is
required to achieve installation, the Contractor shall promptly restore the structure or site to its
original condition. The Contractor shall perform installation work so as to cause the least
inconvenience and interference with Customers and with proper consideration of others on site.
Upon completion of the installation, the location and surrounding area of work shall be left clean
and in a neat and unobstructed condition, with everything in satisfactory repair and order.
7.1 Body Transfer and 3rd Party Body Installations
In the event the Customer chooses to purchase or supply a cab and chassis separately, the
Contractor must facilitate obtaining the required Manufacturer Certified Certificate, perform
Manufacturer required pre-delivery inspection, and ensure all proper tag and title documents
are present pursuant to Florida license requirements. The Manufacturer must certify that it
conforms to all Federal Motor Vehicle Safety Standards (FMVSS). The Contractor is
responsible for facilitating body transfers and installations at no additional cost to the
Customer. While facilitating body transfers and installations, the Contractor must ensure that
all work is performed by a certified vendor and that all work meets or exceeds FMVSS
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 7 of 22
standards. The Customer may incur an additional cost for installation by the Contractor or
body upfitter. The installation cost may vary due to the body configuration; however, the price
shall be included on the Price Quote Form (PQF) from the Contractor.
8. Full-Service Repair Facilities
The Contractor shall maintain at least one factory-authorized service station or servicing dealer
within the State to perform warranty repairs and adjustments throughout the Contract term at no
additional cost to Customer(s) or the Department. The Contractor shall promptly notify the
Department in writing of any changes thereto. The Contractor shall be responsible for all service
performed, regardless of whether the Contractor or their approved dealer actually performed the
service.
Notwithstanding the foregoing, the Contractor may offer Customers “after warranty” service
agreements for the maintenance and repair of goods after the initial warranty expires. The
Contractor will list this additional service as a separate item on the invoice.
9. Federal and State Standards
It is the intent of the Department that all specifications herein are in full and complete compliance
with all federal and State laws, requirements, and regulations applicable to the type and class of
Commodities and contractual services being provided. This includes, but is not limited to, Federal
Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and Health Administration
(“OSHA”), Environmental Protection Agency (“EPA”) Standards, and State laws, requirements,
and regulations that apply to the type and class of Commodities and contractual services being
provided. It is the intent of the Department that the Contractor(s) comply with all applicable federal
and State regulations regarding the Commodities and contractual services’ specifications, safety,
and environmental requirements, including any legislation or regulations which become effective
during the term of the Contract and shall become a part of the Contract. The Contractor(s) shall
meet or exceed any such requirements of the laws and regulations applicable to the type and
class of commodities and contractual services provided. If an apparent conflict exists, the
Contractor, regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract
Manager immediately.
10. Acceptable Publications
The Customer may request, and the Contractor shall provide, within three Business Days of any
request, acceptable and supporting information or documentation relative to its product.
Acceptable and supporting information or documentation includes, but is not limited to:
1. A copy of the Manufacturer’s Computer Printout (Ford “DORA”/“Commercial Truck Tools”,
Freightliner “Spec Pro”, International “Vehicle Specifications”, Mack “Order/Customer/Vehicle
Information”, or Approved Equivalent) for each Commodity offered.
2. MSRP List. The MSRP and MSRP List may not be custom or solely developed, created,
maintained, altered, revised, changed, or utilized for purposes of the solicitation and resulting
contract (see definition, MSRP).
3. Manufacturer’s standard warranties; and
4. The Manufacturer’s official fleet or retail websites.
During the term of the Contract, the Contractor shall supply printed sales literature and technical
information to Customers upon request, unless the literature and information requested is
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 8 of 22
available on the Contractor’s or Manufacturer’s website. If the literature and information is
available on the Contractor’s website, the Contractor shall direct the requesting Customer to its
specific website location.
11. Testing
Samples of delivered Commodities may be selected at random by Customers or Department and
tested for compliance with the requirements, specifications, terms, and conditions.
12. Warranty
The Manufacturer’s standard warranty shall cover all Commodities and contractual services
offered through the Contract. The Manufacturer’s standard warranty is required to provide
coverage against defective material, workmanship, and failure to perform in accordance with the
specifications and required performance criteria. The Manufacturer’s standard warranty coverage
shall be identical to or exceed the most inclusive of those normally provided for the Commodities
and contractual services specified herein that are sold to any Federal, state, or local governments.
The Manufacturer’s standard warranty shall be in effect for a minimum term of one year from the
Customer’s acceptance, as specified in the Final Inspection and Acceptance section and shall
begin only at the time of acceptance by the Customer.
Should the Manufacturer’s standard warranty conflict with any requirements, specifications,
terms, or conditions of the Contract, the Contract requirements, specifications, terms, and
conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are not part
of the Contract requirements, specifications, terms, and conditions.
13. Recall(s)
In the event there is a recall of any of the Commodities, including but not limited to any Vehicle,
Options, Components, Features or Configurations, or any other any parts therein, ("Vehicle
Recall"), the Contractor shall provide reasonable assistance to the Department in developing a
recall strategy and shall cooperate with the Department and the Customers in monitoring the
recall operation and in preparing such reports as may be required. Each Contractor shall, at the
request of the Department or any Customer, give the Department and each Customer reasonable
assistance in locating and recovering any equipment or recalled equipment. Each Contractor shall
immediately notify and provide copies to the Department of any communications, whether relating
to recalls or otherwise, with any Customer. The Contractor shall ensure defective recalled
equipment are rectified, replaced, and destroyed in compliance with all applicable laws, rules or
regulations and the Department's reasonable instructions. All Contractor efforts relating to
recalled equipment shall be at Contractor’s own expense.
14. Manufacturer’s Last Order Date, Production Notification, and Representative Model
Replacement
The Contractor shall notify the Department’s Contract Manager of a contracted Vehicle
Manufacturer’s Last Order Date by email no later than 30 calendar days prior to the effective date
of the Manufacturer’s Last Order Date. In the event the Manufacturer gives less than 30 calendar
days’ notice of a Last Order Date to the Contractor, the Contractor shall notify the Department’s
Contract Manager no later than the next Business Day by email or telephone following Contractor
receiving notice of the Last Order Date from the Manufacturer. The Contractor shall immediately
provide copies of the Manufacturer’s notice of the Manufacturer’s Last Order Dates to the
Department's Contract Manager upon request.
The Contractor shall notify the Customer and the Department’s Contract Manager in writing of
any production schedule changes associated with the Customer’s order within one Business Day.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 9 of 22
Upon receipt of a purchase order from a Customer, the Contractor shall immediately notify the
ordering Customer of any conflicts with the Manufacturer’s Last Order Date by telephone and
include the Manufacturer’s Last Order Date in the completed Acknowledgement of Order Form
provided to Customer in accordance with the Acknowledgement of Order section listed in the
Scope of Work. Should the Contractor improperly notify a Customer or the Department of a
Manufacturer’s Last Order Date, it may be grounds for termination of the Contract. Upon receipt
of the required telephone notification or the Acknowledgement of Order Form notifying the
Customer of the Manufacturer’s Last Order Date, the Customer may cancel the purchase order
without penalty, or maintain the purchase order knowledgeable of the risk of potential non-
Delivery without recourse. Upon receipt of the required telephone notification or the
Acknowledgement of Order Form notifying the Customer of the Manufacturer’s Last Order Date,
all purchase orders received by the vendor and maintained by the Customer after a
Manufacturer’s Last Order Date shall be subject to awarded Commodity availability.
After the Manufacturer’s Last Order Date, the Contractor may provide the new model year of the
awarded Commodity, which meets the specifications herein, at the existing Contract Prices,
discounts, requirements, terms, and conditions.
If the Contractor wishes to replace any awarded Representative Model due to a revision,
alteration, addition, or technical improvement, the Contractor shall submit the Representative
Model change to the Department’s Contract Manager. The proposed replacement must meet or
exceed the Department’s Base Vehicle Specifications for the awarded Representative Model and
must meet or exceed the Contract requirements, specifications, terms, and conditions.
Additionally, the replacement offered must be equal to or less than the current Contract Price for
the awarded Representative Model the Contractor is seeking to update. The Contractor shall
provide the Department with any documents requested by the Department to fully review the
Contractor’s request. The Department, at its sole discretion, will make the determination to accept
or reject the proposed replacement. If the Department rejects the proposed replacement or if there
is no proposed replacement offered for a Representative Model that is no longer available, the
Department may, at its sole discretion, remove the Representative Model from the Contract.
In the event that a Representative Model is no longer available or no longer meets the
Contract specifications, the Contractor shall be responsible for notifying the Department’s
Contract Manager in writing within seven calendar days.
15. Vehicle Needs
All State agencies shall comply with sections 287.14(2) and 287.151, F.S. Customers shall
communicate their vehicle performance needs and requirements to the designated Contractor
representatives identified in the Contract prior to requesting the Exhibit E, Price Quote Form
(PQF). The Customer is encouraged to seek more than one quote from the identified awarded
Contractors of the Vehicle, where available.
16. Price Quotes
The Contractor prepares and submits to the Customer a price quote for the requested
Commodity(ies) using Exhibit E, Price Quote Form (PQF). All requested Representative Model(s),
Options (including aftermarket options) and Options discount(s) shall be itemized on the PQF,
along with the applicable pricing information. Options shall be listed separately and include
specific brand and model information, along with labor charges and installation charges listed
separately. The price quoted for the Representative Model(s) and Options discount shall not
exceed the current Contract’s prices and discounts. The PQF shall be completed by the
Contractor and returned to the Customer within two Business Days of the Contractor’s receipt of
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 10 of 22
the Customer’s Request for a Quote. Customers are encouraged to seek more than one quote
from the identified awarded Contractors, where available. Customers may negotiate with the
Contractor to establish a lower price through a greater discount percentage off MSRP.
17. DMS Approval (State Agency Only)
After receipt of the Contractor completed PQF that is acceptable to the Customer, the Customer
will develop a justification to support price reasonableness and complete DMS Form MP6301,
Request for Acquisition of Motor Vehicle(s) and Mobile Equipment; DMS Form MP6301 is
available at: https://www.dms.myflorida.com/business_operations/fleet_management_and_
federal_property_assistance/fleet_management/purchase_of_mobile_equipment.
The Customer shall submit a completed MSRP List and DMS Form MP6301, along with the PQF
completed by the Contractor, to the DMS Bureau of Fleet Management for approval.
18. Purchase Order
Upon the Department’s approval of a State Agency request, the Customer shall process a
purchase order using normal purchasing processes. The purchase order will include a copy of
the Department approved Exhibit E, PQF. All orders submitted by Customers of the Contract
shall be placed using a purchase order. Purchase orders issued by Customers shall be in
accordance with the, Price, Sheet(s), requirements, specifications, terms, and conditions of the
Contract.
The following terms apply to the Contractor and the Customer’s use of a purchase order:
18.1 Customers may only place, and Contractors shall only accept, purchase orders for
Vehicles included in the Contractor’s awarded Contract. Customers are responsible for
including the following information on and with the purchase order, for each Vehicle ordered:
18.1.1 Customer name and contact information;
18.1.2 Contractor Information;
18.1.3 State Term Contract Number and Name;
18.1.4 Representative Model Information; Commodity Code and Line
Number, standard description, and price; Paint/finish color if
other than the standard white (or other standard color if white
is not available from the Manufacturer); Option Information (if
applicable, individually listed): Manufacturer’s Option Code
and Description, Option MSRP, Option Discount, and Option
Net Price or Option MSRP Credit (as applicable, per the
Ceiling Prices section and the Charges and Fees section).
State Agencies must include a copy of the applicable Exhibit
E, Price Quote Form (PQF) and accompanying MSRP List
with any submitted requisition;
18.1.5 Aftermarket Options not procured under this Contract shall be
separately itemized on the PQF and the purchase order,
along with the applicable pricing information. Aftermarket
Options shall be listed by specific brand and model, with labor
charges, including installation, listed separately. Pricing for
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 11 of 22
Customer orders of aftermarket Options not procured under
this Contract shall not exceed the current MSRP at the time
of verification by the Department;
18.1.6 New License Plate Fee (if applicable, per the Commodities
Title and Registration section of this solicitation);
18.1.7 Any Customer special instructions, requirements,
specifications, terms, and conditions; and
18.1.8 The total cost for the Representative Model and Option(s) (if
any) and New License Plate Fee (if applicable).
18.2 The Contractor shall place an order with the Manufacturer(s) within seven calendar
days of receipt of the purchase order unless the Contractor has the ordered Representative
Model in their possession that meets the Customer’s purchase order requirements. All orders
placed with the Manufacturer(s) shall be made in full compliance with the requirements,
specifications, terms, and conditions herein.
18.3 The Contractor shall honor all purchase orders received during the Contract period and
which are received prior to the Manufacturer’s Last Order Date for Commodities the
Contractor is currently awarded. Purchase orders are deemed received upon delivery. This
may allow for the provision of the next new model year of the awarded Commodity, which
meets the specifications herein, at the existing Contract prices, discounts, requirements,
terms, and conditions.
18.4 The Contractor, from receipt of the purchase order until delivery is made to the
Customer, shall promptly notify the Customer of any potential delivery delays. Additionally,
the Contractor must promptly advise the Customer if their order may not be delivered prior
to the end of the Customer’s Fiscal Year (State Agency’s Fiscal Year ends June 30). Note:
Evidence of intentional delays in delivery may be cause for default proceedings and Contract
termination.
19. Acknowledgement of Order
For each order, the Contractor shall provide the ordering Customer with a fully completed Exhibit
F, Acknowledgement of Order Form, within five Business Days of receiving the Customer’s
order.
20. Accept Order
The Contractor agrees to deliver the awarded Vehicle(s) and equipment listed on the purchase
order in accordance with the prices, discounts, requirements, specifications, terms, and
conditions of the Contract and purchase order. The Contractor must email the fully completed
Exhibit F, Acknowledgement of Order Form to the Customer within five Business Days from the
date the Contractor receives the purchase order. Failure of the Contractor to provide the
ordering Customer the Acknowledgement of Order Form within five Business Days from the
date the Contractor received the purchase order will be considered acceptance of the order by
default, which, if necessary, shall require the provision of the next new model of the vehicle
which meets the requirements, specifications, terms, and conditions herein and shall not exceed
the Contract ceiling price for the Customer ordered Vehicle. If a new model year of the awarded
Commodity is not available or cannot be delivered within the contractual timeframe, the
Contractor must provide a comparable new model of equal or better value which meets or
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 12 of 22
exceeds the requirements, specifications, terms, and conditions herein and shall not exceed the
Contract ceiling price for the Customer ordered Vehicle.
The Contractor’s proposed substitution is subject to prior approval by the Customer and the
Department.
The Contractor must provide the following information in the Exhibit F, Acknowledgement of
Order Form:
20.1 The estimated delivery date of the Commodity(ies) (including aftermarket Options);
20.2 The Manufacturers’ order confirmation, unless the Contractor has the
Representative Model which conforms with the Customer’s purchase order in
stock;
20.3 The Commodity(ies) (including aftermarket Options), in their possession, if
applicable;
20.4 The Manufacturer’s associated production schedule; and
20.5 The Manufacturer’s Last Order date and the date notice was provided to the
Department’s Contract Manager in accordance with the Manufacturer’s Last Order
Date, Production Notification, and Representative Model Change section listed in
the Scope of Work.
Submission of Exhibit F, Acknowledgement of Order Form is the responsibility of the Contractor
without prompting or notification by the Department's Contract Manager or Customer.
The Contractor’s failure to submit completed Acknowledgement of Order forms to the
ordering Customers may be cause for default proceedings and Contract termination.
21. Transportation and Delivery
In conjunction with the Ceiling Prices section listed in the Scope of Work, all net prices shall
include all charges for packing, handling, freight, distribution, and delivery. Transportation and
delivery of goods shall be Free on Board (FOB) Destination to any point statewide as follows:
1. Equipment not in stock or unavailable from a Manufacturer at time of order must be
delivered within 120 calendar days after receipt of order, unless otherwise agreed to by
the Customer. For any delivery not made within the 120 calendar day timeframe, the
Department’s Contract Manager must be notified by the Contractor and given a copy of
the purchase order. The Contractor must provide the Department’s Contract Manager
any requested information and a timeframe for completion of the order.
2. Equipment in stock must be delivered within 14 calendar days after receipt of the order
with one exception: Commodities requiring post-Manufacturer Dealer installed Options or
accessories shall be delivered within 30 calendar days after receipt of the Commodities
from the Manufacturer(s).
Delivery of the awarded new, unused Vehicle(s) is defined as receipt of the awarded new Vehicle
at the Customer’s place of business or designated location, or if the Customer chooses, at the
Contractor’s place of business. The Contractor must give the ordering Customer written notice of
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 13 of 22
delivery at least 24 hours prior to the delivery. Deliveries will be received only between 8:00 a.m.
and 3:00 p.m. (Customer’s local time) during Business Days unless previously arranged and
approved by the Customer in writing.
Deliveries of awarded new Vehicles are made by either private or common carrier transport; or
where delivery may be accomplished by driving the self-propelled vehicle with less than 250
odometer miles at delivery, the self-propelled vehicle may, with the Customer’s prior approval, be
driven to the delivery location. The Contractor must make every effort to minimize the number of
odometer miles at delivery. At the Customer’s option, vehicles with more than 250 odometer
miles at delivery may be rejected, or $0.50 per mile in excess of 250 odometer miles may be
deducted from the invoice and payment owed to Contractor. The Contractor must comply with
the Manufacturer’s break-in requirements and all applicable traffic and safety laws. All vehicle
Commodities delivered by the Contractor to the Customer shall contain no less than one-quarter
tank of fuel as indicated by the fuel gauge at the time of delivery.
The Contractor will perform the standard Manufacturer’s Pre-Delivery Inspection (PDI) and is
responsible for delivering an awarded Vehicle that is properly serviced, clean, and in brand new
operating condition. Pre-delivery service, at a minimum, shall include the following:
1. Complete lubrication of operating chassis, engine, and mechanisms with Manufacturer’s
recommended grades of lubricants.
2. Check and fill all fluid levels to ensure proper fill;
3. Adjust engine(s), motor(s), and drive(s) to proper operating condition(s);
4. Inflate tires (including any spares) to proper pressures;
5. Check to ensure proper operation of all accessories, gauges, lights, and mechanical and
hydraulic features;
6. Clean equipment, if necessary, and remove all unnecessary tags, stickers, papers, etc.;
and
7. Ensure that the Vehicle is completely assembled (unless otherwise noted in the
specification) including but not limited to, the Representative Model, Options,
Components, Features or Configurations (if applicable), aftermarket Options (if
applicable), and thoroughly tested and ready for operation upon delivery.
All Vehicles shall be delivered with each of the following applicable documents completed and
included:
1. Copy of the Manufacturer’s Pre-Delivery Inspection (PDI) form, which meets or exceeds
the requirements herein;
2. Copy of the ordering Customer’s purchase order;
3. Copy of the applicable Contract specification(s) and Contractor’s current Price Sheet (C.4)
information;
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 14 of 22
4. Copy of the Manufacturer’s Invoice(s) for each awarded Commodity, including individual
Representative Model, Options, Required aftermarket Options (if applicable), aftermarket
Options (if applicable), in the shipment;
5. Proof of Manufacturer’s MSRP (commonly known as the window sticker) if applicable,
which shall not be adhered to the Vehicle and instead provided with the documents listed
herein;
6. Manufacturer’s certificate of origin, if applicable;
7. Manufacturer’s operator manual, and (if not included in the operator manual) one copy of
the Manufacturer’s lubrication and maintenance instructions;
8. Copy of the Manufacturer’s standard warranty certifications;
9. Sales Tax Exemption Form, if applicable;
10. Temporary tag and 20 day extension tag, if applicable; and DHSMV 82040, Application
for certificate of title and vehicle registration, if applicable.
Deliveries that do not include the above applicable forms and publications, or that have
forms that have been altered, or are not properly completed, may be refused. Repeated
failures by the Contractor to include the above properly completed forms and publications,
or that have submitted altered forms, to the ordering Customer may be cause for default
proceedings and Contract termination.
These Transportation and Delivery requirements, terms, and conditions also apply to the re-
delivery of an awarded Commodity that was previously rejected upon initial delivery.
22. Inspection and Acceptance
Section 6.4, Inspection and Acceptance of Commodities, of the Special Contract Conditions
exhibit is supplemented by adding the following:
The Customer, within five Business Days of delivery, should inspect the Commodity received for
acceptability. The Customer should compare the physical Commodity delivered, contract prices,
discounts, requirements, specifications, Customer order, and Manufacturer’s MSRP Window
Sticker / Manufacturer’s Invoice(s) to ensure the Commodity received meets or exceeds the
requirements, specifications, terms, and conditions of the Contract and Customer Order.
Additionally, the Customer should inspect the Commodity for any physical damage. The
Contractor is obligated to correct any errors or damage. Failure by the Customer to discover an
error in the Commodity shall not relieve the Contractor from its obligation to correct the error or
damage in the event it is found any time after the Commodity is delivered.
The Parties agree that inspection and acceptance shall be the Customer’s responsibility and
occur at the location of the Customer’s place of business or designated location, or if the Customer
chooses, at the Contractor’s place of business. Title and risk of loss or damage to all Commodities
shall be the responsibility of the Contractor until the Commodity is accepted by the Customer.
The Contractor shall be responsible for filing, processing, and collecting all damage claims. The
Customer shall assist the Contractor by:
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 15 of 22
• Recording any evidence of visible damage on all copies of the delivering carrier’s bill of
lading;
• Reporting any known visible and concealed damage to the carrier and the Contractor;
• Confirming said reports in writing within 15 Business Days of delivery, requesting that the
carrier inspect the damaged merchandise; and
• Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection
report.
Transportation and delivery of the Commodity does not constitute acceptance for the purpose of
payment. Acceptance of the Commodity and authorization of payment shall be given by the
Customer only after a thorough inspection indicates that the Commodity is undamaged and meets
the Contract requirements, specifications, terms, and conditions. Should the delivered Commodity
be damaged or differ in any respect from the Contract requirements, specifications, terms, and
conditions, payment shall be withheld until such time as the Contractor completes the required
Customer-approved, corrective action.
If the Commodity requires service or adjustments as part of the Customer-approved identified
corrective action(s), the Contractor shall either correct the issue or be responsible for reimbursing
the Manufacturer’s local service dealer or others selected by the Customer to remedy the defect.
The Contractor shall initiate such required service or adjustments within two Business Days
following notification by the Customer. The Commodity shall not be accepted until all service or
adjustments are satisfactory, and the Commodity is re-delivered in acceptable condition. All costs
of transportation and delivery incurred for initial delivery and any re-deliveries due to non-
Customer error or Commodity damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve with the
Contractor. The Department and Customer shall develop a corrective action plan related to the
Contract deviation, which may include the Customer’s permanent refusal to accept the
Commodity, in which case the Commodity shall remain the property of the Contractor, and the
Customer and the State shall not be liable for payment for any portion thereof.
23. Commodity Compliance and Compatibility
It is the Contractor’s responsibility to ensure that the Commodity(ies) supplied are compliant with
the Contract requirements, specifications, terms, and conditions. Additionally, the Contractor
shall ensure that the Representative Model, Options, and aftermarket Options ordered by the
Customer and provided by the Contractor are fully compatible with each other. Upon acceptance
of the Customer’s purchase order, the Contractor is obligated to deliver Commodities that are fully
compliant and compatible with the purchase order requirements, specifications, terms, and
conditions.
In the event any ordered Representative Model, Options, aftermarket Options, Vehicle’s
respective features, equipment, components, or configuration are found by the Customer to be
missing, incorrect, defective, damaged, non-compatible, or non-compliant, the Customer may
require the Contractor to do one or more of the following:
• Install or repair at its own cost the Commodity, including but not limited to, the
Representative Model, Options, Components, Features or Configurations, and
aftermarket Options;
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 16 of 22
• Replace at its own cost the Commodity, including but not limited to, the Representative
Model, Options, Components, Features or Configurations, aftermarket Options, and the
Vehicle’s respective features, equipment, and components; or
• Refund the purchase price of the applicable Commodity, including but not limited to, the
Representative Model, Options, Components, Features or Configurations, and
aftermarket Options to the Customer.
Any changes necessary after the delivery of the Commodity / Commodities that are
required to bring a Commodity / Commodities into compliance or compatibility due to an
incorrect order fulfillment by the Contractor are to be accomplished at the Contractor’s
expense.
24. Commodities’ Title and Registration
Contractor shall title and register Vehicles delivered under the Contract for the Customer in
accordance with Florida law, including Chapters 319 and 320, F.S. The Contractor shall provide
any necessary form(s) that must be signed by an authorized representative of the Customer with
the awarded Commodity(ies) at delivery, and the Contractor shall obtain any necessary
signature(s) and complete the titling and registration process for the Customer within the
timeframe agreed to by the Customer and the Contractor.
In the event the Customer is permitted by law to obtain title and registration for the Vehicle
independent of the Contractor, and chooses to obtain title and registration independent of the
Contractor, the Customer shall notify the Contractor in writing of this decision no later than three
Business Days following receipt of the Acknowledgement of Order Form. However, the Customer
shall then be obligated to title and register the awarded Commodity , and the Contractor shall
provide the Customer any documents necessary for the Customer to do so at the time of delivery.
The Contractor may obtain special plates such as “State”, “County”, or “City” from most county
tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall be obtained from the
Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee,
Florida.
In addition, Customers may elect to transfer an existing license plate, or may choose to obtain a
new license plate, for which additional fees may apply.
• The Contractor is not required to obtain new license plates for the Customer unless there
is a notation, and a new license plate fee is included on the purchase order.
• The Customer’s purchase order notation for a new license plate shall include the request
for a new license plate, what type of license plate is required, and a Customer point of
contact including the person’s name, title, and telephone number should there be any
questions.
25. Deletions
During the Contract Term, the Department shall have the right to delete Commodities, including
but not limited to, Groups, Manufacturers, brand names, and Representative Models, from this
agreement by removing them from Exhibit B, Price Sheet (C.4). Commodities may be removed
at the sole discretion of the Department.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 17 of 22
26. Price Adjustments
Prices may be adjusted with the introduction of a new year model(s) for a Representative Model(s)
awarded to the Contractor and any associated Option(s) awarded in the “OPTIONS” Specification
Category of the price sheet. Prices may be adjusted no earlier than 12 months after the start date
of the Contract and, thereafter, or no earlier than 12 months after the effective date of the previous
price adjustment. Price increases must be supported by a change in the Producer Price Index
(PPI) for the Series ID(s) shown in the table below. This information is published by the U.S.
Department of Labor, Bureau of Labor Statistics (BLS), and is available at
http://www.bls.gov/data/.
Series ID Product
336120336120 Heavy duty truck mfg
The change in PPI for the first price adjustment after the start date of the Contract shall be
determined using the PPI for the month in which the Contract began and the latest available non-
preliminary PPI at the time of the price adjustment request (a preliminary PPI is indicated on the
BLS website with a “(P)” notation). The change in PPI for second and subsequent price
adjustments shall be determined using the latest PPI that was used to support the previous price
adjustment and the latest available non-preliminary PPI at the time of the request.
When requesting a price increase, the Contractor shall submit a written justification to the Contract
Manager detailing the reason(s) for the request; an increase in the PPI is not sufficient justification
for a price increase by itself. Price increases shall not exceed the percent change in PPI or three
percent, whichever is less. The percent change in PPI shall be calculated using the following
formula:
(𝐴−𝐴)
𝐴=𝑍
Where:
A = earliest PPI (PPI at the time the renewal term began or previous price adjustment)
B = latest PPI (latest available non-preliminary PPI at the time of price adjustment request)
Z = percent change in PPI
For any price adjustment request which exceeds the percent change in PPI, an exception may be
considered by submitting to the Department’s Contract Manager a revised MSRP and supporting
documentation detailing substantial model improvements which provide additional value to the
State. If an exception is approved, the pricing adjustment will be calculated by applying the same
percentage discount off MSRP as submitted in the original bid.
The Department reserves the exclusive right to approve or deny any price adjustment request.
Price adjustments will not be considered for any Contractor with any contractual non-performance
issues including, but not limited to, outstanding fees or monies due under this Contract or overdue
reports or documentation including, but not limited to, a Quarterly Sales Report or an MFMP
Transaction Fee Report. A price adjustment does not constitute a change to the Contract
requiring an amendment executed by both Parties. After the Department approves a price
adjustment in a written communication to the Contractor, it will incorporate the price adjustment
onto the price sheet listed on the State Purchasing Contract website.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 18 of 22
OEM Options Discounts and Non-OEM Options Discounts, as awarded on the price sheet for
each Representative Model, may not be reduced during the life of the Contract.
27. Ceiling Prices
The Representative Model Price for each Representative Model listed in the Contractor’s
submitted Price Sheet (C.4), shall be the not-to-exceed Ceiling Prices under the Contract. The
Options discount listed in the Contractor’s submitted Price Sheet (C.4) shall be the minimum
discount applied to Options.
27.1 Charges and Fees
The ceiling prices are inclusive of all charges and fees, including but not limited to, the
following:
1. Administrative;
2. Environmental;
3. Title Application and Registration;
4. License Plate Transfer;
5. Preparation;
6. Handling;
7. Freight;
8. Distribution;
9. Shipping;
10. Delivery to any point within the State;
11. Warranty;
12. Tire and Battery Fee;
13. Any other charges or fees necessary to deliver the Representative Model
according to the requirements, specifications, terms, and conditions, exclusive of
taxes;
14. Profit; and
15. Installation (for Options, including aftermarket Options).
28. Options Discount
The discount percentage, listed for the Representative Model’s Options, shall be the minimum
discount percentage applied off the current MSRP (Price, not MSRP Credit) for Options during
the Contract period. If an Option has a positive MSRP (e.g., $1.00), then the Option Discount
(e.g., 10%) will provide a lower Option Net Price for the individual Option (e.g., $1.00 MSRP x (1-
10% Options Discount)] = $0.90 Option Net Price); Option’s Net Prices shall be rounded to the
nearest whole cent.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 19 of 22
Option’s MSRP Credits will be stated as the MSRP list price, with the Option Discount applied.
The Option’s discount percentage does not apply to the Options listed on the pricing sheets and
shall only be applied to upgrades made to the Representative Model specifications based on
performance needs.
29. Contractor’s Use of Dealers
The Contractor may engage Dealers in accordance with the terms herein to provide sales and
support for the awarded Commodities offered under this Contract. In the event the Contractor
elects to use Dealers, the Contractor shall remain fully accountable for ensuring that the Dealer
complies with the terms of this Contract. In the event the Dealers fail to comply with the terms of
this Contract, the Contractor shall remain fully liable. The Contractor shall ensure that Dealers
remain current with the Contractor’s authorized Commodities and pricing listed in the price sheet.
The Contractor shall remain responsible for receiving purchase orders and shall remain
responsible for invoicing the Customer for payment. All invoices shall remain in the name of the
Contractor. The Contractor may not utilize Dealers until receiving express authorization from the
Department. Information regarding the Contractor’s addition of Dealers can be found at the
following link: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_
resources/subcontractor_dealer_reseller_forms.
30. Performance Qualifications
The Department reserves the right to investigate or inspect at any time whether the Commodities,
qualifications, or facilities offered by Contractor meet the Contract requirements. The Contractor
shall at all times during the Contract term remain responsive and responsible. In determining
Contractor’s responsibility as a Contractor, the Department may consider all information or
evidence which is gathered or comes to the attention of the Department which demonstrates the
Contractor’s capability to fully satisfy the requirements of the solicitation and the Contract.
If the Department determines the terms of the Contract are not complied with, or that the
equipment or parts proposed to be furnished does not meet the specified requirements set forth
herein, or that the qualifications, financial standing, or facilities are not satisfactory, or that
performance is untimely, the Department may terminate the Contract.
31. Contract Reporting
The Contractor shall report information on orders received from Customers associated with this
Contract. No revised MSRP lists, or price adjustments will be considered for any Contractor who
has outstanding reports, or any other documentation required under the Contract. The Contractor
shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each
month
Quarterly Sales Report State’s Fiscal
Quarter 30 calendar days after close of the period
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 20 of 22
Diversity Report
(submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
Preferred Pricing Affidavit (in
accordance with the Special
Contract Conditions) Annual Contract Anniversary Date
32. MFMP Transaction Fee Report
The Contractor is required to submit monthly MFMP Transaction Fee Reports in the Department’s
electronic format. Reports are due 15 calendar days after the end of the reporting period. For
information on how to submit Transaction Fee Reports online, please reference the detailed fee
reporting instructions and vendor training presentations available online at the “Transaction Fee
& Reporting” section and “Training for Vendors” subsections under the “Vendors” tab on the
MFMP website. Assistance with Transaction Fee Reporting is also available from the MFMP
Customer Service Desk by email at: VendorHelp@myfloridamarketplace.com or telephone 866-
FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time.
33. Quarterly Sales Reports
The Contractor shall submit a quarterly sales report electronically, in the required format, to the
Department’s Contract Manager within 30 calendar days after close of each quarter. The quarterly
sales report can be found at the following link: https://www.dms.myflorida.com/business_
operations/state_purchasing/vendor_resources/quarterly_sales_report_format.
Failure to provide the quarterly sales report will result in the imposition of financial consequences
and may result in the Contractor being found in default and the termination of the Contract.
Initiation and submission of the quarterly sales report are the responsibility of the Contractor
without prompting or notification by the Department. Sales will be reviewed on a quarterly basis.
If no sales are recorded during the period, the Contractor must submit a report stating that there
was no activity. If no sales are recorded in two consecutive quarters, the Contractor may be placed
in probationary status or the Department may terminate the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period
Quarter 2 – (October-December) – due 30 calendar days after the close of the period
Quarter 3 – (January-March) – due 30 calendar days after the close of the period
Quarter 4 – (April-June) due 30 calendar days after the close of the period
34. Diversity Report
The Contractor shall report to each Customer, spend with certified and other minority business
enterprises. These reports shall include the period covered, the name, minority code and Federal
Employer Identification Number of each minority business utilized during the period, Commodities
provided by the minority business enterprise, and the amount paid to each minority business on
behalf of each purchasing agency ordering under the terms of this Contract.
35. Ad Hoc Reports
The Department or Customer may require additional Contract information such as copies of
purchase orders or ad hoc sales reports. The Contractor shall submit information in response to
these specific ad hoc requests for reports within the specified amount of time as requested by the
Department or Customer.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 21 of 22
36. Business Review Meetings
In order to maintain the relationship between the Department and the Contractor, each quarter
the Department may request a business review meeting. The business review meeting may
include, but is not limited to, the following:
• Successful completion of deliverables
• Review of the Contractor’s performance
• Review of minimum required reports
• Addressing of any elevated Customer issues
• Review of continuous improvement ideas that may help lower total costs and improve
business efficiencies.
37. Financial Consequences
Financial Consequences will be assessed for failure to timely perform or submit a report as
required by the Contract and shall be paid via check or money order in US Dollars, and made
out to the Department of Management Services or the specific Customer, where applicable.
Financial Consequences will be assessed daily for each individual failure until the performance
or submittal is accomplished to the Department’s or Customer’s satisfaction, unless stated
otherwise. For the submissions of reports, financial consequences will apply to each target
period beginning with the first full month or quarter of the Contract’s performance and each
month and quarter thereafter
Deliverable Performance Metric
Performance Due
Date
Financial
Consequence for
Non-Performance
Contractor will timely
submit completed
Quarterly Sales Reports
All Quarterly Sales
Reports will be
submitted timely with
the required
information
Reports are due
on or before the
30th calendar day
after the close of
each State fiscal
quarter
$250 per Calendar
Day late/not
received by the
Contract Manager
Contractor will timely
submit completed
MFMP Transaction Fee
Reports
All MFMP Transaction
Fee Reports will be
submitted timely with
the required
information
Reports are due
on or before the
15th calendar day
after the close of
each month
$100 per Calendar
Day late/not
received by the
Contract Manager
Contractor will timely
provide accurate Price
Quote Forms to
Customers
All Price Quote Forms
will be timely provided
to Customers with
accurate information
Upon Customer
request
$25 per inaccurate
or untimely Price
Quote Form
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Page 22 of 22
No favorable action will be considered for any contractor who has outstanding Contract
Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation, to
include fees / monies that is required under this Contract.
Contractor will adhere to
the Manufacturer’s Last
Order Date, Production
Notification, and
Representative Model
Change section of the
Scope of Work
The Contractor shall
adhere to the
notification
requirements listed in
the Manufacturer’s
Last Order Date,
Production
Notification, and
Representative Model
Change section of the
Scope of Work
Notice will be
provided pursuant
to the
Manufacturer’s
Last Order Date,
Production
Notification, and
Representative
Model Change
section of the
Scope of Work, no
later than 30
calendar days
prior to the
effective date of
the Manufacturer’s
Last Order Date
$250 per occurrence
Customer will timely
provide Diversity Report
(submitted to the
Customer)
Timely provide
diversity report
Report will be
provided no later
than 10 Business
Days after the end
of the State fiscal
year
$250 per occurrence
Ad hoc report(s) Provide ad hoc
reports as requested
Ad hoc reports will
be provided within
the timeframe
agreed to by the
Department and
the Contractor, or
Customer and
Contractor
$250 per occurrence
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
1
Exhibit C
ADDITIONAL SPECIAL CONTRACT CONDITIONS
A. Special Contract Conditions revisions: the corresponding subsections of the Special
Contract Conditions referenced below are replaced in their entirety with the following:
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in whole
or in part only as set forth in the Contract documents, and in accordance with section
287.057(14), F.S.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(24),
F.S. All payments issued by Customers to registered Vendors for purchases of commodities
or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031,
F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees
and agree to automatic deduction of the Transaction Fees when automatic deduction
becomes available. Vendors will submit any monthly reports required pursuant to the rule. All
such reports and payments will be subject to audit. Failure to comply with the payment of the
Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor
in default and subject the Vendor to exclusion from business with the State of Florida.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal,
state, and local agencies having jurisdiction and authority. For example, the Contractor must
comply with section 274A of the Immigration and Nationality Act, the Americans with
Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all
prohibitions against discrimination on the basis of race, religion, sex, creed, national origin,
handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference.
Nothing contained within this Contract shall be construed to prohibit the Contractor from
disclosing information relevant to performance of the Contract or purchase order to members
or staff of the Florida Senate or Florida House of Representatives.
Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and
ensure a representative will be available to, a continuing oversight team.
The Contractor will comply with all applicable disclosure requirements set forth in section
286.101, F.S. In the event the Department of Financial Services issues the Contractor a final
order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the
Contractor shall immediately notify the Department and applicable Customers and shall be
disqualified from Contract eligibility.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists.
In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby
informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S.
For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the
Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a
contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must
notify the Department if it or any of its suppliers, subcontractors, or consultants have been
placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator
Vendor List during the term of the Contract.
In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List
may not enter into or renew a contract to provide any goods or services to an agency after its
placement on the Suspended Vendor List.
A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S.,
the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List
pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section
287.134, F.S., is immediately disqualified from Contract eligibility.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty
to cooperate with the Inspector General in any investigation, audit, inspection, review, or
hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such
information may include, but will not be limited to, the Contractor's business or financial
records, documents, or files of any type or form that refer to or relate to the Contract. The
Contractor will retain such records for the longer of five years after the expiration or termination
of the Contract, or the period required by the General Records Schedules maintained by the
Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for investigations
of the Contractor's compliance with the terms of this or any other agreement between the
Contractor and the State of Florida which results in the suspension or debarment of the
Contractor. Such costs will include but will not be limited to: salaries of investigators, including
overtime; travel and lodging expenses; and expert witness and documentary fees. The
Contractor agrees to impose the same obligations to cooperate with the Inspector General
and retain records on any subcontractors used to provide goods or services under the
Contract.
8.1.1 Termination of Contract.
The Department may terminate the Contract for refusal by the Contractor to comply with this
section by not allowing access to all public records, as defined in Chapter 119, F.S., made or
received by the Contractor in conjunction with the Contract unless the records are exempt
from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on
behalf of a public agency, as defined in section 119.011(2), F.S., the following applies:
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850)
487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE,
FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on
behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure are not disclosed except as authorized by law for the duration of the Contract term
and following the completion of the Contract if the Contractor does not transfer the records to
the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records
in possession of the Contractor or keep and maintain public records required by the public
agency to perform the service. If the Contractor transfers all public records to the public
agency upon completion of the Contract, the Contractor shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the
Contract, the Contractor shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to the public agency, upon request from the
public agency’s custodian of public records, in a format that is compatible with the information
technology systems of the public agency.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits of
the Contractor and subcontractors as determined by the Department. The Department may
conduct an audit and review all the Contractor’s and subcontractors’ data and records that
directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and
claims for payment under the Contract, the Contractor’s agreements or contracts with
subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be
inspected by the Department upon fifteen (15) calendar days’ notice, during normal working
hours and in accordance with the Contractor’s facility access procedures where facility access
is required. Release statements from its subcontractors, partners, or agents are not required
for the Department or its designee to conduct compliance and performance audits on any of
the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with
section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General
shall also have authority to perform audits and inspections.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
13.2 E-Verify.
The Contractor and its subcontractors have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees in accordance with
section 448.095, F.S. By executing this Contract, the Contractor certifies that it is registered
with, and uses, the E-Verify system for all newly hired employees in accordance with section
448.095, F.S. The Contractor must obtain an affidavit from its subcontractors in accordance
with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the
duration of the Contract. The Contractor shall provide a copy of its DHS Memorandum of
Understanding (MOU) to the Department’s Contract Manager within five days of Contract
execution.
This section serves as notice to the Contractor regarding the requirements of section 448.095,
F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the
Contract if it has a good faith belief that the Contractor has knowingly violated section
448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a
public contract for at least one year after the date of such termination. The Department will
promptly notify the Contractor and order the immediate termination of the contract between
the Contractor and a subcontractor performing work on its behalf for this Contract should the
Department have a good faith belief that the subcontractor has knowingly violated section
448.09(1), F.S.
B. Special Contract Conditions additions: the following subsection is added to the Special
Contract Conditions:
12.3 Document Inspection.
In accordance with section 216.1366, F.S., the Department or a state agency is authorized to
inspect the: (a) financial records, papers, and documents of the Contractor that are directly
related to the performance of the Contract or the expenditure of state funds; and (b)
programmatic records, papers, and documents of the Contractor which the Department or
state agency determines are necessary to monitor the performance of the Contract or to
ensure that the terms of the Contract are being met. The Contractor shall provide such
records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 1
SPECIAL CONTRACT CONDITIONS JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions.
Exhibit D
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later.
2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor.
2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;(b)notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or(c)take other action deemed appropriate by the Department.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases. The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor’s authorized representative attesting that the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices.
3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract.
3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida.
3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by
Florida law. 3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter. 4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department.
4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format: Department’s Contract Manager Name
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 5
Department’s Name Department’s Physical Address
Department’s Telephone # Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract.
4.5 Diversity. 4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract. 4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it offers is available at https://www.respectofflorida.org.
4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department. 5.3 Department of State Registration.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities.
6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor.
6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities.
6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements.
6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach.
6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance. The Contractor shall maintain workers’ compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected. 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website. 8.4 Intellectual Property.
8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee. 10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications.
10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent. 10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor’s promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance. 11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies.
11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor’s employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract. 13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number.
13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes;
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;(d) False pretenses;
(e) Frauds;(f)Credit card crimes;(g) Forgery;
(h) Counterfeiting;(i) Violations involving checks or drafts;(j)Misuse of medical or personnel records; and
(k)Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract.
DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652
State Term Contract
No. 25100000-23-STC
For
Motor Vehicles
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services
(Department), an agency of the State of Florida, and Alan Jay Automotive Management, Inc.
dba Alan Jay Fleet Sales (Contractor), collectively referred to herein as the “Parties.”
Accordingly, for the good and mutual consideration hereby acknowledged, the Parties agree as
follows:
I.Initial Contract Term.
The Initial Contract Term shall be for two years. The Initial Contract Term shall begin on May
17, 2023. The Contract shall expire on May 16, 2025, unless terminated earlier in accordance
with the Special Contract Conditions and Additional Special Contract Conditions.
II.Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract for one year, in whole
or in part, pursuant to the incorporated Special Contract Conditions.
III.Contract.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Exhibits, which set forth the
entire understanding of the Parties and supersedes all prior agreements. All modifications to
this Contract must be in writing and signed by all Parties.
All Exhibits listed below are incorporated in their entirety into, and form part of, this Contract.
The Contract document and Exhibits shall have priority in the following order:
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
State Term Contract No. 25100000-23-STC For Motor Vehicles
Page 2 of 2
a)This Contract documentb)Exhibit A, Scope of Workc)Exhibit B, Cost Sheet (Group 1 – 7)d)Exhibit C, STC Additional Special Contract Conditionse)Exhibit D, Special Contract Conditionsf)Exhibit E, Price Quote Form (PQF)g)Exhibit F, Acknowledgement of Order Form
IV.Contract Management.
Department’s Contract Manager:
Christopher McMullen
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 360
Tallahassee, Florida 32399-0950
Telephone: (850) 922-9867
Email: Christopher.McMullen@dms.fl.gov
Contractor’s Contract Manager:
Chris Wilson
Alan Jay Automotive Management, Inc. dba Alan Jay Fleet Sales
5330 US HWY 27 South
Sebring, FL 33870
Telephone: (863) 402-4234
Email: Chris.Wilson@AlanJay.com
This Contract is executed by the undersigned officials as duly authorized. This Contract is not
valid and binding on all Parties until signed and dated by both Parties.
Alan Jay Automotive Management, Inc dba Alan Jay Fleet Sales STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES
_____________________________ _______________________________ Chris Wilson Secretary, Pedro Allende
_____________________________ _______________________________ Date: Date:
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
5/15/2023 | 8:27 AM PDT 5/16/2023 | 12:59 PM EDT
25100000-23-STC Page 1 of 17 Motor Vehicles
Exhibit A
Scope of Work
1. Purpose To provide Customers with new and unused Motor Vehicles on a statewide basis, pursuant to the terms set forth in this Scope of Work. Contractors shall provide Motor Vehicles and applicable Options in accordance with the scope contained herein. All State Agencies shall comply with section 287.151, Florida Statutes, when purchasing under this Contract. The Motor Vehicles offered under the Contract shall be classified under the following Groups and Sub-Groups, which are listed and described as follows:
• Group 1: Law Enforcement Vehicles o Sub-Group A: Police Pursuit Vehicles
o Sub-Group B: Special Service Vehicles
o Sub-Group C: Transport Vans o Sub-Group D: Non-Specialized Vehicles for Law Enforcement Use Only
o Sub-Group E: Motorcycles
• Group 2: Sedans and Hatchbacks o Sub-Group A: Sedans o Sub-Group B: Hatchbacks
• Group 3: Minivans and Vans o Sub-Group A: Minivans o Sub-Group B: Vans
o Sub-Group C: Cutaways/Chassis Cabs
• Group 4: Sport Utility Vehicles o Sub-Group A: Crossover Sport Utility Vehicles o Sub-Group B: Traditional Sport Utility Vehicles
• Group 5: Light Duty Trucks o Sub-Group A: Compact and Mid-Size Pickup Trucks o Sub-Group B: Full-Size Pickup Trucks
• Group 6: Medium Duty Trucks o Sub-Group A: Pickup Trucks
o Sub-Group B: Chassis Cabs
• Group 7: Low Speed Vehicles 2. Definitions Definitions contained in section 287.012, Florida Statutes (F.S.); Rule 60A-1.001, Florida
Administrative Code (F.A.C.); Attachment D, Special Contract Conditions; and the PUR 1001, General Instructions to Respondents (10/06), are incorporated by reference. In the event of a conflict, the definitions listed in this section supersede the incorporated definitions for the
purposes of this Scope of Work. All definitions apply in both their singular and plural sense. Brand – A particular name under which a Motor Vehicle or Option is sold by a Manufacturer.
Examples include, but are not limited to: Ford, GMC, Chevrolet, Nissan, Toyota, etc.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 2 of 17 Motor Vehicles
Business Day – Monday through Friday, inclusive, except for those holidays specified in section 110.117, Florida Statutes, from 8:00 a.m. to 5:00 p.m. at the Customer’s location.
Commodity – As defined in section 287.012, Florida Statutes. Commodity Code – The State’s numeric code for classifying Commodities and contractual services which meet specific requirements, specifications, terms, and conditions herein. Florida
has adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying Commodities and services. Confidential Information – Information that is trade secret or otherwise confidential or exempt from disclosure under Florida or federal law. Contract – The written agreement between the Department and the Contractor resulting from ITB No. 23-25100000-ITB. Contract Manager – The representative designated by the Department who will oversee all aspects of the Contract, monitor performance expectations, and serve as the primary point of contact for the Contractor. Contractor – A Vendor that enters into a Contract with the Department as a result of receiving an award from ITB No. 23-25100000-ITB. A Contractor can be a Manufacturer or Dealer. Cost – The actual price the Contractor paid for the Model and applicable Options from the
Manufacturer including any delivery fees. Any price changes that occur during the manufacturing, ordering, or delivery process must be approved by the Customer. Cost Plus Percentage – The percentage the Contractor is allowed to charge above the Cost of the Model and applicable Options. Customer – A State agency or Eligible User.
Dealer – A Manufacturer’s certified dealer who has been authorized by the Manufacturer
to market, sell, provide, and service the Models or Options from the Manufacturer. Dealers
may be Contractor-owned and -controlled, (in whole or in part) or independently owned
and controlled.
Department – The Department of Management Services, a State agency. Eligible User – As defined in Rule 60A-1.001, Florida Administrative Code.
Free on Board (FOB) Destination – A shipping method as defined in section 672.319(1)(b), Florida Statutes.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 3 of 17 Motor Vehicles
Group – A series of Models with applicable Commodity Codes, which are described in this Scope of Work and Attachment C, Cost Sheet (Group 1 – 7). A Group may or may not
include Sub-Groups. Manufacturer – The original producer of a Motor Vehicle or Option, which may be sold
under a Brand name. Examples include, but are not limited to: Ford Motor Company,
General Motors (GM), Nissan Motor Corporation, Toyota Motor Corporation, etc.
Manufacturer’s Last Order Date – The final date the Manufacturer stops accepting orders
for a Model, either for a specific production year or overall (i.e., the discontinuation of a Model). Manufacturer’s Suggested Retail Price (MSRP) – The Manufacturer’s recommended retail selling price, list price, published price, or other usual and customary price that would be paid by the purchaser for specific Commodities or services without the benefit of the Contract. Model – A particular name used to identify a collection of Motor Vehicles that are sold under the same Brand name and are similar in style and appearance. Examples include, but are not limited to, Ford F-150, GMC Sierra, Chevrolet Suburban, Nissan Titan, Toyota Corolla, etc. Motor Vehicle – A specific vehicle that meets the definition of “Motor vehicle” contained in
section 320.01(1), Florida Statutes, or a specific vehicle that meets the definition of “Low-speed
vehicle” as contained in section 320.01(41), Florida Statutes. The term includes all Options that
are attached to or provided with the vehicle when it is manufactured. The Cost Plus Percentage
shown in Attachment C, Cost Sheet (Group 1 – 7), shall apply to the Cost for the Motor Vehicle,
regardless of whether any Options were specifically requested by the Customer or are
considered “standard” or “optional” for the trim level ordered by the Customer.
Options – Options which meet the requirements, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Motor Vehicle by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry. Options include the following types:
• Non-Original Equipment Manufacturer (OEM) Option – A new and unused Option intended for the Motor Vehicle that is produced by a party other than the OEM. May also be referred to as an aftermarket Option.
• OEM Option - A new and unused Option intended for the Motor Vehicle that is produced by the OEM. State – The State of Florida.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 4 of 17 Motor Vehicles
Sub-Group – A specific series of Models within a Group, which are described in this Scope of Work and Attachment C, Cost Sheet (Group 1 – 7). A Group may or may not include Sub-
Groups. 3. Minimum Specifications and Standards
The Contractor shall ensure all Motor Vehicles and Options offered under this Contract comply with the following: a. Designed, constructed, equipped, assembled, and installed to be fully suitable for their intended use, purpose, and service pursuant to this Scope of Work; b. New and unused (except as specified in the Transportation and Delivery
section of this Scope of Work), for the Manufacturer’s latest Model year available, of current or recent production, and of the latest available design and construction;
c. Include all features, equipment, and components installed by Manufacturer or Dealer according to the Manufacturer’s current procedures and requirements
for the applicable Manufacturer’s Motor Vehicles;
d. Free of damage, defect, and rust which may affect appearance, operability,
functionality, or serviceability;
e. Motor Vehicles and Options ordered by the Customer are fully compatible with each other;
f. Comply with current legal, customary, reasonable, and professional standards of the Motor Vehicle and transportation equipment manufacturing industry;
g. Comply with current mandatory and applicable federal and State of Florida Motor Vehicles standards and requirements including, but not limited to, all
legal, safety, and environmental standards and requirements; and
4. Advertising and Marketing No Dealer’s advertising and identification (name, logos, etc.) is permitted on any Commodity
offered under this Contract. The Manufacturer’s advertising and identification (name,
Model, logos, etc.) is permitted on any Commodity provided under this Contract if such
advertising and identification is a Manufacturer’s practice. The Contractor shall be
responsible for removing, without damage, all impermissible or unacceptable advertising
and identification. The Department and Customers reserve the right to, in their sole
discretion, determine what advertising and identification is considered unacceptable under
this Contract.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 5 of 17 Motor Vehicles
5. Luxury, Performance, or Sport Motor Vehicles or Options No luxury, performance, or sport Motor Vehicles or Options shall be permitted under this
Contract. The Bureau of Fleet Management and the Contract Manager shall determine what is considered luxury, performance, or sport. All Options and equipment must be approved by the Bureau of Fleet Management in accordance with 60B-1 F.A.C.
6. Installation When installation is required, the Contractor shall be responsible for ensuring the installation of
the Options in the required locations at no additional charge, as specified in the Charges and
Fees section. Options shall be assembled and installed by the Manufacturer, Dealer, or at the
port. All materials used in the installation shall be new and unused and shall be free of defects
that would diminish the appearance or render it structurally or operationally unsound. Installation
includes the furnishing of any materials required to install or replace the parts in the proper
location. The Contractor shall protect the installation site from damage and shall repair any
damages caused during installation. If any alteration, dismantling, excavation, etc., is required to
achieve installation, the Contractor shall promptly restore the structure or site to its original
condition. The Contractor shall perform installation work so as to cause the least inconvenience
and interference with Customers and with proper consideration of others on the installation site.
Upon completion of the installation, the location and surrounding area of work shall be left clean
and in a neat and unobstructed condition, with everything in satisfactory repair and order.
6.1 Body Transfer and 3rd Party Body Installations In the event the Customer chooses to purchase or supply a cab and chassis, or cutaway van separately, the Contractor must comply with section 319.21, Florida Statutes, perform Manufacturer required pre-delivery inspection, and ensure all proper tag and title documents are present during the inspection and delivery
pursuant to Florida license requirements. The Contractor shall inform the Customer, upon receipt of the order, of any additional charges for installation of aftermarket Options only. The Department reserves the right to reject an
installation charge if, within the Department’s sole discretion, the proposed installation charge does not align with market prices. The Manufacturer must certify that it conforms to all Federal Motor Vehicle Safety Standards (FMVSS). The facilitation of a body transfer or 3rd party body installations must be included in the Motor Vehicle’s price; however, an additional cost may occur for installation by the Contractor or body upfitter. The installation cost may vary due to the body configuration; however, the installation price shall be included on the Price Quote Form (PQF) from the Contractor.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 6 of 17 Motor Vehicles
7. Warranty Repairs and Adjustments All warranty repairs and adjustments are covered throughout the Contract term at no additional
cost to Customer(s) or the Department. The Manufacturer shall be responsible for warranty and recall services performed, regardless of whether the Contractor actually performed the service. Nothing in this section requires or allows the Contractor to require the Customer to return the
Motor Vehicle to the Contractor for warranty repairs and adjustments. The Customer shall be able to return the Motor Vehicle to any location authorized by the Manufacturer to perform warranty repairs and adjustments at no additional cost to the Customer. 7.1 Extended Warranty This Contract does not include “extended warranty” service agreements. However, the Contractor may offer Customers “extended warranty” service agreements for the maintenance and repair of Commodities after the initial warranty expires, but not as a term of this Contract. The Contractor will list this additional service as a separate item on the invoice.
8. Federal and State Standards All requirements herein are in full and complete compliance with all federal and State of Florida
laws, standards, and regulations applicable to the type and class of Commodities and contractual
services being provided. This includes but is not limited to: Federal Motor Vehicle Safety
Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA”), Environmental
Protection Agency (“EPA”) Standards, and State of Florida laws, requirements, and regulations
that apply to the type and class of Commodities and contractual services being provided. It is
the intent of the Department that the Contractor(s) comply with all applicable federal and State of
Florida regulations regarding the Commodities and contractual services’ safety and
environmental requirements, including any legislation or regulations which become effective
during the term of the Contract and shall become a part of the Contract. The Contractor(s) shall
meet or exceed any such requirements of the laws and regulations applicable to the type and
class of Commodities and contractual services provided. If a conflict exists, the Contractor,
regardless of whether it is the Manufacturer or Dealer, shall contact the Department’s Contract
Manager in writing no later than 24 hours after identification of the conflict.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 7 of 17 Motor Vehicles
9. Warranty The Manufacturer’s warranty shall cover all Commodities and contractual services offered under
the Contract. The Manufacturer’s warranty is required to provide coverage against defective material, workmanship, and failure to perform. The Manufacturer’s warranty coverage shall be identical to or exceed those normally provided for the Commodities and contractual services
specified herein that are sold to any Federal, state, or local governments. The Manufacturer’s warranty shall be in effect for a minimum term of one year from the Customer’s acceptance, as specified in the “Inspection and Acceptance” section. Should the Manufacturer’s warranty conflict with any requirements, terms, or conditions of the Contract, the Contract requirements, terms, and conditions shall prevail. Customers shall contact the Dealer or Manufacturer regarding the Manufacturer warranty terms and conditions. 10. Recalls In the event there is a recall of any of the Motor Vehicle or Options, the Contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Customers in monitoring the recall operation and in preparing such
reports as may be required. Each Contractor shall immediately notify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Customer. The Contractor shall ensure that defective Motor Vehicle and Options are rectified, replaced, and
destroyed in compliance with all applicable laws, rules or regulations and the Department's reasonable instructions. All Contractor efforts related to recalls shall be at Contractor’s own expense. 11. Manufacturer’s Last Order Date and Production Schedule Changes The Contractor shall provide notification of a Manufacturer’s Last Order Date by email to the Department's Contract Manager no later than 30 calendar days prior to the effective date of the Manufacturer’s Last Order Date. When available, the Contractor shall immediately provide copies of the Manufacturer’s notice of the Manufacturer’s Last Order Date to the Department's Contract Manager.
The Contractor shall notify the Customer and the Department’s Contract Manager in writing of
any production schedule changes associated with the Customer’s order within one Business Day
of receiving the order.
12. Model Additions, Replacements, and Deletions A new Model may be added to Attachment C, Cost Sheet (Group 1 – 7) at the request of the Contractor if all of the following conditions are met:
• The Model did not exist at the time of the original procurement;
• The Model is produced under a Brand for which the Contractor was awarded;
• The Model meets or exceeds the Contract requirements, specifications, terms and
conditions;
• The Model falls under a Sub-Group (or Group, for Groups that do not include Sub-
Groups) for which the Contractor was awarded; and
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 8 of 17 Motor Vehicles
• The Motor Vehicle, OEM Options, and Non-OEM Options Cost Plus Percentage offered by the Contractor is less than or equal to the highest Motor Vehicle, OEM Options, and Non-OEM Options Cost Plus Percentage offered for all Models in the same Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor was
awarded. An existing Model may be replaced by a newer Model in Attachment C, Cost Sheet (Group 1 – 7) at the request of the Contractor if all of the following conditions are met:
• The new Model did not exist at the time of the original procurement;
• The new Model is produced under the same Brand as the existing Model;
• The Model meets or exceeds the Contract requirements, specifications, terms and conditions;
• The Manufacturer’s intent is to replace the existing Model with the new Model; and
• The Motor Vehicle, OEM Options, and Non-OEM Options Cost Plus Percentage offered by the Contractor for the new Model is less than or equal to the Motor Vehicle, OEM
Options, and Non-OEM Options Cost Plus Percentage for the existing Model being replaced.
An existing Model may be deleted from Attachment C, Cost Sheet (Group 1 – 7) at the request of the Contractor if the Manufacturer discontinues production of the Model. The Department reserves the right to delete Models, from this Contract by removing them from Attachment C, Cost Sheet (Group 1 – 7). Models may be removed at the sole discretion of the Department.
The Department reserves the exclusive right to approve or deny any addition, deletion, replacement, or other request under this section and to establish its effective date. Requests will
be reviewed separately and accepted or rejected on an individual basis. 13. Price Quote Form (PQF)
Customers shall request a PQF from all Contractors awarded for a specific Model. If the Model is available from the Contractor, the Contractor shall provide Customers a completed PQF for Motor Vehicles and Options purchased under this Contract and all charges, including labor and
installation, shall be itemized separately. The maximum pricing permitted shall not exceed the sum of the Cost and applied Cost Plus Percentage for the awarded Model and Options. The Customer and Contractor may negotiate a lower price.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 9 of 17 Motor Vehicles
Upon Customer request, the completed PQF shall be provided by the Contractor and returned to the Customer within two Business Days. The Contractor will provide the price available at the
time of the PQF using the latest information available from the manufacturer at the time and considering Options or other additions to meet the Model and Options requested. The Contractor is responsible for communicating any potential price changes during the
manufacturing process, and then give the Customer the option to accept the changes or cancel the purchase order. The Contractor shall be responsible for removing all non-eligible and unacceptable charges and fees under the Contract from the PQF. At the time of quote, the PQF must be accompanied by documentation showing Cost and the
added Cost Plus Percentage for the Customer. Upon delivery, the Contractor must provide
documentation showing Cost and the added Cost Plus Percentage for the Customer. At a
minimum, the Contractor shall provide documentation reflecting the actual price the Contractor
paid for the Model and applicable Options from the Manufacturer including any delivery fees.
Any price changes that occur during the manufacturing, ordering, or delivery process must be
approved by the Customer.
14. Department Approval (State Agency Only) After receiving a completed PQF, the Customer will develop a justification to support price
reasonableness and complete the MP6301, Request for Acquisition of Motor Vehicle(s) and
Mobile Equipment Form, which is available at:
https://www.dms.myflorida.com/business_operations/fleet_management_and_federal_property_assistance/fleet_management/purchase_of_mobile_equipment
15. Acknowledgment of Order Form The Contractor shall email Customers with a completed Attachment I, Acknowledgment of
Order Form, within five Business Days of receiving the Customer’s order. The Contractor must use the Acknowledgment of Order Form and shall not make any alterations. Failure by the Contractor to provide the Customer the Acknowledgment of Order Form within five Business Days from the date the Contractor received the Customer’s order will be considered acceptance of the order by default, which, if necessary, shall require the provision of the Motor Vehicle(s) and Options which meets the requirements, terms, and conditions herein and shall not be higher than the Cost Plus Percentage provided in Attachment C, Cost Sheet (Group 1 – 7). If the awarded Motor Vehicle(s) and Options are not available or cannot be delivered within the contractually required timeframe, the Contractor must provide a comparable Motor Vehicle(s) and Options of equal or better value which meets or exceeds the requirements, terms, and conditions herein. The Contractor’s proposed substitution is subject to prior approval by the Customer and the Department.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 10 of 17 Motor Vehicles
16. Acceptance of Order The Contractor shall deliver the awarded Motor Vehicle(s) and Options listed on the Customer’s order in accordance with the prices, Cost Plus Percentages, requirements, terms, and conditions of the Contract and the Customer’s order.
17. Transportation and Delivery The final price to the Customer shall include all charges for packing, handling, freight, distribution, and delivery. Transportation and Delivery of Motor Vehicles and Options shall
be Free on Board (FOB) Destination to any location statewide as follows:
1. Motor Vehicles and Options not in stock or unavailable from a Manufacturer at the time of order must be delivered within 180 calendar days, and only based on industry delays, not to exceed 365 calendar days, after receipt of order, unless otherwise agreed to by the Customer. For any delivery not made within the 180 calendar day timeframe, due to industry delays, the Department’s Contract Manager must be notified immediately by the Contractor and given a copy of the Customer’s order. The Contractor must provide the Department’s Contract Manager any requested information and a timeframe for completion of the order.
2. Motor Vehicles and Options in stock must be delivered within 14 calendar days after receipt of the Customer’s order unless an Option requires a post-Manufacturer or Dealer installation. These Options shall be delivered within 30 calendar days after receipt of the order. Delivery of Motor Vehicles and Options is defined as the receipt by the Customer and delivered to the Customer’s place of business or designated location, or if the Customer
chooses, at the Contractor’s place of business. The Contractor shall provide Customers a minimum of 24 hours’ written notice prior to delivery. Deliveries will be received only between 8:00 a.m. and 3:00 p.m. on Business Days and on the Customer’s local time unless previously arranged and approved by the Customer in writing.
Deliveries of Motor Vehicles and Options can be made by either private or common carrier transport; or where delivery may be accomplished by driving the self-propelled vehicle with less than 250 odometer miles at delivery, the self-propelled vehicle may, with the
Customer’s prior approval, be driven to the delivery location. The Contractor must make every effort to minimize the number of odometer miles at delivery. At the Customer’s option, vehicles with more than 250 odometer miles at delivery may be rejected, or $0.50 per mile in excess of 250 odometer miles may be deducted from the invoice and payment owed to Contractor.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 11 of 17 Motor Vehicles
The Contractor must comply with the Manufacturer’s break-in requirements and all applicable traffic and safety laws. All Motor Vehicles delivered by the Contractor to the
Customer shall contain no less than ¼ tank of fuel as indicated by the fuel gauge at the time of delivery and receipt by the Customer.
The Contractor will perform a Manufacturer’s Pre-Delivery Inspection (PDI) and is responsible for delivering Motor Vehicles and Options that are properly serviced, clean, and in first class operating condition. Pre-Delivery service, at a minimum, shall include the following: 1. Complete lubrication of operating chassis, engine, andmechanisms with Manufacturer’s recommended grades of lubricants; 2. Check and fill all fluid levels to ensure proper fill; 3. Adjust engine(s), motor(s), and drive(s) to proper operating condition; 4. Inflate tires (including any spares) to proper pressures; 5. Check to ensure proper operation of all gauges, lights, and mechanical and
hydraulic features; 6. Clean equipment, if necessary, and remove all unnecessary tags, stickers, papers, etc.; and 7. Ensure that the Motor Vehicle is completely assembled, unless otherwise noted by the Customer, and thoroughly tested and ready for operation upon Delivery. All Motor Vehicles shall be delivered with the following, completed documents:
1. Manufacturer’s PDI form; 2. A copy of the Customer’s order; 3. Contractor’s Attachment C, Cost Sheet (Group 1 – 7); 4. Manufacturer’s invoice(s) for each delivered Commodity, including
individual Motor Vehicle, and Options, in the shipment; 5. Proof of Manufacturer’s MSRP (commonly known as the window sticker) if applicable, which shall not be adhered to the Vehicle and instead provided
with the documents listed herein; 6. Manufacturer’s certificate of origin, if applicable;
7. Manufacturer’s operator manual 8. Manufacturer’s warranty certifications; 9. Sales Tax Exemption Form, if applicable; 10. Temporary tag and 20-day extension tag, if applicable; and 11. DHSMV 82040, Application for Certificate of Title and vehicle registration, if applicable.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 12 of 17 Motor Vehicles
Deliveries that do not include all above applicable forms and publications, or that have forms that have been altered, or are not properly completed, may be refused. Repeated failures by the Contractor to include the above properly completed documentation or that have submitted altered forms to the Customer may be cause for default proceedings and Contract termination.
18. Inspection and Acceptance Section 6.4, Inspection and Acceptance of Commodities, of Exhibit D, Special Contract Conditions, is supplemented by adding the following:
The Customer should inspect the Motor Vehicle and Options for any physical damage. The Contractor is obligated to correct any Customer identified errors or damage at no cost to the Customer.
Inspection and acceptance shall occur at the location of the Customer’s place of business or designated location, or if the Customer chooses, at the Contractor’s place of business. Title and risk of loss or damage to all Motor Vehicles and Options shall be the responsibility of the Contractor until inspection and acceptance by the Customer. If a Motor Vehicle or Option requires service or adjustments, as required by the Customer, the Contractor shall either correct the issue or be responsible for reimbursing the Manufacturer’s local service
Dealer or others selected by the Customer to remedy the defect. The Contractor shall initiate such required service or adjustments within two Business Days following notification by the Customer. The Commodity shall not be accepted until all service or adjustments are satisfactory, and the Commodity is re-delivered in acceptable condition. All costs of transportation and delivery incurred for initial delivery and any re-deliveries due to non-Customer error or damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve with the
Contractor. The Department and Customer shall develop a corrective action plan related to the
Contract deviation, which may include the Customer’s permanent refusal to accept the Motor
Vehicle or Option, in which case the Commodity shall remain the property of the Contractor, and
the Customer and the State shall not be liable for payment for any portion thereof.
19. Commodities Title and Registration The Contractor shall title and register Motor Vehicles delivered under the Contract for the Customer in accordance with Florida Law, including Chapters 319 and 320, F.S. The Contractor shall provide any necessary form(s) that must be signed by the Customer at the time of delivery, and the Contractor shall obtain any necessary signature(s) and complete
the titling and registration process for the Customer within the timeframe agreed to by the Customer and the Contractor.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 13 of 17 Motor Vehicles
In the event the Customer is permitted by law to obtain title and registration for the Motor Vehicle independent of the Contractor and chooses to obtain title and registration
independent of the Contractor, the Customer shall notify the Contractor in writing of this decision no later than three Business Days following receipt of the Acknowledgment of Order Form. However, the Customer shall then be obligated to title and register the Motor
Vehicle and the Contractor shall provide the Customer any documents necessary for the Customer to do so at the time of delivery. The Contractor may obtain special plates such as “State”, “County”, or “City” from most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida.
Customers may elect to transfer an existing license plate, or may choose to obtain a new license plate, for which additional fees may apply.
• The Contractor is not required to obtain new license plates for the Customer unless there is a notation, and a new license plate fee is included on the Customer’s order. The Customer’s order notation for a new license plate shall include the request for a new license plate, what type of license plate is required, and a Customer point of contact including the person’s name, title, and telephone number should there be any questions. 20. Charges and Fees
All pricing under this Contract shall include the following in the Cost Plus Percentage:
1. Administrative; 2. Environmental; 3. *Tax, Tag, and Title; 4. *License Plate Transfer; 5. Preparation; 6. Handling; 7. Freight; 8. Distribution; 9. Shipping; 10. Delivery to any point within the State of Florida; 11. Warranty; 12. Tire and Battery Fee; 13. Any other charges or fees necessary to deliver the Motor Vehicle or Options
according to the requirements, specifications, terms, and conditions, exclusive of taxes; and 14. Installation (except as specified in the Body Transfer and 3rd Party Body Installations section of the SOW)
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 14 of 17 Motor Vehicles
*Customers have the right to process their own Tax, Tag, and Title and License Plate Transfer. If this occurs, the Contractor shall credit the Customer for any applicable title fees.
Charges and fees in excess of those that existed on the date the Contract was entered into may be extended to Customers only if the amount of the increase is attributable to changes in market
conditions. The amount of the charge or fee extended to Customers shall not exceed the difference between the amount of the charge or fee at the time of the request for Departmental approval and the amount of the charge or fee that existed at the inception of the Contract. Prior to extending any such charge or fee to Customers, the Contractor must request the Department’s approval by submitting to the Contract Manager documentation and justification for extending the amount of the charge or fee to Customers; the Contractor must explain the changes in market conditions that resulted in the charge or fee, identify the entity that determines and will receive the charge or fee (e.g. Manufacturer), and provide the methodology used to determine the amount of the charge or fee extended to Customers. The Department reserves the exclusive right to approve or deny the increase of any charge or
fee request. Any charge or fee request will be reviewed separately and accepted or rejected on an individual basis. After obtaining written approval from the Department to extend a charge or fee to Customers, the approved amount of the charge or fee must be listed separately on the
PQF; the Contractor shall provide documentation of the Department’s approval with each PQF that includes the charge or fee.
21. Contract Reporting The Contractor shall report information on orders received from Customers associated with this Contract. The Contractor shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of
each month
Quarterly Sales Report State’s Fiscal Quarter 30 calendar days after close of the period
Diversity Report (submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 15 of 17 Motor Vehicles
22. MFMP Transaction Fee Report The Contractor is required to submit monthly MFMP Transaction Fee Reports in the Department’s electronic format. Reports are due 15 calendar days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and vendor training presentations available
online at the Transaction Fee & Reporting section and Training for Vendors section on the MFMP website. Assistance with Transaction Fee Reporting is also available from the MFMP Customer Service Desk by email at:
VendorHelp@myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 23. Quarterly Sales Reports The Contractor shall submit a Quarterly Sales Report in the manner and format required by the Department within thirty (30) calendar days after the close of each quarter. The Quarterly Sales Report template can be found here: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/quarterly_sales_report_format. Initiation and submission of the most recent version of the Quarterly Sales Report posted on the DMS website are the responsibility of the Contractor without prompting or notification by the Department. If no sales are recorded during the period, the Contractor shall confirm that there was no reportable activity in the manner required by the Department. Sales will be reviewed on
a quarterly basis. If no sales are recorded in two consecutive quarters, the Contractor may be placed on probationary status, or the Department may terminate the Contract. Failure to provide the Quarterly Sales Report, or other reports requested by the Department, will result in the
imposition of financial consequences and may result in the Contractor being found in default and the termination of the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period. Quarter 2 – (October-December) – due 30 calendar days after the close of the period. Quarter 3 – (January-March) – due 30 calendar days after the close of the period. Quarter 4 – (April-June) – due 30 calendar days after the close of the period. 24. Diversity Report The Contractor shall report to each Customer, spend with certified and other minority business enterprises. These reports shall include the period covered, the name, minority code and Federal Employer Identification Number of each minority business utilized during the period, Commodities provided by the minority business enterprise, and the amount paid to each minority business on behalf of each purchasing agency ordering under the terms of this
Contract. 25. Ad Hoc Reports
The Department may require additional Contract sales information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit these documents and reports in the form acceptable to the Department within the timeframe specified by the Department.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 16 of 17 Motor Vehicles
26. Business Review Meetings Both the Department and Customer reserve the right to schedule business review meetings.
The Department or Customer may specify the format or agenda for the meeting. At a minimum, the Business Review Meeting may include the following topics:
a. Contract compliance b. Contract savings (in dollar amount and cost avoidance) c. Spend reports by Customer d. Recommendations for improved compliance and performance 27. Financial Consequences Financial Consequences will be assessed for failure to timely perform or submit a report as required by the Contract and shall be paid via check or money order in US Dollars and made out to the Department of Management Services or the specific Customer, where applicable. Financial Consequences will be assessed daily or per occurrence for each individual failure until the performance or submittal is accomplished to the Department’s or Customer’s satisfaction,
unless stated otherwise. Customer’s reserve the right to revise or add additional financial consequences for each order. For the submissions of reports, financial consequences will apply to each target period beginning with the first full month or quarter of the Contract’s performance
and each month and quarter thereafter.
Deliverable Performance Metric
Performance Due Date
Financial Consequence for Non-Performance
Contractor will timely
submit completed Quarterly Sales Reports to the Department
All Quarterly Sales Reports will be submitted timely with the required information
Reports are due
on or before the 30th calendar day after the close of each State fiscal quarter
$250 per Calendar Day late/not received
Contractor will timely submit completed MFMP
Transaction Fee Reports to the Department
All MFMP
Transaction Fee Reports will be submitted timely with the required information
Reports are due on or before the 15th calendar day
after the close of each month
$250 per Calendar Day late/not received
Contractor will timely provide accurate Price Quote Forms to Customers
All Price Quote Forms will be timely provided to
Customers with accurate information
PQFs are due
within two Business Days following the Customer’s request
$250 per occurrence of an inaccurate or
untimely Price Quote Form
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
25100000-23-STC Page 17 of 17 Motor Vehicles
Contractor will deliver Motor Vehicles with no less than a ¼ tank of fuel upon delivery to Customers
Contractor shall
adhere to delivery requirements pursuant to the Transportation and Delivery section in the SOW
Upon each Motor Vehicle delivery to Customers
$50 per occurrence of a Motor Vehicle delivery
with less than a ¼ tank of fuel upon delivery to Customers
Ad hoc report(s)
Provide ad hoc reports as requested
Within the
timeframe agreed to by the Department and the Contractor or Customer and Contractor
$250 per occurrence
No favorable action will be considered for any Contractor who has outstanding Contract Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation, to include fees / monies that are required under this Contract.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
1
Exhibit C
ADDITIONAL SPECIAL CONTRACT CONDITIONS
A. Special Contract Conditions revisions: the corresponding subsections of the Special
Contract Conditions referenced below are replaced in their entirety with the following:
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in whole
or in part only as set forth in the Contract documents, and in accordance with section
287.057(14), F.S.
3.2.2 Preferred Pricing. Left intentionally blank.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24),
F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may
otherwise be established by law, which the vendor shall pay to the State.
For payments within the State accounting system (FLAIR or its successor), the Transaction
Fee shall, when possible, be automatically deducted from payments to the vendor. If
automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to
subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding
payments, vendor certifies their correctness. All such reports and payments shall be subject
to audit by the State or its designee.
The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase
of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of
the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item
is rejected or returned, or declined, due to the vendor’s failure to perform or comply with
specifications or requirements of the agreement.
Vendors will submit any monthly reports required pursuant to the rule. All such reports and
payments will be subject to audit. Failure to comply with the payment of the Transaction Fees
or submission of required reporting of transactions shall constitute grounds for declaring the
Vendor in default.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal,
state, and local agencies having jurisdiction and authority. For example, the Contractor must
comply with section 274A of the Immigration and Nationality Act, the Americans with
Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
prohibitions against discrimination on the basis of race, religion, sex, creed, national origin,
handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference.
Nothing contained within this Contract shall be construed to prohibit the Contractor from
disclosing information relevant to performance of the Contract or purchase order to members
or staff of the Florida Senate or Florida House of Representatives.
Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and
ensure a representative will be available to, a continuing oversight team.
The Contractor will comply with all applicable disclosure requirements set forth in section
286.101, F.S. In the event the Department of Financial Services issues the Contractor a final
order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the
Contractor shall immediately notify the Department and applicable Customers and shall be
disqualified from Contract eligibility.
5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists.
In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby
informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S.
For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the
Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a
contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must
notify the Department if it or any of its suppliers, subcontractors, or consultants have been
placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator
Vendor List during the term of the Contract.
In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List
may not enter into or renew a contract to provide any goods or services to an agency after its
placement on the Suspended Vendor List.
A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S.,
the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List
pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section
287.134, F.S., is immediately disqualified from Contract eligibility.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty
to cooperate with the Inspector General in any investigation, audit, inspection, review, or
hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such
information may include, but will not be limited to, the Contractor's business or financial
records, documents, or files of any type or form that refer to or relate to the Contract. The
Contractor will retain such records for the longer of five years after the expiration or termination
of the Contract, or the period required by the General Records Schedules maintained by the
Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for investigations
of the Contractor's compliance with the terms of this or any other agreement between the
Contractor and the State of Florida which results in the suspension or debarment of the
Contractor. Such costs will include but will not be limited to: salaries of investigators, including
overtime; travel and lodging expenses; and expert witness and documentary fees. The
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
Contractor agrees to impose the same obligations to cooperate with the Inspector General
and retain records on any subcontractors used to provide goods or services under the
Contract.
8.1.1 Termination of Contract.
The Department may terminate the Contract for refusal by the Contractor to comply with this
section by not allowing access to all public records, as defined in Chapter 119, F.S., made or
received by the Contractor in conjunction with the Contract unless the records are exempt
from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on
behalf of a public agency, as defined in section 119.011(2), F.S., the following applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850)
487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE,
FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on
behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure are not disclosed except as authorized by law for the duration of the Contract term
and following the completion of the Contract if the Contractor does not transfer the records to
the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records
in possession of the Contractor or keep and maintain public records required by the public
agency to perform the service. If the Contractor transfers all public records to the public
agency upon completion of the Contract, the Contractor shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the
Contract, the Contractor shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to the public agency, upon request from the
public agency’s custodian of public records, in a format that is compatible with the information
technology systems of the public agency.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits of
the Contractor and subcontractors as determined by the Department. The Department may
conduct an audit and review all the Contractor’s and subcontractors’ data and records that
directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and
claims for payment under the Contract, the Contractor’s agreements or contracts with
subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be
inspected by the Department upon fifteen (15) calendar days’ notice, during normal working
hours and in accordance with the Contractor’s facility access procedures where facility access
is required. Release statements from its subcontractors, partners, or agents are not required
for the Department or its designee to conduct compliance and performance audits on any of
the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with
section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General
shall also have authority to perform audits and inspections.
13.2 E-Verify.
The Contractor and its subcontractors have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees in accordance with
section 448.095, F.S. By executing this Contract, the Contractor certifies that it is registered
with, and uses, the E-Verify system for all newly hired employees in accordance with section
448.095, F.S. The Contractor must obtain an affidavit from its subcontractors in accordance
with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the
duration of the Contract. The Contractor shall provide a copy of its DHS Memorandum of
Understanding (MOU) to the Department’s Contract Manager within five days of Contract
execution.
This section serves as notice to the Contractor regarding the requirements of section 448.095,
F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the
Contract if it has a good faith belief that the Contractor has knowingly violated section
448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a
public contract for at least one year after the date of such termination. The Department will
promptly notify the Contractor and order the immediate termination of the contract between
the Contractor and a subcontractor performing work on its behalf for this Contract should the
Department have a good faith belief that the subcontractor has knowingly violated section
448.09(1), F.S.
B. Special Contract Conditions additions: the following subsection is added to the Special
Contract Conditions:
12.3 Document Inspection.
In accordance with section 216.1366, F.S., the Department or a state agency is authorized to
inspect the: (a) financial records, papers, and documents of the Contractor that are directly
related to the performance of the Contract or the expenditure of state funds; and (b)
programmatic records, papers, and documents of the Contractor which the Department or
state agency determines are necessary to monitor the performance of the Contract or to
ensure that the terms of the Contract are being met. The Contractor shall provide such
records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 1
SPECIAL CONTRACT CONDITIONS
JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included
herein by reference but is superseded in its entirety by these Special
Contract Conditions.
Exhibit D
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida
Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer.
The agency or eligible user that purchases commodities or contractual services pursuant
to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term.
The initial term will begin on the date set forth in the Contract documents or on the date
the Contract is signed by all Parties, whichever is later.
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in
whole or in part only as set forth in the Contract documents, and in accordance with
section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work.
The Department may, at its sole discretion, suspend any or all activities under the
Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the
best interest of the Customer to do so. The Department or Customer will provide the
Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the
performance of the Contract or purchase order. Suspension of work will not entitle the
Contractor to any additional compensation. The Contractor will not resume performance
of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience.
The Contract may be terminated by the Department in whole or in part at any time, in the
best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for
which costs can be substantiated. Such payment, however, may not exceed an amount
which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be
turned over promptly by the Contractor.
2.3.3 Termination for Cause.
If the performance of the Contractor is not in compliance with the Contract requirements
or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;
(b) notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or
(c) take other action deemed appropriate by the Department.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing.
The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases.
The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery
of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this
Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing
offered under comparable contracts. Comparable contracts are those that are similar in
size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must
annually submit an affidavit from the Contractor’s authorized representative attesting that
the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales
promotions involving price reductions for a specified lesser period. The Contractor must
submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices
compared to then-authorized prices.
3.3 Payment Invoicing.
The Contractor will be paid upon submission of invoices to the Customer after delivery
and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and
the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order.
A Customer may use purchase orders to buy commodities or contractual services
pursuant to the Contract and, if applicable, the Contractor must provide commodities or
contractual services pursuant to purchase orders. Purchase orders issued pursuant to
the Contract must be received by the Contractor no later than the close of business on
the last day of the Contract’s term. The Contractor is required to accept timely purchase
orders specifying delivery schedules that extend beyond the Contract term even when
such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms
and conditions of the Contract shall survive the termination or expiration of the Contract
and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months.
Any purchase order terms and conditions conflicting with these Special Contract
Conditions shall not become a part of the Contract.
3.5 Travel.
Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation.
Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess
of one fiscal year, the State of Florida’s performance and obligation to pay under the
Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section
287.057(22), F.S. All payments issued by Customers to registered Vendors for
purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law.
Vendors must pay the Transaction Fees and agree to automatic deduction of the
Transaction Fees when automatic deduction becomes available. Vendors will submit any
monthly reports required pursuant to the rule. All such reports and payments will be
subject to audit. Failure to comply with the payment of the Transaction Fees or reporting
of transactions will constitute grounds for declaring the Vendor in default and subject the
Vendor to exclusion from business with the State of Florida.
3.8 Taxes.
Taxes, customs, and tariffs on commodities or contractual services purchased under the
Contract will not be assessed against the Customer or Department unless authorized by
Florida law.
3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed
pursuant to the terms of the Contract that were disbursed to the Contractor. The
Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or
Customer of the overpayment.
SECTION 4. CONTRACT MANAGEMENT.
4.1 Composition and Priority.
The Contractor agrees to provide commodities or contractual services to the Customer
as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter.
4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract
Manager in a manner identified by the Department.
4.3 Department’s Contract Manager.
The Department’s Contract Manager, who is primarily responsible for the Department’s
oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format:
Department’s Contract Manager Name
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 5
Department’s Name
Department’s Physical Address
Department’s Telephone #
Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the
Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager.
The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s
oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format:
Contractor’s Contract Manager Name
Contractor’s Name
Contractor’s Physical Address
Contractor’s Telephone #
Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the
Department. Such a change does not require an amendment to the Contract.
4.5 Diversity.
4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities
for woman-, veteran-, and minority-owned small business enterprises to participate in
procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and
provides advocacy, outreach, and networking through regional business events. For
additional information, please contact the Office of Supplier Diversity (OSD) at
osdinfo@dms.myflorida.com.
4.5.2 Diversity Reporting.
Upon request, the Contractor will report to the Department its spend with business
enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise
utilized during the period, commodities and contractual services provided by the
business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract.
4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following
statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE
SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413,
FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME
PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it
offers is available at https://www.respectofflorida.org.
4.7 PRIDE.
Subject to the agency determination provided for in sections 287.042(1) and 946.515,
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S.,
IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN
SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE
PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS
OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED.
Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org.
SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of
federal, state, and local agencies having jurisdiction and authority. For example, the
Contractor must comply with section 274A of the Immigration and Nationality Act, the
Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if
applicable, and all prohibitions against discrimination on the basis of race, religion, sex,
creed, national origin, handicap, marital status, or veteran’s status. The provisions of
subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue.
Any dispute concerning performance of the Contract shall be decided by the
Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and
conclusive. Exhaustion of this administrative remedy is an absolute condition precedent
to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties
submit to the jurisdiction of the courts of the State of Florida exclusively for any legal
action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue
privileges and rights it may have under any other statute, rule, or case law, including, but
not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department.
5.3 Department of State Registration.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert
status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity,
or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists.
In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate
who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under
the Contract. The Contractor must notify the Department if it or any of its suppliers,
subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract.
5.5 Scrutinized Companies - Termination by the Department.
The Department may, at its option, terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), F.S., or been
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in
business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its
duty to cooperate with the Inspector General in any investigation, audit, inspection,
review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems
relevant to the Contractor's integrity or responsibility. Such information may include, but
will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such
records for the longer of five years after the expiration of the Contract, or the period
required by the General Records Schedules maintained by the Florida Department of
State, at the Department of State’s Records Management website. The Contractor
agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for
investigations of the Contractor's compliance with the terms of this or any other
agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited
to: salaries of investigators, including overtime; travel and lodging expenses; and expert
witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to
provide goods or services under the Contract.
SECTION 6. MISCELLANEOUS.
6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written
consent of the Department. The Contractor is fully responsible for satisfactory
completion of all its subcontracted work. The Department supports diversity in its
procurements and contracts, and requests that the Contractor offer subcontracting
opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on
certified small business enterprises available for subcontracting opportunities.
6.2 Assignment.
The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the
Contractor may waive its right to receive payment and assign same upon notice to the
Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the
Department. The Department may assign the Contract with prior written notice to the
Contractor.
6.3 Independent Contractor.
The Contractor and its employees, agents, representatives, and subcontractors are
independent contractors and not employees or agents of the State of Florida and are not
entitled to State of Florida benefits. The Department and Customer will not be bound by
any acts or conduct of the Contractor or its employees, agents, representatives, or
subcontractors. The Contractor agrees to include this provision in all its subcontracts
under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss.
Matters of inspection and acceptance are addressed in section 215.422, F.S. Until
acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the
Contractor with damage claims, the Customer will: record any evidence of visible
damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of
lading and damage inspection report.
6.4.2 Rejected Commodities.
When a Customer rejects a commodity, Contractor will remove the commodity from the
premises within ten (10) calendar days after notification of rejection, and the risk of loss
will remain with the Contractor. Commodities not removed by the Contractor within ten
(10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer
for costs and expenses incurred in storing or effecting removal or disposition of rejected
commodities.
6.5 Safety Standards.
Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State
of Florida and federal requirements.
6.6 Ombudsman.
A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this office are found in section 215.422, F.S., which include
disseminating information relative to prompt payment and assisting contractors in
receiving their payments in a timely manner from a Customer. The Vendor Ombudsman
may be contacted at (850) 413-5516.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract.
Each obligation is deemed material, and a breach of any such obligation (including a
breach resulting from untimely performance) is a material breach.
6.8 Waiver.
The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights.
6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and
the Contractor. Should a court determine any provision of the Contract is invalid, the
remaining provisions will not be affected, and the rights and obligations of the Parties will
be construed and enforced as if the Contract did not contain the provision held invalid.
6.10 Cooperative Purchasing.
Pursuant to their own governing laws, and subject to the agreement of the Contractor,
governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent
of the Contract between the Department and the Contractor, and the Department is not a
party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance.
The Contractor shall maintain workers’ compensation insurance as required under the
Florida Workers’ Compensation Law or the workers’ compensation law of another
jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected.
7.2 General Liability Insurance.
The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and
completed operations. This insurance must provide coverage for all claims that may
arise from performance of the Contract or completed operations, whether by the
Contractor or anyone directly or indirectly employed by the Contractor. Such insurance
must include the State of Florida as an additional insured for the entire length of the
resulting contract. The Contractor is responsible for determining the minimum limits of
liability necessary to provide reasonable financial protections to the Contractor and the
State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond.
Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless
from all fines, claims, assessments, suits, judgments, or damages, including
consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark,
copyright, patent, trade secret, or intellectual property right or out of any acts, actions,
breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any
determination arising out of or related to the Contract that the Contractor or Contractor’s
employees, agents, subcontractors, assignees, or delegates are not independent
contractors in relation to the Customer. The Contract does not constitute a waiver of
sovereign immunity or consent by the Customer or the State of Florida or its subdivisions
to suit by third parties. Without limiting this indemnification, the Customer may provide
the Contractor (1) written notice of any action or threatened action, (2) the opportunity to
take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense.
7.6 Limitation of Liability.
Unless otherwise specifically enumerated in the Contract or in the purchase order,
neither the Department nor the Customer shall be liable for special, indirect, punitive, or
consequential damages, including lost data or records (unless the Contract or purchase
order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department
nor the Customer shall be liable for lost profits, lost revenue, or lost institutional
operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies
from amounts due Contractor as may be necessary to satisfy any claim for damages,
penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any
payments due the Contractor under any contract with the State.
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT,
AND INTELLECTUAL PROPERTY.
8.1 Public Records.
8.1.1 Termination of Contract.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with
this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor
acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following
applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL
ADDRESS, AND MAILING ADDRESS PROVIDED IN THE
RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor
acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor
shall:
(a) Keep and maintain public records required by the public agency to perform the
service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not
transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency’s custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
8.2 Protection of Trade Secrets or Otherwise Confidential Information.
8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information.
If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the
Contractor must clearly designate that portion of the materials as trade secret or
otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related
materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests.
If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the
Contractor will be responsible for taking the appropriate legal action in response to the
request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will
provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials.
The Contractor will protect, defend, indemnify, and hold harmless the Department for
claims, costs, fines, and attorney’s fees arising from or relating to its designation of
materials as trade secret or otherwise confidential.
8.3 Document Management.
The Contractor must retain sufficient documentation to substantiate claims for payment
under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related
to the Contract for five (5) years after expiration of the Contract or, if longer, the period
required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website.
8.4 Intellectual Property.
8.4.1 Ownership.
Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection
with the Contract.
8.4.2 Patentable Inventions or Discoveries.
Any inventions or discoveries developed in the course, or as a result, of services in
connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the
sole property of the State of Florida. Contractor must inform the Customer of any
inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a
determination on whether patent protection will be sought. The State of Florida will be
the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract.
8.4.3 Copyrightable Works.
Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights
created or developed through performance of the Contract are owned solely by the State
of Florida.
SECTION 9. DATA SECURITY.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited
to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform
any of the services from outside of the United States, and the Contractor will not allow
any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach
involving State of Florida data, the Contractor shall give notice to the Customer and the
Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of
data. Once a data breach has been contained, the Contractor must provide the
Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to
enlist a third party to audit Contractor’s findings and produce an independent report, and
the Contractor will fully cooperate with the third party. The Contractor will also comply
with all HIPAA requirements and any other state and federal rules and regulations
regarding security of information.
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities.
The Contractor will not, in connection with this Contract, directly or indirectly (1) offer,
give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise
of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to
anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee.
10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used
for the purpose of lobbying the Legislature, the judicial branch, or the Department.
Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from
lobbying the executive or legislative branch concerning the scope of services,
performance, term, or compensation regarding the Contract after the Contract is
executed and during the Contract term.
10.3 Communications.
10.3.1 Contractor Communication or Disclosure.
The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or
otherwise disclose or permit to be disclosed any of the data or other information
obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent.
10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its
employees for the Contractor’s promotions, press releases, publicity releases,
marketing, corporate communications, or other similar communications, without first
notifying the Customer’s Contract Manager and securing the Customer’s prior written
consent.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards.
The Contractor agrees to perform all tasks and provide deliverables as set forth in the
Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details
thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance.
11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if
the Department or Customer determines that there is a performance deficiency that
requires correction by the Contractor, then the Department or Customer will notify the
Contractor. The correction must be made within a time-frame specified by the
Department or Customer. The Contractor must provide the Department or Customer with
a corrective action plan describing how the Contractor will address all performance
deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure.
If the corrective action plan is unacceptable to the Department or Customer, or
implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will
be withheld until the Contractor resolves the performance deficiencies. If the
performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance
deficiencies, the retained amount will be forfeited to compensate the Department or
Customer for the performance deficiencies.
11.3 Performance Delay.
11.3.1 Notification.
The Contractor will promptly notify the Department or Customer upon becoming aware
of any circumstances that may reasonably be expected to jeopardize the timely and
successful completion (or delivery) of any commodity or contractual service. The
Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor
is taking or will take to do so, and the projected actual completion (or delivery) time. If
the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the
Contractor will promptly so notify the Department and use commercially reasonable
efforts to perform its obligations on time notwithstanding the Department’s delay.
11.3.2 Liquidated Damages.
The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain.
Accordingly, the liquidated damages provisions stated in the Contract documents will
apply. Liquidated damages are not intended to be a penalty and are solely intended to
compensate for damages.
11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if
neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake,
windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism,
civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect
subcontractors or suppliers if no alternate source of supply is available to the Contractor.
The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the
Contractor believes is excusable, the Contractor will notify the Department in writing of
the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the
Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is
not reasonably foreseeable, within five (5) calendar days after the date the Contractor
first had reason to believe that a delay could result. The foregoing will constitute the
Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict
accordance with this paragraph is a condition precedent to such remedy. No claim for
damages will be asserted by the Contractor. The Contractor will not be entitled to an
increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not
limited to costs of acceleration or inefficiency, arising because of delay, disruption,
interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist the Contractor will perform at no increased cost, unless
the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the
Department may (1) accept allocated performance or deliveries from the Contractor,
provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation,
or (2) purchase from other sources (without recourse to and by the Contractor for the
related costs and expenses) to replace all or part of the commodity or contractual
services that are the subject of the delay, which purchases may be deducted from the
Contract quantity, or (3) terminate the Contract in whole or in part.
SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits
of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and
records that directly relate to the Contract. To the extent necessary to verify the
Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor,
pertaining to the Contract, may be inspected by the Department upon fifteen (15)
calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release
statements from its subcontractors, partners, or agents are not required for the
Department or its designee to conduct compliance and performance audits on any of the
Contractor’s contracts relating to this Contract. The Inspector General, in accordance
with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor
General also have authority to perform audits and inspections.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance
with section 8.3 of these Special Contract Conditions. Records of costs incurred will
include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other
records of the Contractor and subcontractors considered necessary by the Department,
the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check.
The Department or Customer may require the Contractor to conduct background checks
of its employees, agents, representatives, and subcontractors as directed by the
Department or Customer. The cost of the background checks will be borne by the
Contractor. The Department or Customer may require the Contractor to exclude the
Contractor’s employees, agents, representatives, or subcontractors based on the
background check results. In addition, the Contractor must ensure that all persons have
a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within
twenty-four (24) hours of all details concerning any reported arrest. Upon the request of
the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract.
13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system
to verify the employment eligibility of all new employees hired during the term of the
Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during
the Contract term. In order to implement this provision, the Contractor must provide a
copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within
five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-
Verify System, it will do so within five (5) calendar days of notice of Contract award and
provide the Contract Manager a copy of its MOU within five (5) calendar days of
Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within
five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify
case number.
13.3 Disqualifying Offenses.
If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere,
regardless of whether adjudication was withheld, within the last six (6) years from the
date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any
position with access to State of Florida data or directly performing services under the
Contract. The disqualifying offenses are as follows:
(a) Computer related crimes;
(b) Information technology crimes;
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;
(d) False pretenses;
(e) Frauds;
(f) Credit card crimes;
(g) Forgery;
(h) Counterfeiting;
(i) Violations involving checks or drafts;
(j) Misuse of medical or personnel records; and
(k) Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records
related to the commodities or contractual services provided pursuant to the Contract and
must comply with all state and federal laws, including, but not limited to sections
381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures
must be consistent with the most recent version of the Department security policies,
protocols, and procedures. The Contractor must also comply with any applicable
professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently
on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List,
or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is
compromised in any manner during the term of the Contract.
DocuSign Envelope ID: F7D0EA8B-8C13-461F-8CDD-B76FF74E3A1D
State Term Contract
No. 25100000-23-STC
For
Motor Vehicles
Page 1 of 2
This Contract is between the State of Florida, Department of Management Services (Department),
an agency of the State of Florida, and Duval Ford LLC (Contractor), collectively referred to herein
as the “Parties.”
Accordingly, for the good and mutual consideration hereby acknowledged, the Parties agree as
follows:
I.Initial Contract Term.
The Initial Contract Term shall be for two years. The Initial Contract Term shall begin on May
17, 2023. The Contract shall expire on May 16, 2025, unless terminated earlier in accordance
with the Special Contract Conditions and Additional Special Contract Conditions.
II.Renewal Term.
Upon mutual written agreement, the Parties may renew this Contract for one year, in whole
or in part, pursuant to the incorporated Special Contract Conditions.
III.Contract.
As used in this document, “Contract” (whether or not capitalized) shall, unless the context
requires otherwise, include this document and all incorporated Exhibits, which set forth the
entire understanding of the Parties and supersedes all prior agreements. All modifications to
this Contract must be in writing and signed by all Parties.
All Exhibits listed below are incorporated in their entirety into, and form part of, this Contract.
The Contract document and Exhibits shall have priority in the following order:
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
State Term Contract No. 25100000-23-STC For Motor Vehicles
Page 2 of 2
a) This Contract document b) Exhibit A, Scope of Work c) Exhibit B, Cost Sheet (Group 1 – 7) d) Exhibit C, STC Additional Special Contract Conditions e) Exhibit D, Special Contract Conditions f) Exhibit E, Price Quote Form (PQF) g) Exhibit F, Acknowledgement of Order Form
IV. Contract Management.
Department’s Contract Manager:
Christopher McMullen
Division of State Purchasing
Florida Department of Management Services
4050 Esplanade Way, Suite 360
Tallahassee, Florida 32399-0950
Telephone: (850) 922-9867
Email: Christopher.McMullen@dms.fl.gov
Contractor’s Contract Manager:
Jared Davis
Duval Ford LLC
405 Lane Ave N
Jacksonville, FL 32254
Telephone: (904) 388-2144
Email: Jared.Davis@DuvalMotor.com
This Contract is executed by the undersigned officials as duly authorized. This Contract is not
valid and binding on all Parties until signed and dated by both Parties.
Duval Ford LLC STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES _____________________________ _______________________________ Jared Davis Secretary, Pedro Allende _____________________________ _______________________________ Date: Date:
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
5/10/2023 | 2:34 PM EDT 5/10/2023 | 5:15 PM EDT
25100000-23-STC Page 1 of 17 Motor Vehicles
Exhibit A
Scope of Work
1. Purpose To provide Customers with new and unused Motor Vehicles on a statewide basis, pursuant to the terms set forth in this Scope of Work. Contractors shall provide Motor Vehicles and applicable Options in accordance with the scope contained herein. All State Agencies shall comply with section 287.151, Florida Statutes, when purchasing under this Contract. The Motor Vehicles offered under the Contract shall be classified under the following Groups and Sub-Groups, which are listed and described as follows:
• Group 1: Law Enforcement Vehicles o Sub-Group A: Police Pursuit Vehicles
o Sub-Group B: Special Service Vehicles
o Sub-Group C: Transport Vans o Sub-Group D: Non-Specialized Vehicles for Law Enforcement Use Only
o Sub-Group E: Motorcycles
• Group 2: Sedans and Hatchbacks o Sub-Group A: Sedans o Sub-Group B: Hatchbacks
• Group 3: Minivans and Vans o Sub-Group A: Minivans o Sub-Group B: Vans
o Sub-Group C: Cutaways/Chassis Cabs
• Group 4: Sport Utility Vehicles o Sub-Group A: Crossover Sport Utility Vehicles o Sub-Group B: Traditional Sport Utility Vehicles
• Group 5: Light Duty Trucks o Sub-Group A: Compact and Mid-Size Pickup Trucks o Sub-Group B: Full-Size Pickup Trucks
• Group 6: Medium Duty Trucks o Sub-Group A: Pickup Trucks
o Sub-Group B: Chassis Cabs
• Group 7: Low Speed Vehicles 2. Definitions Definitions contained in section 287.012, Florida Statutes (F.S.); Rule 60A-1.001, Florida
Administrative Code (F.A.C.); Attachment D, Special Contract Conditions; and the PUR 1001, General Instructions to Respondents (10/06), are incorporated by reference. In the event of a conflict, the definitions listed in this section supersede the incorporated definitions for the
purposes of this Scope of Work. All definitions apply in both their singular and plural sense. Brand – A particular name under which a Motor Vehicle or Option is sold by a Manufacturer.
Examples include, but are not limited to: Ford, GMC, Chevrolet, Nissan, Toyota, etc.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 2 of 17 Motor Vehicles
Business Day – Monday through Friday, inclusive, except for those holidays specified in section 110.117, Florida Statutes, from 8:00 a.m. to 5:00 p.m. at the Customer’s location.
Commodity – As defined in section 287.012, Florida Statutes. Commodity Code – The State’s numeric code for classifying Commodities and contractual services which meet specific requirements, specifications, terms, and conditions herein. Florida
has adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying Commodities and services. Confidential Information – Information that is trade secret or otherwise confidential or exempt from disclosure under Florida or federal law. Contract – The written agreement between the Department and the Contractor resulting from ITB No. 23-25100000-ITB. Contract Manager – The representative designated by the Department who will oversee all aspects of the Contract, monitor performance expectations, and serve as the primary point of contact for the Contractor. Contractor – A Vendor that enters into a Contract with the Department as a result of receiving an award from ITB No. 23-25100000-ITB. A Contractor can be a Manufacturer or Dealer. Cost – The actual price the Contractor paid for the Model and applicable Options from the
Manufacturer including any delivery fees. Any price changes that occur during the manufacturing, ordering, or delivery process must be approved by the Customer. Cost Plus Percentage – The percentage the Contractor is allowed to charge above the Cost of the Model and applicable Options. Customer – A State agency or Eligible User.
Dealer – A Manufacturer’s certified dealer who has been authorized by the Manufacturer
to market, sell, provide, and service the Models or Options from the Manufacturer. Dealers
may be Contractor-owned and -controlled, (in whole or in part) or independently owned
and controlled.
Department – The Department of Management Services, a State agency. Eligible User – As defined in Rule 60A-1.001, Florida Administrative Code.
Free on Board (FOB) Destination – A shipping method as defined in section 672.319(1)(b), Florida Statutes.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 3 of 17 Motor Vehicles
Group – A series of Models with applicable Commodity Codes, which are described in this Scope of Work and Attachment C, Cost Sheet (Group 1 – 7). A Group may or may not
include Sub-Groups. Manufacturer – The original producer of a Motor Vehicle or Option, which may be sold
under a Brand name. Examples include, but are not limited to: Ford Motor Company,
General Motors (GM), Nissan Motor Corporation, Toyota Motor Corporation, etc.
Manufacturer’s Last Order Date – The final date the Manufacturer stops accepting orders
for a Model, either for a specific production year or overall (i.e., the discontinuation of a Model). Manufacturer’s Suggested Retail Price (MSRP) – The Manufacturer’s recommended retail selling price, list price, published price, or other usual and customary price that would be paid by the purchaser for specific Commodities or services without the benefit of the Contract. Model – A particular name used to identify a collection of Motor Vehicles that are sold under the same Brand name and are similar in style and appearance. Examples include, but are not limited to, Ford F-150, GMC Sierra, Chevrolet Suburban, Nissan Titan, Toyota Corolla, etc. Motor Vehicle – A specific vehicle that meets the definition of “Motor vehicle” contained in
section 320.01(1), Florida Statutes, or a specific vehicle that meets the definition of “Low-speed
vehicle” as contained in section 320.01(41), Florida Statutes. The term includes all Options that
are attached to or provided with the vehicle when it is manufactured. The Cost Plus Percentage
shown in Attachment C, Cost Sheet (Group 1 – 7), shall apply to the Cost for the Motor Vehicle,
regardless of whether any Options were specifically requested by the Customer or are
considered “standard” or “optional” for the trim level ordered by the Customer.
Options – Options which meet the requirements, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Motor Vehicle by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry. Options include the following types:
• Non-Original Equipment Manufacturer (OEM) Option – A new and unused Option intended for the Motor Vehicle that is produced by a party other than the OEM. May also be referred to as an aftermarket Option.
• OEM Option - A new and unused Option intended for the Motor Vehicle that is produced by the OEM. State – The State of Florida.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 4 of 17 Motor Vehicles
Sub-Group – A specific series of Models within a Group, which are described in this Scope of Work and Attachment C, Cost Sheet (Group 1 – 7). A Group may or may not include Sub-
Groups. 3. Minimum Specifications and Standards
The Contractor shall ensure all Motor Vehicles and Options offered under this Contract comply with the following: a. Designed, constructed, equipped, assembled, and installed to be fully suitable for their intended use, purpose, and service pursuant to this Scope of Work; b. New and unused (except as specified in the Transportation and Delivery
section of this Scope of Work), for the Manufacturer’s latest Model year available, of current or recent production, and of the latest available design and construction;
c. Include all features, equipment, and components installed by Manufacturer or Dealer according to the Manufacturer’s current procedures and requirements
for the applicable Manufacturer’s Motor Vehicles;
d. Free of damage, defect, and rust which may affect appearance, operability,
functionality, or serviceability;
e. Motor Vehicles and Options ordered by the Customer are fully compatible with each other;
f. Comply with current legal, customary, reasonable, and professional standards of the Motor Vehicle and transportation equipment manufacturing industry;
g. Comply with current mandatory and applicable federal and State of Florida Motor Vehicles standards and requirements including, but not limited to, all
legal, safety, and environmental standards and requirements; and
4. Advertising and Marketing No Dealer’s advertising and identification (name, logos, etc.) is permitted on any Commodity
offered under this Contract. The Manufacturer’s advertising and identification (name,
Model, logos, etc.) is permitted on any Commodity provided under this Contract if such
advertising and identification is a Manufacturer’s practice. The Contractor shall be
responsible for removing, without damage, all impermissible or unacceptable advertising
and identification. The Department and Customers reserve the right to, in their sole
discretion, determine what advertising and identification is considered unacceptable under
this Contract.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 5 of 17 Motor Vehicles
5. Luxury, Performance, or Sport Motor Vehicles or Options No luxury, performance, or sport Motor Vehicles or Options shall be permitted under this
Contract. The Bureau of Fleet Management and the Contract Manager shall determine what is considered luxury, performance, or sport. All Options and equipment must be approved by the Bureau of Fleet Management in accordance with 60B-1 F.A.C.
6. Installation When installation is required, the Contractor shall be responsible for ensuring the installation of
the Options in the required locations at no additional charge, as specified in the Charges and
Fees section. Options shall be assembled and installed by the Manufacturer, Dealer, or at the
port. All materials used in the installation shall be new and unused and shall be free of defects
that would diminish the appearance or render it structurally or operationally unsound. Installation
includes the furnishing of any materials required to install or replace the parts in the proper
location. The Contractor shall protect the installation site from damage and shall repair any
damages caused during installation. If any alteration, dismantling, excavation, etc., is required to
achieve installation, the Contractor shall promptly restore the structure or site to its original
condition. The Contractor shall perform installation work so as to cause the least inconvenience
and interference with Customers and with proper consideration of others on the installation site.
Upon completion of the installation, the location and surrounding area of work shall be left clean
and in a neat and unobstructed condition, with everything in satisfactory repair and order.
6.1 Body Transfer and 3rd Party Body Installations In the event the Customer chooses to purchase or supply a cab and chassis, or cutaway van separately, the Contractor must comply with section 319.21, Florida Statutes, perform Manufacturer required pre-delivery inspection, and ensure all proper tag and title documents are present during the inspection and delivery
pursuant to Florida license requirements. The Contractor shall inform the Customer, upon receipt of the order, of any additional charges for installation of aftermarket Options only. The Department reserves the right to reject an
installation charge if, within the Department’s sole discretion, the proposed installation charge does not align with market prices. The Manufacturer must certify that it conforms to all Federal Motor Vehicle Safety Standards (FMVSS). The facilitation of a body transfer or 3rd party body installations must be included in the Motor Vehicle’s price; however, an additional cost may occur for installation by the Contractor or body upfitter. The installation cost may vary due to the body configuration; however, the installation price shall be included on the Price Quote Form (PQF) from the Contractor.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 6 of 17 Motor Vehicles
7. Warranty Repairs and Adjustments All warranty repairs and adjustments are covered throughout the Contract term at no additional
cost to Customer(s) or the Department. The Manufacturer shall be responsible for warranty and recall services performed, regardless of whether the Contractor actually performed the service. Nothing in this section requires or allows the Contractor to require the Customer to return the
Motor Vehicle to the Contractor for warranty repairs and adjustments. The Customer shall be able to return the Motor Vehicle to any location authorized by the Manufacturer to perform warranty repairs and adjustments at no additional cost to the Customer. 7.1 Extended Warranty This Contract does not include “extended warranty” service agreements. However, the Contractor may offer Customers “extended warranty” service agreements for the maintenance and repair of Commodities after the initial warranty expires, but not as a term of this Contract. The Contractor will list this additional service as a separate item on the invoice.
8. Federal and State Standards All requirements herein are in full and complete compliance with all federal and State of Florida
laws, standards, and regulations applicable to the type and class of Commodities and contractual
services being provided. This includes but is not limited to: Federal Motor Vehicle Safety
Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA”), Environmental
Protection Agency (“EPA”) Standards, and State of Florida laws, requirements, and regulations
that apply to the type and class of Commodities and contractual services being provided. It is
the intent of the Department that the Contractor(s) comply with all applicable federal and State of
Florida regulations regarding the Commodities and contractual services’ safety and
environmental requirements, including any legislation or regulations which become effective
during the term of the Contract and shall become a part of the Contract. The Contractor(s) shall
meet or exceed any such requirements of the laws and regulations applicable to the type and
class of Commodities and contractual services provided. If a conflict exists, the Contractor,
regardless of whether it is the Manufacturer or Dealer, shall contact the Department’s Contract
Manager in writing no later than 24 hours after identification of the conflict.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 7 of 17 Motor Vehicles
9. Warranty The Manufacturer’s warranty shall cover all Commodities and contractual services offered under
the Contract. The Manufacturer’s warranty is required to provide coverage against defective material, workmanship, and failure to perform. The Manufacturer’s warranty coverage shall be identical to or exceed those normally provided for the Commodities and contractual services
specified herein that are sold to any Federal, state, or local governments. The Manufacturer’s warranty shall be in effect for a minimum term of one year from the Customer’s acceptance, as specified in the “Inspection and Acceptance” section. Should the Manufacturer’s warranty conflict with any requirements, terms, or conditions of the Contract, the Contract requirements, terms, and conditions shall prevail. Customers shall contact the Dealer or Manufacturer regarding the Manufacturer warranty terms and conditions. 10. Recalls In the event there is a recall of any of the Motor Vehicle or Options, the Contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Customers in monitoring the recall operation and in preparing such
reports as may be required. Each Contractor shall immediately notify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Customer. The Contractor shall ensure that defective Motor Vehicle and Options are rectified, replaced, and
destroyed in compliance with all applicable laws, rules or regulations and the Department's reasonable instructions. All Contractor efforts related to recalls shall be at Contractor’s own expense. 11. Manufacturer’s Last Order Date and Production Schedule Changes The Contractor shall provide notification of a Manufacturer’s Last Order Date by email to the Department's Contract Manager no later than 30 calendar days prior to the effective date of the Manufacturer’s Last Order Date. When available, the Contractor shall immediately provide copies of the Manufacturer’s notice of the Manufacturer’s Last Order Date to the Department's Contract Manager.
The Contractor shall notify the Customer and the Department’s Contract Manager in writing of
any production schedule changes associated with the Customer’s order within one Business Day
of receiving the order.
12. Model Additions, Replacements, and Deletions A new Model may be added to Attachment C, Cost Sheet (Group 1 – 7) at the request of the Contractor if all of the following conditions are met:
• The Model did not exist at the time of the original procurement;
• The Model is produced under a Brand for which the Contractor was awarded;
• The Model meets or exceeds the Contract requirements, specifications, terms and
conditions;
• The Model falls under a Sub-Group (or Group, for Groups that do not include Sub-
Groups) for which the Contractor was awarded; and
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 8 of 17 Motor Vehicles
• The Motor Vehicle, OEM Options, and Non-OEM Options Cost Plus Percentage offered by the Contractor is less than or equal to the highest Motor Vehicle, OEM Options, and Non-OEM Options Cost Plus Percentage offered for all Models in the same Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor was
awarded. An existing Model may be replaced by a newer Model in Attachment C, Cost Sheet (Group 1 – 7) at the request of the Contractor if all of the following conditions are met:
• The new Model did not exist at the time of the original procurement;
• The new Model is produced under the same Brand as the existing Model;
• The Model meets or exceeds the Contract requirements, specifications, terms and conditions;
• The Manufacturer’s intent is to replace the existing Model with the new Model; and
• The Motor Vehicle, OEM Options, and Non-OEM Options Cost Plus Percentage offered by the Contractor for the new Model is less than or equal to the Motor Vehicle, OEM
Options, and Non-OEM Options Cost Plus Percentage for the existing Model being replaced.
An existing Model may be deleted from Attachment C, Cost Sheet (Group 1 – 7) at the request of the Contractor if the Manufacturer discontinues production of the Model. The Department reserves the right to delete Models, from this Contract by removing them from Attachment C, Cost Sheet (Group 1 – 7). Models may be removed at the sole discretion of the Department.
The Department reserves the exclusive right to approve or deny any addition, deletion, replacement, or other request under this section and to establish its effective date. Requests will
be reviewed separately and accepted or rejected on an individual basis. 13. Price Quote Form (PQF)
Customers shall request a PQF from all Contractors awarded for a specific Model. If the Model is available from the Contractor, the Contractor shall provide Customers a completed PQF for Motor Vehicles and Options purchased under this Contract and all charges, including labor and
installation, shall be itemized separately. The maximum pricing permitted shall not exceed the sum of the Cost and applied Cost Plus Percentage for the awarded Model and Options. The Customer and Contractor may negotiate a lower price.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 9 of 17 Motor Vehicles
Upon Customer request, the completed PQF shall be provided by the Contractor and returned to the Customer within two Business Days. The Contractor will provide the price available at the
time of the PQF using the latest information available from the manufacturer at the time and considering Options or other additions to meet the Model and Options requested. The Contractor is responsible for communicating any potential price changes during the
manufacturing process, and then give the Customer the option to accept the changes or cancel the purchase order. The Contractor shall be responsible for removing all non-eligible and unacceptable charges and fees under the Contract from the PQF. At the time of quote, the PQF must be accompanied by documentation showing Cost and the
added Cost Plus Percentage for the Customer. Upon delivery, the Contractor must provide
documentation showing Cost and the added Cost Plus Percentage for the Customer. At a
minimum, the Contractor shall provide documentation reflecting the actual price the Contractor
paid for the Model and applicable Options from the Manufacturer including any delivery fees.
Any price changes that occur during the manufacturing, ordering, or delivery process must be
approved by the Customer.
14. Department Approval (State Agency Only) After receiving a completed PQF, the Customer will develop a justification to support price
reasonableness and complete the MP6301, Request for Acquisition of Motor Vehicle(s) and
Mobile Equipment Form, which is available at:
https://www.dms.myflorida.com/business_operations/fleet_management_and_federal_property_assistance/fleet_management/purchase_of_mobile_equipment
15. Acknowledgment of Order Form The Contractor shall email Customers with a completed Attachment I, Acknowledgment of
Order Form, within five Business Days of receiving the Customer’s order. The Contractor must use the Acknowledgment of Order Form and shall not make any alterations. Failure by the Contractor to provide the Customer the Acknowledgment of Order Form within five Business Days from the date the Contractor received the Customer’s order will be considered acceptance of the order by default, which, if necessary, shall require the provision of the Motor Vehicle(s) and Options which meets the requirements, terms, and conditions herein and shall not be higher than the Cost Plus Percentage provided in Attachment C, Cost Sheet (Group 1 – 7). If the awarded Motor Vehicle(s) and Options are not available or cannot be delivered within the contractually required timeframe, the Contractor must provide a comparable Motor Vehicle(s) and Options of equal or better value which meets or exceeds the requirements, terms, and conditions herein. The Contractor’s proposed substitution is subject to prior approval by the Customer and the Department.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 10 of 17 Motor Vehicles
16. Acceptance of Order The Contractor shall deliver the awarded Motor Vehicle(s) and Options listed on the Customer’s order in accordance with the prices, Cost Plus Percentages, requirements, terms, and conditions of the Contract and the Customer’s order.
17. Transportation and Delivery The final price to the Customer shall include all charges for packing, handling, freight, distribution, and delivery. Transportation and Delivery of Motor Vehicles and Options shall
be Free on Board (FOB) Destination to any location statewide as follows:
1. Motor Vehicles and Options not in stock or unavailable from a Manufacturer at the time of order must be delivered within 180 calendar days, and only based on industry delays, not to exceed 365 calendar days, after receipt of order, unless otherwise agreed to by the Customer. For any delivery not made within the 180 calendar day timeframe, due to industry delays, the Department’s Contract Manager must be notified immediately by the Contractor and given a copy of the Customer’s order. The Contractor must provide the Department’s Contract Manager any requested information and a timeframe for completion of the order.
2. Motor Vehicles and Options in stock must be delivered within 14 calendar days after receipt of the Customer’s order unless an Option requires a post-Manufacturer or Dealer installation. These Options shall be delivered within 30 calendar days after receipt of the order. Delivery of Motor Vehicles and Options is defined as the receipt by the Customer and delivered to the Customer’s place of business or designated location, or if the Customer
chooses, at the Contractor’s place of business. The Contractor shall provide Customers a minimum of 24 hours’ written notice prior to delivery. Deliveries will be received only between 8:00 a.m. and 3:00 p.m. on Business Days and on the Customer’s local time unless previously arranged and approved by the Customer in writing.
Deliveries of Motor Vehicles and Options can be made by either private or common carrier transport; or where delivery may be accomplished by driving the self-propelled vehicle with less than 250 odometer miles at delivery, the self-propelled vehicle may, with the
Customer’s prior approval, be driven to the delivery location. The Contractor must make every effort to minimize the number of odometer miles at delivery. At the Customer’s option, vehicles with more than 250 odometer miles at delivery may be rejected, or $0.50 per mile in excess of 250 odometer miles may be deducted from the invoice and payment owed to Contractor.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 11 of 17 Motor Vehicles
The Contractor must comply with the Manufacturer’s break-in requirements and all applicable traffic and safety laws. All Motor Vehicles delivered by the Contractor to the
Customer shall contain no less than ¼ tank of fuel as indicated by the fuel gauge at the time of delivery and receipt by the Customer.
The Contractor will perform a Manufacturer’s Pre-Delivery Inspection (PDI) and is responsible for delivering Motor Vehicles and Options that are properly serviced, clean, and in first class operating condition. Pre-Delivery service, at a minimum, shall include the following: 1. Complete lubrication of operating chassis, engine, andmechanisms with Manufacturer’s recommended grades of lubricants; 2. Check and fill all fluid levels to ensure proper fill; 3. Adjust engine(s), motor(s), and drive(s) to proper operating condition; 4. Inflate tires (including any spares) to proper pressures; 5. Check to ensure proper operation of all gauges, lights, and mechanical and
hydraulic features; 6. Clean equipment, if necessary, and remove all unnecessary tags, stickers, papers, etc.; and 7. Ensure that the Motor Vehicle is completely assembled, unless otherwise noted by the Customer, and thoroughly tested and ready for operation upon Delivery. All Motor Vehicles shall be delivered with the following, completed documents:
1. Manufacturer’s PDI form; 2. A copy of the Customer’s order; 3. Contractor’s Attachment C, Cost Sheet (Group 1 – 7); 4. Manufacturer’s invoice(s) for each delivered Commodity, including
individual Motor Vehicle, and Options, in the shipment; 5. Proof of Manufacturer’s MSRP (commonly known as the window sticker) if applicable, which shall not be adhered to the Vehicle and instead provided
with the documents listed herein; 6. Manufacturer’s certificate of origin, if applicable;
7. Manufacturer’s operator manual 8. Manufacturer’s warranty certifications; 9. Sales Tax Exemption Form, if applicable; 10. Temporary tag and 20-day extension tag, if applicable; and 11. DHSMV 82040, Application for Certificate of Title and vehicle registration, if applicable.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 12 of 17 Motor Vehicles
Deliveries that do not include all above applicable forms and publications, or that have forms that have been altered, or are not properly completed, may be refused. Repeated failures by the Contractor to include the above properly completed documentation or that have submitted altered forms to the Customer may be cause for default proceedings and Contract termination.
18. Inspection and Acceptance Section 6.4, Inspection and Acceptance of Commodities, of Exhibit D, Special Contract Conditions, is supplemented by adding the following:
The Customer should inspect the Motor Vehicle and Options for any physical damage. The Contractor is obligated to correct any Customer identified errors or damage at no cost to the Customer.
Inspection and acceptance shall occur at the location of the Customer’s place of business or designated location, or if the Customer chooses, at the Contractor’s place of business. Title and risk of loss or damage to all Motor Vehicles and Options shall be the responsibility of the Contractor until inspection and acceptance by the Customer. If a Motor Vehicle or Option requires service or adjustments, as required by the Customer, the Contractor shall either correct the issue or be responsible for reimbursing the Manufacturer’s local service
Dealer or others selected by the Customer to remedy the defect. The Contractor shall initiate such required service or adjustments within two Business Days following notification by the Customer. The Commodity shall not be accepted until all service or adjustments are satisfactory, and the Commodity is re-delivered in acceptable condition. All costs of transportation and delivery incurred for initial delivery and any re-deliveries due to non-Customer error or damage are the responsibility of the Contractor.
The Customer shall notify the Department of any Contract deviation that it cannot resolve with the
Contractor. The Department and Customer shall develop a corrective action plan related to the
Contract deviation, which may include the Customer’s permanent refusal to accept the Motor
Vehicle or Option, in which case the Commodity shall remain the property of the Contractor, and
the Customer and the State shall not be liable for payment for any portion thereof.
19. Commodities Title and Registration The Contractor shall title and register Motor Vehicles delivered under the Contract for the Customer in accordance with Florida Law, including Chapters 319 and 320, F.S. The Contractor shall provide any necessary form(s) that must be signed by the Customer at the time of delivery, and the Contractor shall obtain any necessary signature(s) and complete
the titling and registration process for the Customer within the timeframe agreed to by the Customer and the Contractor.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 13 of 17 Motor Vehicles
In the event the Customer is permitted by law to obtain title and registration for the Motor Vehicle independent of the Contractor and chooses to obtain title and registration
independent of the Contractor, the Customer shall notify the Contractor in writing of this decision no later than three Business Days following receipt of the Acknowledgment of Order Form. However, the Customer shall then be obligated to title and register the Motor
Vehicle and the Contractor shall provide the Customer any documents necessary for the Customer to do so at the time of delivery. The Contractor may obtain special plates such as “State”, “County”, or “City” from most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida.
Customers may elect to transfer an existing license plate, or may choose to obtain a new license plate, for which additional fees may apply.
• The Contractor is not required to obtain new license plates for the Customer unless there is a notation, and a new license plate fee is included on the Customer’s order. The Customer’s order notation for a new license plate shall include the request for a new license plate, what type of license plate is required, and a Customer point of contact including the person’s name, title, and telephone number should there be any questions. 20. Charges and Fees
All pricing under this Contract shall include the following in the Cost Plus Percentage:
1. Administrative; 2. Environmental; 3. *Tax, Tag, and Title; 4. *License Plate Transfer; 5. Preparation; 6. Handling; 7. Freight; 8. Distribution; 9. Shipping; 10. Delivery to any point within the State of Florida; 11. Warranty; 12. Tire and Battery Fee; 13. Any other charges or fees necessary to deliver the Motor Vehicle or Options
according to the requirements, specifications, terms, and conditions, exclusive of taxes; and 14. Installation (except as specified in the Body Transfer and 3rd Party Body Installations section of the SOW)
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 14 of 17 Motor Vehicles
*Customers have the right to process their own Tax, Tag, and Title and License Plate Transfer. If this occurs, the Contractor shall credit the Customer for any applicable title fees.
Charges and fees in excess of those that existed on the date the Contract was entered into may be extended to Customers only if the amount of the increase is attributable to changes in market
conditions. The amount of the charge or fee extended to Customers shall not exceed the difference between the amount of the charge or fee at the time of the request for Departmental approval and the amount of the charge or fee that existed at the inception of the Contract. Prior to extending any such charge or fee to Customers, the Contractor must request the Department’s approval by submitting to the Contract Manager documentation and justification for extending the amount of the charge or fee to Customers; the Contractor must explain the changes in market conditions that resulted in the charge or fee, identify the entity that determines and will receive the charge or fee (e.g. Manufacturer), and provide the methodology used to determine the amount of the charge or fee extended to Customers. The Department reserves the exclusive right to approve or deny the increase of any charge or
fee request. Any charge or fee request will be reviewed separately and accepted or rejected on an individual basis. After obtaining written approval from the Department to extend a charge or fee to Customers, the approved amount of the charge or fee must be listed separately on the
PQF; the Contractor shall provide documentation of the Department’s approval with each PQF that includes the charge or fee.
21. Contract Reporting The Contractor shall report information on orders received from Customers associated with this Contract. The Contractor shall submit reports in accordance with the following schedule:
Report Period Covered Due Date
MFMP Transaction Fee Report Calendar month 15 calendar days after the end of
each month
Quarterly Sales Report State’s Fiscal Quarter 30 calendar days after close of the period
Diversity Report (submitted to the Customer) State Fiscal Year 30 Business Days after close of the period
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 15 of 17 Motor Vehicles
22. MFMP Transaction Fee Report The Contractor is required to submit monthly MFMP Transaction Fee Reports in the Department’s electronic format. Reports are due 15 calendar days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and vendor training presentations available
online at the Transaction Fee & Reporting section and Training for Vendors section on the MFMP website. Assistance with Transaction Fee Reporting is also available from the MFMP Customer Service Desk by email at:
VendorHelp@myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 23. Quarterly Sales Reports The Contractor shall submit a Quarterly Sales Report in the manner and format required by the Department within thirty (30) calendar days after the close of each quarter. The Quarterly Sales Report template can be found here: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/quarterly_sales_report_format. Initiation and submission of the most recent version of the Quarterly Sales Report posted on the DMS website are the responsibility of the Contractor without prompting or notification by the Department. If no sales are recorded during the period, the Contractor shall confirm that there was no reportable activity in the manner required by the Department. Sales will be reviewed on
a quarterly basis. If no sales are recorded in two consecutive quarters, the Contractor may be placed on probationary status, or the Department may terminate the Contract. Failure to provide the Quarterly Sales Report, or other reports requested by the Department, will result in the
imposition of financial consequences and may result in the Contractor being found in default and the termination of the Contract.
Quarter 1 – (July-September) – due 30 calendar days after the close of the period. Quarter 2 – (October-December) – due 30 calendar days after the close of the period. Quarter 3 – (January-March) – due 30 calendar days after the close of the period. Quarter 4 – (April-June) – due 30 calendar days after the close of the period. 24. Diversity Report The Contractor shall report to each Customer, spend with certified and other minority business enterprises. These reports shall include the period covered, the name, minority code and Federal Employer Identification Number of each minority business utilized during the period, Commodities provided by the minority business enterprise, and the amount paid to each minority business on behalf of each purchasing agency ordering under the terms of this
Contract. 25. Ad Hoc Reports
The Department may require additional Contract sales information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit these documents and reports in the form acceptable to the Department within the timeframe specified by the Department.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 16 of 17 Motor Vehicles
26. Business Review Meetings Both the Department and Customer reserve the right to schedule business review meetings.
The Department or Customer may specify the format or agenda for the meeting. At a minimum, the Business Review Meeting may include the following topics:
a. Contract compliance b. Contract savings (in dollar amount and cost avoidance) c. Spend reports by Customer d. Recommendations for improved compliance and performance 27. Financial Consequences Financial Consequences will be assessed for failure to timely perform or submit a report as required by the Contract and shall be paid via check or money order in US Dollars and made out to the Department of Management Services or the specific Customer, where applicable. Financial Consequences will be assessed daily or per occurrence for each individual failure until the performance or submittal is accomplished to the Department’s or Customer’s satisfaction,
unless stated otherwise. Customer’s reserve the right to revise or add additional financial consequences for each order. For the submissions of reports, financial consequences will apply to each target period beginning with the first full month or quarter of the Contract’s performance
and each month and quarter thereafter.
Deliverable Performance Metric
Performance Due Date
Financial Consequence for Non-Performance
Contractor will timely
submit completed Quarterly Sales Reports to the Department
All Quarterly Sales Reports will be submitted timely with the required information
Reports are due
on or before the 30th calendar day after the close of each State fiscal quarter
$250 per Calendar Day late/not received
Contractor will timely submit completed MFMP
Transaction Fee Reports to the Department
All MFMP
Transaction Fee Reports will be submitted timely with the required information
Reports are due on or before the 15th calendar day
after the close of each month
$250 per Calendar Day late/not received
Contractor will timely provide accurate Price Quote Forms to Customers
All Price Quote Forms will be timely provided to
Customers with accurate information
PQFs are due
within two Business Days following the Customer’s request
$250 per occurrence of an inaccurate or
untimely Price Quote Form
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
25100000-23-STC Page 17 of 17 Motor Vehicles
Contractor will deliver Motor Vehicles with no less than a ¼ tank of fuel upon delivery to Customers
Contractor shall
adhere to delivery requirements pursuant to the Transportation and Delivery section in the SOW
Upon each Motor Vehicle delivery to Customers
$50 per occurrence of a Motor Vehicle delivery
with less than a ¼ tank of fuel upon delivery to Customers
Ad hoc report(s)
Provide ad hoc reports as requested
Within the
timeframe agreed to by the Department and the Contractor or Customer and Contractor
$250 per occurrence
No favorable action will be considered for any Contractor who has outstanding Contract Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation, to include fees / monies that are required under this Contract.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
1
Exhibit C
ADDITIONAL SPECIAL CONTRACT CONDITIONS
A. Special Contract Conditions revisions: the corresponding subsections of the Special
Contract Conditions referenced below are replaced in their entirety with the following:
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in whole
or in part only as set forth in the Contract documents, and in accordance with section
287.057(14), F.S.
3.2.2 Preferred Pricing. Left intentionally blank.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24),
F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may
otherwise be established by law, which the vendor shall pay to the State.
For payments within the State accounting system (FLAIR or its successor), the Transaction
Fee shall, when possible, be automatically deducted from payments to the vendor. If
automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to
subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding
payments, vendor certifies their correctness. All such reports and payments shall be subject
to audit by the State or its designee.
The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase
of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of
the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item
is rejected or returned, or declined, due to the vendor’s failure to perform or comply with
specifications or requirements of the agreement.
Vendors will submit any monthly reports required pursuant to the rule. All such reports and
payments will be subject to audit. Failure to comply with the payment of the Transaction Fees
or submission of required reporting of transactions shall constitute grounds for declaring the
Vendor in default.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of federal,
state, and local agencies having jurisdiction and authority. For example, the Contractor must
comply with section 274A of the Immigration and Nationality Act, the Americans with
Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
prohibitions against discrimination on the basis of race, religion, sex, creed, national origin,
handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-
(c) and (g), F.S., are hereby incorporated by reference.
Nothing contained within this Contract shall be construed to prohibit the Contractor from
disclosing information relevant to performance of the Contract or purchase order to members
or staff of the Florida Senate or Florida House of Representatives.
Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and
ensure a representative will be available to, a continuing oversight team.
The Contractor will comply with all applicable disclosure requirements set forth in section
286.101, F.S. In the event the Department of Financial Services issues the Contractor a final
order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the
Contractor shall immediately notify the Department and applicable Customers and shall be
disqualified from Contract eligibility.
5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists.
In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby
informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S.
For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the
Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a
contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must
notify the Department if it or any of its suppliers, subcontractors, or consultants have been
placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator
Vendor List during the term of the Contract.
In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List
may not enter into or renew a contract to provide any goods or services to an agency after its
placement on the Suspended Vendor List.
A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S.,
the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List
pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section
287.134, F.S., is immediately disqualified from Contract eligibility.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty
to cooperate with the Inspector General in any investigation, audit, inspection, review, or
hearing. Upon request of the Inspector General or any other authorized State official, the
Contractor must provide any information the Inspector General deems relevant. Such
information may include, but will not be limited to, the Contractor's business or financial
records, documents, or files of any type or form that refer to or relate to the Contract. The
Contractor will retain such records for the longer of five years after the expiration or termination
of the Contract, or the period required by the General Records Schedules maintained by the
Florida Department of State, at the Department of State’s Records Management website. The
Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for investigations
of the Contractor's compliance with the terms of this or any other agreement between the
Contractor and the State of Florida which results in the suspension or debarment of the
Contractor. Such costs will include but will not be limited to: salaries of investigators, including
overtime; travel and lodging expenses; and expert witness and documentary fees. The
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
Contractor agrees to impose the same obligations to cooperate with the Inspector General
and retain records on any subcontractors used to provide goods or services under the
Contract.
8.1.1 Termination of Contract.
The Department may terminate the Contract for refusal by the Contractor to comply with this
section by not allowing access to all public records, as defined in Chapter 119, F.S., made or
received by the Contractor in conjunction with the Contract unless the records are exempt
from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on
behalf of a public agency, as defined in section 119.011(2), F.S., the following applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN
OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850)
487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE,
FLORIDA 32399-0950.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on
behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall:
(a) Keep and maintain public records required by the public agency to perform the service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure are not disclosed except as authorized by law for the duration of the Contract term
and following the completion of the Contract if the Contractor does not transfer the records to
the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records
in possession of the Contractor or keep and maintain public records required by the public
agency to perform the service. If the Contractor transfers all public records to the public
agency upon completion of the Contract, the Contractor shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the
Contract, the Contractor shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to the public agency, upon request from the
public agency’s custodian of public records, in a format that is compatible with the information
technology systems of the public agency.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021)
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits of
the Contractor and subcontractors as determined by the Department. The Department may
conduct an audit and review all the Contractor’s and subcontractors’ data and records that
directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and
claims for payment under the Contract, the Contractor’s agreements or contracts with
subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be
inspected by the Department upon fifteen (15) calendar days’ notice, during normal working
hours and in accordance with the Contractor’s facility access procedures where facility access
is required. Release statements from its subcontractors, partners, or agents are not required
for the Department or its designee to conduct compliance and performance audits on any of
the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with
section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General
shall also have authority to perform audits and inspections.
13.2 E-Verify.
The Contractor and its subcontractors have an obligation to utilize the U.S. Department of
Homeland Security’s (DHS) E-Verify system for all newly hired employees in accordance with
section 448.095, F.S. By executing this Contract, the Contractor certifies that it is registered
with, and uses, the E-Verify system for all newly hired employees in accordance with section
448.095, F.S. The Contractor must obtain an affidavit from its subcontractors in accordance
with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the
duration of the Contract. The Contractor shall provide a copy of its DHS Memorandum of
Understanding (MOU) to the Department’s Contract Manager within five days of Contract
execution.
This section serves as notice to the Contractor regarding the requirements of section 448.095,
F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the
Contract if it has a good faith belief that the Contractor has knowingly violated section
448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a
public contract for at least one year after the date of such termination. The Department will
promptly notify the Contractor and order the immediate termination of the contract between
the Contractor and a subcontractor performing work on its behalf for this Contract should the
Department have a good faith belief that the subcontractor has knowingly violated section
448.09(1), F.S.
B. Special Contract Conditions additions: the following subsection is added to the Special
Contract Conditions:
12.3 Document Inspection.
In accordance with section 216.1366, F.S., the Department or a state agency is authorized to
inspect the: (a) financial records, papers, and documents of the Contractor that are directly
related to the performance of the Contract or the expenditure of state funds; and (b)
programmatic records, papers, and documents of the Contractor which the Department or
state agency determines are necessary to monitor the performance of the Contract or to
ensure that the terms of the Contract are being met. The Contractor shall provide such
records, papers, and documents requested by the Department or a state agency within 10
Business Days after the request is made.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 1
SPECIAL CONTRACT CONDITIONS
JULY 1, 2019 VERSION
Table of Contents
SECTION 1. DEFINITION. .......................................................................................................................... 2
SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2
SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3
SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4
SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6
SECTION 6. MISCELLANEOUS. ................................................................................................................. 7
SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL
PROPERTY. ............................................................................................................................................. 10
SECTION 9. DATA SECURITY. ................................................................................................................. 12
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13
SECTION 11. CONTRACT MONITORING. ............................................................................................... 14
SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15
SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17
In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included
herein by reference but is superseded in its entirety by these Special
Contract Conditions.
Exhibit D
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 2
SECTION 1. DEFINITION.
The following definition applies in addition to the definitions in Chapter 287, Florida
Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.):
1.1 Customer.
The agency or eligible user that purchases commodities or contractual services pursuant
to the Contract.
SECTION 2. CONTRACT TERM AND TERMINATION.
2.1 Initial Term.
The initial term will begin on the date set forth in the Contract documents or on the date
the Contract is signed by all Parties, whichever is later.
2.2 Renewal.
Upon written agreement, the Department and the Contractor may renew the Contract in
whole or in part only as set forth in the Contract documents, and in accordance with
section 287.057(13), F.S.
2.3 Suspension of Work and Termination.
2.3.1 Suspension of Work.
The Department may, at its sole discretion, suspend any or all activities under the
Contract, at any time, when it is in the best interest of the State of Florida to do so. The
Customer may suspend a resulting contract or purchase order, at any time, when in the
best interest of the Customer to do so. The Department or Customer will provide the
Contractor written notice outlining the particulars of the suspension. After receiving a
suspension notice, the Contractor must comply with the notice and will cease the
performance of the Contract or purchase order. Suspension of work will not entitle the
Contractor to any additional compensation. The Contractor will not resume performance
of the Contract or purchase order until so authorized by the Department.
2.3.2 Termination for Convenience.
The Contract may be terminated by the Department in whole or in part at any time, in the
best interest of the State of Florida. If the Contract is terminated before performance is
completed, the Contractor will be paid only for that work satisfactorily performed for
which costs can be substantiated. Such payment, however, may not exceed an amount
which is the same percentage of the Contract price as the amount of work satisfactorily
performed. All work in progress will become the property of the Customer and will be
turned over promptly by the Contractor.
2.3.3 Termination for Cause.
If the performance of the Contractor is not in compliance with the Contract requirements
or the Contractor has defaulted, the Department may:
(a) immediately terminate the Contract;
(b) notify the Contractor of the noncompliance or default, require correction, and specify
the date by which the correction must be completed before the Contract is terminated; or
(c) take other action deemed appropriate by the Department.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 3
SECTION 3. PAYMENT AND FEES.
3.1 Pricing.
The Contractor will not exceed the pricing set forth in the Contract documents.
3.2 Price Decreases.
The following price decrease terms will apply to the Contract:
3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery
of large single orders;
3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this
Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing
offered under comparable contracts. Comparable contracts are those that are similar in
size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must
annually submit an affidavit from the Contractor’s authorized representative attesting that
the Contract complies with this clause.
3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract
term due to a change in market conditions, the Contractor may conduct sales
promotions involving price reductions for a specified lesser period. The Contractor must
submit documentation identifying the proposed: (1) starting and ending dates of the
promotion, (2) commodities or contractual services involved, and (3) promotional prices
compared to then-authorized prices.
3.3 Payment Invoicing.
The Contractor will be paid upon submission of invoices to the Customer after delivery
and acceptance of commodities or contractual services is confirmed by the Customer.
Invoices must contain sufficient detail for an audit and contain the Contract Number and
the Contractor’s Federal Employer Identification Number.
3.4 Purchase Order.
A Customer may use purchase orders to buy commodities or contractual services
pursuant to the Contract and, if applicable, the Contractor must provide commodities or
contractual services pursuant to purchase orders. Purchase orders issued pursuant to
the Contract must be received by the Contractor no later than the close of business on
the last day of the Contract’s term. The Contractor is required to accept timely purchase
orders specifying delivery schedules that extend beyond the Contract term even when
such extended delivery will occur after expiration of the Contract. Purchase orders shall
be valid through their specified term and performance by the Contractor, and all terms
and conditions of the Contract shall survive the termination or expiration of the Contract
and apply to the Contractor’s performance. The duration of purchase orders for recurring
deliverables shall not exceed the expiration of the Contract by more than twelve months.
Any purchase order terms and conditions conflicting with these Special Contract
Conditions shall not become a part of the Contract.
3.5 Travel.
Travel expenses are not reimbursable unless specifically authorized by the Customer in
writing and may be reimbursed only in accordance with section 112.061, F.S.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 4
3.6 Annual Appropriation.
Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an
agency for the purchase of services or tangible personal property for a period in excess
of one fiscal year, the State of Florida’s performance and obligation to pay under the
Contract is contingent upon an annual appropriation by the Legislature.
3.7 Transaction Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system pursuant to section
287.057(22), F.S. All payments issued by Customers to registered Vendors for
purchases of commodities or contractual services will be assessed Transaction Fees as
prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law.
Vendors must pay the Transaction Fees and agree to automatic deduction of the
Transaction Fees when automatic deduction becomes available. Vendors will submit any
monthly reports required pursuant to the rule. All such reports and payments will be
subject to audit. Failure to comply with the payment of the Transaction Fees or reporting
of transactions will constitute grounds for declaring the Vendor in default and subject the
Vendor to exclusion from business with the State of Florida.
3.8 Taxes.
Taxes, customs, and tariffs on commodities or contractual services purchased under the
Contract will not be assessed against the Customer or Department unless authorized by
Florida law.
3.9 Return of Funds.
Contractor will return any overpayments due to unearned funds or funds disallowed
pursuant to the terms of the Contract that were disbursed to the Contractor. The
Contractor must return any overpayment within forty (40) calendar days after either
discovery by the Contractor, its independent auditor, or notification by the Department or
Customer of the overpayment.
SECTION 4. CONTRACT MANAGEMENT.
4.1 Composition and Priority.
The Contractor agrees to provide commodities or contractual services to the Customer
as specified in the Contract. Additionally, the terms of the Contract supersede the terms
of all prior agreements between the Parties on this subject matter.
4.2 Notices.
All notices required under the Contract must be delivered to the designated Contract
Manager in a manner identified by the Department.
4.3 Department’s Contract Manager.
The Department’s Contract Manager, who is primarily responsible for the Department’s
oversight of the Contract, will be identified in a separate writing to the Contractor upon
Contract signing in the following format:
Department’s Contract Manager Name
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 5
Department’s Name
Department’s Physical Address
Department’s Telephone #
Department’s Email Address
If the Department changes the Contract Manager, the Department will notify the
Contractor. Such a change does not require an amendment to the Contract.
4.4 Contractor’s Contract Manager.
The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s
oversight of the Contract performance, will be identified in a separate writing to the
Department upon Contract signing in the following format:
Contractor’s Contract Manager Name
Contractor’s Name
Contractor’s Physical Address
Contractor’s Telephone #
Contractor’s Email Address
If the Contractor changes its Contract Manager, the Contractor will notify the
Department. Such a change does not require an amendment to the Contract.
4.5 Diversity.
4.5.1 Office of Supplier Diversity.
The State of Florida supports its diverse business community by creating opportunities
for woman-, veteran-, and minority-owned small business enterprises to participate in
procurements and contracts. The Department encourages supplier diversity through
certification of woman-, veteran-, and minority-owned small business enterprises and
provides advocacy, outreach, and networking through regional business events. For
additional information, please contact the Office of Supplier Diversity (OSD) at
osdinfo@dms.myflorida.com.
4.5.2 Diversity Reporting.
Upon request, the Contractor will report to the Department its spend with business
enterprises certified by the OSD. These reports must include the time period covered,
the name and Federal Employer Identification Number of each business enterprise
utilized during the period, commodities and contractual services provided by the
business enterprise, and the amount paid to the business enterprise on behalf of each
agency purchasing under the Contract.
4.6 RESPECT.
Subject to the agency determination provided for in section 413.036, F.S., the following
statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE
SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413,
FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME
PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES;
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 6
AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL
BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about RESPECT and the commodities or contractual services it
offers is available at https://www.respectofflorida.org.
4.7 PRIDE.
Subject to the agency determination provided for in sections 287.042(1) and 946.515,
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE
THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE
PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S.,
IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN
SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE
PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS
OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS
AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED.
Additional information about PRIDE and the commodities or contractual services it offers
is available at https://www.pride-enterprises.org.
SECTION 5. COMPLIANCE WITH LAWS.
5.1 Conduct of Business.
The Contractor must comply with all laws, rules, codes, ordinances, and licensing
requirements that are applicable to the conduct of its business, including those of
federal, state, and local agencies having jurisdiction and authority. For example, the
Contractor must comply with section 274A of the Immigration and Nationality Act, the
Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if
applicable, and all prohibitions against discrimination on the basis of race, religion, sex,
creed, national origin, handicap, marital status, or veteran’s status. The provisions of
subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference.
5.2 Dispute Resolution, Governing Law, and Venue.
Any dispute concerning performance of the Contract shall be decided by the
Department's designated Contract Manager, who will reduce the decision to writing and
serve a copy on the Contractor. The decision of the Contract Manager shall be final and
conclusive. Exhaustion of this administrative remedy is an absolute condition precedent
to the Contractor's ability to pursue legal action related to the Contract or any other form
of dispute resolution. The laws of the State of Florida govern the Contract. The Parties
submit to the jurisdiction of the courts of the State of Florida exclusively for any legal
action related to the Contract. Further, the Contractor hereby waives all privileges and
rights relating to venue it may have under Chapter 47, F.S., and all such venue
privileges and rights it may have under any other statute, rule, or case law, including, but
not limited to, those based on convenience. The Contractor hereby submits to venue in
the county chosen by the Department.
5.3 Department of State Registration.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 7
Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert
status, other than a sole proprietor, must provide the Department with conclusive
evidence of a certificate of status, not subject to qualification, if a Florida business entity,
or of a certificate of authorization if a foreign business entity.
5.4 Suspended, Convicted, and Discriminatory Vendor Lists.
In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate
who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor
List may not perform work as a contractor, supplier, subcontractor, or consultant under
the Contract. The Contractor must notify the Department if it or any of its suppliers,
subcontractors, or consultants have been placed on the Suspended Vendor List,
Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract.
5.5 Scrutinized Companies - Termination by the Department.
The Department may, at its option, terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), F.S., or been
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in
business operations in Cuba or Syria, or to have been placed on the Scrutinized
Companies that Boycott Israel List or is engaged in a boycott of Israel.
5.6 Cooperation with Inspector General and Records Retention.
Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its
duty to cooperate with the Inspector General in any investigation, audit, inspection,
review, or hearing. Upon request of the Inspector General or any other authorized State
official, the Contractor must provide any information the Inspector General deems
relevant to the Contractor's integrity or responsibility. Such information may include, but
will not be limited to, the Contractor's business or financial records, documents, or files
of any type or form that refer to or relate to the Contract. The Contractor will retain such
records for the longer of five years after the expiration of the Contract, or the period
required by the General Records Schedules maintained by the Florida Department of
State, at the Department of State’s Records Management website. The Contractor
agrees to reimburse the State of Florida for the reasonable costs of investigation
incurred by the Inspector General or other authorized State of Florida official for
investigations of the Contractor's compliance with the terms of this or any other
agreement between the Contractor and the State of Florida which results in the
suspension or debarment of the Contractor. Such costs will include but will not be limited
to: salaries of investigators, including overtime; travel and lodging expenses; and expert
witness and documentary fees. The Contractor agrees to impose the same obligations to
cooperate with the Inspector General and retain records on any subcontractors used to
provide goods or services under the Contract.
SECTION 6. MISCELLANEOUS.
6.1 Subcontractors.
The Contractor will not subcontract any work under the Contract without prior written
consent of the Department. The Contractor is fully responsible for satisfactory
completion of all its subcontracted work. The Department supports diversity in its
procurements and contracts, and requests that the Contractor offer subcontracting
opportunities to certified woman-, veteran-, and minority-owned small businesses. The
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 8
Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on
certified small business enterprises available for subcontracting opportunities.
6.2 Assignment.
The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations
under the Contract without the prior written consent of the Department. However, the
Contractor may waive its right to receive payment and assign same upon notice to the
Department. In the event of any assignment, the Contractor remains responsible for
performance of the Contract, unless such responsibility is expressly waived by the
Department. The Department may assign the Contract with prior written notice to the
Contractor.
6.3 Independent Contractor.
The Contractor and its employees, agents, representatives, and subcontractors are
independent contractors and not employees or agents of the State of Florida and are not
entitled to State of Florida benefits. The Department and Customer will not be bound by
any acts or conduct of the Contractor or its employees, agents, representatives, or
subcontractors. The Contractor agrees to include this provision in all its subcontracts
under the Contract.
6.4 Inspection and Acceptance of Commodities.
6.4.1 Risk of Loss.
Matters of inspection and acceptance are addressed in section 215.422, F.S. Until
acceptance, risk of loss or damage will remain with the Contractor. The Contractor will
be responsible for filing, processing, and collecting all damage claims. To assist the
Contractor with damage claims, the Customer will: record any evidence of visible
damage on all copies of the delivering carrier’s bill of lading; report damages to the
carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of
lading and damage inspection report.
6.4.2 Rejected Commodities.
When a Customer rejects a commodity, Contractor will remove the commodity from the
premises within ten (10) calendar days after notification of rejection, and the risk of loss
will remain with the Contractor. Commodities not removed by the Contractor within ten
(10) calendar days will be deemed abandoned by the Contractor, and the Customer will
have the right to dispose of such commodities. Contractor will reimburse the Customer
for costs and expenses incurred in storing or effecting removal or disposition of rejected
commodities.
6.5 Safety Standards.
Performance of the Contract for all commodities or contractual services must comply
with requirements of the Occupational Safety and Health Act and other applicable State
of Florida and federal requirements.
6.6 Ombudsman.
A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this office are found in section 215.422, F.S., which include
disseminating information relative to prompt payment and assisting contractors in
receiving their payments in a timely manner from a Customer. The Vendor Ombudsman
may be contacted at (850) 413-5516.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 9
6.7 Time is of the Essence.
Time is of the essence regarding every obligation of the Contractor under the Contract.
Each obligation is deemed material, and a breach of any such obligation (including a
breach resulting from untimely performance) is a material breach.
6.8 Waiver.
The delay or failure by the Department or the Customer to exercise or enforce any rights
under the Contract will not constitute waiver of such rights.
6.9 Modification and Severability.
The Contract may only be modified by written agreement between the Department and
the Contractor. Should a court determine any provision of the Contract is invalid, the
remaining provisions will not be affected, and the rights and obligations of the Parties will
be construed and enforced as if the Contract did not contain the provision held invalid.
6.10 Cooperative Purchasing.
Pursuant to their own governing laws, and subject to the agreement of the Contractor,
governmental entities that are not Customers may make purchases under the terms and
conditions contained herein, if agreed to by Contractor. Such purchases are independent
of the Contract between the Department and the Contractor, and the Department is not a
party to these transactions. Agencies seeking to make purchases under this Contract
are required to follow the requirements of Rule 60A-1.045(5), F.A.C.
SECTION 7. LIABILITY AND INSURANCE.
7.1 Workers’ Compensation Insurance.
The Contractor shall maintain workers’ compensation insurance as required under the
Florida Workers’ Compensation Law or the workers’ compensation law of another
jurisdiction where applicable. The Contractor must require all subcontractors to similarly
provide workers’ compensation insurance for all of the latter’s employees. In the event
work is being performed by the Contractor under the Contract and any class of
employees performing the work is not protected under Workers’ Compensation statutes,
the Contractor must provide, and cause each subcontractor to provide, adequate
insurance satisfactory to the Department, for the protection of employees not otherwise
protected.
7.2 General Liability Insurance.
The Contractor must secure and maintain Commercial General Liability Insurance,
including bodily injury, property damage, products, personal and advertising injury, and
completed operations. This insurance must provide coverage for all claims that may
arise from performance of the Contract or completed operations, whether by the
Contractor or anyone directly or indirectly employed by the Contractor. Such insurance
must include the State of Florida as an additional insured for the entire length of the
resulting contract. The Contractor is responsible for determining the minimum limits of
liability necessary to provide reasonable financial protections to the Contractor and the
State of Florida under the resulting contract.
7.3 Florida Authorized Insurers.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 10
All insurance shall be with insurers authorized and eligible to transact the applicable line
of insurance business in the State of Florida. The Contractor shall provide
Certification(s) of Insurance evidencing that all appropriate coverage is in place and
showing the Department to be an additional insured.
7.4 Performance Bond.
Unless otherwise prohibited by law, the Department may require the Contractor to
furnish, without additional cost to the Department, a performance bond or irrevocable
letter of credit or other form of security for the satisfactory performance of work
hereunder. The Department shall determine the type and amount of security.
7.5 Indemnification.
To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and
hold the Customer and the State of Florida, its officers, employees, and agents harmless
from all fines, claims, assessments, suits, judgments, or damages, including
consequential, special, indirect, and punitive damages, including court costs and
attorney’s fees, arising from or relating to violation or infringement of a trademark,
copyright, patent, trade secret, or intellectual property right or out of any acts, actions,
breaches, neglect, or omissions of the Contractor, its employees, agents,
subcontractors, assignees, or delegates related to the Contract, as well as for any
determination arising out of or related to the Contract that the Contractor or Contractor’s
employees, agents, subcontractors, assignees, or delegates are not independent
contractors in relation to the Customer. The Contract does not constitute a waiver of
sovereign immunity or consent by the Customer or the State of Florida or its subdivisions
to suit by third parties. Without limiting this indemnification, the Customer may provide
the Contractor (1) written notice of any action or threatened action, (2) the opportunity to
take over and settle or defend any such action at Contractor’s sole expense, and (3)
assistance in defending the action at Contractor’s sole expense.
7.6 Limitation of Liability.
Unless otherwise specifically enumerated in the Contract or in the purchase order,
neither the Department nor the Customer shall be liable for special, indirect, punitive, or
consequential damages, including lost data or records (unless the Contract or purchase
order requires the Contractor to back-up data or records), even if the Department or
Customer has been advised that such damages are possible. Neither the Department
nor the Customer shall be liable for lost profits, lost revenue, or lost institutional
operating savings. The Department or Customer may, in addition to other remedies
available to them at law or equity and upon notice to the Contractor, retain such monies
from amounts due Contractor as may be necessary to satisfy any claim for damages,
penalties, costs, and the like asserted by or against them. The State may set off any
liability or other obligation of the Contractor or its affiliates to the State against any
payments due the Contractor under any contract with the State.
SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT,
AND INTELLECTUAL PROPERTY.
8.1 Public Records.
8.1.1 Termination of Contract.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 11
The Department may terminate the Contract for refusal by the Contractor to comply with
this section by not allowing access to all public records, as defined in Chapter 119, F. S.,
made or received by the Contractor in conjunction with the Contract.
8.1.2 Statutory Notice.
Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor
acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following
applies:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL
ADDRESS, AND MAILING ADDRESS PROVIDED IN THE
RESULTING CONTRACT OR PURCHASE ORDER.
Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor
acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor
shall:
(a) Keep and maintain public records required by the public agency to perform the
service.
(b) Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure are not disclosed except as authorized by law for the duration of the
Contract term and following the completion of the Contract if the Contractor does not
transfer the records to the public agency.
(d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the Contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the Contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency’s custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
8.2 Protection of Trade Secrets or Otherwise Confidential Information.
8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information.
If the Contractor considers any portion of materials to be trade secret under section
688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the
Contractor must clearly designate that portion of the materials as trade secret or
otherwise confidential when submitted to the Department. The Contractor will be
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 12
responsible for responding to and resolving all claims for access to Contract-related
materials it has designated trade secret or otherwise confidential.
8.2.2 Public Records Requests.
If the Department receives a public records request for materials designated by the
Contractor as trade secret or otherwise confidential under Florida or federal law, the
Contractor will be responsible for taking the appropriate legal action in response to the
request. If the Contractor fails to take appropriate and timely action to protect the
materials designated as trade secret or otherwise confidential, the Department will
provide the materials to the requester.
8.2.3 Indemnification Related to Confidentiality of Materials.
The Contractor will protect, defend, indemnify, and hold harmless the Department for
claims, costs, fines, and attorney’s fees arising from or relating to its designation of
materials as trade secret or otherwise confidential.
8.3 Document Management.
The Contractor must retain sufficient documentation to substantiate claims for payment
under the Contract and all other records, electronic files, papers, and documents that
were made in relation to this Contract. The Contractor must retain all documents related
to the Contract for five (5) years after expiration of the Contract or, if longer, the period
required by the General Records Schedules maintained by the Florida Department of
State available at the Department of State’s Records Management website.
8.4 Intellectual Property.
8.4.1 Ownership.
Unless specifically addressed otherwise in the Contract, the State of Florida shall be the
owner of all intellectual property rights to all property created or developed in connection
with the Contract.
8.4.2 Patentable Inventions or Discoveries.
Any inventions or discoveries developed in the course, or as a result, of services in
connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the
sole property of the State of Florida. Contractor must inform the Customer of any
inventions or discoveries developed or made through performance of the Contract, and
such inventions or discoveries will be referred to the Florida Department of State for a
determination on whether patent protection will be sought. The State of Florida will be
the sole owner of all patents resulting from any invention or discovery made through
performance of the Contract.
8.4.3 Copyrightable Works.
Contractor must notify the Department or State of Florida of any publications, artwork, or
other copyrightable works developed in connection with the Contract. All copyrights
created or developed through performance of the Contract are owned solely by the State
of Florida.
SECTION 9. DATA SECURITY.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 13
The Contractor will maintain the security of State of Florida data including, but not limited
to, maintaining a secure area around any displayed visible data and ensuring data is
stored and secured when not in use. The Contractor and subcontractors will not perform
any of the services from outside of the United States, and the Contractor will not allow
any State of Florida data to be sent by any medium, transmitted, or accessed outside the
United States due to Contractor’s action or inaction. In the event of a security breach
involving State of Florida data, the Contractor shall give notice to the Customer and the
Department within one business day. “Security breach” for purposes of this section will
refer to a confirmed event that compromises the confidentiality, integrity, or availability of
data. Once a data breach has been contained, the Contractor must provide the
Department with a post-incident report documenting all containment, eradication, and
recovery measures taken. The Department reserves the right in its sole discretion to
enlist a third party to audit Contractor’s findings and produce an independent report, and
the Contractor will fully cooperate with the third party. The Contractor will also comply
with all HIPAA requirements and any other state and federal rules and regulations
regarding security of information.
SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS.
10.1 Gratuities.
The Contractor will not, in connection with this Contract, directly or indirectly (1) offer,
give, or agree to give anything of value to anyone as consideration for any State of
Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise
of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to
anyone anything of value for the benefit of, or at the direction or request of, any State of
Florida officer or employee.
10.2 Lobbying.
In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used
for the purpose of lobbying the Legislature, the judicial branch, or the Department.
Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from
lobbying the executive or legislative branch concerning the scope of services,
performance, term, or compensation regarding the Contract after the Contract is
executed and during the Contract term.
10.3 Communications.
10.3.1 Contractor Communication or Disclosure.
The Contractor shall not make any public statements, press releases, publicity releases,
or other similar communications concerning the Contract or its subject matter or
otherwise disclose or permit to be disclosed any of the data or other information
obtained or furnished in compliance with the Contract, without first notifying the
Customer’s Contract Manager and securing the Customer’s prior written consent.
10.3.2 Use of Customer Statements.
The Contractor shall not use any statement attributable to the Customer or its
employees for the Contractor’s promotions, press releases, publicity releases,
marketing, corporate communications, or other similar communications, without first
notifying the Customer’s Contract Manager and securing the Customer’s prior written
consent.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 14
SECTION 11. CONTRACT MONITORING.
11.1 Performance Standards.
The Contractor agrees to perform all tasks and provide deliverables as set forth in the
Contract. The Department and the Customer will be entitled at all times, upon request, to
be advised as to the status of work being done by the Contractor and of the details
thereof.
11.2 Performance Deficiencies and Financial Consequences of Non-Performance.
11.2.1 Proposal of Corrective Action Plan.
In addition to the processes set forth in the Contract (e.g., service level agreements), if
the Department or Customer determines that there is a performance deficiency that
requires correction by the Contractor, then the Department or Customer will notify the
Contractor. The correction must be made within a time-frame specified by the
Department or Customer. The Contractor must provide the Department or Customer with
a corrective action plan describing how the Contractor will address all performance
deficiencies identified by the Department or Customer.
11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure.
If the corrective action plan is unacceptable to the Department or Customer, or
implementation of the plan fails to remedy the performance deficiencies, the Department
or Customer will retain ten percent (10%) of the total invoice amount. The retainage will
be withheld until the Contractor resolves the performance deficiencies. If the
performance deficiencies are resolved, the Contractor may invoice the Department or
Customer for the retained amount. If the Contractor fails to resolve the performance
deficiencies, the retained amount will be forfeited to compensate the Department or
Customer for the performance deficiencies.
11.3 Performance Delay.
11.3.1 Notification.
The Contractor will promptly notify the Department or Customer upon becoming aware
of any circumstances that may reasonably be expected to jeopardize the timely and
successful completion (or delivery) of any commodity or contractual service. The
Contractor will use commercially reasonable efforts to avoid or minimize any delays in
performance and will inform the Department or the Customer of the steps the Contractor
is taking or will take to do so, and the projected actual completion (or delivery) time. If
the Contractor believes a delay in performance by the Department or the Customer has
caused or will cause the Contractor to be unable to perform its obligations on time, the
Contractor will promptly so notify the Department and use commercially reasonable
efforts to perform its obligations on time notwithstanding the Department’s delay.
11.3.2 Liquidated Damages.
The Contractor acknowledges that delayed performance will damage the
DepartmentCustomer, but by their nature such damages are difficult to ascertain.
Accordingly, the liquidated damages provisions stated in the Contract documents will
apply. Liquidated damages are not intended to be a penalty and are solely intended to
compensate for damages.
11.4 Force Majeure, Notice of Delay, and No Damages for Delay.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 15
The Contractor will not be responsible for delay resulting from its failure to perform if
neither the fault nor the negligence of the Contractor or its employees or agents
contributed to the delay, and the delay is due directly to fire, explosion, earthquake,
windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism,
civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly
beyond the Contractor’s reasonable control, or for any of the foregoing that affect
subcontractors or suppliers if no alternate source of supply is available to the Contractor.
The foregoing does not excuse delay which could have been avoided if the Contractor
implemented any risk mitigation required by the Contract. In case of any delay the
Contractor believes is excusable, the Contractor will notify the Department in writing of
the delay or potential delay and describe the cause of the delay either (1) within ten (10)
calendar days after the cause that created or will create the delay first arose, if the
Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is
not reasonably foreseeable, within five (5) calendar days after the date the Contractor
first had reason to believe that a delay could result. The foregoing will constitute the
Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict
accordance with this paragraph is a condition precedent to such remedy. No claim for
damages will be asserted by the Contractor. The Contractor will not be entitled to an
increase in the Contract price or payment of any kind from the Department for direct,
indirect, consequential, impact or other costs, expenses or damages, including but not
limited to costs of acceleration or inefficiency, arising because of delay, disruption,
interference, or hindrance from any cause whatsoever. If performance is suspended or
delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist the Contractor will perform at no increased cost, unless
the Department determines, in its sole discretion, that the delay will significantly impair
the value of the Contract to the State of Florida or to Customers, in which case the
Department may (1) accept allocated performance or deliveries from the Contractor,
provided that the Contractor grants preferential treatment to Customers and the
Department with respect to commodities or contractual services subjected to allocation,
or (2) purchase from other sources (without recourse to and by the Contractor for the
related costs and expenses) to replace all or part of the commodity or contractual
services that are the subject of the delay, which purchases may be deducted from the
Contract quantity, or (3) terminate the Contract in whole or in part.
SECTION 12. CONTRACT AUDITS.
12.1 Performance or Compliance Audits.
The Department may conduct or have conducted performance and/or compliance audits
of the Contractor and subcontractors as determined by the Department. The Department
may conduct an audit and review all the Contractor’s and subcontractors’ data and
records that directly relate to the Contract. To the extent necessary to verify the
Contractor’s fees and claims for payment under the Contract, the Contractor’s
agreements or contracts with subcontractors, partners, or agents of the Contractor,
pertaining to the Contract, may be inspected by the Department upon fifteen (15)
calendar days’ notice, during normal working hours and in accordance with the
Contractor’s facility access procedures where facility access is required. Release
statements from its subcontractors, partners, or agents are not required for the
Department or its designee to conduct compliance and performance audits on any of the
Contractor’s contracts relating to this Contract. The Inspector General, in accordance
with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor
General also have authority to perform audits and inspections.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 16
12.2 Payment Audit.
Records of costs incurred under terms of the Contract will be maintained in accordance
with section 8.3 of these Special Contract Conditions. Records of costs incurred will
include the Contractor’s general accounting records, together with supporting documents
and records of the Contractor and all subcontractors performing work, and all other
records of the Contractor and subcontractors considered necessary by the Department,
the State of Florida’s Chief Financial Officer, or the Office of the Auditor General.
SECTION 13. BACKGROUND SCREENING AND SECURITY.
13.1 Background Check.
The Department or Customer may require the Contractor to conduct background checks
of its employees, agents, representatives, and subcontractors as directed by the
Department or Customer. The cost of the background checks will be borne by the
Contractor. The Department or Customer may require the Contractor to exclude the
Contractor’s employees, agents, representatives, or subcontractors based on the
background check results. In addition, the Contractor must ensure that all persons have
a responsibility to self-report to the Contractor within three (3) calendar days any arrest
for any disqualifying offense. The Contractor must notify the Contract Manager within
twenty-four (24) hours of all details concerning any reported arrest. Upon the request of
the Department or Customer, the Contractor will re-screen any of its employees, agents,
representatives, and subcontractors during the term of the Contract.
13.2 E-Verify.
The Contractor must use the U.S. Department of Homeland Security’s E-Verify system
to verify the employment eligibility of all new employees hired during the term of the
Contract for the services specified in the Contract. The Contractor must also include a
requirement in subcontracts that the subcontractor must utilize the E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during
the Contract term. In order to implement this provision, the Contractor must provide a
copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within
five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-
Verify System, it will do so within five (5) calendar days of notice of Contract award and
provide the Contract Manager a copy of its MOU within five (5) calendar days of
Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each
Contractor or subcontractor new hire, the Contractor must provide a statement within
five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify
case number.
13.3 Disqualifying Offenses.
If at any time it is determined that a person has been found guilty of a misdemeanor or
felony offense as a result of a trial or has entered a plea of guilty or nolo contendere,
regardless of whether adjudication was withheld, within the last six (6) years from the
date of the court’s determination for the crimes listed below, or their equivalent in any
jurisdiction, the Contractor is required to immediately remove that person from any
position with access to State of Florida data or directly performing services under the
Contract. The disqualifying offenses are as follows:
(a) Computer related crimes;
(b) Information technology crimes;
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
SP approved version 7‐1‐2019 17
(c) Fraudulent practices;
(d) False pretenses;
(e) Frauds;
(f) Credit card crimes;
(g) Forgery;
(h) Counterfeiting;
(i) Violations involving checks or drafts;
(j) Misuse of medical or personnel records; and
(k) Felony theft.
13.4 Confidentiality.
The Contractor must maintain confidentiality of all confidential data, files, and records
related to the commodities or contractual services provided pursuant to the Contract and
must comply with all state and federal laws, including, but not limited to sections
381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures
must be consistent with the most recent version of the Department security policies,
protocols, and procedures. The Contractor must also comply with any applicable
professional standards with respect to confidentiality of information.
SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM.
The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its
Contract obligations. The Contractor warrants that neither it nor any affiliate is currently
on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List,
or on any similar list maintained by any other state or the federal government. The
Contractor shall immediately notify the Department in writing if its ability to perform is
compromised in any manner during the term of the Contract.
DocuSign Envelope ID: DD8B7E2C-EFE4-4FB4-B137-57C9429AD8EE
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 1 of 24
(REV. 10-05-18)
STANDARD CITY CONTRACT
MASTER CONTRACT FOR PRODUCTS AND SERVICES - THE CITY OF KANSAS CITY, MISSOURI
CONTRACT NO.: EV2671-01
TITLE/DESCRIPTION: Utility, Transportation and Golf Vehicles plus Related Accessories, Equipment,
Parts and Services
THIS Contract is between KANSAS CITY, MISSOURI, a constitutionally chartered municipal corporation
(“CITY”), and Club Car LLC (“CONTRACTOR”).
Sec. 1. The Contract. The Contract between the CITY and CONTRACTOR consists of the following
Contract Documents:
(a) this Contract;
(b) CONTRACTOR’s Proposal dated July 24, 2019 that is incorporated into this Contract by
reference;
(c) CITY’s RFP No. EV2671 that is incorporated into this Contract by reference;
(d) any and all Attachments and Exhibits attached to the Contract. All documents listed in this
Section 1 shall be collectively referred to as the “Contract Documents” and are incorporated
into this Contract. CITY and CONTRACTOR agree that the terms “Agreement” and “Contract”
and “Contract Documents” are used interchangeably in this Contract and the terms
“Agreement” and “Contract” and “Contract Documents” each include all “Contract
Documents.”
Attachment A: Scope of Work
Attachment B: Pricing
Sec. 2. Initial Term of Contract and Additional Periods.
(a) Initial Term. The initial term of this Contract shall begin on January 1, 2020 and shall end on
December 31, 2026. The Manager of Procurement Services is authorized to enter into an
amendment of this Contract with CONTRACTOR to extend the term of this Contract and time
of performance for this Contract.
(b) Renewal Terms. At any time prior to the expiration of the initial term or any subsequent term,
the CITY, in its sole discretion, may renew this Contract for up to four (4) additional one (1)
year terms.
(c) Transition Term. Notwithstanding the expiration of the initial term or any subsequent term or
all options to renew, CONTRACTOR and CITY shall continue performance under this Contract
until the CITY has a new contract in place with either CONTRACTOR or another provider or
until the CITY terminates the Contract, but in no event more than six months from the date of
expiration or termination.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
11/19/2019
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 2 of 24
(REV. 10-05-18)
Sec. 3. Compensation.
CONTRACTOR shall timely provide all vehicles, equipment, accessories, repairs,
parts, and services for the CITY in accordance with the Contract and the CITY shall pay
CONTRACTOR the lowest Price set forth the Contract for all vehicles, equipment,
accessories, repairs, parts, and services. CITY will order all vehicles, equipment,
accessories, repairs, parts, and services, on an as needed basis. CITY shall order all
vehicles, equipment, accessories, repairs, parts, and services to be provided by
CONTRACTOR under this Contract by means of a Purchase Order issued by the CITY's
Manager of Procurement Services for which funds have been certified and encumbered by
the City's Director of Finance. CITY shall not have any financial obligations to
CONTRACTOR under this Contract until the CITY issues a Purchase Order to
CONTRACTOR. CONTRACTOR shall not provide any vehicles, equipment,
accessories, repairs, parts, and services in excess of the dollar amount contained in any
Purchase Order and CONTRACTOR shall not be entitled to any payment in excess of the
dollar amount of the Purchase Orders from CITY without CITY’s prior written authorization.
Sec. 4. Effective Date of Contract.
(a) Notwithstanding Section 2 of this Contract, neither party has any obligation under this Contract
until the Manager of Procurement Services issues a Purchase Order which shall be signed by
the City’s Director of Finance certifying there is a balance, otherwise unencumbered, to the
credit of the appropriation to which the expenditure is to be charged, and a cash balance,
otherwise unencumbered, in the treasury, to the credit of the fund from which payment will be
made, each sufficient to meet the obligation incurred in the Purchase Order.
(b) The date of the first Purchase Order issued by the CITY is the effective date of this Contract.
(c) The date of the first Purchase Order issued by the CITY after the CITY renews this Contract
shall be the effective date of the renewal term or transition term.
Sec. 5. Invoices.
(a) CONTRACTOR shall submit to CITY a request for payment (hereinafter “Invoice”) for vehicles,
accessories, equipment, repairs, parts and services performed in sufficient detail for the CITY
to determine that the amount CONTRACTOR is requesting is in fact due and payable.
(b) CITY shall not pay any Invoice from CONTRACTOR unless CONTRACTOR is in compliance
with, and not in breach or default of, all terms, covenants and conditions of this Contract. If
damages are sustained by CITY as a result of breach or default by CONTRACTOR, CITY
may withhold payment(s) to CONTRACTOR for the purpose of set off until such time as the
exact amount of damages due to CITY from CONTRACTOR may be determined.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 3 of 24
(REV. 10-05-18)
(c) CITY shall not process CONTRACTOR’s Invoice unless CONTRACTOR’s Invoice is in proper
form, correctly computed, and is approved by CITY as payable under the terms of this
Contract.
(d) CITY is not liable for any obligation incurred by CONTRACTOR except as approved under
the provisions of this Contract.
(e) If CONTRACTOR is required to meet MBE/WBE goals for this Contract, CONTRACTOR shall
not submit an Invoice to the City unless CONTRACTOR’s Invoice is accompanied by a copy
of the most recent 00485.01 M/WBE Monthly Utilization Report submitted by CONTRACTOR
to the City’s Human Relations Department. CONTRACTOR shall remain current on
CONTRACTOR’s filing of 00485.01 M/WBE Monthly Utilization Reports. CITY shall not pay
CONTRACTOR’s Invoice unless CONTRACTOR is current on CONTRACTOR’s filing of
00485.01 M/WBE Monthly Utilization Reports.
Sec. 6. Representations and Warranties of CONTRACTOR. CONTRACTOR hereby represents and
warrants to the CITY the following:
(a) CONTRACTOR is in good standing under the laws of the state of Missouri and each state in
which it does business, except any such state where the failure to be in good standing would
not have a material adverse effect on CONTRACTOR’s ability to perform this Contract in
accordance with its terms.
(b) The execution, delivery and performance by CONTRACTOR of this Contract have been duly
authorized by all necessary corporate action and do not and will not (i) require any consent or
approval of CONTRACTOR's board of directors; (ii) require any authorization, consent or
approval by, or registration, declaration or filing with, or notice to, any governmental
department, commission, board, bureau, agency or instrumentality, or any third party, except
such authorization, consent, approval, registration, declaration, filing or notice as has been
obtained prior to the date hereof; (iii) violate any provision of any law, rule or regulation or of
any order, writ, injunction or decree presently in effect having applicability to CONTRACTOR
or its articles or by-laws; and (iv) result in a breach of or constitute a default under any material
agreement, lease or instrument to which CONTRACTOR is a party or by which it or its
properties may be bound or affected.
(c) CONTRACTOR shall not enter into any contract for the services to CITY that purports to grant
a security interest or right of repossession to any person or entity respecting the services, or
any portions thereof or chattels placed thereon.
(d) There is no litigation, proceeding or other investigation pending or, to the knowledge of
CONTRACTOR, threatened against CONTRACTOR which would prevent consummation of
the transaction contemplated by this Contract or would have a materially adverse effect on
CONTRACTOR.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 4 of 24
(REV. 10-05-18)
Sec. 7. Survival of the Representations, Warranties and Covenants. All representations, warranties
and covenants expressed herein shall survive the execution of this Contract for the benefit of the parties
hereto.
Sec. 8. Governing Law. This Contract shall be construed and governed in accordance with the laws of
the State of Missouri without giving effect to Missouri’s choice of law provisions. The CITY and
CONTRACTOR: (1) submit to the jurisdiction of the state and federal courts located in Jackson County,
Missouri; (2) waive any and all objections to jurisdiction and venue; and (3) will not raise forum non
conveniens as an objection to the location of any litigation.
Sec. 9. Termination for Convenience. CITY may, at any time upon fifteen (15) days written notice to
CONTRACTOR specifying the effective date of termination, terminate this Contract, in whole or in part.
Sec. 10. Default and Remedies.
(a) If CONTRACTOR shall be in default or breach of any provision of this Contract, CITY may
terminate this Contract, suspend CITY’s performance, withhold payment or invoke any other
legal or equitable remedy after giving CONTRACTOR ten (10) days written notice and
opportunity to cure such default or breach.
(b) If CITY shall be in default or breach of any provision of this Contract, CONTRACTOR may
terminate this contract or suspend CONTRACTOR’s performance after giving CITY ten (10)
days written notice and opportunity to cure such default or breach.
Sec. 11. Waiver. Waiver by CITY of any term, covenant, or condition hereof shall not operate as a waiver
of any subsequent breach of the same or of any other term, covenant or condition. No term, covenant, or
condition of this Contract can be waived except by written consent of CITY, and forbearance or indulgence
by CITY in any regard whatsoever shall not constitute a waiver of same to be performed by CONTRACTOR
to which the same may apply and, until complete performance by CONTRACTOR of the term, covenant or
condition, CITY shall be entitled to invoke any remedy available to it under this Contract or by law despite
any such forbearance or indulgence.
Sec. 12. Acceptance. No payment made under this Contract shall be proof of satisfactory performance of
the Contract, either wholly or in part, and no payment shall be construed as acceptance of deficient or
unsatisfactory services.
Sec. 13. Records.
(a) For purposes of this Section:
1. “CITY” shall mean the City Auditor, the City’s Internal Auditor, the City’s Director of
Human Relations, the City Manager, the City department administering this Contract
and their delegates and agents.
2. “Record” shall mean any document, book, paper, photograph, map, sound recordings
or other material, regardless of physical form or characteristics, made or received in
connection with this Contract and all Contract amendments and renewals.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 5 of 24
(REV. 10-05-18)
(b) CONTRACTOR shall maintain and retain all Records for a term of five (5) years that shall
begin after the expiration or termination of this Contract and all Contract amendments. CITY
shall have a right to examine or audit all Records, and CONTRACTOR shall provide access
to CITY of all Records upon ten (10) days written notice from the CITY.
(c) The books, documents and records of CONTRACTOR in connection with this Contract shall
be made available to the City Auditor, the City’s Internal Auditor, the City’s Director of Human
Relations and the City department administering this Contract within ten (10) days after the
written request is made.
Sec. 14. Affirmative Action. If this Contract exceeds $300,000.00 and Contractor employs fifty (50) or more
people, Contractor shall comply with City’s Affirmative Action requirements in accordance with the provisions
of Chapter 3 of City’s Code, the rules and regulations relating to those sections, and any additions or
amendments thereto; in executing any Contract subject to said provisions, Contractor warrants that it has an
affirmative action program in place and will maintain the affirmative action program in place for the duration
of the Contract. Contractor shall not discriminate against any employee or applicant for employment because
of race, color, sex, religion, national origin or ancestry, disability, sexual orientation, gender identity or age in
a manner prohibited by Chapter 3 of City’s Code. Contractor shall:
(a) Submit, in print or electronic format, a copy of Contractor’s current certificate of compliance to
the City’s Human Relations Department (HRD) prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. If, and only if, Contractor does not possess a current certification of
compliance, Contractor shall submit, in print or electronic format, a copy of its affirmative action program to HRD prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years.
(b) Require any Subcontractor awarded a subcontract exceeding $300,000.00 to affirm that Subcontractor has an affirmative action program in place and will maintain the affirmative
action program in place for the duration of the subcontract. (c) Obtain from any Subcontractor awarded a subcontract exceeding $300,000.00 a copy of the
Subcontractor’s current certificate of compliance and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. If, and only if, Subcontractor does not possess a current certificate of compliance, Contractor
shall obtain a copy of the Subcontractor’s affirmative action program and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed.
City has the right to take action as directed by City’s Human Relations Department to enforce this provision.
If Contractor fails, refuses or neglects to comply with the provisions of Chapter 3 of City’s Code, then such
failure shall be deemed a total breach of this Contract and this Contract may be terminated, canceled or
suspended, in whole or in part, and Contractor may be declared ineligible for any further contracts funded by
City for a period of one (1) year. This is a material term of this Contract.
Sec. 15. Tax Compliance. If the CITY’s payments to CONTRACTOR exceed $160,000.00 for the period of
May 1st through April 30th, CONTRACTOR shall provide proof of compliance with the CITY’s tax ordinances
administered by the CITY’s Commissioner of Revenue as a precondition to the CITY making the first payment
under this Contract. CONTRACTOR also shall submit to the CITY proof of compliance with the CITY’s tax
ordinances administered by the CITY’s Commissioner of Revenue as a condition precedent to the CITY
making final payment under the Contract.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 6 of 24
(REV. 10-05-18)
Sec. 16. Buy American Preference. It is the policy of the CITY that any manufactured goods or
commodities used or supplied in the performance of any CITY Contract or any subcontract thereto shall be
manufactured or produced in the United States whenever possible.
Sec. 17. Notices. All notices to be given hereunder shall be in writing and may be given, served or made
by depositing the same in the United States mail addressed to the party to be notified, postpaid and registered
or certified with return receipt requested or by delivering the same in person to such person. Notice deposited
in the mail in accordance with the provisions hereof shall be effective unless otherwise stated in such notice
or in this Contract from and after the second day next following the date postmarked on the envelope
containing such notice. Notice given in any other manner shall be effective only if and when received by the
party to be notified. All notices shall be sent to the following addresses:
If to the CITY: City of Kansas City, Missouri
Procurement Services Division
414 East 12th Street, 1st Floor, Room 102 W
Kansas City, Missouri 64106
Attention: Cedric Rowan, C.P.M., Manager
Telephone: (816) 513-0814
Facsimile: (816) 513-1066
With copies to: Cecilia Abbott, Esq.
City Attorney
Law Department of Kansas City, Missouri
414 East 12th Street, 23rd Floor
Kansas City, Missouri 64106
Telephone: (816) 513-3127
If to the CONTRACTOR: Club Car
4125 Washington road
Evans, GA 30809
RENTAL@CLUBCAR.COM
Sec. 18. General Indemnification.
(a) For purposes of this Section only, the following terms shall have the meanings listed:
1. Claims means all claims, damages, liability, losses, costs and expenses, court costs
and reasonable attorneys' fees, including attorneys’ fees incurred by the CITY in the
enforcement of this indemnity obligation.
2. CONTRACTOR's Agents means CONTRACTOR's officers, employees,
subcontractors, successors, assigns, invitees, and other agents.
3. CITY means CITY, its Agencies, its agents, officials, officers and employees.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 7 of 24
(REV. 10-05-18)
(b) CONTRACTOR's obligations under this Section with respect to indemnification for acts or
omissions, including negligence, of CITY, shall be limited to the coverage and limits of
insurance that CONTRACTOR is required to procure and maintain under this Contract.
CONTRACTOR affirms that it has had the opportunity to recover all costs of the insurance
requirements imposed by this Contract in its contract price.
(c) CONTRACTOR shall defend, indemnify and hold harmless CITY from and against all third
party claims to the extent caused by acts or omissions by CONTRACTOR. CONTRACTOR
is not obligated under this Section to indemnify CITY for the sole negligence of CITY.
(d) In no event shall the language in this Section constitute or be construed as a waiver or
limitation of the CITY’s rights or defenses with regard to sovereign immunity, governmental
immunity, or other official immunities and protections as provided by the federal and state
constitutions or by law.
Sec. 19. Indemnification for Professional Negligence. If this contract is for professional services,
CONTRACTOR shall indemnify, and hold harmless CITY and any of its agencies, officials, officers, or
employees from and against all third claims, damages, liability, losses, costs, and expenses, including
reasonable attorneys’ fees, to the extent caused by any negligent acts or omissions in connection with this
Contract, caused by CONTRACTOR, its employees, agents, subcontractors, or caused by others for whom
CONTRACTOR is liable, in the performance of professional services under this Contract. CONTRACTOR
is not obligated under this Section to indemnify CITY for the negligent acts of CITY or any of its agencies,
officials, officers, or employees.
Sec. 20. Insurance.
(a) CONTRACTOR shall procure and maintain in effect throughout the term of this Contract
insurance policies with coverage not less than the types and amounts specified in this Section.
CONTRACTOR must have:
1. Commercial General Liability Insurance Policy: with limits of $1,000,000 per
occurrence and $2,000,000 aggregate, written on an “occurrence” basis. The policy
shall be written or endorsed to include the following provisions:
a. Severability of Interests Coverage applying to Additional Insureds
b. Contractual Liability
c. Per Project Aggregate Liability Limit or, where not available, the aggregate limit
shall be $2,000,000.
d. No Contractual Liability Limitation Endorsement
e. Additional Insured Endorsement, ISO form CG20 10, current edition, or its
equivalent.
2. Workers’ Compensation Insurance and Employers Liability Policies as required by
Missouri law.
3. Commercial Automobile Liability Insurance Policy: with a limit of $1,000,000 per
occurrence, covering owned, hired, and non-owned automobiles. The Policy shall
provide coverage on an “any auto” basis and on an “occurrence” basis. This insurance
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 8 of 24
(REV. 10-05-18)
policy will be written on a Commercial Business Auto form, or acceptable equivalent,
and will protect against claims arising out of the operation of motor vehicles, as to acts
done in connection with the Contract, by CONTRACTOR.
4. If this Contract is for professional services, CONTRACTOR shall obtain Professional
Liability Insurance with limits per claim and annual aggregate of $1,000,000.
(b) All insurance policies required in this Section shall provide that the policy will not be canceled
until after the Insurer provides the CITY ten (10) days written notice of cancellation in the event
that the cancellation is for CONTRACTOR’s nonpayment of premiums and thirty (30) days
written notice of cancellation to CITY for all other reasons of cancellation.
(c) The Commercial General and Automobile Liability Insurance Policies specified above shall
provide that CITY and its agencies, agents, officials, officers, and employees, while acting
within the scope of their authority, will be named as additional insureds for the services
performed under this Contract. CONTRACTOR shall provide to CITY at execution of this
Contract a certificate of insurance showing all required endorsements and additional insureds.
(d) All insurance policies must be provided by Insurance Companies that have an A.M. Best’s
rating of “A-V” or better, and are licensed or approved by the State of Missouri to provide
insurance in Missouri.
(e) Regardless of any approval by CITY, CONTRACTOR shall maintain the required insurance
coverage in force at all times during the term of this Contract. CONTRACTOR’s failure to
maintain the required insurance coverage will not relieve CONTRACTOR of its contractual
obligation to indemnify the CITY pursuant to this Section of this Contract. In the event
CONTRACTOR fails to maintain the required insurance coverage in effect, CITY may declare
CONTRACTOR in default.
(f) In no event shall the language in this Section constitute or be construed as a waiver or
limitation of the CITY’s rights or defenses with regard to sovereign immunity, governmental
immunity, or other official immunities and protections as provided by the federal and state
constitutions or by law.
Sec. 21. Interpretation of the Contract.
(a) CITY selected CONTRACTOR through a negotiated procurement process rather than an
Invitation for Bids (IFB) solicitation. Unlike the IFB, this process allows the CITY and
CONTRACTOR to discuss and negotiate a contract at arm’s length prior to entering a final
contract that is acceptable to both the CITY and the CONTRACTOR. After negotiation and
discussion, CONTRACTOR and CITY have incorporated multiple documents into this
Agreement and the meaning of some of the words used in the Agreement may be uncertain,
incomplete or duplicative and the Agreement may promise something at one place and take
that promise away at another. In sum, the Agreement may contain words and provisions that
are susceptible of more than one meaning so that reasonable persons of average intelligence
may fairly and honestly differ in their construction of the words and provisions. It is the intent
of the CITY and the CONTRACTOR that the CITY’s taxpayers receive the benefit or
advantage in the construction and interpretation of this Agreement, regardless of the normal
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 9 of 24
(REV. 10-05-18)
judicial rules of contract construction even if the construction and interpretation of the
Agreement will cost the CONTRACTOR more money and time. CITY and CONTRACTOR
agree that CITY’s Manager of Procurement Services shall resolve all disagreements as to the
meaning of this Agreement or any ambiguity in this Agreement, in favor of the CITY and its
taxpayers even if it will cost the CONTRACTOR more money and time. The decision of CITY’s
Manager of Procurement shall be final and conclusive if the Manager of Procurement Services
acted in good faith.
(b) CONTRACTOR acknowledges and agrees that the CITY has provided CONTRACTOR with
an opportunity to have CONTRACTOR’s attorney review and advise CONTRACTOR on the
Agreement and any potential ambiguities or areas of disagreement and the potential adverse
legal consequences of CONTRACTOR agreeing to this Section as well as the entire
Agreement. CONTRACTOR certifies that CONTRACTOR has provided the CITY written
notice of all ambiguities, conflicts, errors or discrepancies that it has discovered in the
Agreement and the written resolution thereof by the CITY as embodied in this final Agreement
is acceptable to CONTRACTOR.
(c) CONTRACTOR certifies that CONTRACTOR has either (1) waived its right to have
CONTRACTOR’s attorney review this Section and Agreement; or (2) CONTRACTOR has
consulted with an attorney on this Section and Agreement.
(d) CONTRACTOR knowingly and voluntarily agrees to this Section and the entire Agreement.
CONTRACTOR certifies that this contract was not procured by fraud, duress or undue
influence.
Sec. 22. Contract Execution. This Contract may be executed in one or more counterparts, each of which
will be deemed an original copy of this Contract and all of which, when taken together, will be deemed to
constitute one and the same Contract. This Contract shall be effective upon the execution of counterparts
by both parties, notwithstanding that both parties may not sign the same counterpart. The parties' signatures
transmitted by facsimile or by other electronic means shall be proof of the execution of this Contract and shall
be acceptable in a court of law.
Sec. 23. Guaranteed Lowest Pricing. CONTRACTOR certifies that this Contract contains
CONTRACTOR’s lowest and best pricing for all services supplied by CONTRACTOR to any government,
governmental entity, political subdivision, city, state, school district or any other public entity in the United
States as of the date of this Contract.
Sec. 24. Assignability and Subcontracting.
(a) Assignability. Contractor shall not assign or transfer any part or all of Contractor’s obligation
or interest in this Contract without prior written approval of City. If Contractor shall assign or
transfer any of its obligations or interests under this Contract without the City’s prior written
approval, it shall constitute a material breach of this Contract. This provision shall not prohibit
contractor from subcontracting as otherwise provided for herein.
(b) Subcontracting. Contractor shall not subcontract any part or all of Contractor’s obligations or
interests in this Contract unless the subcontractor has been identified in a format required by
City. If Contractor shall subcontract any part of Contractor’s obligations or interests under this
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 10 of 24
(REV. 10-05-18)
Contract without having identified the subcontractor, it shall constitute a material breach of
this Contract. The utilization of subcontractors shall not relieve Contractor of any of its
responsibilities under the Contract, and Contractor shall remain responsible to City for the
negligent acts, errors, omissions or neglect of any subcontractor and of such subcontractor’s
officers, agents and employees. City shall have the right to reject, at any point during the term
of this Contract, any subcontractor identified by Contractor, and to require that any
subcontractor cease working under this Contract. City’s right shall be exercisable in its sole
and subjective discretion. City shall not be obligated to pay or be liable for payment of any
monies which may be due to any subcontractor. Contractor shall include in any subcontract
a requirement that the subcontractor comply with all requirements of this Contract in
performing Contractor’s services hereunder.
Sec. 25. Professional Services – Conflict of Interest Certification. If this Contract is for professional
services other than for medical doctors or appraisers, CONTRACTOR certifies that CONTRACTOR is not
an expert witness for any party in litigation against the CITY at the time of the issuance of this Contract.
Sec. 26. Intellectual Property Rights. CONTRACTOR agrees, on its behalf and on behalf of its employees
and agents, that it will promptly communicate and disclose to CITY all computer programs, documentation,
software and other copyrightable works (“copyrightable works”) conceived, reduced to practice or made by
CONTRACTOR or its agents, whether solely or jointly with others, during the term of this Contract resulting
from or related to any work CONTRACTOR or its agents may do on behalf of CITY or at its request. All
inventions and copyrightable works that CONTRACTOR is obligated to disclose shall be and remain entirely
the property of CITY. It is agreed that all inventions and copyrightable works are works made for hire and
shall be the exclusive property of CITY. CONTRACTOR hereby assigns to CITY any rights it may have in
such copyrightable works. CONTRACTOR shall cooperate with CITY in obtaining any copyrights or patents.
Sec. 27. Minority and Women’s Business Enterprises. RESERVED.
Sec. 28. Employee Eligibility Verification. CONTRACTOR shall execute and submit an affidavit, in a form
prescribed by the CITY, affirming that CONTRACTOR does not knowingly employ any person in connection
with the contracted services who does not have the legal right or authorization under federal law to work in
the United States as defined in 8 U.S.C. §1324a(h)(3). CONTRACTOR shall attach to the affidavit
documentation sufficient to establish CONTRACTOR’s enrollment and participation in an electronic
verification of work program operated by the United States Department of Homeland Security to verify
information of newly hired employees, under the Immigration and Reform and Control Act of 1986.
CONTRACTOR may obtain additional information about E-Verify and enroll at https://e-
verify.uscis.gov/enroll/StartPage.aspx?JS=YES. For those CONTRACTORs enrolled in E-Verify, the first
and last pages of the E-Verify Memorandum of Understanding that CONTRACTOR will obtain upon
successfully enrolling in the program shall constitute sufficient documentation for purposes of complying with
this section. CONTRACTOR shall submit the affidavit and attachments to the CITY prior to execution of the
contract, or at any point during the term of the contract if requested by the CITY.
Sec. 29. Emergencies.
(a) Disaster means any large scale event such as an act of terrorism, fire, wind, flood, earthquake
or other natural or man-made calamity which results in, or has the potential to result in a
significant loss of life or property.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 11 of 24
(REV. 10-05-18)
(b) During and after a disaster, CONTRACTOR shall provide special services to the CITY
including CONTRACTOR shall open CONTRACTOR’s facilities even on nights and weekends
as necessary to meet the needs of the City during a disaster.
(c) CONTRACTOR shall not charge CITY any fee for opening facilities during an emergency or
for extending CONTRACTOR’s hours of operation during a disaster. CITY shall pay
CONTRACTOR the agreed upon contract prices for all purchases made by CITY during the
disaster and CONTRACTOR shall not charge CITY any additional mark-up, fee or cost for
any purchases made by CITY during a disaster.
(d) CONTRACTOR shall quickly mobilize CONTRACTOR’s internal and external resources to
assist CITY when a disaster unfolds.
(e) Extended hours and personnel. During disasters, CONTRACTOR’s facilities shall stay open
24 hours if requested by the CITY. CONTRACTOR shall utilize additional CONTRACTOR
personnel to take CITY orders if necessary. CONTRACTOR’s Call Center shall accept phone
orders 24 hours a day.
(f) CONTRACTOR shall have contingency plans with CONTRACTOR’s suppliers or dealers and
distributors to provide additional supplies and equipment quickly to CITY as needed.
(g) CONTRACTOR shall cooperate with CITY to properly document any and all expenses
incurred by CITY with CONTRACTOR and CONTRACTOR shall assist CITY in meeting any
and all documentation requirements of the Federal Emergency Management Agency (FEMA).
Sec. 30. Trade-In. If the solicitation requests a price or value for one or more pieces of equipment to be
traded in as part of the purchase of new equipment, the CITY retains the option to purchase the new
equipment at the full price or to reduce the price of the new equipment by the amount of the trade-in offered.
The CITY is not obligated to accept the trade-in offer and may withdraw equipment offered for trade-in at any
time up to award.
Sec. 31. Time of Delivery. Delivery is required to be made in accordance with the schedule shown in the
solicitation and purchase order.
Sec. 32. F.O.B. Destination. Unless otherwise directed in the solicitation and purchase order, all deliveries
shall be F.O.B. Destination and all freight charges shall be included in the total price. Supplies shall be
delivered to the destination consignee’s warehouse unloading platform, or receiving dock, at the expense of
the CONTRACTOR. The CITY shall not be liable for any delivery, storage, demurrage, accessorial, or other
charges involved prior to the actual delivery (or “constructive placement” as defined in carrier tariffs) of the
supplies to the destination, unless such charges are caused by an act or order of the CITY acting in its
contractual capacity. If rail carrier is used, supplies will be delivered to the specified unloading platform of
the consignee. If motor carrier (including “piggy-back”) is used, supplies will be delivered to truck tailgate at
the unloading platform of the consignee. If the CONTRACTOR uses rail carrier or freight forwarder for less
than carload shipments, he shall assure that the carrier will furnish tailgate delivery if transfer to truck is
required to complete delivery to consignee. One of the following statements usually will appear on the
purchase order, although others may be used.
(a) F.O.B. Destination, Freight Prepaid by Seller. The seller pays and bears all freight charges.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 12 of 24
(REV. 10-05-18)
(b) F.O.B. Destination, Freight Prepaid and Charged Back on Invoice. The seller pays the freight
and charges the CITY by adding it to the invoice.
(c) F.O.B. Destination, Freight Collect. The CITY pays and bears the freight charges.
(d) F.O.B. Destination, Freight Collect and Allowed on Invoice. The CITY pays the freight charges
and deducts the amount from the seller’s invoice.
Sec. 33. Quality. Unless otherwise required by terms of the solicitation, all goods, supplies, and materials
furnished shall be new, in current production, and the best of their kind. When applicable, parts and
maintenance shall be reasonably available. New equipment that is obsolete or technically outdated is not
acceptable. Remanufactured or reconditioned items are not considered new. Items shall be properly
packaged, packed, labeled, and identified in accordance with commercial standards acceptable to the trade
and as required by ICC and other federal and state regulations. Packing slips will accompany the shipment.
Sec. 34. Price. Prices quoted are to be firm and final. All prices quoted shall be net and shall reflect any
available discount except for discounts for timely payment. All prices are to be F.O.B. designated delivery
point. All shipping, packing, and drayage charges are the responsibility of the supplier. C.O.D. shipments
will not be accepted unless otherwise agreed to by the City.
Sec. 35. Brand Name or Equal. Whenever the name of the manufacturer or the supplier is mentioned on
the face hereof and the words “or equal” do not follow, it shall be deemed that the words “or equal” shall
follow such designations unless the face hereof specifies “no substitutions”. The CITY may assume that
items submitted are equal or it may request samples and proof thereof and unless approved before shipment,
reserves right to return at the CONTRACTOR’S expense all items that are not acceptable as equals, said
items to be replaced by the CONTRACTOR with satisfactory items at the original submitted price.
Sec. 36. Commercial Warranty. The CONTRACTOR agrees that the supplies or services furnished under
this contract shall be covered by the most favorable commercial warranties the CONTRACTOR gives to any
customer for such supplies or services and that the rights and remedies provided herein are in addition to
and do not limit any rights afforded to the CITY by any other clause of this contract.
Sec. 37. Discounts.
A. Prompt payment discounts offered for payment within less than twenty (20) calendar days will
not be considered in evaluating proposals for award, unless otherwise specified in the
solicitation. However, offered discounts of less than twenty (20) days will be taken if payment
is made within the discount period, even though not considered in the evaluation of proposals.
B. In connection with any discount offered, time will be computed from date of delivery of the
supplies to the carrier when acceptance is at the point of origin, or from date of delivery at
destination when delivery and acceptance is at destination, or from the date the correct invoice
or voucher is received in the office specified by the CITY, if the latter is later than the date of
delivery. Payment is deemed to be made for the purpose of earning the discount on the date
of mailing of the CITY check.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 13 of 24
(REV. 10-05-18)
C. Any discount offered other than for prompt payment should be included in the net price quoted
and not included in separate terms. In the event this is not done, the CITY reserves the right
to accept the discount offered and adjust prices accordingly on the purchase order.
Sec. 38. Sellers Invoice. Invoices shall be prepared and submitted in duplicate to address shown on the
purchase order. Separate invoices are required for each purchase order. Invoices shall contain the following
information: purchase order number, item number, description of supplies or services, sizes, unit of measure,
quantity, unit price, and extended totals.
Sec. 39. Inspection and Acceptance. Inspection and acceptance will be at destination unless specified
otherwise, and will be made by the CITY department shown in the shipping address or other duly authorized
representative of the CITY. Until delivery and acceptance, and after any rejection, risk of loss will be on the
CONTRACTOR unless loss results from negligence of the CITY. CONTRACTOR will be notified of rejected
shipments. Unless agreed otherwise, items will be returned freight collect.
Sec. 40. Loss and Damaged Shipments. Risk of loss or damage to items prior to the time of their receipt
and acceptance by the CITY is upon the CONTRACTOR. The CITY has no obligation to accept damaged
shipments and reserves the right to return at CONTRACTOR’s expense damaged merchandise even though
the damage was not apparent or discovered until after receipt of the items.
Sec. 41. Late Shipments. Supplier or CONTRACTOR is responsible to notify the CITY department receiving
the items and the Senior Buyer of any late or delayed shipments. The CITY reserves the right to cancel all
or any part of an order if the shipment is not made as promised.
Sec. 42. Tax Exemption - Federal and State.
A. The CITY is exempt from Federal Excise and Transportation taxes on purchases under
Chapter 32, Internal Revenue Code. The federal tax registration number issued by the St.
Louis District Director on November 11, 1974 is No. 43740340K.
B. The CITY is exempt from payment of Missouri Sales and Use Tax in Accordance with Section
39(10) Article 3, of the Missouri Constitution and Sections 144.040 and 144.615 RSMo 1969
and supplement thereto. A copy of the exemption from Missouri Sales and Use Tax is
available upon request.
Sec. 43. Annual Appropriation of Funds.
A. Multi-year term supply and service contracts and leases and the exercise of options to renew
term contracts are subject to annual appropriation of funds by the City Council. Payments
made under term contracts and leases are considered items of current expense. Purchase
orders are funded when issued, therefore are current expense items and are not subject to
any subsequent appropriation of funds.
B. In the event sufficient funds are not appropriated for the payment of lease payments or
anticipated term contract payments required to be paid in the next occurring lease or contract
term and if no funds are legally available from other sources, the lease or contract may be
terminated at the end of the original term or renewal term and the CITY shall not be obligated
to make further payments beyond the then current original or renewal term. The CITY will
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 14 of 24
(REV. 10-05-18)
provide notice of its inability to continue the lease or contract at such time as the Manager of
Procurement Services is aware of the nonappropriation of funds; however, failure to notify
does not renew the term of lease or contract. If a lease is cancelled, the events of default will
occur as described in the lease and/or the section titled TERMINATION FOR DEFAULT. The
CITY has no monetary obligations in event of termination or reduction of a term contract since
such contracts represent estimated quantities and are not funded as a contract, but only to
the extent of purchase orders issued.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 15 of 24
(REV. 10-05-18)
CONTRACTOR
I hereby certify that I have the authority to execute
this document on behalf of CONTRACTOR.
Contractor:
By:
Title:
Date:
APPROVED AS TO FORM
Assistant City Attorney (Date)
KANSAS CITY, MISSOURI
By:
Title:
Date:
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
11/20/2019
Director Strategic Account Sales
Club Car, LLC
11/21/2019
Procurement Manager
11/22/2019
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 16 of 24
(REV. 10-05-18)
Attachment A: Scope of Work
The City of Kansas City, Missouri, as the Principal Procurement Agency, defined in Attachment A, has
partnered with OMNIA Partners to make the resultant contract (also known as the “Master Agreement” in
materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally,
including state and local governmental entities, public and private primary, secondary and higher education
entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’
cooperative purchasing program. The City of Kansas City, Missouri is acting as the contracting agency for
any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement
by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”).
Attachment A contains additional information about OMNIA Partners and the cooperative purchasing
agreement.
OMNIA Partners is the largest and most experienced purchasing organization for public and private sector
procurement.
Through the economies of scale created by OMNIA Partners public sector subsidiaries, National IPA and
U.S. Communities, our participants now have access to more competitively solicited and publicly awarded
cooperative agreements. The lead agency contracting process continues to be the foundation on which we
are founded. OMNIA Partners is proud to offer more value and resources to state and local government,
higher education, K-12 education and non-profits.
OMNIA Partners provides shared services and supply chain optimization to government, education and
the private sector. As a channel partner with Vizient (formally, Novation), OMNIA Partners leverages over
$100 billion in annual supply spend to command the best prices for products and services. With corporate,
pricing and sales commitments from the Supplier, OMNIA Partners provides marketing and administrative
support for the Supplier that directly promotes the Supplier’s products and services to Participating Public
Agencies though multiple channels, each designed to promote specific products and services to Public
Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the
convenience of a contract that has already been advertised and publicly competed. The Supplier benefits
from a contract that allows Participating Public Agencies to directly purchase goods and services without the
Supplier’s need to respond to additional competitive solicitations. As such, the Supplier must be able to
accommodate a nationwide demand for services and to fulfill obligations as a nationwide Supplier and
respond to the OMNIA Partners documents (Attachment A).
The City of Kansas City, Missouri anticipates spending approximately $300,000 over the full potential
Master Agreement term for Utility, Transportation and Golf Vehicles plus Related Accessories, Equipment,
Parts and Services. While no minimum volume is guaranteed to the Supplier, the estimated annual volume
of Utility, Transportation and Golf Vehicles plus Related Accessories, Equipment, Parts and Services
purchased under the Master Agreement through OMNIA Partners Public Sector is approximately fifty ($50)
million. This projection is based on the current annual volumes among the City of Kansas City, Missouri,
other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available
to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated
marketing approach between the Supplier and OMNIA Partners.
1. GENERAL DEFINITION OF PRODUCTS AND/OR SERVICES
Proposers are to propose the broadest possible selection of UTILITY, TRANSPORTATION AND
GOLF
VEHICLES AND RELATED ACCESSORIES, EQUIPMENT, PARTS AND SERVICES they offer. The
intent of this solicitation is to provide Participating Public Agencies with products and services to meet
their various needs. Therefore, the Proposers should have demonstrated experience in providing the
Products and Services as defined in the RFP, including but not limited to:
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 17 of 24
(REV. 10-05-18)
a. Utility Vehicles - A complete and comprehensive selection of gas, diesel and/or electric utility
vehicles
that range from light-duty to heavy-duty offered by Proposer.
b. Transportation Vehicles - A complete and comprehensive selection of gas, diesel and/or electric
transportation vehicles to accommodate varying quantities of passengers, including but not limited
to,
vehicles that can transport from 2 to 8 passengers and any additional larger group options offered by
Proposer.
c. Golf Vehicles - A complete and comprehensive selection of gas, diesel and/or electric golf vehicles,
including but not limited to, golf carts, turf utility vehicles, mobile merchandising vehicles and any
other
golf vehicles available from Proposer.
d. Low-Speed Vehicles (LSV) - A complete and comprehensive selection of gas, diesel and/or electric
low-speed vehicles which meet street legal requirements offered by Proposer.
e. Accessories and Equipment - A complete offering of accessories and equipment, including but not
limited to, trailer hitch and trailer hitch balls, front and rear guards, canopies, cab enclosures,
reflectors,
mirror kits, strobe lights, decals, modular bed accessories and any other accessories and equipment
offered by Proposer.
f. Parts - A complete offering of Original Equipment Manufacturer (OEM) repair and maintenance
parts
offered by Proposer.
g. Related Products and Services - Any related products as well as services such as training (on-site
and
remote), warranty service, technical services, repair services and any other services offered by
Proposer.
ALL PRODUCTS OFFERED MUST BE NEW, UNUSED, OF THE LATEST DESIGN AND
TECHNOLOGY UNLESS OTHERWISE SPECIFIED.
2. REGULATORY REQUIREMENTS AND STANDARDS
All products must be manufactured in compliance with all standards including warning labels and
safety devices, guard and equipment required to meet the safety standards recognized by industry
safety,councils or organizations to establish safety standards such as Outdoor Power Equipment
Institute(OEPI), Society of Automotive Engineers (SAE International), American Society of
Agricultural and Biological Engineers (ASABE), American National Standards Institute (ANSI),
Occupational Safety andHealth Administration (OSHA), Underwriters Laboratories, Inc. (UL),
Environmental Protection Agency(EPA), etc. If a product proposed requires a Material Safety Data
Sheet (MSDS) it must accompany each shipment.
3. SHIPPING
Proposers must include a defined shipping program with its response. If shipping is charged
separately, only the actual cost of the freight may be added to an invoice. Shipping charges calculated
as a percentage of the product price cannot be used. a. Unless specifically stated otherwise in the
"Shipping Program" included in Proposer's response, all prices quoted must be F.O.B. destination
with freight prepaid by the Proposer. Shipping terms will be Prepaid and Add F.O.B. Destination from
our Club Car Dealer (selling agent). For clarification proposes, shipping terms to our Club Car Dealer
(selling agent) are F.O.B. Augusta, GA. Refer to Freight Rates schedule for state specific rate pricing
attached in RFP360 files – “2020
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 18 of 24
(REV. 10-05-18)
Club Car Freight Rates - OMNIA.pdf”. Rates will be based on the most current published rates
that Ryder/Club Car Transportation establishes on a yearly basis.
Dealers also charge for Prep, Set-up & Delivery. Vehicles are shipped from the manufacturing
facility in Evans, GA to the local Club Car Authorized Dealer (selling agent) requiring final
assembly by the Authorized Dealer (selling agent).
What the local Club Car Authorized Dealer (selling agent) will charge will be determined by
complexity of final assembly and distance between their location and customer.
Club Car will implement the following prepping/PDI fee’s for the basic vehicle configurations.
For Fleet Golf Cars:
o $50 prepping fee
o $150 prepping fee for the Café Express
For Carryall 411 – Truckster Vehicle:
o $600 prepping fee
For all remaining Commercial Utility Vehicles (2wd & 4x4), Transportation, Low Speed
Vehicles:
$450 prepping fee for basic vehicles to include canopy top & windshield installation
$800 prepping fee for vehicles with the standard basic cab assembly
$400 prepping fee for vehicles with the standard van box to be added in addition to the
standard fees listed above if combined with a cab or canopy top/windshield.
Vehicles that have a higher level of complexity for final assembly charges will be completely
determined by the local Club Car Authorized Dealer (selling agent).
The Dealers (selling agents) are all independent businesses. Club Car cannot dictate to them what
to charge beyond the base charge to install canopy tops, windshields, basic cabs and basic van
boxes.
b. Additional costs for expedited deliveries may be added.
4. DELIVERY
Equipment will be delivered to various locations for each Participating Public Agency. All deliveries
shall be made Monday through Friday from 8:00 am to 4:00 pm local time unless otherwise requested.
Proposer is required to provide a minimum of 24 hours' notice prior to delivery with the anticipated
time of delivery and quantity to be delivered. Upon delivery, Proposer will provide the following
documentation to each Participating Public Agency:
a. Manufacturer Statement of Origin (MSO);
b. All applicable warranty documents;
c. All applicable manuals per paragraph 5; and
d. Delivery ticket with appropriate corresponding purchase order number.
All Club Car vehicles are shipped from the manufacturing facility in Evans, GA to the local Club
Car Authorized Dealer (selling agent) via Club Car Transportation for assembly and then require
final delivery to the purchasing Public Entity by the Authorized Dealer (selling agent).
The following Dealer delivery fees are to be included in every quote and are on a per vehicle
basis:
Distance from Dealer to Final Destination Fee Schedule 0-25 round trip miles $75 26-50 round trip
miles $100 51-75 round trip miles $125 76-100 round trip miles $150 101 < miles $2/mile round trip
5. VEHICLE INSPECTION
Proposer shall work with the Participating Public Agency to arrange for inspection. Each vehicle
delivered shall be subject to a complete inspection by the Participating Public Agency prior to
acceptance. Inspection criteria shall include, but not be limited to, conformity to the specifications,
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 19 of 24
(REV. 10-05-18)
mechanical integrity, quality, workmanship and materials. If delivered equipment is returned to the
Proposer prior to acceptance for any reason, all corrections shall be made without any inconvenience
to the Participating Public Agency.
6. MANUALS
Proposer shall furnish the following manuals during delivery of vehicles and sshall provide one (1)
hard
copy of each as well as one (1) electronic copy on thumb drive or CD.
a. Operator's manual
b. Parts manual
c. Service and repair manual
d. Overhaul manual
e. Cross reference guide from manufacturer's parts numbers to supplier's parts numbers
7. TRAINING
Proposer shall provide training to operators and technicians of the Participating Public Agency at no
additional cost. At a minimum, such training shall include operator training on all machine functions
as well as operator preventive maintenance.
8. WARRANTY
Proposer shall provide all applicable warranties as a part of this RFP response and describe its ability
in business days to provide any required warranty service to a Participating Public Agency. Proposer
shall also note any extended warranties available and including pricing in Price section of Proposer's
response.
Club Car’s Authorized Dealer Network and Club Car’s Factory Direct Service Technicians
provide both parts and routine vehicle services as well as warranty support services
across all areas of North America. All warranty repair request will be provided within
five days of the request with the exception of a parts availability issue. All out of stock
parts will be prioritized from our corporate headquarters and updates will be
communicated along the way. Parts, Preventive Maintenance or routine service request
will be scheduled at the time of notification. Factory Direct and Club Car’s Dealer
Network offers service packages that can be purchased at any time during the lease or
ownership of the vehicle. While warranty failures occur on occasion without notice
most failures can be addressed beforehand via proper preventive maintenance. To
maximize vehicle uptime Club Car suggest a trained service provider be staffed by the
OMNIA purchaser or the purchaser enter into contract with one of the above mentioned
authorized service providers.
Club Car does not currently offer extended warranties for any of the products for which
are being offered in this agreement; Utility, Transportation and Golf Vehicles plus
9. EQUIPMENT RECALLS
In the event of any recall notice, technical service bulletin, or other important notification affecting
equipment purchased from this contract, a notice shall be sent to appropriate personnel at each
participating Public Agency in a timely manner. Proposer shall describe its process for notification of
equipment recalls and timing of such notification.
See attached “QSP-0138 Product Safety Recall - Retrofit - Warning Campaign Process (1).pdf” in
RFP360
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 20 of 24
(REV. 10-05-18)
10. PARTS AND SERVICE
The Proposer shall maintain factory authorized parts and appropriate service facility or facilities for
routine service and warranty service. Proposer shall detail its ability in business days to provide parts
and describe its process for timely delivery of any out of stock parts.
Club Car maintains a parts inventory of approximately $12M at its Appling, Georgia location and
has a 95% fill rate. Club Car Authorized Dealers also stock parts locally. Club Car’s Authorized
Dealer Network and Club Car’s Factory Direct Service Technicians provide both parts and
routine vehicle services across all areas of North America. Parts will be provided within 5 days
of the request with the exception of a parts availability issue. All out of stock parts will be
prioritized from our corporate headquarters and updates will be communicated along the way.
11. SUBSTITUTION OF SPECIFIED ITEMS
Whenever the Contract Documents refer to any specific article, device, equipment, product, material,
fixture, specified patent or proprietary name, patented process, forms, method or type of construction,
by name, make, trade name, or catalog number ("specified item"), such reference shall be deemed
to be followed by the words, "or approved equal", unless it is indicated that no substitutions will be
considered. Any Proposer who has submitted a Proposal prior to the deadline may submit data to the
City to substantiate a request to provide an "or approved equal" item when completing Sample
Specification Pricing in Attachment No. 1 provided in the Contract Documents.
DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45
FSA Cooperative Purchasing Program
FSA23-EQU21.0: Equipment
Final Award Contract Packet
Notice of Final Award
FSA23-EQU21.0: Equipment
Date: October 1, 2023
To: Bidders and Purchasers
From: Hugh Oliver, Cooperative Purchasing Program Manger
Re: Notice of Final Award for FSA23-EQU21.0: Equipment
Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing equipment
contract. FSA is issuing the Notice of Final Award for contract FSA23-EQU21.0: Equipment that will be
effective from October 1, 2023, through September 30, 2025. This year’s bid included 453 items. The
contract will offer construction, material handling, transportation, all-terrain and utility vehicles, and
grounds care equipment.
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 149 pre-bid attendees or waivers. Of these respondents, 85 submitted bids
and 78 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.
FSA Cooperative Purchasing Program
FSA23-EQU21.0: Equipment
Current Contract Prices
Item #Item Group Item Model #Link
1 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)CanAm Outlander 500 https://www.myvendorlink.com/external/award?s=152500&i=1
2 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Honda Rubicon 520 TRX520FA5-R https://www.myvendorlink.com/external/award?s=152500&i=23All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Polaris Sportsman 570 EFI A24SEA57A1 https://www.myvendorlink.com/external/award?s=152500&i=3
4 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Suzuki KingQuad 400 ASI LT-A400FM3 https://www.myvendorlink.com/external/award?s=152500&i=4
5 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Yamaha Kodiac 450 YFM45KDXPG https://www.myvendorlink.com/external/award?s=152500&i=56All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Honda RANCHER 420 ATV RANCHER 420 ATV https://www.myvendorlink.com/external/award?s=152500&i=6
7 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Polaris SPORTSMAN 450 ATV SPORTSMAN 450 ATV https://www.myvendorlink.com/external/award?s=152500&i=7
8 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Suzuki KING QUAD 400 ATV KING QUAD 400 ATV https://www.myvendorlink.com/external/award?s=152500&i=810All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Columbia Utilitruck Utilitruck https://www.myvendorlink.com/external/award?s=152500&i=10
11 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU400 Series CU400W-HD https://www.myvendorlink.com/external/award?s=152500&i=11
12 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU500 Series CU500-SB https://www.myvendorlink.com/external/award?s=152500&i=1213All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU800 Series CU800-SB https://www.myvendorlink.com/external/award?s=152500&i=13
14 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Bobcat UW56 UW56 https://www.myvendorlink.com/external/award?s=152500&i=14
15 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Bobcat UV34 UV34 https://www.myvendorlink.com/external/award?s=152500&i=1516All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)CanAm Defender HD7 https://www.myvendorlink.com/external/award?s=152500&i=16
19 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Honda Pioneer 700 SXS700M2M https://www.myvendorlink.com/external/award?s=152500&i=19
20 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)John Deere Gator HPX615E https://www.myvendorlink.com/external/award?s=152500&i=2021All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Kawasaki Mule 4x4 4010 https://www.myvendorlink.com/external/award?s=152500&i=21
22 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Kubota Diesel RTVX900 https://www.myvendorlink.com/external/award?s=152500&i=22
23 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Polaris Ranger SP 570 R24MAA57B1 https://www.myvendorlink.com/external/award?s=152500&i=2324All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Yamaha Viking YXM70BPAP https://www.myvendorlink.com/external/award?s=152500&i=2425All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)American Landmaster TRAIL CRUISER TRAIL CRUISER https://www.myvendorlink.com/external/award?s=152500&i=25
26 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Honda PIONEER 520 PIONEER 520 https://www.myvendorlink.com/external/award?s=152500&i=26
27 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Polaris PRO XD MIDSIZE GAS COMMERCIAL PRO XD MIDSIZE GAS COMMERCIAL https://www.myvendorlink.com/external/award?s=152500&i=2730Bulldozer: 180hp Caterpillar D6 D6 https://www.myvendorlink.com/external/award?s=152500&i=30
31 Bulldozer: 180hp John Deere 850L 850L https://www.myvendorlink.com/external/award?s=152500&i=31
33 Bulldozer: 180hp Case 2050M 2050M https://www.myvendorlink.com/external/award?s=152500&i=3334Bulldozer: 180hp Liebherr PR736 PR736 https://www.myvendorlink.com/external/award?s=152500&i=34
35 Bulldozer: 70hp Caterpillar D1 D1 https://www.myvendorlink.com/external/award?s=152500&i=35
36 Bulldozer: 70hp John Deere 450P 450P https://www.myvendorlink.com/external/award?s=152500&i=3637Bulldozer: 70hp Case 650M 650M https://www.myvendorlink.com/external/award?s=152500&i=37
38 Bulldozer: 90hp Caterpillar D2 D2 https://www.myvendorlink.com/external/award?s=152500&i=38
39 Bulldozer: 90hp John Deere 550P 550P https://www.myvendorlink.com/external/award?s=152500&i=3941Bulldozer: 90hp Case 850M 850M https://www.myvendorlink.com/external/award?s=152500&i=41
44 Chipper: Brush Chipper Vermeer BC1500 BC1500 https://www.myvendorlink.com/external/award?s=152500&i=44
46 Compactor: 80,000 lbs. Landfill Compactor Bomag BC773RB-5 BC773RB-5 https://www.myvendorlink.com/external/award?s=152500&i=4647Compactor: 80,000 lbs. Landfill Compactor Caterpillar 826 826 https://www.myvendorlink.com/external/award?s=152500&i=47
48 Compactor: 80,000 lbs. Landfill Compactor Tana H380 H380 https://www.myvendorlink.com/external/award?s=152500&i=48
49 Compactor: 80,000 lbs. Landfill Compactor Volvo LC450H LC450H https://www.myvendorlink.com/external/award?s=152500&i=4950Compressor: Air Compressor - Trailer Mounted Atlas Copco XAS 188 T4F XAS 188 T4F https://www.myvendorlink.com/external/award?s=152500&i=50
51 Compressor: Air Compressor - Trailer Mounted Doosan P185/HP185WDO-T4F P185/HP185WDO-T4F https://www.myvendorlink.com/external/award?s=152500&i=51
52 Compressor: Air Compressor - Trailer Mounted MULTIQUIP DIS185SSI4F DIS185SSI4F https://www.myvendorlink.com/external/award?s=152500&i=5253Compressor: Air Compressor - Trailer Mounted Sullair 185 T4F 185 T4F https://www.myvendorlink.com/external/award?s=152500&i=53
54 Compressor: Air Compressor - Trailer Mounted Sullivan Palatek D185P D185P https://www.myvendorlink.com/external/award?s=152500&i=54
55 Compressor: Air Compressor - Trailer Mounted Chicago Pneumatic CPS185-100 Trailer Mounted Compressor CPS185-100 https://www.myvendorlink.com/external/award?s=152500&i=5556Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Bell B25E B25E https://www.myvendorlink.com/external/award?s=152500&i=5657Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Caterpillar 725 725 https://www.myvendorlink.com/external/award?s=152500&i=57
58 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload DEVELON DA30-5 DA30-5 https://www.myvendorlink.com/external/award?s=152500&i=58
59 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload John Deere 260P 260P https://www.myvendorlink.com/external/award?s=152500&i=5961Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Volvo A25G A25G https://www.myvendorlink.com/external/award?s=152500&i=61
62 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Rokbak RA30 DumpTruck RA30 DumpTruck https://www.myvendorlink.com/external/award?s=152500&i=62
63 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Liebherr TA230 TA230 https://www.myvendorlink.com/external/award?s=152500&i=6364Excavator: All Terrain Walking Excavator Kaiser S8 S8 https://www.myvendorlink.com/external/award?s=152500&i=64
65 Excavator: All Terrain Walking Excavator Menzi Muck M4 https://www.myvendorlink.com/external/award?s=152500&i=65
66 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Bobcat E88 E88 https://www.myvendorlink.com/external/award?s=152500&i=6668Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Caterpillar 308 308 https://www.myvendorlink.com/external/award?s=152500&i=68
69 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight DEVELON DX89R-7 DX89R-7 https://www.myvendorlink.com/external/award?s=152500&i=69
70 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Hitachi ZX75US ZX75US https://www.myvendorlink.com/external/award?s=152500&i=7071Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Hyundai R80CR-9A R80CR-9A https://www.myvendorlink.com/external/award?s=152500&i=71
72 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight John Deere 75P 75P https://www.myvendorlink.com/external/award?s=152500&i=72
75 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Kubota KX080-4S KX080-4S https://www.myvendorlink.com/external/award?s=152500&i=7576Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Link-Belt 75X3 75X3 https://www.myvendorlink.com/external/award?s=152500&i=76
77 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Takeuchi TB290 TB290 https://www.myvendorlink.com/external/award?s=152500&i=77
78 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Volvo ECR88D ECR88D https://www.myvendorlink.com/external/award?s=152500&i=7879Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Case CX80C CX80C https://www.myvendorlink.com/external/award?s=152500&i=79
80 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Yanmar V1080-1A V1080-1A https://www.myvendorlink.com/external/award?s=152500&i=80
81 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Mecalac 8MCR 8MCR https://www.myvendorlink.com/external/award?s=152500&i=81
82 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Caterpillar 317 GC 317 GC https://www.myvendorlink.com/external/award?s=152500&i=8283Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight DEVELON DX180LC-5 DX180LC-5 https://www.myvendorlink.com/external/award?s=152500&i=83
84 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Hitachi ZX160LC ZX160LC https://www.myvendorlink.com/external/award?s=152500&i=84
85 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Hyundai HX160AL HX160AL https://www.myvendorlink.com/external/award?s=152500&i=8586Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight John Deere 160P 160P https://www.myvendorlink.com/external/award?s=152500&i=86
89 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Link-Belt 160X4 160X4 https://www.myvendorlink.com/external/award?s=152500&i=89
90 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Volvo EC160E EC160E https://www.myvendorlink.com/external/award?s=152500&i=9091Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Case CX170E CX170E https://www.myvendorlink.com/external/award?s=152500&i=91
92 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Bobcat E165 E165 https://www.myvendorlink.com/external/award?s=152500&i=92
93 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Liebherr R920 R920 https://www.myvendorlink.com/external/award?s=152500&i=9394Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Caterpillar 336 336 https://www.myvendorlink.com/external/award?s=152500&i=94
95 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight DEVELON DX350LC-7 DX350LC-7 https://www.myvendorlink.com/external/award?s=152500&i=95
96 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hitachi ZX350LC ZX350LC https://www.myvendorlink.com/external/award?s=152500&i=9697Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hyundai HX330AL HX330AL https://www.myvendorlink.com/external/award?s=152500&i=97
98 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight John Deere 350P 350P https://www.myvendorlink.com/external/award?s=152500&i=98
101 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Link-Belt 350X4 350X4 https://www.myvendorlink.com/external/award?s=152500&i=101102Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Volvo EC350 E EC350 E https://www.myvendorlink.com/external/award?s=152500&i=102
103 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Case CX350D CX350D https://www.myvendorlink.com/external/award?s=152500&i=103
104 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hitachi ZX350 ZX350 https://www.myvendorlink.com/external/award?s=152500&i=104105Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Liebherr R934 R934 https://www.myvendorlink.com/external/award?s=152500&i=105106Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Bobcat E32 E32 https://www.myvendorlink.com/external/award?s=152500&i=106
107 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Caterpillar 303 303 https://www.myvendorlink.com/external/award?s=152500&i=107
108 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight DEVELON DX35Z-7 DX35Z-7 https://www.myvendorlink.com/external/award?s=152500&i=108109Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Hitachi ZX35-U ZX35-U https://www.myvendorlink.com/external/award?s=152500&i=109
110 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Hyundai R35Z-9A R35Z-9A https://www.myvendorlink.com/external/award?s=152500&i=110
111 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight John Deere 35P 35P https://www.myvendorlink.com/external/award?s=152500&i=111114Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Kubota U35-4 U35-4 https://www.myvendorlink.com/external/award?s=152500&i=114
115 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Takeuchi TB240 TB240 https://www.myvendorlink.com/external/award?s=152500&i=115
116 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Volvo EC37F EC37F https://www.myvendorlink.com/external/award?s=152500&i=116117Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Yanmar Vi035-6A Vi035-6A https://www.myvendorlink.com/external/award?s=152500&i=117
118 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Case CX37C CX37C https://www.myvendorlink.com/external/award?s=152500&i=118
119 Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type Gradall XL4200 XL4200 https://www.myvendorlink.com/external/award?s=152500&i=119120Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type Gradall XL4100 XL4100 https://www.myvendorlink.com/external/award?s=152500&i=120
123 Excavator: Vacuum Excavator - Trailer Mounted Vermeer LP873SDT LP873SDT https://www.myvendorlink.com/external/award?s=152500&i=123
125 Excavator: Vacuum Excavator - Trailer Mounted Truvac TRXX TRXX 800 https://www.myvendorlink.com/external/award?s=152500&i=125126Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Caterpillar M318 M318 https://www.myvendorlink.com/external/award?s=152500&i=126
127 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight DEVELON DX210W-7 DX210W-7 https://www.myvendorlink.com/external/award?s=152500&i=127
129 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight John Deere 190 GW 190 GW https://www.myvendorlink.com/external/award?s=152500&i=129130Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Volvo EW180E EW180E https://www.myvendorlink.com/external/award?s=152500&i=130
131 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Case WX210E WX21OE https://www.myvendorlink.com/external/award?s=152500&i=131
132 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Liebherr A920 A920 https://www.myvendorlink.com/external/award?s=152500&i=132133Forklift: Cushion Tire - 4,000 lbs. Capacity Caterpillar 2CC4000 2CC4000 https://www.myvendorlink.com/external/award?s=152500&i=133
134 Forklift: Cushion Tire - 4,000 lbs. Capacity Crown CGC20SC-9 CGC20SC-9 https://www.myvendorlink.com/external/award?s=152500&i=134
135 Forklift: Cushion Tire - 4,000 lbs. Capacity Mitsubishi FGC20CN FGC20CN https://www.myvendorlink.com/external/award?s=152500&i=135136Forklift: Cushion Tire - 4,000 lbs. Capacity Toyota 50-8FGCU20 50-8FGCU20 https://www.myvendorlink.com/external/award?s=152500&i=136137Forklift: Cushion Tire - 4,000 lbs. Capacity Clark S20C S20C https://www.myvendorlink.com/external/award?s=152500&i=137
138 Forklift: Cushion Tire - 4,000 lbs. Capacity Hangcha FP20C CPYD20-XW71B1-C https://www.myvendorlink.com/external/award?s=152500&i=138
139 Forklift: Cushion Tire - 4,000 lbs. Capacity Hyundai 25LC-9 25LC-9 https://www.myvendorlink.com/external/award?s=152500&i=139140Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Case 586H 586H https://www.myvendorlink.com/external/award?s=152500&i=140
141 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Harlo HP5000 HP5000 https://www.myvendorlink.com/external/award?s=152500&i=141
142 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Master Craft MC Series MC-5 https://www.myvendorlink.com/external/award?s=152500&i=142143Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Manitou M30-4 M30-4 https://www.myvendorlink.com/external/award?s=152500&i=143
144 Forklift: Telescopic Tool Carrier/Telehandler Bobcat TL723 TL723 https://www.myvendorlink.com/external/award?s=152500&i=144
145 Forklift: Telescopic Tool Carrier/Telehandler Caterpillar TL642 TL642 https://www.myvendorlink.com/external/award?s=152500&i=145147Forklift: Telescopic Tool Carrier/Telehandler Manitou MTA8044 MTA8044 https://www.myvendorlink.com/external/award?s=152500&i=147
148 Forklift: Telescopic Tool Carrier/Telehandler Xtreme XR843-B XR843-B https://www.myvendorlink.com/external/award?s=152500&i=148
149 Forklift: Telescopic Tool Carrier/Telehandler Snorkel SR9244 SR9244 https://www.myvendorlink.com/external/award?s=152500&i=149150Generator: 125kW Stationary AKSA APD-ULJ125 APD-ULJ125 https://www.myvendorlink.com/external/award?s=152500&i=150
151 Generator: 125kW Stationary Blue Star Power Systems JD125-02 JD125-02 https://www.myvendorlink.com/external/award?s=152500&i=151
152 Generator: 125kW Stationary Caterpillar D125 D125 https://www.myvendorlink.com/external/award?s=152500&i=152153Generator: 125kW Stationary Generac SD130 SD130 https://www.myvendorlink.com/external/award?s=152500&i=153
154 Generator: 125kW Stationary Gillette SPJD-1250 SPJD-1250 https://www.myvendorlink.com/external/award?s=152500&i=154
155 Generator: 125kW Stationary Tradewinds T125 T125 https://www.myvendorlink.com/external/award?s=152500&i=155157Generator: 150kW Mobile Blue Star Power Systems VD150-02FT4MP VD150-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=157
158 Generator: 150kW Mobile Doosan G190WCU-3A-T4F G190WCU-3A-T4F https://www.myvendorlink.com/external/award?s=152500&i=158
159 Generator: 150kW Mobile Generac/Magnum MDG175DF4 MDG175DF4 https://www.myvendorlink.com/external/award?s=152500&i=159160Generator: 150kW Mobile MULTIQUIP DCA180SSJU4F3 DCA180SSJU4F3 https://www.myvendorlink.com/external/award?s=152500&i=160
162 Generator: 150kW Mobile Tradewinds TM150 TM150 https://www.myvendorlink.com/external/award?s=152500&i=162
163 Generator: 150kW Mobile Wacker Neuson G180 G180 https://www.myvendorlink.com/external/award?s=152500&i=163164Generator: 500kW Mobile Blue Star Generator VD550-02FT4MP VD550-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=164
165 Generator: 500kW Mobile Caterpillar XQ570 XQ570 https://www.myvendorlink.com/external/award?s=152500&i=165
166 Generator: 500kW Mobile Tradewinds TM500 TM500 https://www.myvendorlink.com/external/award?s=152500&i=166167Generator: 500kW Mobile Generac 570KVA MDE570P https://www.myvendorlink.com/external/award?s=152500&i=167
168 Generator: 500kW Mobile HiPower HRVW625T4F HRVW625T4F https://www.myvendorlink.com/external/award?s=152500&i=168
169 Generator: 500kW Mobile TechnoGen VO630TSX VO630TSX https://www.myvendorlink.com/external/award?s=152500&i=169170Generator: 500kW Mobile AKSA ADP-EPA-V550T4 ADP-EPA-V550T4 https://www.myvendorlink.com/external/award?s=152500&i=170
171 Generator: 500kW Stationary AKSA APD-ULJ500 APD-ULJ500 https://www.myvendorlink.com/external/award?s=152500&i=171
172 Generator: 500kW Stationary Blue Star Generator VD500-01 VD500-01 https://www.myvendorlink.com/external/award?s=152500&i=172173Generator: 500kW Stationary Caterpillar C15 C15 https://www.myvendorlink.com/external/award?s=152500&i=173
174 Generator: 500kW Stationary Generac SD500 SD500 https://www.myvendorlink.com/external/award?s=152500&i=174
175 Generator: 500kW Stationary Gillette SPVD-5000 SPVD-5000 https://www.myvendorlink.com/external/award?s=152500&i=175176Generator: 500kW Stationary Tradewinds T500 T500 https://www.myvendorlink.com/external/award?s=152500&i=176
178 Generator: 500kW Stationary IGSA GSVL20500S GSVL20500S https://www.myvendorlink.com/external/award?s=152500&i=178
180 Generator: 60kW Stationary AKSA APD-ULJ65 APD-ULJ65 https://www.myvendorlink.com/external/award?s=152500&i=180181Generator: 60kW Stationary Blue Star JD60-02 JD60-02 https://www.myvendorlink.com/external/award?s=152500&i=181
182 Generator: 60kW Stationary Gillette SPD-600 SPD-600 https://www.myvendorlink.com/external/award?s=152500&i=182
183 Generator: 60kW Stationary IGSA GSJD30060-UL GSJD30060-UL https://www.myvendorlink.com/external/award?s=152500&i=183184Generator: 60kW Stationary Caterpillar D60 D60 https://www.myvendorlink.com/external/award?s=152500&i=184185Generator: 60kW Stationary Tradewinds T60 T60 https://www.myvendorlink.com/external/award?s=152500&i=185
188 Generator: 125kW Stationary IGSA GSJD30125S GSJD30125S https://www.myvendorlink.com/external/award?s=152500&i=188
190 Generator: 150kW Mobile Caterpillar XQ230 XQ230 https://www.myvendorlink.com/external/award?s=152500&i=190191Generator: 150kW Mobile AKSA ADP-EPA-J170T4 ADP-EPA-J170T4 https://www.myvendorlink.com/external/award?s=152500&i=191
192 Generator: 150kW Mobile Blue Star VD150-02FT4MP VD150-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=192
193 Generator: 150kW Mobile HiPower HRJW190T4F HRJW190T4F https://www.myvendorlink.com/external/award?s=152500&i=193194Horizontal Directional Drill Vermeer D24X40 S3 D24X40 S3 https://www.myvendorlink.com/external/award?s=152500&i=194
195 Leaf Collector: Trailer Mounted Bonnell Spartan Leaf Pro - Trailer https://www.myvendorlink.com/external/award?s=152500&i=195
196 Leaf Collector: Trailer Mounted ODB DCL800TM DCL800TM https://www.myvendorlink.com/external/award?s=152500&i=196197Lift: Scissor Lift - Self Propelled Genie GS-1932 GS-1932 https://www.myvendorlink.com/external/award?s=152500&i=197
198 Lift: Scissor Lift - Self Propelled JLG JLG ES1932 JLG ES1932 https://www.myvendorlink.com/external/award?s=152500&i=198
199 Lift: Scissor Lift - Self Propelled Snorkel S321 S3219E https://www.myvendorlink.com/external/award?s=152500&i=199201Light Tower: Hybrid Light Tower Signal Power HT444PC HT444PC https://www.myvendorlink.com/external/award?s=152500&i=201
203 Light Tower: Light Tower - Trailer Mounted Doosan LCV6WKUB-60HZ-T4F LCV6WKUB-60HZ-T4F https://www.myvendorlink.com/external/award?s=152500&i=203
204 Light Tower: Light Tower - Trailer Mounted Generac MLT4060 MLT4060 https://www.myvendorlink.com/external/award?s=152500&i=204205Light Tower: Light Tower - Trailer Mounted Wacker Neuson LTV6L LTV6L https://www.myvendorlink.com/external/award?s=152500&i=205
206 Light Tower: Light Tower - Trailer Mounted Wanco WLT-4MK6K WLT-4MK6K https://www.myvendorlink.com/external/award?s=152500&i=206
207 Loader: Loader Backhoe - 4x4 Caterpillar 416 416 https://www.myvendorlink.com/external/award?s=152500&i=207208Loader: Loader Backhoe - 4x4 John Deere 310P 310P https://www.myvendorlink.com/external/award?s=152500&i=208
209 Loader: Loader Backhoe - 4x4 Case 580SN 580SN https://www.myvendorlink.com/external/award?s=152500&i=209
210 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Bobcat S62 S62 https://www.myvendorlink.com/external/award?s=152500&i=210211Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Caterpillar 236D3 236D3 https://www.myvendorlink.com/external/award?s=152500&i=211
212 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type John Deere 318G 318G https://www.myvendorlink.com/external/award?s=152500&i=212
213 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Kubota SSV65 SSV65 https://www.myvendorlink.com/external/award?s=152500&i=213214Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Case SV185B SV185B https://www.myvendorlink.com/external/award?s=152500&i=214216Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Caterpillar 272D3 272D3 https://www.myvendorlink.com/external/award?s=152500&i=216
217 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type John Deere 330G 330G https://www.myvendorlink.com/external/award?s=152500&i=217
218 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Case SV340B SV340B https://www.myvendorlink.com/external/award?s=152500&i=218220Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Manitou 1050RT 1050RT https://www.myvendorlink.com/external/award?s=152500&i=220
221 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Bobcat T770 T770 https://www.myvendorlink.com/external/award?s=152500&i=221
222 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Caterpillar 279D3 279D3 https://www.myvendorlink.com/external/award?s=152500&i=222223Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type John Deere 331G 331G https://www.myvendorlink.com/external/award?s=152500&i=223
224 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Kubota SVL 75-3 SVL 75-3 https://www.myvendorlink.com/external/award?s=152500&i=224
225 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Takeuchi TL12V2 TL12V2 https://www.myvendorlink.com/external/award?s=152500&i=225226Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Case TR310B TR310B https://www.myvendorlink.com/external/award?s=152500&i=226
227 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type ASV MAX-Series™ VT-100 Posi-Track® loader VT-100 https://www.myvendorlink.com/external/award?s=152500&i=227
228 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Yanmar TL100 Tracked Skid Steer TL100VS https://www.myvendorlink.com/external/award?s=152500&i=228229Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Manitou 1050R 1050R https://www.myvendorlink.com/external/award?s=152500&i=229
230 Loader: Wheel Loader - 1.5 cubic yd.Caterpillar 908 908 https://www.myvendorlink.com/external/award?s=152500&i=230
231 Loader: Wheel Loader - 1.5 cubic yd.Hitachi ZW120 ZW120 https://www.myvendorlink.com/external/award?s=152500&i=231232Loader: Wheel Loader - 1.5 cubic yd.John Deere 324P 324P https://www.myvendorlink.com/external/award?s=152500&i=232
233 Loader: Wheel Loader - 1.5 cubic yd.Manitou MLA7-75 H-Z MLA7-75 H-Z https://www.myvendorlink.com/external/award?s=152500&i=233
234 Loader: Wheel Loader - 1.5 cubic yd.Takeuchi TW80 TW80 https://www.myvendorlink.com/external/award?s=152500&i=234235Loader: Wheel Loader - 1.5 cubic yd.Volvo L45H L45H https://www.myvendorlink.com/external/award?s=152500&i=235
236 Loader: Wheel Loader - 1.5 cubic yd.Case 321F 321F https://www.myvendorlink.com/external/award?s=152500&i=236
237 Loader: Wheel Loader - 1.5 cubic yd.Mecalac A Series AS850 https://www.myvendorlink.com/external/award?s=152500&i=237238Loader: Wheel Loader - 1.5 cubic yd.Yanmar V12 V12 https://www.myvendorlink.com/external/award?s=152500&i=238
239 Loader: Wheel Loader - 3.0 cubic yd.Caterpillar 926 926 https://www.myvendorlink.com/external/award?s=152500&i=239
240 Loader: Wheel Loader - 3.0 cubic yd.DEVELON DL220-7 DL220-7 https://www.myvendorlink.com/external/award?s=152500&i=240241Loader: Wheel Loader - 3.0 cubic yd.DEVELON DL280-7 DL280-7 https://www.myvendorlink.com/external/award?s=152500&i=241
242 Loader: Wheel Loader - 3.0 cubic yd.Hitachi ZW180 ZW180 https://www.myvendorlink.com/external/award?s=152500&i=242
243 Loader: Wheel Loader - 3.0 cubic yd.Hyundai HL940A HL940A https://www.myvendorlink.com/external/award?s=152500&i=243244Loader: Wheel Loader - 3.0 cubic yd.John Deere 524P 524P https://www.myvendorlink.com/external/award?s=152500&i=244
246 Loader: Wheel Loader - 3.0 cubic yd.Volvo L60H2 L60H2 https://www.myvendorlink.com/external/award?s=152500&i=246
247 Loader: Wheel Loader - 3.0 cubic yd.Case 621G 621G https://www.myvendorlink.com/external/award?s=152500&i=247248Loader: Wheel Loader - 3.0 cubic yd.Liebherr L526 L526 https://www.myvendorlink.com/external/award?s=152500&i=248
249 Loader: Wheel Loader - 5.75 cubic yd.Caterpillar 972 972 https://www.myvendorlink.com/external/award?s=152500&i=249
250 Loader: Wheel Loader - 5.75 cubic yd.DEVELON DL480-7 DL480-7 https://www.myvendorlink.com/external/award?s=152500&i=250251Loader: Wheel Loader - 5.75 cubic yd.Hitachi ZW310 ZW310 https://www.myvendorlink.com/external/award?s=152500&i=251
252 Loader: Wheel Loader - 5.75 cubic yd.Hyundai HL975 HL975 https://www.myvendorlink.com/external/award?s=152500&i=252
253 Loader: Wheel Loader - 5.75 cubic yd.John Deere 744P 744P https://www.myvendorlink.com/external/award?s=152500&i=253255Loader: Wheel Loader - 5.75 cubic yd.Volvo L150H L150H https://www.myvendorlink.com/external/award?s=152500&i=255
256 Loader: Wheel Loader - 5.75 cubic yd.Case 1021G Z Bar 1021G Z Bar https://www.myvendorlink.com/external/award?s=152500&i=256
257 Loader: Wheel Loader - 5.75 cubic yd.Liebherr L580 L580 https://www.myvendorlink.com/external/award?s=152500&i=257258Low Speed Vehicle: Electric Type Columbia Journeyman Journeyman 2+2 https://www.myvendorlink.com/external/award?s=152500&i=258
259 Low Speed Vehicle: Electric Type GEM E4 E4 https://www.myvendorlink.com/external/award?s=152500&i=259
260 Low Speed Vehicle: Electric Type GEM e2 e2 https://www.myvendorlink.com/external/award?s=152500&i=260261Low Speed Vehicle: Electric Type Cruise Car ICON C40-ECO C40-ECO https://www.myvendorlink.com/external/award?s=152500&i=261262Low Speed Vehicle: Electric Type Star EV Capella CP-2 CP-2 https://www.myvendorlink.com/external/award?s=152500&i=262
263 Motor Grader: Large Caterpillar 120 120 https://www.myvendorlink.com/external/award?s=152500&i=263
264 Motor Grader: Large John Deere 620G 620G https://www.myvendorlink.com/external/award?s=152500&i=264266Motor Grader: Large Case 856C 856C https://www.myvendorlink.com/external/award?s=152500&i=266
267 Motor Grader: Small LeeBoy 685D 685D https://www.myvendorlink.com/external/award?s=152500&i=267
268 Motor Grader: Small Weiler G65 G65 https://www.myvendorlink.com/external/award?s=152500&i=268269Motor Grader: Small Case 836C 836C VHP https://www.myvendorlink.com/external/award?s=152500&i=269
271 Mower: 15ft. Flex Wing Rotary Mower Bush Hog 4115 4115 https://www.myvendorlink.com/external/award?s=152500&i=271
272 Mower: 15ft. Flex Wing Rotary Mower John Deere FC15M FC15M https://www.myvendorlink.com/external/award?s=152500&i=272274Mower: 15ft. Flex Wing Rotary Mower Rhino 4150 4150 https://www.myvendorlink.com/external/award?s=152500&i=274
275 Mower: 15ft. Flex Wing Rotary Mower Schulte FX-1800 FX-1800 https://www.myvendorlink.com/external/award?s=152500&i=275
276 Mower: 15ft. Flex Wing Rotary Mower Woods BW15.61 BW15.61 https://www.myvendorlink.com/external/award?s=152500&i=276277Mower: Electric Zero Turn Radius Mower Greenworks Optimus Z Zero Turn CZ60R18X https://www.myvendorlink.com/external/award?s=152500&i=277
278 Mower: Electric Zero Turn Radius Mower Mean Green Electric Mowers RIVAL 60" SIDE DISCHARGE RVL60S220 https://www.myvendorlink.com/external/award?s=152500&i=278
279 Mower: Remote Controlled Brush Mower Alamo Industrial RC28 RC28 https://www.myvendorlink.com/external/award?s=152500&i=279282Mower: Remote Controlled Brush Mower RC Mowers R-52 R-52 https://www.myvendorlink.com/external/award?s=152500&i=282
283 Mower: Remote Controlled Brush Mower Prinoth Raptor 100 Raptor 100 https://www.myvendorlink.com/external/award?s=152500&i=283
284 Mower: Remote Controlled Brush Mower AGRIA 9600-112 9600-112 https://www.myvendorlink.com/external/award?s=152500&i=284287Mower: Zero Turn Radius Mower Ferris ISX2200 5902078 https://www.myvendorlink.com/external/award?s=152500&i=287
288 Mower: Zero Turn Radius Mower Grasshopper 225 225 https://www.myvendorlink.com/external/award?s=152500&i=288
289 Mower: Zero Turn Radius Mower Gravely Proturn 360 https://www.myvendorlink.com/external/award?s=152500&i=289290Mower: Zero Turn Radius Mower Husqvarna Z560 Z560 https://www.myvendorlink.com/external/award?s=152500&i=290
291 Mower: Zero Turn Radius Mower John Deere Z930M Z930M https://www.myvendorlink.com/external/award?s=152500&i=291
292 Mower: Zero Turn Radius Mower Kubota Z725KH-3-60 Z725KH-3-60 https://www.myvendorlink.com/external/award?s=152500&i=292293Mower: Zero Turn Radius Mower Scag Tiger Cat II STCII-26FTEFI https://www.myvendorlink.com/external/award?s=152500&i=293294Mower: Zero Turn Radius Mower Bobcat ZT Series 9996010 https://www.myvendorlink.com/external/award?s=152500&i=294
295 Mower: Zero Turn Radius Mower Encore Caliber EC60FX850V5X https://www.myvendorlink.com/external/award?s=152500&i=295
296 Mower: Zero Turn Radius Mower Encore Edge EE60LS2P82F32 https://www.myvendorlink.com/external/award?s=152500&i=296297Mower: Zero Turn Radius Mower Encore Prowler EP60FX921V5 https://www.myvendorlink.com/external/award?s=152500&i=297
298 Mower: Zero Turn Radius Mower Redmax CZT Series CZT60X https://www.myvendorlink.com/external/award?s=152500&i=298
299 Mower: Zero Turn Radius Mower Hustler X-One 941856 https://www.myvendorlink.com/external/award?s=152500&i=299300Mower: Zero Turn Radius Mower Stihl RZ700 RZ760k https://www.myvendorlink.com/external/award?s=152500&i=300
301 Mower: Zero Turn Radius Mower Wright ZXL WZXL61S61E8E1B https://www.myvendorlink.com/external/award?s=152500&i=301
302 Pallet Jack: Electric 4,500 lbs. Capacity Big Joe WPT45 WPT45 https://www.myvendorlink.com/external/award?s=152500&i=302303Pallet Jack: Electric 4,500 lbs. Capacity Jungheinrich EJE120 EJE120 https://www.myvendorlink.com/external/award?s=152500&i=303
304 Pallet Jack: Electric 4,500 lbs. Capacity Mitsubishi PW23 PW23 https://www.myvendorlink.com/external/award?s=152500&i=304
306 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Envirosight Verisight Pro+VSP200 https://www.myvendorlink.com/external/award?s=152500&i=306307Pipe Inspection: Battery Operated Pipe Crawler Inspection System Aries UC3410 UC3410 https://www.myvendorlink.com/external/award?s=152500&i=307
308 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Pipe Trekker A-200 Pipe Crawler A-200 https://www.myvendorlink.com/external/award?s=152500&i=308
309 Pump: Mobile Pump Atlas Copco PAS 150 HF PAS 150 HF https://www.myvendorlink.com/external/award?s=152500&i=309310Pump: Mobile Pump BBA Pumps BA150E BA150E https://www.myvendorlink.com/external/award?s=152500&i=310
311 Pump: Mobile Pump ECO PUMP Trailer Mounted Trash Pump 6612T https://www.myvendorlink.com/external/award?s=152500&i=311
312 Pump: Mobile Pump Global Pump 6GSTAP 6GSTAP https://www.myvendorlink.com/external/award?s=152500&i=312313Pump: Mobile Pump Godwin CD 150S CD 150S https://www.myvendorlink.com/external/award?s=152500&i=313
314 Pump: Mobile Pump Holland Pumps PT6TPC-P1104D44T PT6TPC-P1104D44T https://www.myvendorlink.com/external/award?s=152500&i=314
315 Pump: Mobile Pump MWI CT006 CT006 https://www.myvendorlink.com/external/award?s=152500&i=315316Pump: Mobile Pump Pioneer PP66S12L71 PP66S12L71 https://www.myvendorlink.com/external/award?s=152500&i=316
317 Pump: Mobile Pump Thompson Pump 6JSC 6JSC https://www.myvendorlink.com/external/award?s=152500&i=317
318 Pump: Mobile Pump Tradewinds TPK66 TPK66 https://www.myvendorlink.com/external/award?s=152500&i=318321Pump: Mobile Pump PRIMAX-SYKES CP 150i https://www.myvendorlink.com/external/award?s=152500&i=321
322 Roadway Advisory Board: Mobile Message Board AMSIG CMS-GP465T CMS-GP465T https://www.myvendorlink.com/external/award?s=152500&i=322
323 Roadway Advisory Board: Mobile Message Board K&K Systems MB9757 MB9757 https://www.myvendorlink.com/external/award?s=152500&i=323324Roadway Advisory Board: Mobile Message Board Kustom Signal Smart VMS 2 https://www.myvendorlink.com/external/award?s=152500&i=324
325 Roadway Advisory Board: Mobile Message Board Ver-Mac PCMS-1500 PCMS-1500 https://www.myvendorlink.com/external/award?s=152500&i=325
326 Roadway Advisory Board: Mobile Message Board Wanco Full Size 3-Line Message Board Trailer WTLMB-A https://www.myvendorlink.com/external/award?s=152500&i=326327Roadway Advisory Board: Mobile Message Board Wanco Full Size Full Matrix Message Board Trailer WTMMB-A https://www.myvendorlink.com/external/award?s=152500&i=327
331 Roadway Advisory Board: Mobile Speed Board K&K Systems LTER12 LTER12 https://www.myvendorlink.com/external/award?s=152500&i=331
332 Roadway Advisory Board: Mobile Speed Board Kustom Signal Smart 12 https://www.myvendorlink.com/external/award?s=152500&i=332333Roadway Advisory Board: Mobile Speed Board Ver-Mac SP-710V SP-710V https://www.myvendorlink.com/external/award?s=152500&i=333
334 Roadway Advisory Board: Mobile Speed Board Wanco Compact Radar Speed Trailer WSDT3-S https://www.myvendorlink.com/external/award?s=152500&i=334
335 Roadway Advisory Board: Mobile Speed Board All Traffic Solutions, INC Shield 12 - with ATS-3 Trailer 4001809FSA https://www.myvendorlink.com/external/award?s=152500&i=335336Roadway Advisory Board: Mobile Speed Board All Traffic Solutions, INC SpeedAlert 18 - With ATS-3 Trailer 4001811FSA https://www.myvendorlink.com/external/award?s=152500&i=336
337 Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader Vetted Security Solutions ALPR Speed Trailer-STANDARD VSS-STD-SPD-VLT https://www.myvendorlink.com/external/award?s=152500&i=337
338 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board AMSIG T815 T815 https://www.myvendorlink.com/external/award?s=152500&i=338339Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board K&K Systems AT154896 AT154896 https://www.myvendorlink.com/external/award?s=152500&i=339
340 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Traffix Device Scorpion II Trailer Attenuator with Mobile Traffic Advisory / Directional Signal Board 10002-TL3M-12TA https://www.myvendorlink.com/external/award?s=152500&i=340
341 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Ver-Mac ST-4825 ST-4825 https://www.myvendorlink.com/external/award?s=152500&i=341342Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Wanco WECO Arrow Board Trailer WTSP55-LSA https://www.myvendorlink.com/external/award?s=152500&i=342343Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Wanco Metro Matrix Message Board Trailer WVTMM-L https://www.myvendorlink.com/external/award?s=152500&i=343
344 Roller: Compaction Roller 30,000 lbs. - Single Drum Bomag BW177D-5 BW177D-5 https://www.myvendorlink.com/external/award?s=152500&i=344
345 Roller: Compaction Roller 30,000 lbs. - Single Drum Caterpillar CS44 CS44 https://www.myvendorlink.com/external/award?s=152500&i=345346Roller: Compaction Roller 30,000 lbs. - Single Drum Hyundai HR140C HR140C https://www.myvendorlink.com/external/award?s=152500&i=346
347 Roller: Compaction Roller 30,000 lbs. - Single Drum Sakai SV544 SV544 https://www.myvendorlink.com/external/award?s=152500&i=347
348 Roller: Compaction Roller 30,000 lbs. - Single Drum Case SV207E SV207E https://www.myvendorlink.com/external/award?s=152500&i=348349Roller: Compaction Roller 30,000 lbs. - Single Drum Volvo SD75B Single Drum Roller SD75B https://www.myvendorlink.com/external/award?s=152500&i=349
350 Roller: Compaction Roller 30,000 lbs. - Single Drum Hamm HC70i Single Drum Vibratory Roller HC70i https://www.myvendorlink.com/external/award?s=152500&i=350
351 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Bomag BW190AD-5 BW190AD-5 https://www.myvendorlink.com/external/award?s=152500&i=351352Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Caterpillar CB13 CB13 https://www.myvendorlink.com/external/award?s=152500&i=352
353 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Dynapac CC5200VI CC5200VI https://www.myvendorlink.com/external/award?s=152500&i=353
354 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Hamm HD+90iVV HD+90iVV https://www.myvendorlink.com/external/award?s=152500&i=354355Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Sakai SW884 SW884 https://www.myvendorlink.com/external/award?s=152500&i=355
356 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Volvo DD120 DD120 https://www.myvendorlink.com/external/award?s=152500&i=356
357 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Case DV209D DV209D https://www.myvendorlink.com/external/award?s=152500&i=357358Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Bomag BW120SL-5 BW120SL-5 https://www.myvendorlink.com/external/award?s=152500&i=358
359 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Caterpillar CB2.7 CB2.7 https://www.myvendorlink.com/external/award?s=152500&i=359
360 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Dynapac CC1200VI CC1200VI https://www.myvendorlink.com/external/award?s=152500&i=360361Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Hamm HD12-VV HD12-VV https://www.myvendorlink.com/external/award?s=152500&i=361
362 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Volvo DD25 DD25 https://www.myvendorlink.com/external/award?s=152500&i=362
363 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Case DV26E DV26E https://www.myvendorlink.com/external/award?s=152500&i=363364Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.PipeHunter VacHunter Combo 101035 PH8C https://www.myvendorlink.com/external/award?s=152500&i=364
365 Sewer Cleaner: Trailer Mounted Sewer Cleaner Obrien 7018-SC 7018-SC https://www.myvendorlink.com/external/award?s=152500&i=365
366 Sewer Cleaner: Trailer Mounted Sewer Cleaner Sewer Equipment Co. of America 747-FR2000 747-FR2000 https://www.myvendorlink.com/external/award?s=152500&i=366367Sewer Cleaner: Trailer Mounted Sewer Cleaner Vac-Con VecJet VJ750 https://www.myvendorlink.com/external/award?s=152500&i=367368Sewer Cleaner: Trailer Mounted Sewer Cleaner Vactor RamJet 4018 https://www.myvendorlink.com/external/award?s=152500&i=368
369 Sewer Cleaner: Trailer Mounted Sewer Cleaner Harben DTK 375 E-180 (Manual)DTK 375 E-180 (Manual)https://www.myvendorlink.com/external/award?s=152500&i=369
370 Sewer Cleaner: Trailer Mounted Sewer Cleaner GAPVAX G7 Jetter G-Jet https://www.myvendorlink.com/external/award?s=152500&i=370371Sewer Cleaner: Trailer Mounted Sewer Cleaner PipeHunter 700 Gallon Tandem Trailer Jetter 3744 https://www.myvendorlink.com/external/award?s=152500&i=371
372 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Aquatech B-10 B-10 https://www.myvendorlink.com/external/award?s=152500&i=372
374 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Sewer Equipment Co. of America 900 ECO-12YD 900 ECO-12YD https://www.myvendorlink.com/external/award?s=152500&i=374375Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Super Products Camel Max 1200 https://www.myvendorlink.com/external/award?s=152500&i=375
376 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vacall AJV1010 AJV1010 https://www.myvendorlink.com/external/award?s=152500&i=376
377 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vac-Con V311HN/1000 V311HN/1000 https://www.myvendorlink.com/external/award?s=152500&i=377378Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vac-Con VPD4211SHAE VPD4211SHAE https://www.myvendorlink.com/external/award?s=152500&i=378
379 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vactor 2100l 2100l https://www.myvendorlink.com/external/award?s=152500&i=379
380 Shop Tools & Equipment ARI-HETRA Brake Hub Removal Jack WS-18-HR https://www.myvendorlink.com/external/award?s=152500&i=380381Shop Tools & Equipment ARI-HETRA Floor Jack WS-16124 https://www.myvendorlink.com/external/award?s=152500&i=381
382 Shop Tools & Equipment ARI-HETRA King Pin Press WS-KPP143 https://www.myvendorlink.com/external/award?s=152500&i=382
383 Shop Tools & Equipment ARI-HETRA On Vehicle Brake Lathe WS-BL44 https://www.myvendorlink.com/external/award?s=152500&i=383384Shop Tools & Equipment ARI-HETRA Tire Changer WS-12645 https://www.myvendorlink.com/external/award?s=152500&i=384
385 Shop Tools & Equipment ARI-HETRA Tire Inflation Cage WS-35026 https://www.myvendorlink.com/external/award?s=152500&i=385
386 Shop Tools & Equipment ARI-HETRA Wheel Balancer WS-12890 https://www.myvendorlink.com/external/award?s=152500&i=386387Shop Tools & Equipment ARI-HETRA Wheel Dolly WS-AH20440 https://www.myvendorlink.com/external/award?s=152500&i=387
389 Shredder: Mobile Shredder Tana Shark 440D 440D https://www.myvendorlink.com/external/award?s=152500&i=389
390 Solid Waste Material Handler: Wheeled Type Caterpillar MH3022 MH3022 https://www.myvendorlink.com/external/award?s=152500&i=390392Solid Waste Material Handler: Wheeled Type Volvo EW240E MH EW240E MH https://www.myvendorlink.com/external/award?s=152500&i=392
393 Solid Waste Material Handler: Wheeled Type Hyundai HW250AMH HW250AMH https://www.myvendorlink.com/external/award?s=152500&i=393
394 Solid Waste Material Handler: Wheeled Type Liebherr LH24M LH24M https://www.myvendorlink.com/external/award?s=152500&i=394396Stump Cutter Toro STX 38 STX 38 https://www.myvendorlink.com/external/award?s=152500&i=396
397 Stump Cutter Vermeer SC362 SC362 https://www.myvendorlink.com/external/award?s=152500&i=397
398 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Elgin Pelican NP Elgin Pelican https://www.myvendorlink.com/external/award?s=152500&i=398399Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Global R3 R3 https://www.myvendorlink.com/external/award?s=152500&i=399
400 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Global M3 M3 https://www.myvendorlink.com/external/award?s=152500&i=400
401 Sweeper: Cabover Mechanical Broom Street Sweeper Bucher Municipal E35m E35m https://www.myvendorlink.com/external/award?s=152500&i=401402Sweeper: Cabover Mechanical Broom Street Sweeper Elgin Eagle Eagle https://www.myvendorlink.com/external/award?s=152500&i=402
403 Sweeper: Cabover Mechanical Broom Street Sweeper Schwarze Industries M6 Avalanche M6 Avalanche https://www.myvendorlink.com/external/award?s=152500&i=403
404 Sweeper: Compact Air Sweeper - 2.3 cubic yd.Bucher Municipal 5006 5006 https://www.myvendorlink.com/external/award?s=152500&i=404405Sweeper: Compact Air Sweeper - 2.3 cubic yd.Dulevo D3 Sweeper D3 https://www.myvendorlink.com/external/award?s=152500&i=405
406 Sweeper: Compact Air Sweeper - 2.3 cubic yd.Excelway B200 B200 https://www.myvendorlink.com/external/award?s=152500&i=406
407 Sweeper: Regenerative Air Street Sweeper Bucher Municipal R65 R65 https://www.myvendorlink.com/external/award?s=152500&i=407408Sweeper: Regenerative Air Street Sweeper Elgin Crosswind J Plus Crosswind J Plus https://www.myvendorlink.com/external/award?s=152500&i=408
409 Sweeper: Regenerative Air Street Sweeper Tymco 600 600 https://www.myvendorlink.com/external/award?s=152500&i=409
410 Sweeper: Regenerative Air Street Sweeper Schwarze Industries A7 Tornado A7 Tornado https://www.myvendorlink.com/external/award?s=152500&i=410411Sweeper: Regenerative Air Street Sweeper Schwarze Industries A8 Twister A8 Twister https://www.myvendorlink.com/external/award?s=152500&i=411
412 Sweeper: Regenerative Air Street Sweeper Schwarze Industries A9 Monsoon A9 Monsoon https://www.myvendorlink.com/external/award?s=152500&i=412
413 Sweeper: Self-Propelled Hydrostatic Broom Broce 350 Broom 350 Broom https://www.myvendorlink.com/external/award?s=152500&i=413414Sweeper: Self-Propelled Hydrostatic Broom Holder S100 S100 https://www.myvendorlink.com/external/award?s=152500&i=414415Sweeper: Self-Propelled Hydrostatic Broom LeeBoy RB-50 RB-50 https://www.myvendorlink.com/external/award?s=152500&i=415
416 Sweeper: Self-Propelled Hydrostatic Broom Superior Broom DT74 DT74 https://www.myvendorlink.com/external/award?s=152500&i=416
417 Sweeper: Self-Propelled Hydrostatic Broom Smith Challenger SCM400 SCM400 https://www.myvendorlink.com/external/award?s=152500&i=417418Tactical Vehicle: Skid Steer Mounted (The Rook)Caterpillar 299D3 with Rook Option 299D3 with Rook Option https://www.myvendorlink.com/external/award?s=152500&i=418
419 Tool Carrier: Hydrostatic Drive Alamo Group Mantis 155B https://www.myvendorlink.com/external/award?s=152500&i=419
420 Tool Carrier: Hydrostatic Drive Energreen America Kommunal Kommunal https://www.myvendorlink.com/external/award?s=152500&i=420421Tool Carrier: Hydrostatic Drive MowerMax Tool Carrier MMB22 https://www.myvendorlink.com/external/award?s=152500&i=421
423 Tractor: Agriculture Tractor - 4x2 Case IH FARMALL 100C https://www.myvendorlink.com/external/award?s=152500&i=423
424 Tractor: Agriculture Tractor - 4x2 John Deere 5105M 5105M https://www.myvendorlink.com/external/award?s=152500&i=424425Tractor: Agriculture Tractor - 4x2 Kubota M5-111 M5-111 https://www.myvendorlink.com/external/award?s=152500&i=425
426 Tractor: Agriculture Tractor - 4x2 Massey Ferguson Tractor MF4709 https://www.myvendorlink.com/external/award?s=152500&i=426
427 Tractor: Agriculture Tractor - 4x2 New Holland Powerstar 100 https://www.myvendorlink.com/external/award?s=152500&i=427429Tractor: Compact Articulating Tractor - AWD Avant 528 528 https://www.myvendorlink.com/external/award?s=152500&i=429
431 Tractor: Small Agriculture Tractor - 4x4 Bobcat CT2035 CT2035 https://www.myvendorlink.com/external/award?s=152500&i=431
432 Tractor: Small Agriculture Tractor - 4x4 Case IH FARMALL 35C https://www.myvendorlink.com/external/award?s=152500&i=432433Tractor: Small Agriculture Tractor - 4x4 John Deere 3035D 3035D https://www.myvendorlink.com/external/award?s=152500&i=433
434 Tractor: Small Agriculture Tractor - 4x4 Kubota L3902 DT L3902 DT https://www.myvendorlink.com/external/award?s=152500&i=434
435 Tractor: Small Agriculture Tractor - 4x4 Massey Ferguson MF1840E MF1840E https://www.myvendorlink.com/external/award?s=152500&i=435436Tractor: Small Agriculture Tractor - 4x4 New Holland Boomer 35 https://www.myvendorlink.com/external/award?s=152500&i=436
437 Tractor: Tractor with Boom Mower - 4x4 Case IH Maxxum with Motrim Boom Mower 115 https://www.myvendorlink.com/external/award?s=152500&i=437
438 Tractor: Tractor with Boom Mower - 4x4 John Deere 6120M with Tiger Bengal Boom Mower 6120M https://www.myvendorlink.com/external/award?s=152500&i=438439Tractor: Tractor with Boom Mower - 4x4 John Deere 6120M Alamo Industrial Mower 6120M https://www.myvendorlink.com/external/award?s=152500&i=439
440 Tractor: Tractor with Boom Mower - 4x4 Kubota M6S-111 with Terrain King KB2300 Boom Mower M6S-111 https://www.myvendorlink.com/external/award?s=152500&i=440
441 Tractor: Tractor with Boom Mower - 4x4 Massey Ferguson 6S.145 with Diamond Boom Mower 6S.145 https://www.myvendorlink.com/external/award?s=152500&i=441442Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Talbert Talbert AC20 Talbert AC20 https://www.myvendorlink.com/external/award?s=152500&i=442443Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR EAGER BEAVER Eager Beaver 20-XPT Trailer 20XPT https://www.myvendorlink.com/external/award?s=152500&i=443
444 Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR INTERSTATE TRAILERS 40DLA 40DLA https://www.myvendorlink.com/external/award?s=152500&i=444
445 Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Big Tex 4XPH-20+5 4XPH-20+5 https://www.myvendorlink.com/external/award?s=152500&i=445446Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Texas Trailers FB2540GVB FB2540GVB https://www.myvendorlink.com/external/award?s=152500&i=446
447 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Big Tex 22PH255 22PH255 https://www.myvendorlink.com/external/award?s=152500&i=447
448 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Econoline BP0821DE BP0821DE https://www.myvendorlink.com/external/award?s=152500&i=448449Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Felling Trailers FT-16-2 FT-16-2 https://www.myvendorlink.com/external/award?s=152500&i=449
451 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Interstate 16BST 16BST https://www.myvendorlink.com/external/award?s=152500&i=451
452 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR SURE-TRAC ST102204SDDO-B-150 ST102204SDDO-B-150 https://www.myvendorlink.com/external/award?s=152500&i=452453Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Texas Trailer TX85258T TX85258T https://www.myvendorlink.com/external/award?s=152500&i=453
454 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Towmaster T-16LP T-16LP https://www.myvendorlink.com/external/award?s=152500&i=454
455 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Trail King TK20LP TK20LP https://www.myvendorlink.com/external/award?s=152500&i=455456Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR XL Specialized Trailers XL 24 T XL 24 T https://www.myvendorlink.com/external/award?s=152500&i=456
458 Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR EAGER BEAVER Eager Beaver 50-GSL-3 Lowboy 50-GSL-3 https://www.myvendorlink.com/external/award?s=152500&i=458
459 Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR Talbert Talbert 55HRG Talbert 55HRG https://www.myvendorlink.com/external/award?s=152500&i=459460Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Cargo Mate Blazer BL716TA2 https://www.myvendorlink.com/external/award?s=152500&i=460
461 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR SURE-TRAC STW8416TA STW8416TA https://www.myvendorlink.com/external/award?s=152500&i=461
462 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Wells Cargo HD Wagon WHD716T2 https://www.myvendorlink.com/external/award?s=152500&i=462463Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Mission EZEC7x16 EZEC7x16 https://www.myvendorlink.com/external/award?s=152500&i=463
464 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Express ECT7X16TA Enclosed Cargo Trailer ECT7X16TA https://www.myvendorlink.com/external/award?s=152500&i=464
465 Trailer: Enclosed Utility Body/Trailer Mounted - 9,990 lbs. GVWR Knapheide Enclosed Mobile Work Station KC132 https://www.myvendorlink.com/external/award?s=152500&i=465466Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Pitts 35-Ton Fixed Neck Lowboy LB35-33CS https://www.myvendorlink.com/external/award?s=152500&i=466
467 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Pitts LB35-22DC Hydraulic Detachable Trailer LB35-22DC https://www.myvendorlink.com/external/award?s=152500&i=467
468 Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR Air Tow Trailers UT1410 Utility UT1410 https://www.myvendorlink.com/external/award?s=152500&i=468469Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Felling Trailers FT-70-2-PL-HT FT-70-2-PL-HT https://www.myvendorlink.com/external/award?s=152500&i=469
472 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Towmaster T-70HT T-70HT https://www.myvendorlink.com/external/award?s=152500&i=472
473 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Trail King TK80HT TK80HT https://www.myvendorlink.com/external/award?s=152500&i=473474Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR XL Specialized Trailers XL 80PT XL 80PT https://www.myvendorlink.com/external/award?s=152500&i=474
475 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Talbert Talbert 35HT Talbert 35HT https://www.myvendorlink.com/external/award?s=152500&i=475
476 Trailer: Leachate Tanker 6,500 gallons MACLTT Liquid tank trailer SRX-6500-1-2-NC https://www.myvendorlink.com/external/award?s=152500&i=476477Trailer: Livestock Trailer - 7,000 lbs. GVWR Delta Trailers 500ES-16 500ES-16 https://www.myvendorlink.com/external/award?s=152500&i=477
478 Trailer: Livestock Trailer - 7,000 lbs. GVWR Frontier Trailers LIV167LITE LIV167LITE https://www.myvendorlink.com/external/award?s=152500&i=478
479 Trailer: Livestock Trailer - 7,000 lbs. GVWR Texas Trailers ST1610B ST1610B https://www.myvendorlink.com/external/award?s=152500&i=479480Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Big Tex 14LP-14 14LP-14 https://www.myvendorlink.com/external/award?s=152500&i=480
481 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Felling FT-14 DT HD FT-14 DT HD https://www.myvendorlink.com/external/award?s=152500&i=481
482 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR SURE-TRAC ST8214HLOD-B-140 ST8214HLOD-B-140 https://www.myvendorlink.com/external/award?s=152500&i=482483Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Towmaster T-12HD T-12HD https://www.myvendorlink.com/external/award?s=152500&i=483
484 Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR Polar King Mobile Trailers PKM612 PKM612 https://www.myvendorlink.com/external/award?s=152500&i=484
485 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Big Tex 70PI-16 70PI-16 https://www.myvendorlink.com/external/award?s=152500&i=485486Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Mission MLS6.5X16 2.0 MLS6.5X16 2.0 https://www.myvendorlink.com/external/award?s=152500&i=486
487 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Texas Trailers UT61670GV UT61670GV https://www.myvendorlink.com/external/award?s=152500&i=487
488 Trailer: Waste Trailer with Walking Floor East Manufacturing Unloader 48FT https://www.myvendorlink.com/external/award?s=152500&i=488489Trailer: Waste Trailer with Walking Floor Mac Trailer TNSP48MF TNSP48MF https://www.myvendorlink.com/external/award?s=152500&i=489490Trailer: Waste Trailer with Walking Floor Steco AW048102 AW048102 https://www.myvendorlink.com/external/award?s=152500&i=490
491 Trailer: Waste Trailer with Walking Floor Warren Equipment Inc. WMFT-AS WMFT-AS-48102 https://www.myvendorlink.com/external/award?s=152500&i=491
493 Transfer Switch: 600 Amp Automatic Transfer Switch ASCO Series 300 Series 300 https://www.myvendorlink.com/external/award?s=152500&i=493494Transfer Switch: 600 Amp Automatic Transfer Switch Caterpillar CG CG https://www.myvendorlink.com/external/award?s=152500&i=494
495 Transfer Switch: 600 Amp Automatic Transfer Switch Generac TX/PSTS-600 TX/PSTS-600 https://www.myvendorlink.com/external/award?s=152500&i=495
496 Transfer Switch: 600 Amp Automatic Transfer Switch Thomson Auto Transfer Switch TS 870 https://www.myvendorlink.com/external/award?s=152500&i=496497Trencher: Walk Behind Trencher Vermeer RTX250 RTX250 https://www.myvendorlink.com/external/award?s=152500&i=497
498 Underground Locating Equipment: Ground Pentrating Radar US Radar Quantaum Imager Q4300 https://www.myvendorlink.com/external/award?s=152500&i=498
499 Underground Locating Equipment: Utility Locator Vermeer Verifier G-3 G-3 https://www.myvendorlink.com/external/award?s=152500&i=499500Vehicle Lift: Mobile - 2 Column, Cabled ARI-Hetra LP-10-2-AJ LP-10-2-AJ https://www.myvendorlink.com/external/award?s=152500&i=500
503 Vehicle Lift: Mobile - 2 Column, Wireless ARI-Hetra BPW-10-2-AJ BPW-10-2-AJ https://www.myvendorlink.com/external/award?s=152500&i=503
504 Vehicle Lift: Mobile - 2 Column, Wireless Challenger CLHM-190-2 CLHM-190-2 https://www.myvendorlink.com/external/award?s=152500&i=504507Vehicle Lift: Mobile - 4 Column, Cabled ARI-Hetra LP-10-4-AJ LP-10-4-AJ https://www.myvendorlink.com/external/award?s=152500&i=507
510 Vehicle Lift: Mobile - 4 Column, Wireless ARI-Hetra BPW-10-4-AJ BPW-10-4-AJ https://www.myvendorlink.com/external/award?s=152500&i=510
511 Vehicle Lift: Mobile - 4 Column, Wireless Challenger CLHM-190-4 CLHM-190-4 https://www.myvendorlink.com/external/award?s=152500&i=511514Vehicle Lift: Mobile - 6 Column, Cabled ARI-Hetra LP-10-6-AJ LP-10-6-AJ https://www.myvendorlink.com/external/award?s=152500&i=514
517 Vehicle Lift: Mobile - 6 Column, Wireless ARI-Hetra BPW-10-6-AJ BPW-10-6-AJ https://www.myvendorlink.com/external/award?s=152500&i=517
518 Vehicle Lift: Mobile - 6 Column, Wireless Challenger CLHM-190-6 CLHM-190-6 https://www.myvendorlink.com/external/award?s=152500&i=518522Vehicle Lift: Mobile - 8 Column, Wireless ARI-Hetra BPW-10-8-AJ BPW-10-8-AJ https://www.myvendorlink.com/external/award?s=152500&i=522
523 Vehicle Lift: Mobile - 8 Column, Wireless Challenger CLHM-190-8 CLHM-190-8 https://www.myvendorlink.com/external/award?s=152500&i=523
527 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k Challenger CL 12-LC CL 12-LC https://www.myvendorlink.com/external/award?s=152500&i=527529Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k Challenger 15000-3S 15000-3S https://www.myvendorlink.com/external/award?s=152500&i=529
531 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k Challenger 18000 18000 https://www.myvendorlink.com/external/award?s=152500&i=531
533 Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k Challenger CL10V3 CL10V3 https://www.myvendorlink.com/external/award?s=152500&i=533
534 Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k Challenger AR4115XAO AR4115XAO https://www.myvendorlink.com/external/award?s=152500&i=534
536 Generator: 125kW Stationary Taylor Power Systems TD125 TD125 https://www.myvendorlink.com/external/award?s=152500&i=536
537 Generator: 150kW Mobile Taylor Power Systems TM225 TM225 https://www.myvendorlink.com/external/award?s=152500&i=537538Generator: 60kW Stationary Taylor Power Systems TD60 TD60 https://www.myvendorlink.com/external/award?s=152500&i=538
539 Generator: 500kW Stationary Taylor Power Systems TD500 TD500 https://www.myvendorlink.com/external/award?s=152500&i=539
540 Pallet Jack: Electric 4,500 lbs. Capacity Crown WP 3200 WP 3200 https://www.myvendorlink.com/external/award?s=152500&i=540541Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Felling FT-40-2 LP FT-40-2 LP https://www.myvendorlink.com/external/award?s=152500&i=541
542 Trailer: Detatchable Lowboy Trailer - 100,000 lbs. GVWR Felling XF-100-3 HDG XF-100-3 HDG https://www.myvendorlink.com/external/award?s=152500&i=542
543 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Felling FT-70-2 MX-L FT-70-2 MX-L https://www.myvendorlink.com/external/award?s=152500&i=543544Mower: Zero Turn Radius Mower Dixie Choppper Eagle 3160KW https://www.myvendorlink.com/external/award?s=152500&i=544
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-EQU21.0: Equipment
Final Award Report
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 2/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:1, CanAm, Outlander, 500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$7,200.00
$7,600.00
Build
Build
Options
Options
Northern Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$7,000.00
$7,300.00
Build
Build
Options
Options
Central Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$6,800.00
$7,000.00
Build
Build
Options
Options
Southern Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$6,800.00
$7,000.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 3/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:2, Honda, Rubicon 520, TRX520FA5-R
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$9,950.00
$9,980.00
$10,419.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$9,650.00
$9,680.00
$10,419.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$9,350.00
$9,380.00
$10,019.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$9,350.00
$9,380.00
$10,419.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 4/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:3, Polaris, Sportsman 570 EFI, A24SEA57A1
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
$8,100.00
$8,100.00
$8,130.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Powersports, Inc
$7,800.00
$7,830.00
$7,860.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Powersports, Inc
$7,500.00
$7,530.00
$7,560.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Powersports, Inc
$7,500.00
$7,530.00
$7,560.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 5/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:4, Suzuki, KingQuad 400 ASI, LT-A400FM3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,900.00
$6,930.00
$7,100.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,600.00
$6,630.00
$7,100.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,300.00
$6,330.00
$6,900.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,300.00
$6,330.00
$7,100.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 6/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:5, Yamaha, Kodiac 450, YFM45KDXPG
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,900.00
$7,200.00
$7,230.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,700.00
$6,900.00
$6,930.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,500.00
$6,600.00
$6,630.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,500.00
$6,600.00
$6,630.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 7/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:6, Honda, RANCHER 420 ATV, RANCHER 420 ATV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Love Power Equipment, Inc
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,919.00
$8,850.00
$8,880.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Love Power Equipment, Inc
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,919.00
$8,550.00
$8,580.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Love Power Equipment, Inc
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,619.00
$8,250.00
$8,280.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Love Power Equipment, Inc
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
$6,919.00
$8,250.00
$8,280.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 8/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:7, Polaris, SPORTSMAN 450 ATV, SPORTSMAN 450 ATV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Powersports, Inc
$7,200.00
$7,230.00
$7,260.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Powersports, Inc
$6,900.00
$6,930.00
$6,960.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Powersports, Inc
$6,600.00
$6,630.00
$6,660.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Powersports, Inc
$6,600.00
$6,630.00
$6,660.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 9/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
Item:8, Suzuki, KING QUAD 400 ATV, KING QUAD 400 ATV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,900.00
$6,930.00
$7,100.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,600.00
$6,630.00
$7,100.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,300.00
$6,330.00
$6,900.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Motorsports LP, Inc
McKibben Powersports, Inc
Love Power Equipment, Inc
$6,300.00
$6,330.00
$7,100.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 10/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)
Item:10, Columbia, Utilitruck, Utilitruck
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $18,455.00 Build Options
Northern Primary Texas Trailers Sales and Service $17,690.00 Build Options
Central Primary Texas Trailers Sales and Service $17,970.00 Build Options
Southern Primary Texas Trailers Sales and Service $18,520.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 11/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)
Item:11, Greenworks, CU400 Series, CU400W-HD
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $14,850.00 Build Options
Northern Primary Carswell Distributing Company $14,850.00 Build Options
Central Primary Carswell Distributing Company $14,850.00 Build Options
Southern Primary Carswell Distributing Company $14,850.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 12/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)
Item:12, Greenworks, CU500 Series, CU500-SB
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $18,000.00 Build Options
Northern Primary Carswell Distributing Company $18,000.00 Build Options
Central Primary Carswell Distributing Company $18,000.00 Build Options
Southern Primary Carswell Distributing Company $18,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 13/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)
Item:13, Greenworks, CU800 Series, CU800-SB
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $26,100.00 Build Options
Northern Primary Carswell Distributing Company $26,100.00 Build Options
Central Primary Carswell Distributing Company $26,100.00 Build Options
Southern Primary Carswell Distributing Company $26,100.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 14/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:14, Bobcat, UW56, UW56
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $63,516.00 Build Options
Northern Primary Clark Equipment Company $63,516.00 Build Options
Central Primary Clark Equipment Company $63,516.00 Build Options
Southern Primary Clark Equipment Company $63,516.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 15/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:15, Bobcat, UV34, UV34
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $15,637.00 Build Options
Northern Primary Clark Equipment Company $15,637.00 Build Options
Central Primary Clark Equipment Company $15,637.00 Build Options
Southern Primary Clark Equipment Company $15,637.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 16/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:16, CanAm, Defender, HD7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$12,200.00
$12,900.00
Build
Build
Options
Options
Northern Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$12,000.00
$12,600.00
Build
Build
Options
Options
Central Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$11,800.00
$12,300.00
Build
Build
Options
Options
Southern Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Motorsports LP, Inc
$11,800.00
$12,300.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 17/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:19, Honda, Pioneer 700, SXS700M2M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
Love Power Equipment, Inc
$12,450.00
$12,480.00
$13,600.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
Love Power Equipment, Inc
$12,150.00
$12,180.00
$13,600.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
Love Power Equipment, Inc
$11,850.00
$11,880.00
$13,100.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
Love Power Equipment, Inc
$11,850.00
$11,880.00
$13,600.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 18/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:20, John Deere, Gator, HPX615E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary EFE, INC $13,900.00 Build Options
Southern Primary EFE, INC $13,900.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 19/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:21, Kawasaki, Mule 4x4, 4010
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
$11,400.00
$12,100.00
Build
Build
Options
Options
Northern Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
$11,200.00
$11,800.00
Build
Build
Options
Options
Central Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
$11,000.00
$11,500.00
Build
Build
Options
Options
Southern Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
$11,000.00
$11,500.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 20/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:22, Kubota, Diesel, RTVX900
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$14,525.00 Build Options
Northern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$14,025.00
$14,296.00
Build
Build
Options
Options
Central Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$14,025.00
$14,296.00
Build
Build
Options
Options
Southern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$14,225.00
$14,296.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 21/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:23, Polaris, Ranger SP 570, R24MAA57B1
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
$10,868.00
$11,800.00
$11,830.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
$10,668.00
$11,500.00
$11,530.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
$10,468.00
$11,200.00
$11,230.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
$10,468.00
$11,200.00
$11,230.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 22/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:24, Yamaha, Viking, YXM70BPAP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
$15,300.00
$15,400.00
$15,430.00
Build
Build
Build
Options
Options
Options
Northern Primary
Primary
Alternate
Ameri-Recreational Sports, LLC
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
$15,100.00
$15,100.00
$15,130.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
Ameri-Recreational Sports, LLC
$14,800.00
$14,830.00
$14,900.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
Ameri-Recreational Sports, LLC
$14,800.00
$14,830.00
$14,900.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 23/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:25, American Landmaster, TRAIL CRUISER, TRAIL CRUISER
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Love Power Equipment, Inc $8,300.00 Build Options
Northern Primary Love Power Equipment, Inc $8,200.00 Build Options
Central Primary Love Power Equipment, Inc $7,999.00 Build Options
Southern Primary Love Power Equipment, Inc $8,200.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 24/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:26, Honda, PIONEER 520, PIONEER 520
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
$10,550.00
$10,580.00
Build
Build
Options
Options
Northern Primary
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
$10,250.00
$10,280.00
Build
Build
Options
Options
Central Primary
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
$9,950.00
$9,980.00
Build
Build
Options
Options
Southern Primary
Alternate
McKibben Powersports, Inc
McKibben Motorsports LP, Inc
$9,950.00
$9,980.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 25/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
Item:27, Polaris, PRO XD MIDSIZE GAS COMMERCIAL, PRO XD MIDSIZE GAS COMMERCIAL
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Love Power Equipment, Inc
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
$13,799.00
$14,150.00
$14,180.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Love Power Equipment, Inc
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
$13,799.00
$13,850.00
$13,880.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
Love Power Equipment, Inc
$13,550.00
$13,580.00
$13,599.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
McKibben Powersports, Inc
MCKIBBEN MOTORSPORTS INC
McKibben Motorsports LP, Inc
$13,550.00
$13,580.00
$13,610.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 26/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 180hp
Item:30, Caterpillar, D6, D6
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $468,680.00 Build Options
Northern Primary Ring Power Corporation $468,680.00 Build Options
Central Primary Ring Power Corporation $468,680.00 Build Options
Southern Primary Kelly Tractor Co $459,303.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 27/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 180hp
Item:31, John Deere, 850L, 850L
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $414,900.00 Build Options
Northern Primary Dobbs Equipment, LLC $414,900.00 Build Options
Central Primary Dobbs Equipment, LLC $405,900.00 Build Options
Southern Primary Dobbs Equipment, LLC $405,900.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 28/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 180hp
Item:33, Case, 2050M, 2050M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 29/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 180hp
Item:34, Liebherr, PR736, PR736
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 30/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 70hp
Item:35, Caterpillar, D1, D1
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $123,085.00 Build Options
Northern Primary Ring Power Corporation $123,085.00 Build Options
Central Primary Ring Power Corporation $123,085.00 Build Options
Southern Primary Kelly Tractor Co $118,446.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 31/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 70hp
Item:36, John Deere, 450P, 450P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $131,900.00 Build Options
Northern Primary Dobbs Equipment, LLC $131,900.00 Build Options
Central Primary Dobbs Equipment, LLC $129,250.00 Build Options
Southern Primary Dobbs Equipment, LLC $129,250.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 32/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 70hp
Item:37, Case, 650M, 650M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 33/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 90hp
Item:38, Caterpillar, D2, D2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $145,706.00 Build Options
Northern Primary Ring Power Corporation $145,706.00 Build Options
Central Primary Ring Power Corporation $145,706.00 Build Options
Southern Primary Kelly Tractor Co $141,107.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 34/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 90hp
Item:39, John Deere, 550P, 550P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $162,800.00 Build Options
Northern Primary Dobbs Equipment, LLC $162,800.00 Build Options
Central Primary Dobbs Equipment, LLC $158,995.00 Build Options
Southern Primary Dobbs Equipment, LLC $158,995.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 35/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Bulldozer: 90hp
Item:41, Case, 850M, 850M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 36/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Chipper: Brush Chipper
Item:44, Vermeer, BC1500, BC1500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $91,087.00 Build Options
Northern Primary Vermeer Southeast Sales $91,087.00 Build Options
Central Primary Vermeer Southeast Sales $91,087.00 Build Options
Southern Primary Vermeer Southeast Sales $91,087.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 37/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compactor: 80,000 lbs. Land ll Compactor
Item:46, Bomag, BC773RB-5, BC773RB-5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Linder Industrial Machinery $810,750.00 Build Options
Northern Primary Linder Industrial Machinery $810,750.00 Build Options
Central Primary Linder Industrial Machinery $810,750.00 Build Options
Southern Primary Linder Industrial Machinery $810,750.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 38/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compactor: 80,000 lbs. Land ll Compactor
Item:47, Caterpillar, 826, 826
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $920,460.00 Build Options
Northern Primary Ring Power Corporation $920,460.00 Build Options
Central Primary Ring Power Corporation $920,460.00 Build Options
Southern Primary Kelly Tractor Co $916,020.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 39/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compactor: 80,000 lbs. Land ll Compactor
Item:48, Tana, H380, H380
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options
Northern Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options
Central Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options
Southern Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 40/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compactor: 80,000 lbs. Land ll Compactor
Item:49, Volvo, LC450H, LC450H
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 41/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compressor: Air Compressor - Trailer Mounted
Item:50, Atlas Copco, XAS 188 T4F, XAS 188 T4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $28,505.00 Build Options
Northern Primary Ring Power Corporation $28,505.00 Build Options
Central Primary Ring Power Corporation $28,505.00 Build Options
Southern
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 42/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compressor: Air Compressor - Trailer Mounted
Item:51, Doosan, P185/HP185WDO-T4F, P185/HP185WDO-T4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $25,898.00 Build Options
Northern Primary Clark Equipment Company $25,898.00 Build Options
Central Primary Clark Equipment Company $25,898.00 Build Options
Southern Primary Clark Equipment Company $25,898.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 43/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compressor: Air Compressor - Trailer Mounted
Item:52, MULTIQUIP, DIS185SSI4F, DIS185SSI4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $31,549.00 Build Options
Northern Primary Federal Contracts Corp $31,549.00 Build Options
Central Primary Federal Contracts Corp $31,549.00 Build Options
Southern Primary Federal Contracts Corp $31,549.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 44/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compressor: Air Compressor - Trailer Mounted
Item:53, Sullair, 185 T4F, 185 T4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $32,583.00 Build Options
Northern Primary Ring Power Corporation $32,583.00 Build Options
Central Primary Ring Power Corporation $32,583.00 Build Options
Southern Primary Kelly Tractor Co $31,001.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 45/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compressor: Air Compressor - Trailer Mounted
Item:54, Sullivan Palatek, D185P, D185P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary Kelly Tractor Co $31,735.00 Build Options
Southern Primary Kelly Tractor Co $31,735.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 46/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Compressor: Air Compressor - Trailer Mounted
Item:55, Chicago Pneumatic, CPS185-100 Trailer Mounted Compressor, CPS185-100 Trailer Mounted Compressor
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 47/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload
Item:56, Bell, B25E, B25E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $441,878.00 Build Options
Northern Primary National Equipment Dealers, LLC $441,878.00 Build Options
Central Primary National Equipment Dealers, LLC $441,878.00 Build Options
Southern Primary National Equipment Dealers, LLC $441,878.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 48/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload
Item:57, Caterpillar, 725, 725
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $479,250.00 Build Options
Northern Primary Ring Power Corporation $479,250.00 Build Options
Central Primary Ring Power Corporation $479,250.00 Build Options
Southern Primary Kelly Tractor Co $471,091.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 49/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload
Item:58, DEVELON, DA30-5, DA30-5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 50/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload
Item:59, John Deere, 260P, 260P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $466,200.00 Build Options
Northern Primary Dobbs Equipment, LLC $466,200.00 Build Options
Central Primary Dobbs Equipment, LLC $455,900.00 Build Options
Southern Primary Dobbs Equipment, LLC $455,900.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 51/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload
Item:61, Volvo, A25G, A25G
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 52/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload
Item:62, Rokbak, RA30 DumpTruck, RA30 DumpTruck
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 53/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload
Item:63, Liebherr, TA230, TA230
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 54/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: All Terrain Walking Excavator
Item:64, Kaiser, S8, S8
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 55/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: All Terrain Walking Excavator
Item:65, Menzi, Muck, M4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Menzi USA Sales, INC.$367,555.00 Build Options
Northern Primary Menzi USA Sales, INC.$367,555.00 Build Options
Central Primary Menzi USA Sales, INC.$367,555.00 Build Options
Southern Primary Menzi USA Sales, INC.$367,555.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 56/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:66, Bobcat, E88, E88
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $100,426.00 Build Options
Northern Primary Clark Equipment Company $100,426.00 Build Options
Central Primary Clark Equipment Company $100,426.00 Build Options
Southern Primary Clark Equipment Company $100,426.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 57/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:68, Caterpillar, 308, 308
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $140,117.00 Build Options
Northern Primary Ring Power Corporation $140,117.00 Build Options
Central Primary Ring Power Corporation $140,117.00 Build Options
Southern Primary Kelly Tractor Co $131,537.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 58/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:69, DEVELON, DX89R-7, DX89R-7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 59/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:70, Hitachi, ZX75US, ZX75US
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 60/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:71, Hyundai, R80CR-9A, R80CR-9A
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $134,713.00 Build Options
Northern Primary National Equipment Dealers, LLC $134,713.00 Build Options
Central Primary National Equipment Dealers, LLC $134,713.00 Build Options
Southern Primary National Equipment Dealers, LLC $134,713.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 61/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:72, John Deere, 75P, 75P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $115,150.00 Build Options
Northern Primary Dobbs Equipment, LLC $115,150.00 Build Options
Central Primary Dobbs Equipment, LLC $112,850.00 Build Options
Southern Primary Dobbs Equipment, LLC $112,850.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 62/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:75, Kubota, KX080-4S, KX080-4S
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$88,648.00 Build Options
Northern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$88,298.00
$93,243.00
Build
Build
Options
Options
Central Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$88,148.00
$93,243.00
Build
Build
Options
Options
Southern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$88,348.00
$93,243.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 63/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:76, Link-Belt, 75X3, 75X3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 64/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:77, Takeuchi, TB290, TB290
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 65/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:78, Volvo, ECR88D, ECR88D
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 66/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:79, Case, CX80C, CX80C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 67/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:80, Yanmar, V1080-1A, V1080-1A
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central
Southern Primary Alta Construction Equipment Florida, LLC $113,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 68/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
Item:81, Mecalac, 8MCR, 8MCR
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 69/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:82, Caterpillar, 317 GC, 317 GC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $211,678.00 Build Options
Northern Primary Ring Power Corporation $211,678.00 Build Options
Central Primary Ring Power Corporation $211,678.00 Build Options
Southern Primary Kelly Tractor Co $207,182.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 70/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:83, DEVELON, DX180LC-5, DX180LC-5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 71/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:84, Hitachi, ZX160LC, ZX160LC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 72/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:85, Hyundai, HX160AL, HX160AL
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $202,990.00 Build Options
Northern Primary National Equipment Dealers, LLC $203.00 Build Options
Central Primary National Equipment Dealers, LLC $202,990.00 Build Options
Southern Primary National Equipment Dealers, LLC $202,990.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 73/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:86, John Deere, 160P, 160P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $207,150.00 Build Options
Northern Primary Dobbs Equipment, LLC $207,150.00 Build Options
Central Primary Dobbs Equipment, LLC $202,650.00 Build Options
Southern Primary Dobbs Equipment, LLC $202,650.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 74/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:89, Link-Belt, 160X4, 160X4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 75/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:90, Volvo, EC160E, EC160E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 76/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:91, Case, CX170E, CX170E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 77/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:92, Bobcat, E165, E165
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $174,573.00 Build Options
Northern Primary Clark Equipment Company $174,573.00 Build Options
Central Primary Clark Equipment Company $174,573.00 Build Options
Southern Primary Clark Equipment Company $174,573.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 78/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
Item:93, Liebherr, R920, R920
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 79/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:94, Caterpillar, 336, 336
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $374,613.00 Build Options
Northern Primary Ring Power Corporation $374,613.00 Build Options
Central Primary Ring Power Corporation $374,613.00 Build Options
Southern Primary Kelly Tractor Co $360,293.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 80/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:95, DEVELON, DX350LC-7, DX350LC-7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 81/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:96, Hitachi, ZX350LC, ZX350LC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 82/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:97, Hyundai, HX330AL, HX330AL
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $365,575.00 Build Options
Northern Primary National Equipment Dealers, LLC $365,575.00 Build Options
Central Primary National Equipment Dealers, LLC $365,575.00 Build Options
Southern Primary National Equipment Dealers, LLC $365,575.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 83/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:98, John Deere, 350P, 350P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $355,750.00 Build Options
Northern Primary Dobbs Equipment, LLC $355,750.00 Build Options
Central Primary Dobbs Equipment, LLC $348,500.00 Build Options
Southern Primary Dobbs Equipment, LLC $348,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 84/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:101, Link-Belt, 350X4, 350X4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 85/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:102, Volvo, EC350 E, EC350 E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 86/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:103, Case, CX350D, CX350D
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 87/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:104, Hitachi, ZX350, ZX350
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 88/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
Item:105, Liebherr, R934, R934
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 89/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:106, Bobcat, E32, E32
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $42,535.00 Build Options
Northern Primary Clark Equipment Company $42,535.00 Build Options
Central Primary Clark Equipment Company $42,535.00 Build Options
Southern Primary Clark Equipment Company $42,535.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 90/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:107, Caterpillar, 303, 303
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $51,554.00 Build Options
Northern Primary Ring Power Corporation $51,554.00 Build Options
Central Primary Ring Power Corporation $51,554.00 Build Options
Southern Primary Kelly Tractor Co $50,499.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 91/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:108, DEVELON, DX35Z-7, DX35Z-7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 92/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:109, Hitachi, ZX35-U, ZX35-U
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 93/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:110, Hyundai, R35Z-9A, R35Z-9A
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $56,421.00 Build Options
Northern Primary National Equipment Dealers, LLC $56,421.00 Build Options
Central Primary National Equipment Dealers, LLC $56,421.00 Build Options
Southern Primary National Equipment Dealers, LLC $56,421.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 94/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:111, John Deere, 35P, 35P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $55,600.00 Build Options
Northern Primary Dobbs Equipment, LLC $55,600.00 Build Options
Central Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$49,000.00
$54,350.00
Build
Build
Options
Options
Southern Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$49,000.00
$54,350.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 95/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:114, Kubota, U35-4, U35-4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$35,811.00 Build Options
Northern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$35,561.00
$38,801.00
Build
Build
Options
Options
Central Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$35,411.00
$38,801.00
Build
Build
Options
Options
Southern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$35,711.00
$38,801.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 96/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:115, Takeuchi, TB240, TB240
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 97/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:116, Volvo, EC37F, EC37F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 98/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:117, Yanmar, Vi035-6A, Vi035-6A
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $55,246.00 Build Options
Northern Primary Vermeer Southeast Sales $55,246.00 Build Options
Central Primary Vermeer Southeast Sales $55,246.00 Build Options
Southern Primary
Alternate
Alta Construction Equipment Florida, LLC
Vermeer Southeast Sales
$51,000.00
$55,246.00
Build
Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 99/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
Item:118, Case, CX37C, CX37C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 100/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type
Item:119, Gradall, XL4200, XL4200
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 101/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type
Item:120, Gradall, XL4100, XL4100
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 102/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Vacuum Excavator - Trailer Mounted
Item:123, Vermeer, LP873SDT, LP873SDT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $116,224.00 Build Options
Northern Primary Vermeer Southeast Sales $116,224.00 Build Options
Central Primary Vermeer Southeast Sales $116,224.00 Build Options
Southern Primary Vermeer Southeast Sales $116,224.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 103/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Vacuum Excavator - Trailer Mounted
Item:125, Truvac, TRXX, TRXX 800
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$150,218.00 Build Options
Northern Primary Environmental Products Group, Inc.$150,218.00 Build Options
Central Primary Environmental Products Group, Inc.$150,218.00 Build Options
Southern Primary Environmental Products Group, Inc.$150,218.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 104/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
Item:126, Caterpillar, M318, M318
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $296,083.00 Build Options
Northern Primary Ring Power Corporation $296,083.00 Build Options
Central Primary Ring Power Corporation $296,083.00 Build Options
Southern Primary Kelly Tractor Co $289,744.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 105/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
Item:127, DEVELON, DX210W-7, DX210W-7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 106/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
Item:129, John Deere, 190 GW, 190 GW
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $284,500.00 Build Options
Northern Primary Dobbs Equipment, LLC $284,500.00 Build Options
Central Primary Dobbs Equipment, LLC $279,500.00 Build Options
Southern Primary Dobbs Equipment, LLC $279,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 107/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
Item:130, Volvo, EW180E, EW180E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 108/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
Item:131, Case, WX210E, WX21OE
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 109/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
Item:132, Liebherr, A920, A920
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 110/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Cushion Tire - 4,000 lbs. Capacity
Item:133, Caterpillar, 2CC4000, 2CC4000
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $45,844.00 Build Options
Northern Primary Ring Power Corporation $45,844.00 Build Options
Central Primary Ring Power Corporation $45,844.00 Build Options
Southern Primary Kelly Tractor Co $31,470.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 111/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Cushion Tire - 4,000 lbs. Capacity
Item:134, Crown, CGC20SC-9, CGC20SC-9
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $57,612.00 Build Options
Northern Primary Federal Contracts Corp $57,612.00 Build Options
Central Primary Federal Contracts Corp $57,612.00 Build Options
Southern Primary Federal Contracts Corp $57,612.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 112/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Cushion Tire - 4,000 lbs. Capacity
Item:135, Mitsubishi, FGC20CN, FGC20CN
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $41,923.00 Build Options
Northern Primary Ring Power Corporation $41,923.00 Build Options
Central Primary Ring Power Corporation $41,923.00 Build Options
Southern Primary Kelly Tractor Co $28,915.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 113/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Cushion Tire - 4,000 lbs. Capacity
Item:136, Toyota, 50-8FGCU20, 50-8FGCU20
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Southern States ToyotaLift $29,373.00 Build Options
Northern Primary Southern States ToyotaLift $29,373.00 Build Options
Central Primary Southern States ToyotaLift $29,373.00 Build Options
Southern Primary Southern States ToyotaLift $29,373.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 114/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Cushion Tire - 4,000 lbs. Capacity
Item:137, Clark, S20C, S20C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Lift Truck Service $32,609.00 Build Options
Northern Primary National Lift Truck Service $32,609.00 Build Options
Central Primary National Lift Truck Service $32,609.00 Build Options
Southern Primary National Lift Truck Service $32,609.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 115/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Cushion Tire - 4,000 lbs. Capacity
Item:138, Hangcha, FP20C, CPYD20-XW71B1-C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Duke Equipment, Inc $27,995.00 Build Options
Northern Primary Duke Equipment, Inc $27,995.00 Build Options
Central Primary
Alternate
National Lift Truck Service
Duke Equipment, Inc
$26,143.00
$27,995.00
Build
Build
Options
Options
Southern Primary
Alternate
National Lift Truck Service
Duke Equipment, Inc
$26,143.00
$27,995.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 116/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Cushion Tire - 4,000 lbs. Capacity
Item:139, Hyundai, 25LC-9, 25LC-9
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Lift Truck Service $28,916.00 Build Options
Northern Primary National Lift Truck Service $28,916.00 Build Options
Central Primary National Lift Truck Service $28,916.00 Build Options
Southern Primary National Lift Truck Service $28,916.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 117/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity
Item:140, Case, 586H, 586H
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 118/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity
Item:141, Harlo, HP5000, HP5000
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $106,950.00 Build Options
Northern Primary Dobbs Equipment, LLC $106,950.00 Build Options
Central Primary
Alternate
Dobbs Equipment, LLC
Kelly Tractor Co
$106,950.00
$126,302.00
Build
Build
Options
Options
Southern Primary
Alternate
Dobbs Equipment, LLC
Kelly Tractor Co
$106,950.00
$126,302.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 119/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity
Item:142, Master Craft, MC Series, MC-5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $112,553.00 Build Options
Northern Primary Ring Power Corporation $112,553.00 Build Options
Central Primary Ring Power Corporation $112,553.00 Build Options
Southern Primary Kelly Tractor Co $117,875.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 120/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity
Item:143, Manitou, M30-4, M30-4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $112,414.00 Build Options
Northern Primary National Equipment Dealers, LLC $112,414.00 Build Options
Central Primary National Equipment Dealers, LLC $112,414.00 Build Options
Southern Primary National Equipment Dealers, LLC $112,414.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 121/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Telescopic Tool Carrier/Telehandler
Item:144, Bobcat, TL723, TL723
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $105,454.00 Build Options
Northern Primary Clark Equipment Company $105,454.00 Build Options
Central Primary Clark Equipment Company $105,454.00 Build Options
Southern Primary Clark Equipment Company $105,454.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 122/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Telescopic Tool Carrier/Telehandler
Item:145, Caterpillar, TL642, TL642
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $171,258.00 Build Options
Northern Primary Ring Power Corporation $171,258.00 Build Options
Central Primary Ring Power Corporation $171,258.00 Build Options
Southern Primary Kelly Tractor Co $183,795.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 123/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Telescopic Tool Carrier/Telehandler
Item:147, Manitou, MTA8044, MTA8044
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $173,353.00 Build Options
Northern Primary National Equipment Dealers, LLC $173,353.00 Build Options
Central Primary National Equipment Dealers, LLC $173,353.00 Build Options
Southern Primary National Equipment Dealers, LLC $173,353.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 124/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Telescopic Tool Carrier/Telehandler
Item:148, Xtreme, XR843-B, XR843-B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Southern States ToyotaLift
National Lift Truck Service
$186,995.00
$203,655.00
Build
Build
Options
Options
Northern Primary
Alternate
Southern States ToyotaLift
National Lift Truck Service
$186,995.00
$203,655.00
Build
Build
Options
Options
Central Primary
Alternate
Alternate
Southern States ToyotaLift
National Lift Truck Service
Kelly Tractor Co
$186,995.00
$203,655.00
$232,387.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Southern States ToyotaLift
National Lift Truck Service
Kelly Tractor Co
$186,995.00
$203,655.00
$232,387.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 125/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Forklift: Telescopic Tool Carrier/Telehandler
Item:149, Snorkel, SR9244, SR9244
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$160,549.00
$167,520.00
Build
Build
Options
Options
Northern Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$160,549.00
$167,520.00
Build
Build
Options
Options
Central Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$160,549.00
$167,520.00
Build
Build
Options
Options
Southern Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$160,549.00
$167,520.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 126/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:150, AKSA, APD-ULJ125, APD-ULJ125
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $55,100.00 Build Options
Northern Primary Genserve LLC $55,100.00 Build Options
Central Primary Genserve LLC $55,100.00 Build Options
Southern Primary Genserve LLC $55,100.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 127/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:151, Blue Star Power Systems, JD125-02, JD125-02
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Mid Florida Diesel, Inc $47,430.00 Build Options
Northern Primary Mid Florida Diesel, Inc $47,430.00 Build Options
Central Primary Mid Florida Diesel, Inc $47,430.00 Build Options
Southern Primary Mid Florida Diesel, Inc $47,430.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 128/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:152, Caterpillar, D125, D125
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $72,620.00 Build Options
Northern Primary Ring Power Corporation $72,620.00 Build Options
Central Primary Ring Power Corporation $72,620.00 Build Options
Southern Primary Pantropic Power $73,207.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 129/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:153, Generac, SD130, SD130
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ACF Standby Systems $45,650.00 Build Options
Northern Primary ACF Standby Systems $45,650.00 Build Options
Central Primary ACF Standby Systems $45,650.00 Build Options
Southern Primary Genset Services, Inc.$40,472.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 130/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:154, Gillette, SPJD-1250, SPJD-1250
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $62,400.00 Build Options
Northern Primary Genserve LLC $62,400.00 Build Options
Central Primary Genserve LLC $62,400.00 Build Options
Southern Primary Genserve LLC $62,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 131/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:155, Tradewinds, T125, T125
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tradewinds Power Corp.$82,627.00 Build Options
Northern Primary Tradewinds Power Corp.$82,627.00 Build Options
Central Primary Tradewinds Power Corp.$82,627.00 Build Options
Southern Primary Tradewinds Power Corp.$82,627.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 132/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:536, Taylor Power Systems, TD125, TD125
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Taylor Power Systems, Inc.$51,200.00 Build Options
Northern Primary Taylor Power Systems, Inc.$51,200.00 Build Options
Central Primary Taylor Power Systems, Inc.$51,200.00 Build Options
Southern Primary Taylor Power Systems, Inc.$51,200.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 133/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:157, Blue Star Power Systems, VD150-02FT4MP, VD150-02FT4MP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Mid Florida Diesel, Inc $130,400.00 Build Options
Northern Primary Mid Florida Diesel, Inc $130,400.00 Build Options
Central Primary Mid Florida Diesel, Inc $130,400.00 Build Options
Southern Primary Mid Florida Diesel, Inc $130,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 134/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:158, Doosan, G190WCU-3A-T4F, G190WCU-3A-T4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $119,782.00 Build Options
Northern Primary Clark Equipment Company $119,782.00 Build Options
Central Primary Clark Equipment Company $119,782.00 Build Options
Southern Primary Clark Equipment Company $119,782.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 135/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:159, Generac/Magnum, MDG175DF4, MDG175DF4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ACF Standby Systems $103,150.00 Build Options
Northern Primary ACF Standby Systems $103,150.00 Build Options
Central Primary ACF Standby Systems $103,150.00 Build Options
Southern
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 136/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:160, MULTIQUIP, DCA180SSJU4F3, DCA180SSJU4F3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $150,746.00 Build Options
Northern Primary Federal Contracts Corp $150,746.00 Build Options
Central Primary Federal Contracts Corp $150,746.00 Build Options
Southern Primary Federal Contracts Corp $150,746.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 137/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:162, Tradewinds, TM150, TM150
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tradewinds Power Corp.$162,283.00 Build Options
Northern Primary Tradewinds Power Corp.$162,283.00 Build Options
Central Primary Tradewinds Power Corp.$162,283.00 Build Options
Southern Primary Tradewinds Power Corp.$162,283.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 138/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:163, Wacker Neuson, G180, G180
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary Kelly Tractor Co $169,460.00 Build Options
Southern Primary Kelly Tractor Co $169,460.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 139/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:537, Taylor Power Systems, TM225, TM225
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Taylor Power Systems, Inc.$111,100.00 Build Options
Northern Primary Taylor Power Systems, Inc.$111,100.00 Build Options
Central Primary Taylor Power Systems, Inc.$111,100.00 Build Options
Southern Primary Taylor Power Systems, Inc.$111,100.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 140/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Mobile
Item:164, Blue Star Generator, VD550-02FT4MP, VD550-02FT4MP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Mid Florida Diesel, Inc $284,980.00 Build Options
Northern Primary Mid Florida Diesel, Inc $284,980.00 Build Options
Central Primary Mid Florida Diesel, Inc $284,980.00 Build Options
Southern Primary Mid Florida Diesel, Inc $284,980.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 141/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Mobile
Item:165, Caterpillar, XQ570, XQ570
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $539,980.00 Build Options
Northern Primary Ring Power Corporation $539,980.00 Build Options
Central Primary Ring Power Corporation $539,980.00 Build Options
Southern Primary Pantropic Power $467,110.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 142/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Mobile
Item:166, Tradewinds, TM500, TM500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tradewinds Power Corp.$357,308.00 Build Options
Northern Primary Tradewinds Power Corp.$357,308.00 Build Options
Central Primary Tradewinds Power Corp.$357,308.00 Build Options
Southern Primary Tradewinds Power Corp.$357,308.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 143/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Mobile
Item:167, Generac, 570KVA, MDE570P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ACF Standby Systems $254,875.00 Build Options
Northern Primary ACF Standby Systems $254,875.00 Build Options
Central Primary ACF Standby Systems $254,875.00 Build Options
Southern Primary Genset Services, Inc.$219,750.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 144/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Mobile
Item:168, HiPower, HRVW625T4F, HRVW625T4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $253,500.00 Build Options
Northern Primary Genserve LLC $253,500.00 Build Options
Central Primary Genserve LLC $253,500.00 Build Options
Southern Primary Genserve LLC $253,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 145/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Mobile
Item:169, TechnoGen, VO630TSX, VO630TSX
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $306,300.00 Build Options
Northern Primary Genserve LLC $306,300.00 Build Options
Central Primary Genserve LLC $306,300.00 Build Options
Southern Primary Genserve LLC $306,300.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 146/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Mobile
Item:170, AKSA, ADP-EPA-V550T4, ADP-EPA-V550T4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Zabatt Engine Services, Inc.$242,192.00 Build Options
Northern Primary Zabatt Engine Services, Inc.$242,192.00 Build Options
Central Primary Zabatt Engine Services, Inc.$242,192.00 Build Options
Southern Primary Zabatt Engine Services, Inc.$242,192.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 147/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:171, AKSA, APD-ULJ500, APD-ULJ500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $137,400.00 Build Options
Northern Primary Genserve LLC $137,400.00 Build Options
Central Primary Genserve LLC $137,400.00 Build Options
Southern Primary Genserve LLC $137,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 148/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:172, Blue Star Generator, VD500-01, VD500-01
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Mid Florida Diesel, Inc $127,480.00 Build Options
Northern Primary Mid Florida Diesel, Inc $127,480.00 Build Options
Central Primary Mid Florida Diesel, Inc $127,480.00 Build Options
Southern Primary Mid Florida Diesel, Inc $127,480.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 149/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:173, Caterpillar, C15, C15
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $202,890.00 Build Options
Northern Primary Ring Power Corporation $202,890.00 Build Options
Central Primary Ring Power Corporation $202,890.00 Build Options
Southern Primary Pantropic Power $197,756.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 150/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:174, Generac, SD500, SD500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ACF Standby Systems $133,500.00 Build Options
Northern Primary ACF Standby Systems $133,500.00 Build Options
Central Primary ACF Standby Systems $133,500.00 Build Options
Southern Primary Genset Services, Inc.$108,221.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 151/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:175, Gillette, SPVD-5000, SPVD-5000
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $126,200.00 Build Options
Northern Primary Genserve LLC $126,200.00 Build Options
Central Primary Genserve LLC $126,200.00 Build Options
Southern Primary Genserve LLC $126,200.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 152/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:176, Tradewinds, T500, T500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tradewinds Power Corp.$159,741.00 Build Options
Northern Primary Tradewinds Power Corp.$159,741.00 Build Options
Central Primary Tradewinds Power Corp.$159,741.00 Build Options
Southern Primary Tradewinds Power Corp.$159,741.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 153/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:178, IGSA, GSVL20500S, GSVL20500S
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $117,600.00 Build Options
Northern Primary Genserve LLC $117,600.00 Build Options
Central Primary Genserve LLC $117,600.00 Build Options
Southern Primary Genserve LLC $117,600.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 154/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 500kW Stationary
Item:539, Taylor Power Systems, TD500, TD500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Taylor Power Systems, Inc.$108,100.00 Build
Northern Primary Taylor Power Systems, Inc.$108,100.00 Build
Central Primary Taylor Power Systems, Inc.$108,100.00 Build
Southern Primary Taylor Power Systems, Inc.$108,100.00 Build
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 155/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 60kW Stationary
Item:180, AKSA, APD-ULJ65, APD-ULJ65
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $37,600.00 Build Options
Northern Primary Genserve LLC $37,600.00 Build Options
Central Primary Genserve LLC $37,600.00 Build Options
Southern Primary Genserve LLC $37,600.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 156/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 60kW Stationary
Item:181, Blue Star, JD60-02, JD60-02
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Mid Florida Diesel, Inc $38,270.00 Build Options
Northern Primary Mid Florida Diesel, Inc $38,270.00 Build Options
Central Primary Mid Florida Diesel, Inc $38,270.00 Build Options
Southern Primary Mid Florida Diesel, Inc $38,270.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 157/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 60kW Stationary
Item:182, Gillette, SPD-600, SPD-600
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $41,500.00 Build Options
Northern Primary Genserve LLC $41,500.00 Build Options
Central Primary Genserve LLC $41,500.00 Build Options
Southern Primary Genserve LLC $41,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 158/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 60kW Stationary
Item:183, IGSA, GSJD30060-UL, GSJD30060-UL
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $38,700.00 Build Options
Northern Primary Genserve LLC $38,700.00 Build Options
Central Primary Genserve LLC $38,700.00 Build Options
Southern Primary Genserve LLC $38,700.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 159/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 60kW Stationary
Item:184, Caterpillar, D60, D60
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $44,100.00 Build Options
Northern Primary Ring Power Corporation $44,100.00 Build Options
Central Primary Ring Power Corporation $44,100.00 Build Options
Southern Primary Pantropic Power $47,975.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 160/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 60kW Stationary
Item:185, Tradewinds, T60, T60
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tradewinds Power Corp.$55,991.00 Build Options
Northern Primary Tradewinds Power Corp.$55,991.00 Build Options
Central Primary Tradewinds Power Corp.$55,991.00 Build Options
Southern Primary Tradewinds Power Corp.$55,991.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 161/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 60kW Stationary
Item:538, Taylor Power Systems, TD60, TD60
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Taylor Power Systems, Inc.$36,600.00 Build
Northern Primary Taylor Power Systems, Inc.$36,600.00 Build
Central Primary Taylor Power Systems, Inc.$36,600.00 Build
Southern Primary Taylor Power Systems, Inc.$36,600.00 Build
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 162/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 125kW Stationary
Item:188, IGSA, GSJD30125S, GSJD30125S
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $49,100.00 Build Options
Northern Primary Genserve LLC $49,100.00 Build Options
Central Primary Genserve LLC $49,100.00 Build Options
Southern Primary Genserve LLC $49,100.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 163/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:190, Caterpillar, XQ230, XQ230
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $198,320.00 Build Options
Northern Primary Ring Power Corporation $198,320.00 Build Options
Central Primary Ring Power Corporation $198,320.00 Build Options
Southern Primary Pantropic Power $189,841.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 164/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:191, AKSA, ADP-EPA-J170T4, ADP-EPA-J170T4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $118,600.00 Build Options
Northern Primary Genserve LLC $118,600.00 Build Options
Central Primary Genserve LLC $118,600.00 Build Options
Southern Primary Genserve LLC $118,600.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 165/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:192, Blue Star, VD150‐02FT4MP, VD150‐02FT4MP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Mid Florida Diesel, Inc $130,400.00 Build Options
Northern Primary Mid Florida Diesel, Inc $130,400.00 Build Options
Central Primary Mid Florida Diesel, Inc $130,400.00 Build Options
Southern Primary Mid Florida Diesel, Inc $130,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 166/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Generator: 150kW Mobile
Item:193, HiPower, HRJW190T4F, HRJW190T4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Genserve LLC $114,400.00 Build Options
Northern Primary Genserve LLC $114,400.00 Build Options
Central Primary Genserve LLC $114,400.00 Build Options
Southern Primary Genserve LLC $114,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 167/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Horizontal Directional Drill
Item:194, Vermeer, D24X40 S3, D24X40 S3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $386,826.00 Build Options
Northern Primary Vermeer Southeast Sales $386,826.00 Build Options
Central Primary Vermeer Southeast Sales $386,826.00 Build Options
Southern Primary Vermeer Southeast Sales $386,826.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 168/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Leaf Collector: Trailer Mounted
Item:195, Bonnell, Spartan, Leaf Pro - Trailer
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options
Northern Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options
Central Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options
Southern Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 169/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Leaf Collector: Trailer Mounted
Item:196, ODB, DCL800TM, DCL800TM
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$160,016.00 Build Options
Northern Primary Environmental Products Group, Inc.$160,016.00 Build Options
Central Primary Environmental Products Group, Inc.$160,016.00 Build Options
Southern Primary Environmental Products Group, Inc.$160,016.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 170/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Lift: Scissor Lift - Self Propelled
Item:197, Genie, GS-1932, GS-1932
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $15,731.00 Build Options
Northern Primary Ring Power Corporation $15,731.00 Build Options
Central Primary Ring Power Corporation $15,731.00 Build Options
Southern Primary Kelly Tractor Co $15,768.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 171/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Lift: Scissor Lift - Self Propelled
Item:198, JLG, JLG ES1932, JLG ES1932
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary Kelly Tractor Co $18,545.00 Build Options
Southern Primary Kelly Tractor Co $18,545.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 172/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Lift: Scissor Lift - Self Propelled
Item:199, Snorkel, S321, S3219E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$15,442.00
$15,495.00
Build
Build
Options
Options
Northern Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$15,442.00
$15,495.00
Build
Build
Options
Options
Central Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$15,442.00
$15,495.00
Build
Build
Options
Options
Southern Primary
Alternate
National Lift Truck Service
Southern States ToyotaLift
$15,442.00
$15,495.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 173/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Light Tower: Hybrid Light Tower
Item:201, Signal Power, HT444PC, HT444PC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $38,370.00 Build Options
Northern Primary Federal Contracts Corp $38,370.00 Build Options
Central Primary Federal Contracts Corp $38,370.00 Build Options
Southern Primary Federal Contracts Corp $38,370.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 174/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Light Tower: Light Tower - Trailer Mounted
Item:203, Doosan, LCV6WKUB-60HZ-T4F, LCV6WKUB-60HZ-T4F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $12,664.00 Build Options
Northern Primary Clark Equipment Company $12,664.00 Build Options
Central Primary Clark Equipment Company $12,664.00 Build Options
Southern Primary Clark Equipment Company $12,664.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 175/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Light Tower: Light Tower - Trailer Mounted
Item:204, Generac, MLT4060, MLT4060
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ACF Standby Systems $16,460.00 Build Options
Northern Primary ACF Standby Systems $16,460.00 Build Options
Central Primary ACF Standby Systems $16,460.00 Build Options
Southern Primary Genset Services, Inc.$13,612.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 176/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Light Tower: Light Tower - Trailer Mounted
Item:205, Wacker Neuson, LTV6L, LTV6L
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary Kelly Tractor Co $13,889.00 Build Options
Southern Primary Kelly Tractor Co $13,889.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 177/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Light Tower: Light Tower - Trailer Mounted
Item:206, Wanco, WLT-4MK6K, WLT-4MK6K
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Tradewinds Power Corp.
Jet-Vac Equipment Company, LLC
$13,550.00
$13,651.00
$15,794.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Tradewinds Power Corp.
Jet-Vac Equipment Company, LLC
$13,550.00
$13,651.00
$15,794.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Tradewinds Power Corp.
Jet-Vac Equipment Company, LLC
$13,550.00
$13,651.00
$15,794.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Tradewinds Power Corp.
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$13,651.00
$13,850.00
$15,794.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 178/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Loader Backhoe - 4x4
Item:207, Caterpillar, 416, 416
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $96,799.00 Build Options
Northern Primary Ring Power Corporation $96,799.00 Build Options
Central Primary Ring Power Corporation $96,799.00 Build Options
Southern Primary Kelly Tractor Co $95,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 179/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Loader Backhoe - 4x4
Item:208, John Deere, 310P, 310P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $104,900.00 Build Options
Northern Primary Dobbs Equipment, LLC $104,900.00 Build Options
Central Primary Dobbs Equipment, LLC $102,700.00 Build Options
Southern Primary Dobbs Equipment, LLC $102,700.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 180/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Loader Backhoe - 4x4
Item:209, Case, 580SN, 580SN
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 181/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type
Item:210, Bobcat, S62, S62
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $43,660.00 Build Options
Northern Primary Clark Equipment Company $43,660.00 Build Options
Central Primary Clark Equipment Company $43,660.00 Build Options
Southern Primary Clark Equipment Company $43,660.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 182/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type
Item:211, Caterpillar, 236D3, 236D3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $51,453.00 Build Options
Northern Primary Ring Power Corporation $51,453.00 Build Options
Central Primary Ring Power Corporation $51,453.00 Build Options
Southern Primary Kelly Tractor Co $47,846.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 183/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type
Item:212, John Deere, 318G, 318G
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $51,200.00 Build Options
Northern Primary Dobbs Equipment, LLC $51,200.00 Build Options
Central Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$44,100.00
$49,995.00
Build
Build
Options
Options
Southern Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$44,100.00
$49,995.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 184/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type
Item:213, Kubota, SSV65, SSV65
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$36,950.00 Build Options
Northern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$36,700.00
$37,548.00
Build
Build
Options
Options
Central Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$36,550.00
$37,548.00
Build
Build
Options
Options
Southern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$36,700.00
$37,548.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 185/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type
Item:214, Case, SV185B, SV185B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 186/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type
Item:216, Caterpillar, 272D3, 272D3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $69,127.00 Build Options
Northern Primary Ring Power Corporation $69,127.00 Build Options
Central Primary Ring Power Corporation $69,127.00 Build Options
Southern Primary Kelly Tractor Co $65,967.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 187/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type
Item:217, John Deere, 330G, 330G
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $65,750.00 Build Options
Northern Primary Dobbs Equipment, LLC $65,750.00 Build Options
Central Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$57,675.00
$64,300.00
Build
Build
Options
Options
Southern Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$57,675.00
$64,300.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 188/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type
Item:218, Case, SV340B, SV340B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 189/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type
Item:220, Manitou, 1050RT, 1050RT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $46,365.00 Build Options
Northern Primary National Equipment Dealers, LLC $46,365.00 Build Options
Central Primary National Equipment Dealers, LLC $46,365.00 Build Options
Southern Primary National Equipment Dealers, LLC $46,365.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 190/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:221, Bobcat, T770, T770
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $71,649.00 Build Options
Northern Primary Clark Equipment Company $71,649.00 Build Options
Central Primary Clark Equipment Company $71,649.00 Build Options
Southern Primary Clark Equipment Company $71,649.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 191/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:222, Caterpillar, 279D3, 279D3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $77,647.00 Build Options
Northern Primary Ring Power Corporation $77,647.00 Build Options
Central Primary Ring Power Corporation $77,647.00 Build Options
Southern Primary Kelly Tractor Co $88,523.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 192/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:223, John Deere, 331G, 331G
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $77,950.00 Build Options
Northern Primary Dobbs Equipment, LLC $77,950.00 Build Options
Central Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$69,000.00
$76,200.00
Build
Build
Options
Options
Southern Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$69,000.00
$76,200.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 193/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:224, Kubota, SVL 75-3, SVL 75-3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Florida Coast Equipment, Inc.$52,098.00 Build Options
Central Primary Florida Coast Equipment, Inc.$52,098.00 Build Options
Southern Primary Florida Coast Equipment, Inc.$52,098.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 194/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:225, Takeuchi, TL12V2, TL12V2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $76,000.00 Build
Northern Primary Alta Construction Equipment Florida, LLC $76,000.00 Build
Central Primary Alta Construction Equipment Florida, LLC $76,000.00 Build
Southern Primary Alta Construction Equipment Florida, LLC $76,000.00 Build
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 195/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:226, Case, TR310B, TR310B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 196/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:227, ASV, MAX-Series™ VT-100 Posi-Track® loader, VT-100
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central
Southern Primary Alta Construction Equipment Florida, LLC $95,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 197/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:228, Yanmar, TL100 Tracked Skid Steer, TL100VS
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central
Southern Primary Alta Construction Equipment Florida, LLC $81,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 198/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
Item:229, Manitou, 1050R, 1050R
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $62,075.00 Build Options
Northern Primary National Equipment Dealers, LLC $62,075.00 Build Options
Central Primary National Equipment Dealers, LLC $62,075.00 Build Options
Southern Primary National Equipment Dealers, LLC $62,075.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 199/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:230, Caterpillar, 908, 908
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $112,359.00 Build Options
Northern Primary Ring Power Corporation $112,359.00 Build Options
Central Primary Ring Power Corporation $112,359.00 Build Options
Southern Primary Kelly Tractor Co $118,109.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 200/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:231, Hitachi, ZW120, ZW120
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 201/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:232, John Deere, 324P, 324P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $126,900.00 Build Options
Northern Primary Dobbs Equipment, LLC $126,900.00 Build Options
Central Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$116,450.00
$124,200.00
Build
Build
Options
Options
Southern Primary
Alternate
EFE, INC
Dobbs Equipment, LLC
$116,450.00
$124,200.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 202/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:233, Manitou, MLA7-75 H-Z, MLA7-75 H-Z
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $132,648.00 Build Options
Northern Primary National Equipment Dealers, LLC $132,648.00 Build Options
Central Primary National Equipment Dealers, LLC $132,648.00 Build Options
Southern Primary National Equipment Dealers, LLC $132,648.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 203/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:234, Takeuchi, TW80, TW80
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 204/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:235, Volvo, L45H, L45H
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 205/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:236, Case, 321F, 321F
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 206/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:237, Mecalac, A Series, AS850
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 207/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 1.5 cubic yd.
Item:238, Yanmar, V12, V12
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central
Southern Primary Alta Construction Equipment Florida, LLC $101,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 208/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:239, Caterpillar, 926, 926
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $200,578.00 Build Options
Northern Primary Ring Power Corporation $200,578.00 Build Options
Central Primary Ring Power Corporation $200,578.00 Build Options
Southern Primary Kelly Tractor Co $188,785.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 209/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:240, DEVELON, DL220-7, DL220-7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 210/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:241, DEVELON, DL280-7, DL280-7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 211/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:242, Hitachi, ZW180, ZW180
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 212/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:243, Hyundai, HL940A, HL940A
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $198,866.00 Build Options
Northern Primary National Equipment Dealers, LLC $198,866.00 Build Options
Central Primary National Equipment Dealers, LLC $198,866.00 Build Options
Southern Primary National Equipment Dealers, LLC $198,866.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 213/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:244, John Deere, 524P, 524P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $209,850.00 Build Options
Northern Primary Dobbs Equipment, LLC $209,850.00 Build Options
Central Primary Dobbs Equipment, LLC $205,300.00 Build Options
Southern Primary Dobbs Equipment, LLC $205,300.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 214/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:246, Volvo, L60H2, L60H2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 215/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:247, Case, 621G, 621G
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 216/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 3.0 cubic yd.
Item:248, Liebherr, L526, L526
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 217/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:249, Caterpillar, 972, 972
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $520,245.00 Build Options
Northern Primary Ring Power Corporation $520,245.00 Build Options
Central Primary Ring Power Corporation $520,245.00 Build Options
Southern Primary Kelly Tractor Co $558,293.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 218/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:250, DEVELON, DL480-7, DL480-7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options
Northern Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options
Central Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options
Southern Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 219/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:251, Hitachi, ZW310, ZW310
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 220/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:252, Hyundai, HL975, HL975
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $417,550.00 Build Options
Northern Primary National Equipment Dealers, LLC $417,550.00 Build Options
Central Primary National Equipment Dealers, LLC $417,550.00 Build Options
Southern Primary National Equipment Dealers, LLC $417,550.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 221/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:253, John Deere, 744P, 744P
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $469,750.00 Build Options
Northern Primary Dobbs Equipment, LLC $469,750.00 Build Options
Central Primary Dobbs Equipment, LLC $459,350.00 Build Options
Southern Primary Dobbs Equipment, LLC $459,350.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 222/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:255, Volvo, L150H, L150H
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 223/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:256, Case, 1021G Z Bar, 1021G Z Bar
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 224/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Loader: Wheel Loader - 5.75 cubic yd.
Item:257, Liebherr, L580, L580
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 225/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Low Speed Vehicle: Electric Type
Item:258, Columbia, Journeyman, Journeyman 2+2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Southern States ToyotaLift
Texas Trailers Sales and Service
$17,495.00
$18,705.00
Build
Build
Options
Options
Northern Primary
Alternate
Southern States ToyotaLift
Texas Trailers Sales and Service
$17,495.00
$17,940.00
Build
Build
Options
Options
Central Primary
Alternate
Southern States ToyotaLift
Texas Trailers Sales and Service
$17,495.00
$18,220.00
Build
Build
Options
Options
Southern Primary
Alternate
Southern States ToyotaLift
Texas Trailers Sales and Service
$17,495.00
$18,770.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 226/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Low Speed Vehicle: Electric Type
Item:259, GEM, E4, E4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$19,930.00
$21,742.00
Build
Build
Options
Options
Northern Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$19,930.00
$21,742.00
Build
Build
Options
Options
Central Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$19,730.00
$21,742.00
Build
Build
Options
Options
Southern Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$19,930.00
$21,742.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 227/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Low Speed Vehicle: Electric Type
Item:260, GEM, e2, e2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$17,980.00
$19,475.00
Build
Build
Options
Options
Northern Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$17,980.00
$19,475.00
Build
Build
Options
Options
Central Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$17,480.00
$19,475.00
Build
Build
Options
Options
Southern Primary
Alternate
Love Power Equipment, Inc
Beck Chrysler Dodge Jeep
$17,980.00
$19,475.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 228/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Low Speed Vehicle: Electric Type
Item:261, Cruise Car ICON, C40-ECO, C40-ECO
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $9,136.00 Build Options
Northern Primary Federal Contracts Corp $9,136.00 Build Options
Central Primary Federal Contracts Corp $9,136.00 Build Options
Southern Primary Federal Contracts Corp $9,136.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 229/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Low Speed Vehicle: Electric Type
Item:262, Star EV, Capella CP-2, CP-2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $11,995.00 Build Options
Northern Primary Texas Trailers Sales and Service $11,230.00 Build Options
Central Primary Texas Trailers Sales and Service $11,510.00 Build Options
Southern Primary Texas Trailers Sales and Service $12,060.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 230/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Motor Grader: Large
Item:263, Caterpillar, 120, 120
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $271,570.00 Build Options
Northern Primary Ring Power Corporation $271,570.00 Build Options
Central Primary Ring Power Corporation $271,570.00 Build Options
Southern Primary Kelly Tractor Co $242,242.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 231/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Motor Grader: Large
Item:264, John Deere, 620G, 620G
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $300,750.00 Build Options
Northern Primary Dobbs Equipment, LLC $300,750.00 Build Options
Central Primary Dobbs Equipment, LLC $294,300.00 Build Options
Southern Primary Dobbs Equipment, LLC $294,300.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 232/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Motor Grader: Large
Item:266, Case, 856C, 856C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 233/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Motor Grader: Small
Item:267, LeeBoy, 685D, 685D
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $238,900.00 Build Options
Northern Primary Dobbs Equipment, LLC $238,900.00 Build Options
Central Primary Dobbs Equipment, LLC $238,900.00 Build Options
Southern Primary Dobbs Equipment, LLC $238,900.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 234/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Motor Grader: Small
Item:268, Weiler, G65, G65
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $220,791.00 Build Options
Northern Primary Ring Power Corporation $220,791.00 Build Options
Central Primary Ring Power Corporation $220,791.00 Build Options
Southern Primary Kelly Tractor Co $198,150.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 235/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Motor Grader: Small
Item:269, Case, 836C, 836C VHP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 236/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: 15ft. Flex Wing Rotary Mower
Item:271, Bush Hog, 4115, 4115
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Bush Hog LLC $26,612.00 Build Options
Northern Primary Bush Hog LLC $26,612.00 Build Options
Central Primary Bush Hog LLC $26,612.00 Build Options
Southern Primary Bush Hog LLC $26,612.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 237/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: 15ft. Flex Wing Rotary Mower
Item:272, John Deere, FC15M, FC15M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary EFE, INC $24,900.00 Build Options
Southern Primary EFE, INC $24,900.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 238/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: 15ft. Flex Wing Rotary Mower
Item:274, Rhino, 4150, 4150
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Rhino Ag LLC $28,693.00 Build Options
Northern Primary Rhino Ag LLC $28,693.00 Build Options
Central Primary Rhino Ag LLC $28,693.00 Build Options
Southern Primary Rhino Ag LLC $28,693.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 239/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: 15ft. Flex Wing Rotary Mower
Item:275, Schulte, FX-1800, FX-1800
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Glade & Grove Supply Co LLC $30,648.00 Build Options
Northern Primary Glade & Grove Supply Co LLC $30,448.00 Build Options
Central Primary
Alternate
Glade & Grove Supply Co LLC
Kelly Tractor Co
$30,048.00
$39,985.00
Build
Build
Options
Options
Southern Primary
Alternate
Glade & Grove Supply Co LLC
Kelly Tractor Co
$30,048.00
$39,985.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 240/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: 15ft. Flex Wing Rotary Mower
Item:276, Woods, BW15.61, BW15.61
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Kelly Tractor Co $33,435.00 Build Options
Northern Primary Kelly Tractor Co $33,435.00 Build Options
Central Primary Kelly Tractor Co $31,435.00 Build Options
Southern Primary Kelly Tractor Co $31,435.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 241/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Electric Zero Turn Radius Mower
Item:277, Greenworks, Optimus Z Zero Turn, CZ60R18X
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $20,700.00 Build Options
Northern Primary Carswell Distributing Company $20,700.00 Build Options
Central Primary Carswell Distributing Company $20,700.00 Build Options
Southern Primary Carswell Distributing Company $20,700.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 242/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Electric Zero Turn Radius Mower
Item:278, Mean Green Electric Mowers, RIVAL 60" SIDE DISCHARGE (6.75-7.25 HRS CONTINUOUS), RVL60S220
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Green Thumb Palm Beach $29,920.00 Build Options
Central Primary Green Thumb Palm Beach $29,920.00 Build Options
Southern Primary Green Thumb Palm Beach $29,920.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 243/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Remote Controlled Brush Mower
Item:279, Alamo Industrial, RC28, RC28
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alamo Group Texas LLC $53,144.00 Build Options
Northern Primary Alamo Group Texas LLC $53,144.00 Build Options
Central Primary Alamo Group Texas LLC $53,144.00 Build Options
Southern Primary Alamo Group Texas LLC $53,144.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 244/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Remote Controlled Brush Mower
Item:282, RC Mowers, R-52, R-52
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Primary
Embankscape Equipment LLC
Jet-Vac Equipment Company, LLC
$66,098.00
$66,098.00
Build
Build
Options
Options
Northern Primary
Primary
Embankscape Equipment LLC
Jet-Vac Equipment Company, LLC
$66,098.00
$66,098.00
Build
Build
Options
Options
Central Primary
Primary
Embankscape Equipment LLC
Jet-Vac Equipment Company, LLC
$66,098.00
$66,098.00
Build
Build
Options
Options
Southern Primary
Primary
Embankscape Equipment LLC
Jet-Vac Equipment Company, LLC
$66,098.00
$66,098.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 245/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Remote Controlled Brush Mower
Item:283, Prinoth, Raptor 100, Raptor 100
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $157,774.00 Build Options
Northern Primary National Equipment Dealers, LLC $157,774.00 Build Options
Central Primary National Equipment Dealers, LLC $157,774.00 Build Options
Southern Primary National Equipment Dealers, LLC $157,774.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 246/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Remote Controlled Brush Mower
Item:284, AGRIA, 9600-112, 9600-112
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $84,402.00 Build Options
Northern Primary Pat`s Pump & Blower $84,402.00 Build Options
Central Primary Pat`s Pump & Blower $84,402.00 Build Options
Southern Primary Pat`s Pump & Blower $84,402.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 247/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:287, Ferris, ISX2200, 5902078
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary PACE Inc.$12,000.00 Build Options
Northern Primary PACE Inc.$12,000.00 Build Options
Central Primary Green Thumb Palm Beach $13,187.00 Build Options
Southern Primary Green Thumb Palm Beach $12,987.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 248/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:288, Grasshopper, 225, 225
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $14,862.00 Build Options
Northern Primary Federal Contracts Corp $14,862.00 Build Options
Central Primary Federal Contracts Corp $14,862.00 Build Options
Southern Primary Federal Contracts Corp $14,862.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 249/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:289, Gravely, Proturn, 360
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Florida Coast Equipment, Inc.$11,649.00 Build Options
Central Primary Florida Coast Equipment, Inc.$11,649.00 Build Options
Southern Primary Florida Coast Equipment, Inc.$11,649.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 250/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:290, Husqvarna, Z560, Z560
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $13,768.00 Build Options
Northern Primary Federal Contracts Corp $13,768.00 Build Options
Central Primary Federal Contracts Corp $13,768.00 Build Options
Southern Primary Federal Contracts Corp $13,768.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 251/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:291, John Deere, Z930M, Z930M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary EFE, INC $11,500.00 Build Options
Southern Primary EFE, INC $11,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 252/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:292, Kubota, Z725KH-3-60, Z725KH-3-60
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$9,989.00 Build Options
Northern Primary
Alternate
Florida Coast Equipment, Inc.
RIDGE EQUIPMENT CO., INC.
$9,576.00
$9,819.00
Build
Build
Options
Options
Central Primary
Alternate
Florida Coast Equipment, Inc.
RIDGE EQUIPMENT CO., INC.
$9,576.00
$9,719.00
Build
Build
Options
Options
Southern Primary
Alternate
Florida Coast Equipment, Inc.
RIDGE EQUIPMENT CO., INC.
$9,576.00
$9,989.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 253/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:293, Scag, Tiger Cat II, STCII-26FTEFI
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Green Thumb Palm Beach $10,734.00 Build Options
Central Primary Green Thumb Palm Beach $10,009.00 Build Options
Southern Primary Green Thumb Palm Beach $10,009.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 254/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:294, Bobcat, ZT Series, 9996010
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Carswell Distributing Company
Clark Equipment Company
$9,919.00
$12,495.00
Build
Build
Options
Options
Northern Primary
Alternate
Carswell Distributing Company
Clark Equipment Company
$9,919.00
$12,495.00
Build
Build
Options
Options
Central Primary
Alternate
Carswell Distributing Company
Clark Equipment Company
$9,919.00
$12,495.00
Build
Build
Options
Options
Southern Primary
Alternate
Carswell Distributing Company
Clark Equipment Company
$9,919.00
$12,495.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 255/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:295, Encore, Caliber, EC60FX850V5X
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $7,837.00 Build Options
Northern Primary Carswell Distributing Company $7,837.00 Build Options
Central Primary Carswell Distributing Company $7,837.00 Build Options
Southern Primary Carswell Distributing Company $7,837.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 256/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:296, Encore, Edge, EE60LS2P82F32
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $5,426.00 Build Options
Northern Primary Carswell Distributing Company $5,426.00 Build Options
Central Primary Carswell Distributing Company $5,426.00 Build Options
Southern Primary Carswell Distributing Company $5,426.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 257/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:297, Encore, Prowler, EP60FX921V5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $10,305.00 Build Options
Northern Primary Carswell Distributing Company $10,305.00 Build Options
Central Primary Carswell Distributing Company $10,305.00 Build Options
Southern Primary Carswell Distributing Company $10,305.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 258/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:298, Redmax, CZT Series, CZT60X
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Carswell Distributing Company $11,760.00 Build Options
Northern Primary Carswell Distributing Company $11,760.00 Build Options
Central Primary Carswell Distributing Company $11,760.00 Build Options
Southern Primary Carswell Distributing Company $11,760.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 259/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:299, Hustler, X-One, 941856
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Green Thumb Palm Beach $13,141.00 Build Options
Central Primary Green Thumb Palm Beach $13,016.00 Build Options
Southern Primary Green Thumb Palm Beach $12,891.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 260/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:300, Stihl, RZ700, RZ760k
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary Green Thumb Palm Beach $12,469.00 Build Options
Southern Primary Green Thumb Palm Beach $12,469.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 261/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:301, Wright, ZXL, WZXL61S61E8E1B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary PACE Inc.$11,524.00 Build Options
Northern Primary PACE Inc.$11,524.00 Build Options
Central Primary Green Thumb Palm Beach $12,352.00 Build Options
Southern Primary Green Thumb Palm Beach $12,152.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 262/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Mower: Zero Turn Radius Mower
Item:544, Dixie Choppper, Eagle, 3160KW
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Rhino Ag LLC $11,756.00 Build Options
Northern Primary Rhino Ag LLC $11,756.00 Build Options
Central Primary Rhino Ag LLC $11,756.00 Build Options
Southern Primary Rhino Ag LLC $11,756.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 263/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pallet Jack: Electric 4,500 lbs. Capacity
Item:302, Big Joe, WPT45, WPT45
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $5,876.00 Build
Northern Primary Ring Power Corporation $5,876.00 Build
Central Primary Ring Power Corporation $5,876.00 Build
Southern Primary Kelly Tractor Co $9,936.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 264/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pallet Jack: Electric 4,500 lbs. Capacity
Item:303, Jungheinrich, EJE120, EJE120
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $7,079.00 Build
Northern Primary Ring Power Corporation $7,079.00 Build
Central Primary Ring Power Corporation $7,079.00 Build
Southern Primary Kelly Tractor Co $8,600.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 265/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pallet Jack: Electric 4,500 lbs. Capacity
Item:304, Mitsubishi, PW23, PW23
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $7,079.00 Build
Northern Primary Ring Power Corporation $7,079.00 Build
Central Primary Ring Power Corporation $7,079.00 Build
Southern Primary Kelly Tractor Co $8,600.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 266/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pallet Jack: Electric 4,500 lbs. Capacity
Item:540, Crown, WP 3200, WP 3200
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $8,384.00 Build Options
Northern Primary Federal Contracts Corp $8,384.00 Build Options
Central Primary Federal Contracts Corp $8,384.00 Build Options
Southern Primary Federal Contracts Corp $8,384.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 267/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System
Item:306, Envirosight, Verisight Pro+, VSP200
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$111,437.00 Build Options
Northern Primary Environmental Products Group, Inc.$111,437.00 Build Options
Central Primary Environmental Products Group, Inc.$111,437.00 Build Options
Southern Primary Environmental Products Group, Inc.$111,437.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 268/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System
Item:307, Aries, UC3410, UC3410
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Evervac Equipment $89,000.00 Build Options
Northern Primary Evervac Equipment $89,000.00 Build Options
Central Primary Evervac Equipment $89,000.00 Build Options
Southern Primary Evervac Equipment $89,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 269/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System
Item:308, Pipe Trekker, A-200 Pipe Crawler, A-200
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $63,257.00 Build Options
Northern Primary Pat`s Pump & Blower $63,257.00 Build Options
Central Primary Pat`s Pump & Blower $63,257.00 Build Options
Southern Primary Pat`s Pump & Blower $63,257.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 270/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:309, Atlas Copco, PAS 150 HF, PAS 150 HF
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Hydra Service (S), Inc.$50,370.00 Build Options
Northern Primary Hydra Service (S), Inc.$50,370.00 Build Options
Central Primary Hydra Service (S), Inc.$50,370.00 Build Options
Southern Primary Hydra Service (S), Inc.$50,370.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 271/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:310, BBA Pumps, BA150E, BA150E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary BBA PUMPS $49,955.00 Build Options
Northern Primary BBA PUMPS $49,955.00 Build Options
Central Primary BBA PUMPS $49,955.00 Build Options
Southern Primary BBA PUMPS $49,955.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 272/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:311, ECO PUMP, Trailer Mounted Trash Pump, 6612T
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $59,820.00 Build Options
Northern Primary Pat`s Pump & Blower $59,820.00 Build Options
Central Primary Pat`s Pump & Blower $59,820.00 Build Options
Southern Primary Pat`s Pump & Blower $59,820.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 273/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:312, Global Pump, 6GSTAP, 6GSTAP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Mersino Dewatering $49,750.00 Build Options
Northern Primary Mersino Dewatering $49,750.00 Build Options
Central Primary Mersino Dewatering $49,750.00 Build Options
Southern Primary Mersino Dewatering $49,750.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 274/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:313, Godwin, CD 150S, CD 150S
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options
Northern Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options
Central Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options
Southern Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 275/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:314, Holland Pumps, PT6TPC-P1104D44T, PT6TPC-P1104D44T
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Holland Pump Company $53,120.00 Build Options
Northern Primary Holland Pump Company $53,120.00 Build Options
Central Primary Holland Pump Company $53,120.00 Build Options
Southern Primary Holland Pump Company $53,120.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 276/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:315, MWI, CT006, CT006
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary MWI pumps $49,175.00 Build Options
Northern Primary MWI pumps $49,175.00 Build Options
Central Primary MWI pumps $49,175.00 Build Options
Southern Primary MWI pumps $49,175.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 277/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:316, Pioneer, PP66S12L71, PP66S12L71
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tom Evans Environmental, Inc.$59,340.00 Build Options
Northern Primary Tom Evans Environmental, Inc.$59,340.00 Build Options
Central Primary Tom Evans Environmental, Inc.$59,340.00 Build Options
Southern Primary Tom Evans Environmental, Inc.$59,340.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 278/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:317, Thompson Pump, 6JSC, 6JSC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options
Northern Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options
Central Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options
Southern Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 279/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:318, Tradewinds, TPK66, TPK66
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tradewinds Power Corp.$47,197.00 Build Options
Northern Primary Tradewinds Power Corp.$47,197.00 Build Options
Central Primary Tradewinds Power Corp.$47,197.00 Build Options
Southern Primary Tradewinds Power Corp.$47,197.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 280/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Pump: Mobile Pump
Item:321, PRIMAX-SYKES, CP, 150i
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Wastewater Solutions, LLC $95,665.00 Build Options
Northern Primary Wastewater Solutions, LLC $95,665.00 Build Options
Central Primary Wastewater Solutions, LLC $95,665.00 Build Options
Southern Primary Wastewater Solutions, LLC $95,665.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 281/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Message Board
Item:322, AMSIG, CMS-GP465T, CMS-GP465T
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Crimson Technology Products, LLC $16,164.00 Build Options
Northern Primary Crimson Technology Products, LLC $16,164.00 Build Options
Central Primary Crimson Technology Products, LLC $16,375.00 Build Options
Southern Primary Crimson Technology Products, LLC $16,645.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 282/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Message Board
Item:323, K&K Systems, MB9757, MB9757
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary K&K Systems, Inc.$13,903.00 Build Options
Northern Primary K&K Systems, Inc.$13,903.00 Build Options
Central Primary K&K Systems, Inc.$13,903.00 Build Options
Southern Primary K&K Systems, Inc.$13,903.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 283/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Message Board
Item:324, Kustom Signal, Smart VMS, 2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Crimson Technology Products, LLC $18,906.00 Build Options
Northern Primary Crimson Technology Products, LLC $18,906.00 Build Options
Central Primary Crimson Technology Products, LLC $19,169.00 Build Options
Southern Primary Crimson Technology Products, LLC $19,420.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 284/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Message Board
Item:325, Ver-Mac, PCMS-1500, PCMS-1500
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $22,295.00 Build Options
Northern Primary Federal Contracts Corp $22,295.00 Build Options
Central Primary Federal Contracts Corp $22,295.00 Build Options
Southern Primary Federal Contracts Corp $22,295.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 285/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Message Board
Item:326, Wanco, Full Size 3-Line Message Board Trailer, WTLMB-A
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$21,607.00
$22,775.00
$25,219.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$21,607.00
$22,775.00
$25,219.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$21,607.00
$22,775.00
$25,219.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$21,607.00
$23,150.00
$25,219.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 286/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Message Board
Item:327, Wanco, Full Size Full Matrix Message Board Trailer, WTMMB-A
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$22,590.00
$23,950.00
$26,610.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$22,590.00
$23,950.00
$26,610.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$22,590.00
$23,950.00
$26,610.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$22,590.00
$24,350.00
$26,610.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 287/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Speed Board
Item:331, K&K Systems, LTER12, LTER12
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary K&K Systems, Inc.$5,254.00 Build Options
Northern Primary K&K Systems, Inc.$5,254.00 Build Options
Central Primary K&K Systems, Inc.$5,254.00 Build Options
Southern Primary K&K Systems, Inc.$5,254.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 288/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Speed Board
Item:332, Kustom Signal, Smart, 12
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Crimson Technology Products, LLC $8,176.00 Build Options
Northern Primary Crimson Technology Products, LLC $8,176.00 Build Options
Central Primary Crimson Technology Products, LLC $8,277.00 Build Options
Southern Primary Crimson Technology Products, LLC $8,395.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 289/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Speed Board
Item:333, Ver-Mac, SP-710V, SP-710V
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $10,381.00 Build Options
Northern Primary Federal Contracts Corp $10,381.00 Build Options
Central Primary Federal Contracts Corp $10,381.00 Build Options
Southern Primary Federal Contracts Corp $10,381.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 290/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Speed Board
Item:334, Wanco, Compact Radar Speed Trailer, WSDT3-S
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
Vetted Security Solutions
$10,450.00
$12,476.00
$13,448.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
Vetted Security Solutions
$10,450.00
$12,476.00
$13,448.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
Vetted Security Solutions
$10,450.00
$12,476.00
$13,448.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
Vetted Security Solutions
$10,450.00
$12,476.00
$13,448.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 291/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Speed Board
Item:335, All Tra c Solutions, INC, Shield 12 - with ATS-3 Trailer - No Cloud, 4001809FSA
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary All Tra c Solutions, Inc.$8,944.00 Build Options
Northern Primary All Tra c Solutions, Inc.$8,944.00 Build Options
Central Primary All Tra c Solutions, Inc.$8,944.00 Build Options
Southern Primary All Tra c Solutions, Inc.$8,944.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 292/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Speed Board
Item:336, All Tra c Solutions, INC, SpeedAlert 18 - With ATS-3 Trailer - No Cloud, 4001811FSA
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary All Tra c Solutions, Inc.$9,940.00 Build Options
Northern Primary All Tra c Solutions, Inc.$9,940.00 Build Options
Central Primary All Tra c Solutions, Inc.$9,940.00 Build Options
Southern Primary All Tra c Solutions, Inc.$9,940.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 293/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader
Item:337, Vetted Security Solutions, ALPR Speed Trailer-STANDARD, VSS-STD-SPD-VLT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vetted Security Solutions $37,012.00 Build Options
Northern Primary Vetted Security Solutions $37,012.00 Build Options
Central Primary Vetted Security Solutions $37,012.00 Build Options
Southern Primary Vetted Security Solutions $37,012.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 294/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Tra c Advisory/Directional Signal Board
Item:338, AMSIG, T815, T815
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Crimson Technology Products, LLC $4,940.00 Build Options
Northern Primary Crimson Technology Products, LLC $4,940.00 Build Options
Central Primary Crimson Technology Products, LLC $5,152.00 Build Options
Southern Primary Crimson Technology Products, LLC $5,422.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 295/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Tra c Advisory/Directional Signal Board
Item:339, K&K Systems, AT154896, AT154896
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary K&K Systems, Inc.$4,455.00 Build Options
Northern Primary K&K Systems, Inc.$4,455.00 Build Options
Central Primary K&K Systems, Inc.$4,455.00 Build Options
Southern Primary K&K Systems, Inc.$4,455.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 296/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Tra c Advisory/Directional Signal Board
Item:340, Tra x Device, Scorpion II Trailer Attenuator with Mobile Tra c Advisory / Directional Signal Board, 10002-TL3M-12TA
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Striping Service and Supply, LLC.$38,950.00 Build Options
Northern Primary Striping Service and Supply, LLC.$38,950.00 Build Options
Central Primary Striping Service and Supply, LLC.$38,950.00 Build Options
Southern Primary Striping Service and Supply, LLC.$39,450.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 297/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Tra c Advisory/Directional Signal Board
Item:341, Ver-Mac, ST-4825, ST-4825
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $7,459.00 Build Options
Northern Primary Federal Contracts Corp $7,459.00 Build Options
Central Primary Federal Contracts Corp $7,459.00 Build Options
Southern Primary Federal Contracts Corp $7,459.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 298/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Tra c Advisory/Directional Signal Board
Item:342, Wanco, WECO Arrow Board Trailer, WTSP55-LSA
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Vetted Security Solutions
Jet-Vac Equipment Company, LLC
$5,968.00
$6,602.00
$6,759.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Vetted Security Solutions
Jet-Vac Equipment Company, LLC
$5,968.00
$6,602.00
$6,759.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Vetted Security Solutions
Jet-Vac Equipment Company, LLC
$5,968.00
$6,602.00
$6,759.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Striping Service and Supply, LLC.
Vetted Security Solutions
Jet-Vac Equipment Company, LLC
$6,250.00
$6,602.00
$6,759.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 299/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roadway Advisory Board: Mobile Tra c Advisory/Directional Signal Board
Item:343, Wanco, Metro Matrix Message Board Trailer, WVTMM-L
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$19,600.00
$19,950.00
$22,100.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$19,600.00
$19,950.00
$22,100.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$19,600.00
$19,950.00
$22,100.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Vetted Security Solutions
Striping Service and Supply, LLC.
Jet-Vac Equipment Company, LLC
$19,600.00
$20,250.00
$22,100.00
Build
Build
Build
Options
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 300/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Compaction Roller 30,000 lbs. - Single Drum
Item:344, Bomag, BW177D-5, BW177D-5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Linder Industrial Machinery $118,500.00 Build Options
Northern Primary Linder Industrial Machinery $118,500.00 Build Options
Central Primary Linder Industrial Machinery $118,500.00 Build Options
Southern Primary Linder Industrial Machinery $118,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 301/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Compaction Roller 30,000 lbs. - Single Drum
Item:345, Caterpillar, CS44, CS44
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $146,209.00 Build Options
Northern Primary Ring Power Corporation $146,209.00 Build Options
Central Primary Ring Power Corporation $146,209.00 Build Options
Southern Primary Kelly Tractor Co $145,623.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 302/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Compaction Roller 30,000 lbs. - Single Drum
Item:346, Hyundai, HR140C, HR140C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $195,187.00 Build Options
Northern Primary National Equipment Dealers, LLC $195,187.00 Build Options
Central Primary National Equipment Dealers, LLC $195,187.00 Build Options
Southern Primary National Equipment Dealers, LLC $195,187.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 303/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Compaction Roller 30,000 lbs. - Single Drum
Item:347, Sakai, SV544, SV544
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 304/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Compaction Roller 30,000 lbs. - Single Drum
Item:348, Case, SV207E, SV207E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 305/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Compaction Roller 30,000 lbs. - Single Drum
Item:349, Volvo, SD75B Single Drum Roller, SD75B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 306/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Compaction Roller 30,000 lbs. - Single Drum
Item:350, Hamm, HC70i Single Drum Vibratory Roller, HC70i
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $120,975.00 Build Options
Northern Primary Dobbs Equipment, LLC $120,975.00 Build Options
Central Primary Dobbs Equipment, LLC $120,975.00 Build Options
Southern Primary Dobbs Equipment, LLC $120,975.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 307/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
Item:351, Bomag, BW190AD-5, BW190AD-5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Linder Industrial Machinery $196,400.00 Build Options
Northern Primary Linder Industrial Machinery $196,400.00 Build Options
Central Primary Linder Industrial Machinery $196,400.00 Build Options
Southern Primary Linder Industrial Machinery $196,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 308/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
Item:352, Caterpillar, CB13, CB13
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $194,255.00 Build Options
Northern Primary Ring Power Corporation $194,255.00 Build Options
Central Primary Ring Power Corporation $194,255.00 Build Options
Southern Primary Kelly Tractor Co $186,671.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 309/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
Item:353, Dynapac, CC5200VI, CC5200VI
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 310/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
Item:354, Hamm, HD+90iVV, HD+90iVV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $170,100.00 Build Options
Northern Primary Dobbs Equipment, LLC $170,100.00 Build Options
Central Primary Dobbs Equipment, LLC $170,100.00 Build Options
Southern Primary Dobbs Equipment, LLC $170,100.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 311/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
Item:355, Sakai, SW884, SW884
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 312/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
Item:356, Volvo, DD120, DD120
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 313/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
Item:357, Case, DV209D, DV209D
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 314/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
Item:358, Bomag, BW120SL-5, BW120SL-5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Linder Industrial Machinery $51,000.00 Build Options
Northern Primary Linder Industrial Machinery $51,000.00 Build Options
Central Primary Linder Industrial Machinery $51,000.00 Build Options
Southern Primary Linder Industrial Machinery $51,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 315/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
Item:359, Caterpillar, CB2.7, CB2.7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $64,963.00 Build Options
Northern Primary Ring Power Corporation $64,963.00 Build Options
Central Primary Ring Power Corporation $64,963.00 Build Options
Southern Primary Kelly Tractor Co $60,845.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 316/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
Item:360, Dynapac, CC1200VI, CC1200VI
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 317/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
Item:361, Hamm, HD12-VV, HD12-VV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $48,100.00 Build Options
Northern Primary Dobbs Equipment, LLC $48,100.00 Build Options
Central Primary Dobbs Equipment, LLC $48,100.00 Build Options
Southern Primary Dobbs Equipment, LLC $48,100.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 318/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
Item:362, Volvo, DD25, DD25
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 319/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
Item:363, Case, DV26E, DV26E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options
Northern Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options
Central Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options
Southern Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 320/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:364, PipeHunter, VacHunter Combo, 101035 PH8C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Underground $335,000.00 Build Options
Northern Primary Texas Underground $335,000.00 Build Options
Central Primary Texas Underground $335,000.00 Build Options
Southern Primary Texas Underground $335,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 321/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner
Item:365, Obrien, 7018-SC, 7018-SC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $97,845.00 Build Options
Northern Primary Pat`s Pump & Blower $97,845.00 Build Options
Central Primary Pat`s Pump & Blower $97,845.00 Build Options
Southern Primary Pat`s Pump & Blower $97,845.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 322/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner
Item:366, Sewer Equipment Co. of America, 747-FR2000, 747-FR2000
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options
Northern Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options
Central Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options
Southern Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 323/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner
Item:367, Vac-Con, VecJet, VJ750
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Southern Sewer Equipment Sales $93,754.00 Build Options
Northern Primary Southern Sewer Equipment Sales $93,754.00 Build Options
Central Primary Southern Sewer Equipment Sales $93,754.00 Build Options
Southern Primary Southern Sewer Equipment Sales $93,754.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 324/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner
Item:368, Vactor, RamJet, 4018
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$89,272.00 Build Options
Northern Primary Environmental Products Group, Inc.$89,272.00 Build Options
Central Primary Environmental Products Group, Inc.$89,272.00 Build Options
Southern Primary Environmental Products Group, Inc.$89,272.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 325/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner
Item:369, Harben, DTK 375 E-180 (Manual), DTK 375 E-180 (Manual)
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options
Northern Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options
Central Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options
Southern Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 326/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner
Item:370, GAPVAX, G7 Jetter, G-Jet
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Evervac Equipment $234,990.00 Build Options
Northern Primary Evervac Equipment $234,990.00 Build Options
Central Primary Evervac Equipment $234,990.00 Build Options
Southern Primary Evervac Equipment $234,990.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 327/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner
Item:371, PipeHunter, 700 Gallon Tandem Trailer Jetter, 3744
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Underground $83,975.00 Build Options
Northern Primary Texas Underground $83,975.00 Build Options
Central Primary Texas Underground $83,975.00 Build Options
Southern Primary Texas Underground $83,975.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 328/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:372, Aquatech, B-10, B-10
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $331,000.00 Build Options
Northern Primary Pat`s Pump & Blower $331,000.00 Build Options
Central Primary Pat`s Pump & Blower $331,000.00 Build Options
Southern Primary Pat`s Pump & Blower $331,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 329/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:374, Sewer Equipment Co. of America, 900 ECO-12YD, 900 ECO-12YD
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options
Northern Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options
Central Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options
Southern Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 330/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:375, Super Products, Camel Max, 1200
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options
Northern Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options
Central Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options
Southern Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 331/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:376, Vacall, AJV1010, AJV1010
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 332/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:377, Vac-Con, V311HN/1000, V311HN/1000
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Southern Sewer Equipment Sales $293,720.00 Build Options
Northern Primary Southern Sewer Equipment Sales $293,720.00 Build Options
Central Primary Southern Sewer Equipment Sales $293,720.00 Build Options
Southern Primary Southern Sewer Equipment Sales $293,720.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 333/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:378, Vac-Con, VPD4211SHAE, VPD4211SHAE
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Southern Sewer Equipment Sales $375,531.00 Build Options
Northern Primary Southern Sewer Equipment Sales $375,531.00 Build Options
Central Primary Southern Sewer Equipment Sales $375,531.00 Build Options
Southern Primary Southern Sewer Equipment Sales $375,531.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 334/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Item:379, Vactor, 2100l, 2100l
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$342,407.00 Build Options
Northern Primary Environmental Products Group, Inc.$342,407.00 Build Options
Central Primary Environmental Products Group, Inc.$342,407.00 Build Options
Southern Primary Environmental Products Group, Inc.$342,407.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 335/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:380, ARI-HETRA, Brake Hub Removal Jack, WS-18-HR
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$5,131.00 Build Options
Northern Primary ARI Phoenix, Inc.$5,131.00 Build Options
Central Primary ARI Phoenix, Inc.$5,131.00 Build Options
Southern Primary ARI Phoenix, Inc.$5,131.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 336/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:381, ARI-HETRA, Floor Jack, WS-16124
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$4,060.00 Build Options
Northern Primary ARI Phoenix, Inc.$4,060.00 Build Options
Central Primary ARI Phoenix, Inc.$4,060.00 Build Options
Southern Primary ARI Phoenix, Inc.$4,060.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 337/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:382, ARI-HETRA, King Pin Press, WS-KPP143
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$8,706.00 Build Options
Northern Primary ARI Phoenix, Inc.$8,706.00 Build Options
Central Primary ARI Phoenix, Inc.$8,706.00 Build Options
Southern Primary ARI Phoenix, Inc.$8,706.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 338/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:383, ARI-HETRA, On Vehicle Brake Lathe, WS-BL44
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$21,443.00 Build Options
Northern Primary ARI Phoenix, Inc.$21,443.00 Build Options
Central Primary ARI Phoenix, Inc.$21,443.00 Build Options
Southern Primary ARI Phoenix, Inc.$21,443.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 339/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:384, ARI-HETRA, Tire Changer, WS-12645
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$19,908.00 Build Options
Northern Primary ARI Phoenix, Inc.$19,908.00 Build Options
Central Primary ARI Phoenix, Inc.$19,908.00 Build Options
Southern Primary ARI Phoenix, Inc.$19,908.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 340/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:385, ARI-HETRA, Tire In ation Cage, WS-35026
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$7,575.00 Build Options
Northern Primary ARI Phoenix, Inc.$7,575.00 Build Options
Central Primary ARI Phoenix, Inc.$7,575.00 Build Options
Southern Primary ARI Phoenix, Inc.$7,575.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 341/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:386, ARI-HETRA, Wheel Balancer, WS-12890
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$12,654.00 Build Options
Northern Primary ARI Phoenix, Inc.$12,654.00 Build Options
Central Primary ARI Phoenix, Inc.$12,654.00 Build Options
Southern Primary ARI Phoenix, Inc.$12,654.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 342/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shop Tools & Equipment
Item:387, ARI-HETRA, Wheel Dolly, WS-AH20440
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$4,391.00 Build Options
Northern Primary ARI Phoenix, Inc.$4,391.00 Build Options
Central Primary ARI Phoenix, Inc.$4,391.00 Build Options
Southern Primary ARI Phoenix, Inc.$4,391.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 343/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Shredder: Mobile Shredder
Item:389, Tana Shark, 440D, 440D
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options
Northern Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options
Central Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options
Southern Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 344/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Solid Waste Material Handler: Wheeled Type
Item:390, Caterpillar, MH3022, MH3022
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $366,308.00 Build Options
Northern Primary Ring Power Corporation $366,308.00 Build Options
Central Primary Ring Power Corporation $366,308.00 Build Options
Southern Primary Kelly Tractor Co $338,648.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 345/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Solid Waste Material Handler: Wheeled Type
Item:392, Volvo, EW240E MH, EW240E MH
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 346/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Solid Waste Material Handler: Wheeled Type
Item:393, Hyundai, HW250AMH, HW250AMH
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary National Equipment Dealers, LLC $393,050.00 Build Options
Northern Primary National Equipment Dealers, LLC $393,050.00 Build Options
Central Primary National Equipment Dealers, LLC $393,050.00 Build Options
Southern Primary National Equipment Dealers, LLC $393,050.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 347/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Solid Waste Material Handler: Wheeled Type
Item:394, Liebherr, LH24M, LH24M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options
Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options
Central Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options
Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 348/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Stump Cutter
Item:396, Toro, STX 38, STX 38
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 349/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Stump Cutter
Item:397, Vermeer, SC362, SC362
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $28,696.00 Build Options
Northern Primary Vermeer Southeast Sales $28,696.00 Build Options
Central Primary Vermeer Southeast Sales $28,696.00 Build Options
Southern Primary Vermeer Southeast Sales $28,696.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 350/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper
Item:398, Elgin Pelican, NP, Elgin Pelican
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$282,087.00 Build Options
Northern Primary Environmental Products Group, Inc.$282,087.00 Build Options
Central Primary Environmental Products Group, Inc.$282,087.00 Build Options
Southern Primary Environmental Products Group, Inc.$282,087.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 351/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper
Item:399, Global, R3, R3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Southern Sewer Equipment Sales $263,903.00 Build Options
Northern Primary Southern Sewer Equipment Sales $263,903.00 Build Options
Central Primary Southern Sewer Equipment Sales $263,903.00 Build Options
Southern Primary Southern Sewer Equipment Sales $263,903.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 352/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper
Item:400, Global, M3, M3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Southern Sewer Equipment Sales $240,126.00 Build Options
Northern Primary Southern Sewer Equipment Sales $240,126.00 Build Options
Central Primary Southern Sewer Equipment Sales $240,126.00 Build Options
Southern Primary Southern Sewer Equipment Sales $240,126.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 353/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Cabover Mechanical Broom Street Sweeper
Item:401, Bucher Municipal, E35m, E35m
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $441,920.00 Build Options
Northern Primary Pat`s Pump & Blower $441,920.00 Build Options
Central Primary Pat`s Pump & Blower $441,920.00 Build Options
Southern Primary Pat`s Pump & Blower $441,920.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 354/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Cabover Mechanical Broom Street Sweeper
Item:402, Elgin, Eagle, Eagle
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$437,132.00 Build Options
Northern Primary Environmental Products Group, Inc.$437,132.00 Build Options
Central Primary Environmental Products Group, Inc.$437,132.00 Build Options
Southern Primary Environmental Products Group, Inc.$437,132.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 355/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Cabover Mechanical Broom Street Sweeper
Item:403, Schwarze Industries, M6 Avalanche, M6 Avalanche
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options
Northern Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options
Central Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options
Southern Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 356/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd.
Item:404, Bucher Municipal, 5006, 5006
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $212,930.00 Build Options
Northern Primary Pat`s Pump & Blower $212,930.00 Build Options
Central Primary Pat`s Pump & Blower $212,930.00 Build Options
Southern Primary Pat`s Pump & Blower $212,930.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 357/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd.
Item:405, Dulevo, D3 Sweeper, D3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 358/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd.
Item:406, Excelway, B200, B200
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$252,269.00 Build Options
Northern Primary Environmental Products Group, Inc.$252,269.00 Build Options
Central Primary Environmental Products Group, Inc.$252,269.00 Build Options
Southern Primary Environmental Products Group, Inc.$252,269.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 359/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Regenerative Air Street Sweeper
Item:407, Bucher Municipal, R65, R65
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Pat`s Pump & Blower $402,194.00 Build Options
Northern Primary Pat`s Pump & Blower $402,194.00 Build Options
Central Primary Pat`s Pump & Blower $402,194.00 Build Options
Southern Primary Pat`s Pump & Blower $402,194.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 360/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Regenerative Air Street Sweeper
Item:408, Elgin, Crosswind J Plus, Crosswind J Plus
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Environmental Products Group, Inc.$362,459.00 Build Options
Northern Primary Environmental Products Group, Inc.$362,459.00 Build Options
Central Primary Environmental Products Group, Inc.$362,459.00 Build Options
Southern Primary Environmental Products Group, Inc.$362,459.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 361/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Regenerative Air Street Sweeper
Item:409, Tymco, 600, 600
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options
Northern Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options
Central Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options
Southern Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 362/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Regenerative Air Street Sweeper
Item:410, Schwarze Industries, A7 Tornado, A7 Tornado
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options
Northern Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options
Central Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options
Southern Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 363/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Regenerative Air Street Sweeper
Item:411, Schwarze Industries, A8 Twister, A8 Twister
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options
Northern Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options
Central Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options
Southern Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 364/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Regenerative Air Street Sweeper
Item:412, Schwarze Industries, A9 Monsoon, A9 Monsoon
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options
Northern Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options
Central Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options
Southern Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 365/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Self-Propelled Hydrostatic Broom
Item:413, Broce, 350 Broom, 350 Broom
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 366/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Self-Propelled Hydrostatic Broom
Item:414, Holder, S100, S100
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $199,538.00 Build Options
Northern Primary Federal Contracts Corp $199,538.00 Build Options
Central Primary Federal Contracts Corp $199,538.00 Build Options
Southern Primary Federal Contracts Corp $199,538.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 367/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Self-Propelled Hydrostatic Broom
Item:415, LeeBoy, RB-50, RB-50
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $81,600.00 Build Options
Northern Primary Dobbs Equipment, LLC $81,600.00 Build Options
Central Primary Dobbs Equipment, LLC $81,600.00 Build Options
Southern Primary Dobbs Equipment, LLC $81,600.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 368/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Self-Propelled Hydrostatic Broom
Item:416, Superior Broom, DT74, DT74
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Linder Industrial Machinery $81,500.00 Build Options
Northern Primary Linder Industrial Machinery $81,500.00 Build Options
Central Primary Linder Industrial Machinery $81,500.00 Build Options
Southern Primary Linder Industrial Machinery $81,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 369/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Sweeper: Self-Propelled Hydrostatic Broom
Item:417, Smith Challenger, SCM400, SCM400
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $139,003.00 Build Options
Northern Primary Ring Power Corporation $139,003.00 Build Options
Central Primary Ring Power Corporation $139,003.00 Build Options
Southern Primary Kelly Tractor Co $147,522.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 370/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tactical Vehicle: Skid Steer Mounted (The Rook)
Item:418, Caterpillar, 299D3 with Rook Option, 299D3 with Rook Option
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $442,400.00 Build Options
Northern Primary Ring Power Corporation $442,400.00 Build Options
Central Primary Ring Power Corporation $442,400.00 Build Options
Southern Primary Ring Power Corporation $442,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 371/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tool Carrier: Hydrostatic Drive
Item:419, Alamo Group, Mantis, 155B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alamo Group Texas LLC $190,484.00 Build Options
Northern Primary Alamo Group Texas LLC $190,484.00 Build Options
Central Primary Alamo Group Texas LLC $190,484.00 Build Options
Southern Primary Alamo Group Texas LLC $190,484.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 372/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tool Carrier: Hydrostatic Drive
Item:420, Energreen America, Kommunal, Kommunal
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Energreen America Inc $234,681.00 Build Options
Northern Primary Energreen America Inc $234,681.00 Build Options
Central Primary Energreen America Inc $234,681.00 Build Options
Southern Primary Energreen America Inc $234,681.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 373/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tool Carrier: Hydrostatic Drive
Item:421, MowerMax, Tool Carrier, MMB22
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ATMAX Equipment Co.$192,950.00 Build Options
Northern Primary ATMAX Equipment Co.$192,950.00 Build Options
Central Primary ATMAX Equipment Co.$192,950.00 Build Options
Southern Primary ATMAX Equipment Co.$192,950.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 374/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Agriculture Tractor - 4x2
Item:423, Case IH, FARMALL, 100C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Glade & Grove Supply Co LLC $67,572.00 Build Options
Northern Primary Glade & Grove Supply Co LLC $67,372.00 Build Options
Central Primary Glade & Grove Supply Co LLC $66,972.00 Build Options
Southern Primary Glade & Grove Supply Co LLC $66,972.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 375/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Agriculture Tractor - 4x2
Item:424, John Deere, 5105M, 5105M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary EFE, INC $63,500.00 Build Options
Southern Primary EFE, INC $63,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 376/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Agriculture Tractor - 4x2
Item:425, Kubota, M5-111, M5-111
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$47,431.00 Build Options
Northern Primary
Alternate
Florida Coast Equipment, Inc.
RIDGE EQUIPMENT CO., INC.
$45,458.00
$46,931.00
Build
Build
Options
Options
Central Primary
Alternate
Florida Coast Equipment, Inc.
RIDGE EQUIPMENT CO., INC.
$45,458.00
$46,931.00
Build
Build
Options
Options
Southern Primary
Alternate
Florida Coast Equipment, Inc.
RIDGE EQUIPMENT CO., INC.
$45,458.00
$47,181.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 377/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Agriculture Tractor - 4x2
Item:426, Massey Ferguson, Tractor, MF4709
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $51,204.00 Build Options
Northern Primary Ring Power Corporation $51,204.00 Build Options
Central Primary
Alternate
Kelly Tractor Co
Ring Power Corporation
$49,385.00
$51,204.00
Build
Build
Options
Options
Southern Primary Kelly Tractor Co $49,385.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 378/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Agriculture Tractor - 4x2
Item:427, New Holland, Powerstar, 100
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Glade & Grove Supply Co LLC $68,940.00 Build Options
Northern Primary Glade & Grove Supply Co LLC $68,740.00 Build Options
Central Primary Glade & Grove Supply Co LLC $68,340.00 Build Options
Southern Primary Glade & Grove Supply Co LLC $68,340.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 379/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Compact Articulating Tractor - AWD
Item:429, Avant, 528, 528
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 380/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Small Agriculture Tractor - 4x4
Item:431, Bobcat, CT2035, CT2035
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Clark Equipment Company $20,907.00 Build Options
Northern Primary Clark Equipment Company $20,907.00 Build Options
Central Primary Clark Equipment Company $20,907.00 Build Options
Southern Primary Clark Equipment Company $20,907.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 381/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Small Agriculture Tractor - 4x4
Item:432, Case IH, FARMALL, 35C
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Glade & Grove Supply Co LLC $27,611.00 Build Options
Northern Primary Glade & Grove Supply Co LLC $27,411.00 Build Options
Central Primary Glade & Grove Supply Co LLC $27,011.00 Build Options
Southern Primary Glade & Grove Supply Co LLC $27,011.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 382/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Small Agriculture Tractor - 4x4
Item:433, John Deere, 3035D, 3035D
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary EFE, INC $21,750.00 Build Options
Southern Primary EFE, INC $21,750.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 383/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Small Agriculture Tractor - 4x4
Item:434, Kubota, L3902 DT, L3902 DT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$21,750.00 Build Options
Northern Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$21,250.00
$21,251.00
Build
Build
Options
Options
Central Primary
Alternate
RIDGE EQUIPMENT CO., INC.
Florida Coast Equipment, Inc.
$21,100.00
$21,251.00
Build
Build
Options
Options
Southern Primary
Alternate
Florida Coast Equipment, Inc.
RIDGE EQUIPMENT CO., INC.
$21,251.00
$21,500.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 384/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Small Agriculture Tractor - 4x4
Item:435, Massey Ferguson, MF1840E, MF1840E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary Kelly Tractor Co $24,806.00 Build Options
Southern Primary Kelly Tractor Co $24,806.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 385/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Small Agriculture Tractor - 4x4
Item:436, New Holland, Boomer, 35
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Glade & Grove Supply Co LLC $29,365.00 Build Options
Northern Primary Glade & Grove Supply Co LLC $29,165.00 Build Options
Central Primary Glade & Grove Supply Co LLC $28,765.00 Build Options
Southern Primary Glade & Grove Supply Co LLC $28,965.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 386/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Tractor with Boom Mower - 4x4
Item:437, Case IH, Maxxum with Motrim Boom Mower, 115
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central
Southern Primary Glade & Grove Supply Co LLC $183,250.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 387/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Tractor with Boom Mower - 4x4
Item:438, John Deere, 6120M with Tiger Bengal Boom Mower, 6120M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $216,750.00 Build Options
Northern Primary Dobbs Equipment, LLC $216,750.00 Build Options
Central Primary Dobbs Equipment, LLC $216,750.00 Build Options
Southern Primary Dobbs Equipment, LLC $216,750.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 388/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Tractor with Boom Mower - 4x4
Item:439, John Deere, 6120M Alamo Industrial Mower, 6120M
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alamo Group Texas LLC $236,367.00 Build Options
Northern Primary Alamo Group Texas LLC $236,367.00 Build Options
Central Primary Alamo Group Texas LLC $236,367.00 Build Options
Southern Primary Alamo Group Texas LLC $236,367.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 389/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Tractor with Boom Mower - 4x4
Item:440, Kubota, M6S-111 with Terrain King KB2300 Boom Mower, M6S-111
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alamo Group Texas LLC $191,573.00 Build Options
Northern Primary Alamo Group Texas LLC $191,573.00 Build Options
Central Primary Alamo Group Texas LLC $191,573.00 Build Options
Southern Primary Alamo Group Texas LLC $191,573.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 390/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Tractor: Tractor with Boom Mower - 4x4
Item:441, Massey Ferguson, 6S.145 with Diamond Boom Mower, 6S.145
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $239,792.00 Build Options
Northern Primary Ring Power Corporation $239,792.00 Build Options
Central Primary
Alternate
Kelly Tractor Co
Ring Power Corporation
$236,671.00
$239,792.00
Build
Build
Options
Options
Southern Primary Kelly Tractor Co $236,671.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 391/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR
Item:442, Talbert, Talbert AC20, Talbert AC20
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary All Roads Kenworth, LLC.$41,380.00 Build Options
Northern Primary All Roads Kenworth, LLC.$41,380.00 Build Options
Central Primary All Roads Kenworth, LLC.$41,380.00 Build Options
Southern Primary All Roads Kenworth, LLC.$41,380.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 392/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR
Item:443, EAGER BEAVER, Eager Beaver 20-XPT Trailer, 20XPT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $29,975.00 Build Options
Northern Primary Dobbs Equipment, LLC $29,975.00 Build Options
Central Primary Dobbs Equipment, LLC $29,975.00 Build Options
Southern Primary Dobbs Equipment, LLC $29,975.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 393/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR
Item:444, INTERSTATE TRAILERS, 40DLA, 40DLA
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $25,995.00 Build Options
Northern Primary Dobbs Equipment, LLC $25,995.00 Build Options
Central Primary
Alternate
Dobbs Equipment, LLC
Kelly Tractor Co
$25,995.00
$27,247.00
Build
Build
Options
Options
Southern Primary
Alternate
Dobbs Equipment, LLC
Kelly Tractor Co
$25,995.00
$27,247.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 394/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR
Item:445, Big Tex, 4XPH-20+5, 4XPH-20+5
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $43,895.00 Build Options
Northern Primary Texas Trailers Sales and Service $43,130.00 Build Options
Central Primary Texas Trailers Sales and Service $43,410.00 Build Options
Southern Primary Texas Trailers Sales and Service $43,960.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 395/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR
Item:446, Texas Trailers, FB2540GVB, FB2540GVB
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $42,105.00 Build Options
Northern Primary Texas Trailers Sales and Service $41,340.00 Build Options
Central Primary Texas Trailers Sales and Service $41,620.00 Build Options
Southern Primary Texas Trailers Sales and Service $42,170.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 396/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR
Item:541, Felling, FT-40-2 LP, FT-40-2 LP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $41,762.00 Build Options
Northern Primary Federal Contracts Corp $41,762.00 Build Options
Central Primary Federal Contracts Corp $41,762.00 Build Options
Southern
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 397/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:447, Big Tex, 22PH255, 22PH255
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $18,605.00 Build Options
Northern Primary Texas Trailers Sales and Service $17,840.00 Build Options
Central Primary Texas Trailers Sales and Service $18,120.00 Build Options
Southern Primary Texas Trailers Sales and Service $18,670.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 398/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:448, Econoline, BP0821DE, BP0821DE
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary DeLand Truck Center, Inc.$12,224.00 Build Options
Northern Primary DeLand Truck Center, Inc.$12,024.00 Build Options
Central Primary DeLand Truck Center, Inc.$12,024.00 Build Options
Southern Primary DeLand Truck Center, Inc.$12,224.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 399/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:449, Felling Trailers, FT-16-2, FT-16-2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $21,066.00 Build Options
Northern Primary Federal Contracts Corp $21,066.00 Build Options
Central Primary
Alternate
Federal Contracts Corp
Kelly Tractor Co
$21,066.00
$22,500.00
Build
Build
Options
Options
Southern Primary Kelly Tractor Co $22,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 400/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:451, Interstate, 16BST, 16BST
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $19,500.00 Build Options
Northern Primary Dobbs Equipment, LLC $19,500.00 Build Options
Central Primary
Alternate
Dobbs Equipment, LLC
Kelly Tractor Co
$19,500.00
$20,900.00
Build
Build
Options
Options
Southern Primary
Alternate
Dobbs Equipment, LLC
Kelly Tractor Co
$19,500.00
$20,900.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 401/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:452, SURE-TRAC, ST102204SDDO-B-150, ST102204SDDO-B-150
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$14,117.00 Build Options
Northern Primary RIDGE EQUIPMENT CO., INC.$13,917.00 Build Options
Central Primary RIDGE EQUIPMENT CO., INC.$13,667.00 Build Options
Southern Primary RIDGE EQUIPMENT CO., INC.$14,017.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 402/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:453, Texas Trailer, TX85258T, TX85258T
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $17,505.00 Build Options
Northern Primary Texas Trailers Sales and Service $16,740.00 Build Options
Central Primary Texas Trailers Sales and Service $17,020.00 Build Options
Southern Primary Texas Trailers Sales and Service $17,570.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 403/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:454, Towmaster, T-16LP, T-16LP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $32,858.00 Build Options
Northern Primary Ring Power Corporation $32,858.00 Build Options
Central Primary Ring Power Corporation $32,858.00 Build Options
Southern Primary Kelly Tractor Co $29,875.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 404/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:455, Trail King, TK20LP, TK20LP
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 405/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
Item:456, XL Specialized Trailers, XL 24 T, XL 24 T
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Kelly Tractor Co $53,350.00 Build Options
Northern Primary Kelly Tractor Co $53,350.00 Build Options
Central Primary Kelly Tractor Co $52,350.00 Build Options
Southern Primary Kelly Tractor Co $52,350.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 406/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR
Item:458, EAGER BEAVER, Eager Beaver 50-GSL-3 Lowboy, 50-GSL-3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Dobbs Equipment, LLC $73,900.00 Build Options
Northern Primary Dobbs Equipment, LLC $73,900.00 Build Options
Central Primary Dobbs Equipment, LLC $73,900.00 Build Options
Southern Primary Dobbs Equipment, LLC $73,900.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 407/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR
Item:459, Talbert, Talbert 55HRG, Talbert 55HRG
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary All Roads Kenworth, LLC.$110,295.00 Build Options
Northern Primary All Roads Kenworth, LLC.$110,295.00 Build Options
Central Primary All Roads Kenworth, LLC.$110,295.00 Build Options
Southern Primary All Roads Kenworth, LLC.$110,295.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 408/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR
Item:460, Cargo Mate, Blazer, BL716TA2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$10,274.00
$10,305.00
Build
Build
Options
Options
Northern Primary
Alternate
Texas Trailers Sales and Service
RIGHT TRAILERS, INC.
$9,540.00
$10,124.00
Build
Build
Options
Options
Central Primary
Alternate
Texas Trailers Sales and Service
RIGHT TRAILERS, INC.
$9,820.00
$10,024.00
Build
Build
Options
Options
Southern Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$10,174.00
$10,370.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 409/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR
Item:461, SURE-TRAC, STW8416TA, STW8416TA
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$10,953.00 Build Options
Northern Primary RIDGE EQUIPMENT CO., INC.$10,553.00 Build Options
Central Primary RIDGE EQUIPMENT CO., INC.$10,453.00 Build Options
Southern Primary RIDGE EQUIPMENT CO., INC.$10,853.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 410/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR
Item:462, Wells Cargo, HD Wagon, WHD716T2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $14,862.00 Build Options
Northern Primary Texas Trailers Sales and Service $14,097.00 Build Options
Central Primary Texas Trailers Sales and Service $14,377.00 Build Options
Southern Primary Texas Trailers Sales and Service $14,927.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 411/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR
Item:463, Mission, EZEC7x16, EZEC7x16
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Texas Trailers Sales and Service
Federal Contracts Corp
$11,695.00
$12,594.00
Build
Build
Options
Options
Northern Primary
Alternate
Texas Trailers Sales and Service
Federal Contracts Corp
$10,930.00
$12,594.00
Build
Build
Options
Options
Central Primary
Alternate
Texas Trailers Sales and Service
Federal Contracts Corp
$11,210.00
$12,594.00
Build
Build
Options
Options
Southern Primary
Alternate
Texas Trailers Sales and Service
Federal Contracts Corp
$11,760.00
$12,594.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 412/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR
Item:464, Express, ECT7X16TA Enclosed Cargo Trailer, ECT7X16TA
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $12,697.00 Build Options
Northern Primary Federal Contracts Corp $12,697.00 Build Options
Central Primary Federal Contracts Corp $12,697.00 Build Options
Southern Primary Federal Contracts Corp $12,697.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 413/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Enclosed Utility Body/Trailer Mounted - 9,990 lbs. GVWR
Item:465, Knapheide, Enclosed Mobile Work Station, KC132
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Knapheide Truck Equipment Center $38,151.00 Build Options
Northern Primary Knapheide Truck Equipment Center $38,151.00 Build Options
Central Primary Knapheide Truck Equipment Center $38,151.00 Build Options
Southern Primary Knapheide Truck Equipment Center $38,151.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 414/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR
Item:466, Pitts, 35-Ton Fixed Neck Lowboy, LB35-33CS
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$36,040.00
$43,275.00
Build
Build
Options
Options
Northern Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$35,786.00
$43,275.00
Build
Build
Options
Options
Central Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$36,040.00
$43,275.00
Build
Build
Options
Options
Southern Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$36,040.00
$43,275.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 415/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR
Item:467, Pitts, LB35-22DC Hydraulic Detachable Trailer, LB35-22DC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$56,084.00
$58,421.00
Build
Build
Options
Options
Northern Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$55,831.00
$58,421.00
Build
Build
Options
Options
Central Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$56,084.00
$58,421.00
Build
Build
Options
Options
Southern Primary
Alternate
Nationwide Haul LLC
DeLand Truck Center, Inc.
$56,084.00
$58,421.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 416/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR
Item:543, Felling, FT-70-2 MX-L, FT-70-2 MX-L
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $51,925.00 Build Options
Northern Primary Federal Contracts Corp $51,925.00 Build Options
Central Primary Federal Contracts Corp $51,925.00 Build Options
Southern
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 417/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR
Item:468, Air Tow Trailers, UT1410 Utility, UT1410
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $21,555.00 Build Options
Northern Primary Texas Trailers Sales and Service $20,790.00 Build Options
Central Primary Texas Trailers Sales and Service $21,070.00 Build Options
Southern Primary Texas Trailers Sales and Service $21,620.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 418/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR
Item:469, Felling Trailers, FT-70-2-PL-HT, FT-70-2-PL-HT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $81,800.00 Build Options
Northern Primary Federal Contracts Corp $81,800.00 Build Options
Central Primary
Alternate
Federal Contracts Corp
Kelly Tractor Co
$81,800.00
$91,415.00
Build
Build
Options
Options
Southern Primary Kelly Tractor Co $91,415.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 419/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR
Item:472, Towmaster, T-70HT, T-70HT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $130,736.00 Build Options
Northern Primary Ring Power Corporation $130,736.00 Build Options
Central Primary Ring Power Corporation $130,736.00 Build Options
Southern Primary Kelly Tractor Co $124,100.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 420/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR
Item:473, Trail King, TK80HT, TK80HT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options
Northern Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options
Central Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options
Southern Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 421/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR
Item:474, XL Specialized Trailers, XL 80PT, XL 80PT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Nationwide Haul LLC
Kelly Tractor Co
$104,029.00
$121,740.00
Build
Build
Options
Options
Northern Primary
Alternate
Nationwide Haul LLC
Kelly Tractor Co
$103,829.00
$121,740.00
Build
Build
Options
Options
Central Primary
Alternate
Nationwide Haul LLC
Kelly Tractor Co
$104,029.00
$120,740.00
Build
Build
Options
Options
Southern Primary
Alternate
Nationwide Haul LLC
Kelly Tractor Co
$104,434.00
$120,740.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 422/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR
Item:475, Talbert, Talbert 35HT, Talbert 35HT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary All Roads Kenworth, LLC.$127,496.00 Build Options
Northern Primary All Roads Kenworth, LLC.$127,496.00 Build Options
Central Primary All Roads Kenworth, LLC.$127,496.00 Build Options
Southern Primary All Roads Kenworth, LLC.$127,496.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 423/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Leachate Tanker 6,500 gallons
Item:476, MACLTT, Liquid tank trailer, SRX-6500-1-2-NC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Nationwide Haul LLC $138,583.00 Build Options
Northern Primary Nationwide Haul LLC $138,583.00 Build Options
Central Primary Nationwide Haul LLC $138,583.00 Build Options
Southern Primary Nationwide Haul LLC $138,583.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 424/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR
Item:477, Delta Trailers, 500ES-16, 500ES-16
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $11,133.00 Build Options
Northern Primary Texas Trailers Sales and Service $10,368.00 Build Options
Central Primary Texas Trailers Sales and Service $10,648.00 Build Options
Southern Primary Texas Trailers Sales and Service $11,198.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 425/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR
Item:478, Frontier Trailers, LIV167LITE, LIV167LITE
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $16,295.00 Build Options
Northern Primary Texas Trailers Sales and Service $15,530.00 Build Options
Central Primary Texas Trailers Sales and Service $15,810.00 Build Options
Southern Primary Texas Trailers Sales and Service $16,360.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 426/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR
Item:479, Texas Trailers, ST1610B, ST1610B
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $16,495.00 Build Options
Northern Primary Texas Trailers Sales and Service $15,730.00 Build Options
Central Primary Texas Trailers Sales and Service $16,010.00 Build Options
Southern Primary Texas Trailers Sales and Service $16,560.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 427/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR
Item:480, Big Tex, 14LP-14, 14LP-14
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$11,112.00
$13,105.00
Build
Build
Options
Options
Northern Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$10,962.00
$12,340.00
Build
Build
Options
Options
Central Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$10,862.00
$12,620.00
Build
Build
Options
Options
Southern Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$11,012.00
$13,170.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 428/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR
Item:481, Felling, FT-14 DT HD, FT-14 DT HD
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Federal Contracts Corp $21,217.00 Build Options
Northern Primary Federal Contracts Corp $21,217.00 Build Options
Central Primary
Alternate
Federal Contracts Corp
Kelly Tractor Co
$21,217.00
$22,145.00
Build
Build
Options
Options
Southern Primary Kelly Tractor Co $22,145.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 429/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR
Item:482, SURE-TRAC, ST8214HLOD-B-140, ST8214HLOD-B-140
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary RIDGE EQUIPMENT CO., INC.$12,583.00 Build Options
Northern Primary RIDGE EQUIPMENT CO., INC.$12,383.00 Build Options
Central Primary RIDGE EQUIPMENT CO., INC.$12,133.00 Build Options
Southern Primary RIDGE EQUIPMENT CO., INC.$12,483.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 430/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR
Item:483, Towmaster, T-12HD, T-12HD
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central
Southern Primary Kelly Tractor Co $22,565.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 431/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR
Item:484, Polar King Mobile Trailers, PKM612, PKM612
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $37,480.00 Build Options
Northern Primary Texas Trailers Sales and Service $36,715.00 Build Options
Central Primary Texas Trailers Sales and Service $36,995.00 Build Options
Southern Primary Texas Trailers Sales and Service $37,545.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 432/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR
Item:485, Big Tex, 70PI-16, 70PI-16
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$4,767.00
$6,400.00
Build
Build
Options
Options
Northern Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$4,617.00
$5,600.00
Build
Build
Options
Options
Central Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$4,517.00
$5,900.00
Build
Build
Options
Options
Southern Primary
Alternate
RIGHT TRAILERS, INC.
Texas Trailers Sales and Service
$4,667.00
$6,400.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 433/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR
Item:486, Mission, MLS6.5X16 2.0, MLS6.5X16 2.0
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $7,095.00 Build Options
Northern Primary Texas Trailers Sales and Service $6,330.00 Build Options
Central Primary Texas Trailers Sales and Service $6,610.00 Build Options
Southern Primary Texas Trailers Sales and Service $7,160.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 434/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR
Item:487, Texas Trailers, UT61670GV, UT61670GV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Texas Trailers Sales and Service $6,300.00 Build Options
Northern Primary Texas Trailers Sales and Service $5,500.00 Build Options
Central Primary Texas Trailers Sales and Service $5,800.00 Build Options
Southern Primary Texas Trailers Sales and Service $6,400.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 435/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Waste Trailer with Walking Floor
Item:488, East Manufacturing, Unloader, 48FT
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern
Central Primary Rechtien International Trucks $105,499.00 Build Options
Southern Primary Rechtien International Trucks $105,499.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 436/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Waste Trailer with Walking Floor
Item:489, Mac Trailer, TNSP48MF, TNSP48MF
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Nationwide Haul LLC
Industrial Truck & Equipment, LLC
$95,656.00
$103,830.00
Build
Build
Options
Options
Northern Primary
Alternate
Nationwide Haul LLC
Industrial Truck & Equipment, LLC
$95,606.00
$103,830.00
Build
Build
Options
Options
Central Primary
Alternate
Nationwide Haul LLC
Industrial Truck & Equipment, LLC
$95,606.00
$103,830.00
Build
Build
Options
Options
Southern Primary
Alternate
Nationwide Haul LLC
Industrial Truck & Equipment, LLC
$95,861.00
$103,830.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 437/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Waste Trailer with Walking Floor
Item:490, Steco, AW048102, AW048102
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary DeLand Truck Center, Inc.$110,821.00 Build Options
Northern Primary DeLand Truck Center, Inc.$110,821.00 Build Options
Central Primary DeLand Truck Center, Inc.$110,821.00 Build Options
Southern Primary DeLand Truck Center, Inc.$110,821.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 438/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trailer: Waste Trailer with Walking Floor
Item:491, Warren Equipment Inc., WMFT-AS, WMFT-AS-48102
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Warren Equipment Inc $99,000.00 Build Options
Northern Primary Warren Equipment Inc $99,000.00 Build Options
Central Primary Warren Equipment Inc $99,000.00 Build Options
Southern Primary Warren Equipment Inc $99,000.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 439/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Transfer Switch: 600 Amp Automatic Transfer Switch
Item:493, ASCO, Series 300, Series 300
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Mid Florida Diesel, Inc
Genserve LLC
ACF Standby Systems
$5,580.00
$6,720.00
$7,300.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Mid Florida Diesel, Inc
Genserve LLC
ACF Standby Systems
$5,580.00
$6,720.00
$7,300.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Mid Florida Diesel, Inc
Genserve LLC
ACF Standby Systems
$5,580.00
$6,720.00
$7,300.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Mid Florida Diesel, Inc
Genserve LLC
$5,580.00
$6,720.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 440/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Transfer Switch: 600 Amp Automatic Transfer Switch
Item:494, Caterpillar, CG, CG
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Ring Power Corporation $13,400.00 Build Options
Northern Primary Ring Power Corporation $13,400.00 Build Options
Central Primary Ring Power Corporation $13,400.00 Build Options
Southern
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 441/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Transfer Switch: 600 Amp Automatic Transfer Switch
Item:495, Generac, TX/PSTS-600, TX/PSTS-600
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ACF Standby Systems $7,500.00 Build Options
Northern Primary ACF Standby Systems $7,500.00 Build Options
Central Primary ACF Standby Systems $7,500.00 Build Options
Southern Primary Genset Services, Inc.$7,905.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 442/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Transfer Switch: 600 Amp Automatic Transfer Switch
Item:496, Thomson, Auto Transfer Switch, TS 870
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Tradewinds Power Corp.$10,545.00 Build Options
Northern Primary Tradewinds Power Corp.$10,545.00 Build Options
Central Primary Tradewinds Power Corp.$10,545.00 Build Options
Southern Primary Tradewinds Power Corp.$10,545.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 443/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Trencher: Walk Behind Trencher
Item:497, Vermeer, RTX250, RTX250
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $22,511.00 Build Options
Northern Primary Vermeer Southeast Sales $22,511.00 Build Options
Central Primary Vermeer Southeast Sales $22,511.00 Build Options
Southern Primary Vermeer Southeast Sales $22,511.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 444/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Underground Locating Equipment: Ground Pentrating Radar
Item:498, US Radar, Quantaum Imager, Q4300
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $25,107.00 Build Options
Northern Primary Vermeer Southeast Sales $25,107.00 Build Options
Central Primary Vermeer Southeast Sales $25,107.00 Build Options
Southern Primary Vermeer Southeast Sales $25,107.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 445/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Underground Locating Equipment: Utility Locator
Item:499, Vermeer, Veri er G-3, G-3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Vermeer Southeast Sales $5,791.00 Build Options
Northern Primary Vermeer Southeast Sales $5,791.00 Build Options
Central Primary Vermeer Southeast Sales $5,791.00 Build Options
Southern Primary Vermeer Southeast Sales $5,791.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 446/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 2 Column, Cabled
Item:500, ARI-Hetra, LP-10-2-AJ, LP-10-2-AJ
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$24,241.00 Build Options
Northern Primary ARI Phoenix, Inc.$24,241.00 Build Options
Central Primary ARI Phoenix, Inc.$24,241.00 Build Options
Southern Primary ARI Phoenix, Inc.$24,241.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 447/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 2 Column, Wireless
Item:503, ARI-Hetra, BPW-10-2-AJ, BPW-10-2-AJ
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$25,635.00 Build Options
Northern Primary ARI Phoenix, Inc.$25,635.00 Build Options
Central Primary ARI Phoenix, Inc.$25,635.00 Build Options
Southern Primary ARI Phoenix, Inc.$25,635.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 448/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 2 Column, Wireless
Item:504, Challenger, CLHM-190-2, CLHM-190-2
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$25,990.00
$30,547.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$25,990.00
$30,547.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$25,990.00
$30,547.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$25,990.00
$30,547.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 449/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 4 Column, Cabled
Item:507, ARI-Hetra, LP-10-4-AJ, LP-10-4-AJ
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$47,735.00 Build Options
Northern Primary ARI Phoenix, Inc.$47,735.00 Build Options
Central Primary ARI Phoenix, Inc.$47,735.00 Build Options
Southern Primary ARI Phoenix, Inc.$47,735.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 450/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 4 Column, Wireless
Item:510, ARI-Hetra, BPW-10-4-AJ, BPW-10-4-AJ
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$51,847.00 Build Options
Northern Primary ARI Phoenix, Inc.$51,847.00 Build Options
Central Primary ARI Phoenix, Inc.$51,847.00 Build Options
Southern Primary ARI Phoenix, Inc.$51,847.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 451/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 4 Column, Wireless
Item:511, Challenger, CLHM-190-4, CLHM-190-4
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$51,980.00
$61,094.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$51,980.00
$61,094.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$51,980.00
$61,094.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$51,980.00
$61,094.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 452/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 6 Column, Cabled
Item:514, ARI-Hetra, LP-10-6-AJ, LP-10-6-AJ
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$71,229.00 Build Options
Northern Primary ARI Phoenix, Inc.$71,229.00 Build Options
Central Primary ARI Phoenix, Inc.$71,229.00 Build Options
Southern Primary ARI Phoenix, Inc.$71,229.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 453/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 6 Column, Wireless
Item:517, ARI-Hetra, BPW-10-6-AJ, BPW-10-6-AJ
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$77,776.00 Build Options
Northern Primary ARI Phoenix, Inc.$77,776.00 Build Options
Central Primary ARI Phoenix, Inc.$77,776.00 Build Options
Southern Primary ARI Phoenix, Inc.$77,776.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 454/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 6 Column, Wireless
Item:518, Challenger, CLHM-190-6, CLHM-190-6
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$77,970.00
$91,641.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$77,970.00
$91,641.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$77,970.00
$91,641.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$77,970.00
$91,641.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 455/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 8 Column, Wireless
Item:522, ARI-Hetra, BPW-10-8-AJ, BPW-10-8-AJ
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary ARI Phoenix, Inc.$103,694.00 Build Options
Northern Primary ARI Phoenix, Inc.$103,694.00 Build Options
Central Primary ARI Phoenix, Inc.$103,694.00 Build Options
Southern Primary ARI Phoenix, Inc.$103,694.00 Build Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 456/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Mobile - 8 Column, Wireless
Item:523, Challenger, CLHM-190-8, CLHM-190-8
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$103,960.00
$122,188.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$103,960.00
$122,188.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$103,960.00
$122,188.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$103,960.00
$122,188.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 457/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k
Item:527, Challenger, CL 12-LC, CL 12-LC
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$9,941.00
$11,669.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$9,941.00
$11,669.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$9,941.00
$11,669.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$9,941.00
$11,669.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 458/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k
Item:529, Challenger, 15000-3S, 15000-3S
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$21,249.00
$24,945.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$21,249.00
$24,945.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$21,249.00
$24,945.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$21,249.00
$24,945.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 459/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k
Item:531, Challenger, 18000, 18000
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,347.00
$30,928.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,347.00
$30,928.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,347.00
$30,928.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,347.00
$30,928.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 460/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k
Item:533, Challenger, CL10V3, CL10V3
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$6,595.00
$7,742.00
Build
Build
Options
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$6,595.00
$7,742.00
Build
Build
Options
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$6,595.00
$7,742.00
Build
Build
Options
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$6,595.00
$7,742.00
Build
Build
Options
Options
10/4/23, 8:43 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 461/461
Bid Award
Contract: FSA23-EQU21.0, Equipment
Group:Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k
Item:534, Challenger, AR4115XAO, AR4115XAO
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,030.00
$30,556.00
Build
Build
Options
Northern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,030.00
$30,556.00
Build
Build
Options
Central Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,030.00
$30,556.00
Build
Build
Options
Southern Primary
Alternate
Certi ed Lift Installation & Maintenance Corp
JOBBERS EQUIPMENT WAREHOUSE INC
$26,030.00
$30,556.00
Build
Build
Options
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-EQU21.0: Equipment
How to Order
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-EQU21.0: Equipment
Awarded Vendor Contract Signature Pages
Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing equipment
contract. FSA is issuing the Notice of Final Award for contract FSA23-EQU21.0: Equipment that will be
effective from October 1, 2023, through September 30, 2025. This year’s bid included 453 items. The
contract will offer construction, material handling, transportation, and grounds care equipment.
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.
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-EQU21.0: Equipment
Bidder Company Name Clark Equipment Company
Business Address 250 E. Beaton Drive
Name of Authorized Agent Barry Hanson
Email address of authorized agent barry.hanson@doosan.com
Signature
Date 08/24/2023
FSA Contract Number FSA23-EQU21.0: Equipment
Bidder Company Name Clark Equipment Company 13
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-EQU21.0: Equipment
Terms & Conditions
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 1
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 2
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 3
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 4
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 5
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 6
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 7
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.
O. Published List Price: A standard “quantity of one” price currently available to government and educational
purchasers, excluding cooperative or volume discounts.
P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been
awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions
of this contract under which a 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 8
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 9
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:
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 10
• 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 11
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 12
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 13
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 14
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 15
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 16
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 17
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 18
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 19
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@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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 20
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,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 21
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 22
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 23
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,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 24
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 25
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 26
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 27
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 28
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)
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 29
• 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:
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 30
• 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 31
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 32
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 33
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 34
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 35
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 36
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 37
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 38
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 39
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 40
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 41
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 42
Appendix A: Zone Map
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 43
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 44
FSA23-EQU21.0
Bid Calendar Task Date
Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023
Voluntary Interested Bidder Workshop 6/7&8/2023
New Item Specification Requests Due 6/23/2023
Pre Bid Meeting 7/13/2023
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 45
Appendix C: ACH Payments
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 46
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/
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 47
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 48
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).
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 49
(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.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
1
Item Groups Summary
All bid items shall be built to FSA base specifications for the item or model number indicated and shall
include all standard manufacturer equipment unless otherwise specified. When requested by the
purchaser, vendors must submit detailed specifications for the item and options offered.
• All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
• All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
• All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)
• Boat: Aquatic Weed Cutter Workboat
• Bulldozer: 180hp
• Bulldozer: 70hp
• Bulldozer: 90hp
• Chipper: Brush Chipper
• Compactor: 80,000 lbs. Landfill Compactor
• Compressor: Air Compressor - Trailer Mounted
• Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload
• Excavator: All Terrain Walking Excavator
• Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
• Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
• Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
• Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
• Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type
• Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type
• Excavator: Vacuum Excavator - Trailer Mounted
• Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
• Forklift: Cushion Tire - 4,000 lbs. Capacity
• Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity*
• Forklift: Telescopic Tool Carrier/Telehandler
• Generator: 60kW Stationary*
• Generator: 125kW Stationary
• Generator: 150kW Mobile
• Generator: 500kW Mobile
• Generator: 500kW Stationary
• Horizontal Directional Drill*
• Leaf Collector: Trailer Mounted*
• Lift: Scissor Lift - Self Propelled
• Light Tower: Hybrid Light Tower
• Light Tower: Light Tower - Trailer Mounted
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
2
• Loader: Loader Backhoe - 4x4
• Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type
• Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type
• Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
• Loader: Wheel Loader - 1.5 cubic yd.
• Loader: Wheel Loader - 3.0 cubic yd.
• Loader: Wheel Loader - 5.75 cubic yd.
• Low Speed Vehicle: Electric Type
• Motor Grader: Large
• Motor Grader: Small
• Mower: 15ft. Flex Wing Rotary Mower
• Mower: Remote Controlled Brush Mower
• Mower: Electric Zero Turn Radius Mower*
• Mower: Zero Turn Radius Mower
• Pallet Jack: Electric 4,500 lbs. Capacity*
• Pipe Inspection: Battery Operated Pipe Crawler Inspection System*
• Pump: Mobile Pump
• Roadway Advisory Board: Mobile Message Board
• Roadway Advisory Board: Mobile Speed Board
• Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader*
• Roadway Advisory Board: Mobile Traffic Advisory/Direction Signal Board
• Roller: Compaction Roller 30,000 lbs. - Single Drum
• Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
• Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
• Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
• Sewer Cleaner: Trailer Mounted Sewer Cleaner
• Shop Tools & Equipment*
• Shredder: Mobile Shredder
• Solid Waste Material Handler: Wheeled Type
• Stump Cutter
• Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper
• Sweeper: Cabover Mechanical Broom Street Sweeper
• Sweeper: Compact Air Sweeper - 2.3 cubic yd.
• Sweeper: Regenerative Air Street Sweeper
• Sweeper: Self-Propelled Hydrostatic Broom
• Tactical Vehicle: Skid Steer Mounted (The Rook)
• Tool Carrier: Hydrostatic Drive
• Tractor: Agriculture Tractor - 4x2
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
3
• Tractor: Compact Articulating Tractor - AWD
• Tractor: Small Agriculture Tractor - 4x4
• Tractor: Tractor with Boom Mower - 4x4
• Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
• Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR*
• Trailer: Detachable Neck Lowboy Trailer - 100,000 lbs. GVWR*
• Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR
• Trailer: Enclosed Utility Body/Trailer Mounted - 9,900 lbs. GVWR*
• Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR*
• Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR*
• Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR
• Trailer: Leachate Tanker - 6,500 gallons*
• Trailer: Livestock Trailer - 7,000 lbs. GVWR*
• Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR
• Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR*
• Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR*
• Trailer: Waste Trailer with Walking Floor
• Transfer Switch: 600 Amp Automatic Transfer Switch
• Trencher: Walk Behind Trencher
• Underground Locating Equipment: Ground Penetrating Radar*
• Underground Locating Equipment: Utility Locator*
• Vehicle Lift: Mobile - 2 Column, Cabled
• Vehicle Lift: Mobile - 2 Column, Wireless
• Vehicle Lift: Mobile - 4 Column, Cabled
• Vehicle Lift: Mobile - 4 Column, Wireless
• Vehicle Lift: Mobile - 6 Column, Cabled
• Vehicle Lift: Mobile - 6 Column, Wireless
• Vehicle Lift: Mobile - 8 Column, Cabled
• Vehicle Lift: Mobile - 8 Column, Wireless
• Vehicle Lift: Stationary - 2 Post Asymmetric Stationary Vehicle Lift 10k
• Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k
• Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k
• Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k
• Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k
• Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated
Turntables and Slip Plates 14k
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
4
*Indicates new item group for FSA23-EQU21.0
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
5
All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Manufacturer’s gas or diesel engine, air cooled, overhead valve, keyed electronic
ignition, 20 hp minimum
• Transmission: Manufacturer’s standard automatic transmission
• Chassis: Standard front bumper
• Tires and Wheels: Front and rear all terrain tires, must match drive train
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
6
All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following
FSA Base Specification
• Engine: Manufacturer’s gas or diesel engine, air cooled, overhead valve, keyed electronic
ignition, 20 hp minimum
• Transmission: Manufacturer’s standard automatic transmission
• Chassis: Standard front bumper
• Tires and Wheels: Front and rear all terrain tires, must match drive train
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
7
All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• FSA Base Vehicle Requirements: 2 programmed keys and fobs if available, full-size spare tire if
available
• Dimensions (Approximate): Length- 115", height- 51", width- 56", wheel base- 79", curb
weight- 1,500 lbs., GVW- 2,900 lbs.
• Power: 7 hp electric motor, 8-6 volt heavy duty batteries, 48 volt
• Transmission/Axle: Enclosed internally lubricated differential/transaxle, 2-wheel drive
• Chassis/Steering/Suspension: 1,250 lbs. towing capacity, 2,900 lbs. GVW, frame type chassis,
suspension matched for GVW of vehicle
• Tires And Wheels: Off/on road type tires, wheels rated for GVW of vehicle, tires to be traction
type rated for GVW of vehicle
• Performance: 45 mile range, 19 mph minimum
• Brakes: Manual parking brake, disc or drum type, 2 or 4 wheel breaks
• Body: Rear mounted hitch for towing 2", pick-up type box with sides and tailgate, 2 passenger
seating
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
8
Boat: Aquatic Weed Cutter Workboat
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• General Dimensions: Height- 8’, width- 7’3”, length- 15’, height from waterline- 48”, boat
draft- 4” to 6”, weight- 2,285 lbs.
• Engine: 3-cylinder diesel engine, liquid cooled electric start, and charging system
• Hydraulics: Triple pump design, 27 gpm, eco-friendly hydraulic fluid
• Propulsion: Twin hydraulic outdrives, weed and mud design propellers
• Vessel Hull: Fiberglass/kevlar design, deck mounted cutter and loader
• Boom Cutter: Hydraulic drive, full articulation to cut 5’ below waterline
• Front End Loader: Marine-type vegetation bucket
• Operator Station: All hydraulic function/propulsion function controls
• Trailer: Trailer to be designed specifically for this workboat. Must meet all federal, state, and
local laws for a trailer operated on the highway.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
9
Bulldozer: 180hp
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Minimum 6-cylinder 180 hp diesel engine
• Transmission: Power shift (3 forward, 1 reverse minimum) or hydrostatic drive (variable)
• Undercarriage: 7 rollers each side minimum, top roller each side minimum, manufacturer’s
standard length track, manufacturer’s standard track width, 24" grouser width
• Dozer Blade: Width- 128", height- 48", 2.5 cubic yd. blade capacity, PAT type blade, power
angle and tilt, hydraulically controlled
• Weight: Minimum operating weight- 43,000 lbs.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
10
Bulldozer: 70hp
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Minimum 4-cylinder 70 net hp
• Transmission: Hydrostatic, infinitely variable speed, constantly variable
• Undercarriage: Minimum 5 rollers, standard grouser minimum of 16”, top roller each side
• Dozer: Minimum width- 96”, minimum height- 32”, minimum 1.88 cubic yd. blade capacity,
power angle tilt (PAT) type blade
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
11
Bulldozer: 90hp
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Minimum 4-cylinder 90 net hp
• Transmission: Hydrostatic, infinitely variable speed, constantly variable
• Undercarriage: Minimum 6 rollers, standard grouser minimum of 18”, top roller each side
• Dozer: Minimum width- 104”, minimum height- 36”, minimum 2.5 cubic yd. blade capacity,
power angle tilt (PAT) type blade
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
12
Chipper: Brush Chipper
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions: Weight- 6,800 lbs., width- 72”, height- 100”; length- 176”, 15” chipping capacity
• Engine: 122 hp diesel engine, over center type clutch, heavy duty air cleaner, spin on type
filters
• Chassis: Main frame constructed of rectangular tubing or in.zin. section, 7,000 lbs. axle torsion
type, electric brakes with breakaway switch, ST 235/80R16 tires load range E, steel wheels,
drop leg jack, 2 1/2” diameter lunette or 2 5/16” ball hitch, adjustable height hitch, safety
chains, 6-way light connector, all wiring in conduit to lights, four function rear lights
• Feed System: Infeed throat opening- 20” x 15”, serrated infeed rollers, feed rollers
hydraulically driven, feed table height- 27”, feed table length- 30”, safety control bar around
infeed opening for emergency stop
• Chipper Drum Or Disc: Drum type- 22” diameter x 22” width, 2 knife pockets 180 degrees
apart, dual edge reversible knives, extreme duty bearings, adjustable bedknife (reversible),
disc type: 37” x 2” diameter disc, 4 knives reversible
• Chipper Housing: Easy access door for knife changes, drop down door for anvil adjustment or
clean out, chipper housing to be constructed for maximum safety and operator protection
• Discharge Chute: Rotation of 360 degrees, adjustable chip deflector locking pin for chute
rotation
• Miscellaneous: 26 gal fuel tank, nngine shutdown system, locking tool box, vandalism
protection
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
13
Compactor: 80,000 lbs. Landfill Compactor
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight- 80,000 lbs.
• Engine: Turbocharged diesel engine 400 hp minimum, spin on type filters
• Transmission/Hydraulic System: Mechanical or hydrostatic drive will be acceptable (2 speeds
forward and 2 speeds reverse minimum), spin on type hydraulic filters
• Operating Station: Enclosed sound suppressed cab, air filtration system, air conditioned,
heater and defroster, gauges and engine monitoring shutdown system, adjustable suspension
seat, outside mirrors, work lights, windshield wipers and washer
• Electrical System: 24 Volt
• Wheels: Compaction wheels- 48” width minimum, wheel diameter- 58” width minimum,
chevron chopper blades, weld-on or pin-on teeth type wheels acceptable, anti-wire wrapping
device if applicable, cleaner bar if applicable
• Blade: Straight or U type trash blade acceptable, 14’ blade minimum, 6’ blade height
minimum, full width trash screen on top of blade, bolt on cutting edges
• Miscellaneous: Fully shielded engine compartment, removable belly pan, landfill shielding
package if applicable
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
14
Compressor: Air Compressor - Trailer Mounted
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Approximate Dimensions: Weight- 1,950 lbs., length- 79”, width- 40”, height- 47”
• Engine: 49 hp Tier 4 Engine, 12 Volt electrical system, engine protection system, gauge package
• Compressor: 185 cfm @ 100 psi, rotary or reciprocating style compressor, 2 service valves
• Trailer: 3,700 GVW axle rating, manufacturer rated tires, fold up tongue jack
• Enclosure: Fixed weather enclosure over entire engine/compressor, 2 full size tool boxes
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
15
Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight- 40,000 lbs., minimum gross weight (with payload)-
91,000 lbs.
• Engine: Turbocharged diesel engine 265 hp, 549 cubic in. minimum, spin on type filters, two
stage air cleaner
• Transmission: 6 speeds forward, 1 speed reverse, top speed of 31 mph, hydraulic retarder
• Brakes: Disc type service brakes, disc type parking brake
• Axles & Differentials: Differential locks, planetary gear reduction final drives, inter axle
differential lock
• Tires: Tubeless, radial off road hauler tires, 23.5 R 25 tire size
• Steering: 45 degree left or right articulation angle, secondary electric steering system for
emergency steering, double acting steering cylinders
• Operating Station: Cab to be pressurized, heated, air conditioned and filtered, built in
ROPS/FOPS protection, suspension type operators seat with seat belt, cab instrumentation or
engine monitoring system with audible alarms, tinted glass windows, sun visor, front and rear
intermittent windshield wipers, work lights, headlights, stop, tail and turn signal lights, left and
right mirrors
• Body: Dump body tipping angle 70 degrees, mud flaps, two single stage double acting body
hoist cylinders, 18 yd. heaped capacity, body rise time maximum 12 seconds
• Miscellaneous: 95 gal fuel tank minimum, guard or shielding package
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
16
Excavator: All Terrain Walking Excavator
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: 15,873 lbs. 2x4, 17,196 lbs. 4x4 Option
• Engine/Cab: Diesel engine, minimum 95 net hp, roll over enclosed cab air conditioned and
heated, hinged quick release side window for emergency exit (operational at all boom
positions), hinged front window opening outward for safety (not inward reducing operator
head room), gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant,
mirrors, air suspension operators ft. seat, full size cab (width of machine)
• Travel System: Minimum high-speed travel- 5 mph, minimum grade-ability 70%, four tires
• Hydraulic System: Digging depth- 15’4”, auxiliary hydraulic circuit and controls plumbed to the
end of stick with disconnect to allow the use of hydro-mechanical work tools, hydraulic swing
system, stabilizers to be individually controlled in the vertical and horizontal positions
• Electrical System: Work lights
• Bucket: 4’ wide grading bucket
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
17
Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight- 15,590 lbs.
• Engine: 53 hp diesel engine, fuel capacity 26 gal
• Travel System: Minimum high-speed travel of 3.0 mph
• Undercarriage: Overall track length 9’ 1”, overall track width 11’ minimum 7’ 6”, shoe width
17.7” minimum
• Operating Station: ROPS Cab to be air conditioned, heated and pressurized filtration system,
opening front windshield, adjustable suspension type seat with safety belt, tinted safety glass,
engine monitoring system with audible alarms, work lights
• Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of
20’ 11”, bucket to be general purpose bucket, appropriately sized for machine and included
• Swing System: Swing radius 5’ approximate, swing speed 9.0 rpm
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
18
Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight- 38,000 lbs.
• Engine: Turbocharged diesel engine 113 hp
• Travel System: Travel speed of 3.2 mph
• Hydraulic System: Standard auxiliary hydraulic valve, main hydraulic system flow 72 gpm
minimum
• Undercarriage: Overall track length 12’ 10” minimum, overall track width 8’ 5” minimum, shoe
width 24”
• Operating Station: ROPS Cab to be air conditioned, heated and pressurized filtration system,
intermittent windshield wipers, opening front windshield, adjustable suspension type
operator seat with safety belt, work lights
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
19
Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight- 76,550 lbs.
• Engine: Turbocharged diesel engine 257 hp, fuel capacity 145 gal
• Travel System: Travel speed of 2.9 mph
• Hydraulic System: Standard auxiliary hydraulic valve, main hydraulic system flow 144 gpm
minimum
• Undercarriage: Overall track length 16’ 2”, overall track width 10’ 6”, shoe width 24”
• Operating Station: ROPS cab to be air conditioned, heated and pressurized filtration system,
intermittent windshield wipers, opening front windshield, adjustable suspension type
operator seat with safety belt, tinted safety glass, engine monitoring system with audible
alarm, work lights
• Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of
35’ 6”, bucket to be a general-purpose bucket, appropriately sized for machine and include
• Swing System: Swing radius 12, Swing speed 9.2 rpm
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
20
Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: 7,105 lbs. minimum
• Engine/Cab: Diesel engine, minimum 23 hp, ROPS canopy, gauges or warning indicators for
fuel level, engine oil, hydraulic oil and coolant
• Travel System: Minimum high-speed travel 2.3 mph, minimum gradeability, 20 degrees, 11”
wide rubber belt tracks
• Hydraulic System: Digging depth 9’ minimum, auxiliary hydraulic circuit and controls plummed
to the end of stick with disconnect to allow the use of hydro-mechanical work tools, backfill
blade, hydraulic swing system.
• Electrical System: Work lights
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
21
Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight 45,000 lbs.
• Engine: 4-cylinder turbocharged diesel, 170 hp at 2200 rpm,spin on type filters, two stage air
cleaner, 12 volt 100 amp alternator, 90 gal fuel capacity
• Track Drive: 2-speed automatic with manual override, high torque piston motors each track,
planetary drives, travel speed high 3.4 mph, low 1.9 mph, automatic parking brake, individual
track control
• Tracks: 23.6 pad size
• Operator Station: Acoustical lined, adjustable seat, tinted safety glass, filtered fresh air,
heater, air conditioned, and defroster, wipers and washers, skylight, work lights
• Operator Station Controls: Electric engine monitoring system, auto idle, electronic joysticks on
adjustable pedestals, pedals for travel and steering, low/high travel switch, engine speed
control
• Safety Items: Electric horn, movement alarm, fire extinguisher, mirrors, right and left side
• Hydraulic System: Hydraulic oil cooler, 120 hp track drive motors (each), 64 hp swing motor,
electronic hydraulic system monitor, spin on hydraulic filters, swing speed 7.0 rpm, automatic
swing brake
• Boom: Telescopic boom, 180 degree boom rotation, 30’ reach at ground level from center
pivot to buck cutting edge
• Bucket: 60” ditching bucket provided with machine, quick attach type 1
• Weight: Minimum operating weight- 47,000 lbs.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
22
Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight 47,000 lbs.
• Carrier: 6-cylinder turbocharged diesel engine, 250 hp at 2200 rpm, spin on type filters, two
stage air cleaner, 24 volt 70 amp alternator, 6-speed automatic transmission, 1 to 1 transfer
case with front axle disconnect, one person carrier cab, air ride seat, heater, air condition, and
defroster, 2-speed windshield wipers, tinted glass, isolated and acoustic lined, gauges to
monitor engine functions, frame sized for GVW and stress of mounted upper structure, bolt
on front bumper, desiccant type, spin on type, air dryer, fuel tank 50 gal minimum,
• Safety: Electric horn, west coast mirrors with convex spot mirrors, tow hooks, fire
extinguisher, backup alarm
• Front Axle: 16,000 front drive axle, leaf spring suspension, 16.5”x5” “S” cam brakes, automatic
slack adjuster, integral power steering, hydraulic axle lockouts, 425/65R22.5 on/off road tires
• Rear Axle: Tandem axles 40,000 lbs. rated, Hendrickson rear suspension, 16.5”x7” “S”cam
brakes, automatic slack adjusters, 11R 24.5 traction type tires
• Upper Structure: Hydraulic system- 80 hp drive motor, 44 hp swing motor, automatic swing
park brake, 50 gal oil reservoir, spin on hydraulic filters, swing speed 8 rpm, hydraulic remote
control- travel and steering controls in upper structure cab, automatic brakes and axle
lockouts, movement alarm, upper structure cab- isolated and acoustic lined, tinted safety
glass, adjustable operators seat, heater, air condition, and defroster, work lights, wipers and
washers, mirrors on left and right, skylight upper structure control-electronic joysticks on
adjustable pedestals, engine monitoring lights or gauge with audible warning or automatic
shutdown, pedals for steering and travel, low/high travel switch, electric horn, engine speed
control bucket- quick attach type, 60” ditching bucket provided with machine, boom-
telescopic boom, 180 degree boom rotation, 30’ reach at round level from upper structure
pivot to bucket cutting edge
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
23
Excavator: Vacuum Excavator - Trailer Mounted
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: 14,000 lbs. GVWR
• Engine: 36 hp diesel engine, water cooled, fully enclosed sound attenuated engine enclosure
(including vacuum pump and high-pressure water pump), 15 gal fuel tank
• Vacuum Pump: 580 cfm at 15” of mercury, mounted inside engine enclosure, washable
filtration cylinders, reverse pressure (to clear hose and offload liquids)
• High Pressure Water System: 400 psi at 4 gpm water pump, low water automatic shutdown,
two 100 gal poly water tanks, 50’ high pressure water hose on hose reel, 5’ and 3’ wand and
control handle
• Controls: Lockable and waterproof, curbside located, oil pressure, water temperature, fuel
and vacuum gauge, electronic throttle
• Tank: Full open rear door, door hydraulically opened, twin dump cylinders, 6” stainless steel
portal shutoff, 800 gal debris tank capacity
• Boom: 4” pickup hose, hydraulically powered in/out and up/down, boom cradle, 360 degree
movement, 2 dielectric 3” suction wands, 33’ rubber suction hose
• Trailer: 7,000 lbs. dexter torsion axles, 14,000 lbs.GVWR, 10,000 lbs. jack stand, I beam
construction, Pintle hitch, electric brakes with safety breakaway, LT235/85R16 tires,
Stop/tail/turn lights
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
24
Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight- 42,000 lbs.
• Engine: Turbocharged diesel engine 140 hp, spin on type filters, two stage air cleaner
• Travel System: Travel speed of 21 mph
• Hydraulic System: Standard auxiliary hydraulic valve, hydraulic system flow 99 gpm minimum
• Wheel Drive: Wheelbase 8’ minimum, tire size 10:00x20, ground clearance 13” minimum,
gradeability 61 percent
• Operating Station: Cab to be air conditioned, heated, and pressurized filtration system,
intermittent windshield wipers, opening front windshield, vibration dampening cab mounts,
adjustable suspension type operator seat with safety belt, tinted safety glass, engine
monitoring system with audible alarms, work lights, stop/tail/turn and emergency flashers
• Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of
30’ minimum, bucket to be a general purpose bucket, appropriately sized for machine and
included
• Swing System: Swing radius 7’ approximate, swing speed 9.5 rpm minimum
• Miscellaneous: Fuel capacity of 77 gal minimum
• Blade/Outriggers: Front blade with 8’ minimum, rear outriggers FLO
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
25
Forklift: Cushion Tire - 4,000 lbs. Capacity
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 50 hp LP gas engine
• Transmission: Powershift type, inching pedal, 1 speed forward, 1 speed reverse
• Hydraulic System: 19.0 gpm at 2250 psi
• Chassis: Wheelbase- 46", tread width- 33" (with standard tires), ground clearance at lowest
point- 3"
• Tire size: Front- 18.0 x 7 x 12 cushion tire, rear- 14.0 x 5 x 10 cushion tire, steering radius- 72"
• Brakes: Hydraulic service brakes, mechanical parking brake
• Lift: Two stage lift mast, Lift height minimum - 130", Lift capacity- 4,000 lbs., fork spacing- 7" to
32" minimum, tilt- 5 degrees forward, 10 degrees backward
• Miscellaneous: FOPS protection, work lights, seat belts
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
26
Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Lift Capacity: 5,000 lbs. minimum capacity
• Lift Height: Minimum of 14’
• Weight: 12,800 lbs.
• Front Tire Track Width: 80”
• Turning Radius: 13’
• Engine: 70 hp diesel, 24 gal fuel tank
• Transmission: Fwd/rev shuttle shift, 4WD
• Tires: Front 16.9-24, rear 12-16.5 lug type tires
• Mast: 3 stage, side shift, fwd/backward tilt, load cushioning
• Operator Station: Adjustable seat, seat belt, FOP overhead guard, b/u alarm , ANSI safety
compliant
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
27
Forklift: Telescopic Tool Carrier/Telehandler
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Approximate Dimensions: Length- 196”, width- 90”, height w/cab- 93”, wheelbase- 113”,
weight: 17,155 lbs.
• Engine: Diesel Tier 4 100 hp, Turbocharged, heavy duty cooling system
• Powertrain: Hydrostatic drive, 2 travel speeds low speed 3.0 mph, high speed 18 mph, all
wheel drive, 3 steering modes- all wheel, crab, and front wheel, industrial lug type tires
• Comfort, Convenience And Safety: Certified ROPS cab with air conditioning and heat,
suspension seat w/ seat belt, work lights, safety lights, and warning beacon, attachment
controls in cab, engine gauge instrumentation
• Hydraulic System: Lift capacity 7,700 lbs., max lift 22’, boom breakout force- 8,000 lbs.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
28
Generator: 60kW Stationary
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Generator Requirements: Standby duty rated equal to the kW rating of the item group bid,
60kW, 75 kVA, 0.8 power factor, 480 volts 3 phase, 60 Hz, 1,800 rpm, directly connected to
the engine flywheel housing with flex coupling, generator shall meet performance class G3 of
IEC, unit shall be in compliance with and be UL 2200 labeled
• Engine: Water cooled diesel engine, sized for generator set, emission compliant engine
• Controls: Solid state, microprocessor-based generator controls, controls shall provide all
operating, monitoring and control functions for generator set
• Enclosure/Silencer: Complete diesel engine generator set including control panel, engine
starting batteries shall be enclosed in a factory assembled water protective, sound attenuated
enclosure, critical grade silencer, companion flanges, flexible stainless-steel exhaust
• Fuel Tank: Double wall sub-base tank integral to enclosure, 24-hour capacity at 100% at full
load, rupture basin with 110% capacity, locking fuel caps, mechanical fuel level gauge, low fuel
level alarm contact, fuel tank rupture alarm contact, must meet UL 142, must meet FDEP
standards as applicable
• Battery Charger: Current limiting battery charger to automatically charge batteries, charger
shall be dual charge rate with automatic switching to boost rate when required, charger shall
be mounted on genset package
• Startup And Testing: Vendor must coordinate all startup and testing activities with the
engineer and owner, after installation is completed by others and normal power is available,
the vendor must perform a one (1) day startup including the use of building load, the startup
technician will instruct all necessary personnel how to operate and maintain the equipment in
accordance to the manufacturer`s requirements
• Conditions: In addition to equipment specified, each generator shall be equipped with all
standard equipment as specified by the manufacture for this model and shall include but not
be limited to the following necessary items- initial filling of oil and antifreeze (fuel provided by
others), shrink wrap applied to the product to ensure a clean finish, during the startup, the
technician shall record the following information and provide to the owner for his records-
record Operating Voltage, Hz, Ph, and connected load (Amperage), package information
consisting of make of generator, model, serial number of complete package, and startup date,
record engine and generator serial numbers, one complete set of operation and maintenance
manuals, two (2) year or 1500-hour standard standby generator warranty, labor, materials,
and travel for the warranty period repair will be paid by manufacturer during normal business
hours
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
29
Generator: 125kW Stationary
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Generator Requirements: Standby duty rated at 125.0 kW, 156.3 kVA, 8 power factor, 480
volts, 3 phase, 60 Hz, 1,800 rpm, directly connected to the engine flywheel housing with flex
coupling, generator shall meet performance class G3 of IEC, unit shall be in compliance with
and be UL 2200 labeled
• Engine: Water cooled diesel engine, sized for generator set, emission compliant engine
• Controls: Solid state, microprocessor-based generator controls, controls shall provide all
operating, monitoring and control functions for generator set
• Enclosure/Silencer: Complete diesel engine generator set including control panel, engine
starting batteries and fuel oil tank shall be enclosed in a factory assembled water protective,
sound attenuated enclosure, critical grade silencer, companion flanges, flexible stainless-steel
exhaust
• Fuel Tank: Double wall sub-base tank integral to enclosure, 24-hour capacity at 100% at full
load, rupture basin with 110% capacity, locking fuel caps, mechanical fuel level gauge, low fuel
level alarm contact, fuel tank rupture alarm contact, must meet UL 142 and FDEP standards
• Battery Charger: Current limiting battery charger to automatically charge batteries, charger
shall be dual charge rate with automatic switching to boost rate when required, charger shall
be mounted on genset package
• Startup And Testing: Vendor must coordinate all startup and testing activities with the
engineer and owner, after installation is completed by others and normal power is available,
the vendor must perform a one (1) day startup including the use of building load, the startup
technician will instruct all necessary personnel how to operate and maintain the equipment in
accordance to the manufacturer’s requirements
• Conditions: In addition to equipment specified, each generator shall be equipped with all
standard equipment as specified by the manufacture for this model and shall include but not
be limited to the following necessary items- initial filling of oil and antifreeze (fuel provided by
others), shrink wrap applied to the product to ensure a clean finish, during the startup, the
technician shall record the following information and provide to the owner for his records-
record Operating Voltage, Hz, Ph, and connected load (Amperage), package information
consisting of make of generator, model, serial number of complete package, and startup date,
record engine and generator serial numbers, one complete set of operation and maintenance
manuals, two (2) year or 1,500-hour standard standby generator warranty, labor, materials,
and travel for the warranty period repair will be paid by manufacturer during normal business
hours
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
30
Generator: 150kW Mobile
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Generator Requirements: Standby duty rated at 150 kWe, 187 kVA, 8 power factor, prime
power duty rating 135 kWe, 168 kVA, 0.8 power factor, main breaker shall be equipped with
shunt trip, generator end shall be direct coupled to the engine flywheel with a flexible
coupling, generator shall meet performance class G3 of IEC, jacket water heater
• Engine: 6-cylinder, water cooled, 1,800 rpm, diesel engine, current emission compliant diesel
engine, spin on fuel and oil filters
• Voltage Change Over Switch & Distribution: Manual 3-position voltage change over switch to
select each voltage as specified when the unit is not running, 1 Ph 120/240, 3 Ph 120/240, 3
Ph 120/208, and 3 Ph 277/480, a five-point connection shall be provided for ease of
connection of load leads, one 50 amp, 120/240 vac, 1 Ph, twist lock receptacle, one 30 amp,
120/240 vac, 1 Ph, RV type receptacle, two 20 amp, 120/240vac, 1 Ph, duplex receptacle, two
20 amp, 120/240 vac, 1Ph, duplex GFI receptacle, each receptacle shall be protected by a
individual circuit breaker, a receptacle shall be provided to power both the jacket water heater
and on-board battery charger, two thumb screw type connection points shall be provided for
remote auto start.
• Controls: Solid state, microprocessor-based generator controls, controls shall provide all
operating, monitoring and control functions for the generator set, controls shall provide for
auto start/stop functions, a emergency stop push button will be installed, a voltage
adjustment shall be provided in the panel to adjust voltage in all voltage positions, a switch
shall be provided in the panel to turn all power off in the panel if not being used
• Enclosure: Complete diesel engine generator set including control panel, engine starting
batteries and fuel tank shall be enclosed in a factory assembled weather protective, sound
attenuated enclosure, the sound attenuated enclosure noise level is not to exceed 73-75 dba
@ 21’, oil and water drain lines shall be provided and extend to the enclosure wall with valves
for easy service, critical grade silencer, companion flanges, flexible exhaust-flex, keyed alike
lockable doors
• Startup & Commissioning: One (1) day startup including operational test of equipment
showing proper connection of cables with safety issues performed by a factory trained
technician, the startup technician will instruct personnel how to operate and maintain the
equipment in accordance with the manufacturer’s requirements
• Conditions: In addition to equipment specified, each generator shall be equipped with all
standard equipment as specified by the manufacturer for this model and shall include but not
be limited to the following items- all product shall be new and of current design, initial filling
of oil and antifreeze (diesel fuel by others), during startup, the technician shall record the
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
31
following information and provide to owner for his records- Operating Voltage, Hz, Ph, and
connected load (Amperage) [if any], package information consisting of make of generator,
model, serial number of complete package, and startup date, written information consisting of
make, model, serial number, and startup date, record engine and generator serial numbers,
one complete set of operation and maintenance manuals, two (2) year or 1500-hour standard
mobile generator warranty will apply, generator to be transported to authorized servicing
dealer for warranty repair during normal business hours
• Trailer: The trailer must have a VIN and a certificate of origin
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
32
Generator: 500kW Mobile
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Generator Requirements: Standby duty rated at 500 kW, 625 kVA, 0.8 power factor, prime
power duty rating 450 kWe, 563 kVA, 0.8 power factor, main breaker shall be equipped with
shunt trip, generator end shall be direct coupled to the engine flywheel with a flexible
coupling, generator shall meet performance class G3 of IEC, jacket water heater with service
valves to ensure coolant does not need to be drained if heater needs service
• Engine: 6-cylinder, water cooled, 1800 rpm, diesel engine, current emission compliant diesel
engine, spin on fuel and oil filters, 120 vac, 1 Ph, 60 Hz input 10 amp, 24 vdc, output automatic
battery charger, standard 4D lead acid batteries with battery rack and cables
• Voltage Change Over Switch And Distribution: Manual 2 position voltage change over switch
to select each voltage as specified when the unit is not running 3 Ph 120/208, and 3 Ph
277/480, load leads shall be attached to the generator using two (2) forms and shall be rated
for 2000 amps, generator will be equipped with both, five (5) compression lugs per phase
rated for 400 amps each, 20 amp, 120 vac, 1 Ph, male receptacle shall be provided to power
the jacket water heater, a 20 amp, 120 vac, 1 Ph, male receptacle shall be provided to power
the battery charger, two thumb screw type connection points shall be provided for remote
auto start
• Controls: Solid state, microprocessor-based generator controls, controls shall provide all
operating, monitoring and control functions for the generator set, controls shall provide for
auto start/stop functions, an emergency stop push button will be installed, a voltage
adjustment shall be provided in the panel to adjust voltage in all voltage positions, a switch
shall be provided in the panel to turn all power off in the panel if not being used, a front face
mounted circuit breaker shall be provided to protect the panel from any D.C. spikes
• Enclosure: Complete diesel engine generator set including control panel, engine starting
batteries and fuel tank shall be enclosed in a factory assembled weather protective, sound
attenuated enclosure, the sound attenuated enclosure noise level is not to exceed 80 dba @
21’, enclosure shall be constructed from aluminum, preferably out of .125 thickness and 5,058
marine grade aluminum, oil and water drain lines shall be provided and extend to the
enclosure wall with brass ball valves for easy service, critical grade silencer (25 db reduction),
companion flanges, flexible exhaust-flex, keyed-alike lockable doors
• In Base Fuel Tank Trailer: Trailer shall be DOT approved with proper serial number data plate
indicating weight capacity minimum of 20,000 lbs., trailer will have dual axles with torque
springs to reduce overall height of package, standard 7 pin vehicle wiring connector to be
supplied, trailer will have two rear level jacks with sand shoes and front leveling jack, trailer
will have hydraulic brakes, trailer will have all necessary safety equipment to include, but not
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
33
be limited to, an adjustable and removable pintle hitch, 36” safety chains, fenders, lights per
DOT, and break away cable, tires will be minimum load range type "D" (8 ply rating) with
matching steel rims, rims are to be finish painted, minimum 8-hour capacity at 75% load rating
to determine single wall tank size, a mechanical fuel gauge will be provided, locking fuel cap,
low fuel level alarm, all necessary vents and caps will be provided along with suction, return,
and drain points
• Battery Charger: Battery will be installed in holding container with battery cables, current
limiting battery charger to automatically charge batteries, charger shall be dual charge rate
with automatic switching to boost rate when required, charger mounted inside generator set
package, fully charged battery will be provided at time of delivery and startup, 120-volt shore
power connector for battery charger
• Startup And Commissioning: One (1) day startup including operational test of equipment
showing proper connection of cables with safety issues performed by a factory trained
technician, the startup technician will instruct personnel how to operate and maintain the
equipment in accordance with the manufacturer`s requirements
• Conditions: In addition to equipment specified, each generator shall be equipped with all
standard equipment as specified by the manufacturer for this model and shall include, but not
be limited to, the following items- all product shall be new and of current design, initial filling
of oil and antifreeze (diesel fuel by others), during startup, the technician shall record the
following information and provide to owner for his records- Operating Voltage, Hz, Ph, and
connected load (Amperage-if any), written Information consisting of make, model, serial
number, and startup date, record engine and generator serial numbers, one complete set of
operation and maintenance manuals, two (2) years or 1,000 hours standard mobile generator
warranty will apply, whichever occurs first, generator to be transported to authorized
servicing dealer for warranty repair during normal business hours
• Trailer: The trailer must have a VIN and a certificate of origin
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
34
Generator: 500kW Stationary
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Generator Requirements: Standby duty rated at 500 kW, 625 kVA, 0.8 power factor, 480 volts,
voltage options are- 120/240, 120/208 or 277/480 3 Ph, directly connected to the engine
flywheel housing with a flex coupling, generator shall meet performance class G3 of IEC, unit
shall be compliance with UL 2200 specifications
• Engine: 6-cylinder, water cooled, 1800rpm, diesel engine, emission compliant engine to
stationary standby regulations.
• Controls: Solid state, microprocessor-based generator controls, controls shall provide all
operating, monitoring and control functions for the generator set, control panel is NFPA110
compliant
• Enclosure/Silencer: Complete diesel engine generator set including control panel, engine
starting batteries and fuel oil tank shall be enclosed in a factory assembled weather protective,
sound attenuated enclosure with oil and water drain lines, enclosure shall be constructed from
aluminum, preferably out of .125 thickness and 5,058 marine grade aluminum, critical grade
silencer (25DB Reduction), companion flanges, flexible stainless-steel exhausts flex
• Fuel Tanks: Double wall sub-base diesel fuel tank shall be integral to the enclosure, 24-hour
capacity at 75% load rating, rupture basin will be of 110% capacity, locking fuel caps, all
necessary vents and caps will be provided, mechanical fuel level gauge, low fuel level alarm
contact, fuel tank rupture basin alarm contact, must meet UL 142 and FDEP standards
• Battery Charger: Current limiting battery charger to automatically charge batteries, charger
shall be dual charge rate with automatic switching to boost rate when required, charger shall
be mounted on genset package.
• Startup And Commissioning: Vendor must coordinate all startup and testing activities with the
engineer and owner, after installation has been completed, approved by the local electrical
inspector, and normal power is available, the vendor will perform a one (1) day startup
including the use of building load, the startup technician will instruct all necessary personnel
how to operate and maintain the equipment in accordance to the manufacturer’s
requirements
• Conditions: In addition to equipment specified, each generator shall be equipped with all
standard equipment as specified by the manufacture for this model and shall include but not
be limited to the following necessary items- initial filling of oil and antifreeze, shrink wrap
applied to the product to ensure a clean finish, during the startup, the technician shall record
the following information and provide to the owner for his records- record operating voltage,
Hz, Ph, and connected load (Amperage), package information consisting of make, model, serial
number, and startup date, record engine and generator serial numbers, one complete set of
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
35
operation and maintenance manuals, two (2) years or 1,500 hours standard standby generator
warranty, whichever occurs first, labor, materials, and travel for the warranty period repair
will be paid by manufacturer during normal business hours
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
36
Horizontal Directional Drill
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Width: 89”
• Heighth: 76”
• Weight: 20,700 lbs.
• Lenghth: 20’
• Engine: 125 hp, liquid cooled diesel, meeting current emission level, 44 gal fuel capacity
• Operational: Thrust/pullback 28,000 lbs., carriage speed 240 fpm, spindle torque 4200’ lbs.,
rotational speed 270 rpm, bore diameter 4”, ground speed 3.0 mph, drill rack angle 14-21
degrees
• Controls: Touchscreen guidance display
• Drill System: Hydraulic vise, stakedown system , strike alert, remote lockout, work lights
• Drill Pipe: Rod diameter- 2.38”, length- 10’, weight- 73 lbs., bend radius- 108’
• Color: Manufacturers standard color
• Fluid System: Mixing
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
37
Leaf Collector: Trailer Mounted
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Motor: 74 hp diesel engine, liquid cooled, current level emission compliant, 50 gal fuel
capacity
• Fan: 27” fan, direct drive
• Pickup Hose: 16” diameter, 3 function hydraulically controlled arm, safety interlock
• Collection Body: 30 cubic yd. capacity w/ tailgate, scissor hoist, hydraulic dump
• Ride On Operator Station: All machine controls to be located at operator station, seat belt,
emergency shutdown
• Dust Control: Dust control system, pump, 3 nozzles , 90 gal water tank
• Trailer: Frame, axles, tires, electric brakes will be sized for GVWR of unit, DOT compliant
marking and lighting, pintle hitch, yellow flashers, tongue jack
• Color: Manufacturers standard color
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
38
Lift: Scissor Lift - Self Propelled
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions (approximate): 64" x 29" platform, 36" extension deck, 25’ working height
(raised), 18’ platform height (raised), lift capacity 500 lbs.
• Power: 24 volt, 4-6 volt batteries, on board charging system, dual front wheel drive
• Brakes: 2 or 4 wheel brakes
• Platform: Fixed rails, 36" extension deck, AC power to platform, lanyard attachment points
• Safety: Manual platform lowering, emergency stop on platform and ground control, descent
alarm, hour meter, horn, pothole guards, on board diagnostic system, tilt lever sensor with
alarm, scissor maintenance prop
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
39
Light Tower: Hybrid Light Tower
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions (approximate): length- 174”, width- solar panels retracted 69”, height- 72”, mast
deployed height- 30’, weight- 1,850 lbs.
• Generator: Perkins 403.F.11-10 kW Tier 4, 2 20A/120 v receptacles, electric start 12-30 gal fuel
tank, auto mode- automatic start for low battery hybrid systems automatically switches
between solar battery, generator, or standard household current
• Trailer: Axle 2000 lbs., 13in” wheels, hitch 3 position adjustable ball, stabilizers- 2 extendable
outriggers, 1 trailer jack, top mounted fork pockets and single lifting eye, powder coated DOT
rated trailer with lights, trailer weight- 1,850 lbs.
• Mast: 30’ extendable mast in 3 stages wind stability to 40 mph rotates 90 degrees
• Lights: 4 quick connect 320 watt each, LED lights, dimmer control, instant on/off, 365 day
programmable timer for lights, on/off, lens patter spread of 150 degrees, meets DOT anti-
glare regulations
• Solar Panels: 5 100 watt panels, operating temperature- 40c to 46c 7
• Batteries: 4 deep cycle batteries, optional lithium cells, 12 volt, 220 amp hours
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
40
Light Tower: Light Tower - Trailer Mounted
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions (Approximate): Length- 170”, width- 51”, height- 74”, mast deployed height- 30’,
weight- 1,610 lbs.
• Engine: 3-cylinder diesel engine, 12 hp at 1800 rpm, engine protection shutdown system
• Generator: Wattage output 7,000 watt max, 6000 watt continuous, brushless type, 120/240
volts at 60 hz /- 6% regulated, amps at 120/240v 50/25, insulation class
• FUEL TANK: 30 gal capacity, run time (approx.) 64 hours
• Trailer: Axle 1,800 lbs., 13” tire size, hitch 2” ball, leaf spring suspension, tongue jack, 4
outrigger jacks
• Control Panel: Individual breakers for lights, hour meter, cabinet lights, external receptacles-
1-30 amp 120/240 volt, twist lock, 1 GFC1, 15 amp 120 volt
• Mast: 32’ extendable mast, 4 each metal halide light heads, 440,000 lumens,360-degree mast
rotation, fold down for transport, winch for mast extension
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
41
Loader: Loader Backhoe - 4x4
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Minimum 87 hp diesel engine, dry type, radial seal air cleaner and pre-cleaner unit,
spin on type engine oil filter
• Transmission: 4-speed power shift or power shuttle transmission
• Operator Environment: OSHA approved ROPS canopy shall be integral, two front and two rear
work and driving lights Stop and turn signals with flashing hazard lamps Instrument panel with
a complete set of gauges or an electronic monitoring device Standard horn and audible back-
up alarm
• Brakes: Brakes shall be oil immersed, hydraulically actuated, multiple disc on final drive input
shaft Brakes shall be completely enclosed and sealed, fully self-adjusting
• Loader (Single Tilt Cylinder): Loader shall be equipped with a return to dig mechanism, loader
shall have positive down pressure sufficient to lift the tractor front end off level ground,
loader bucket SAE heaped capacity of minimum 1.3 yd. with replaceable bolt on edge
• Backhoe: Fixed length dipper stick digging depth approximately 14’, reach from swing center,
approximately 18’, dump height, approximately 11’ 3”, digging force approximately 8,000 lbs.,
bucket dig force, approximately 11,990 lbs., 24” general purpose bucket with replaceable
teeth
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
42
Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Minimum 3-cylinder 56 hp diesel
• Transmission: Hydrostatic drive forward, reverse, travel speed controlled by two hand levers
• Engine Equipment: Spin on type filters, dry type air filter
• Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work
lights, hazard lights, engine monitoring system or gauges, with audible alarm, tires 10x16.5
extra walls, horn and backup alarm
• Brakes: Parking brake, hydrostatic main braking
• Loader: Front auxiliary hydraulics, foot or hand controls for bucket, minimum 62” wide
construction bucket, operating capacity 1,800 lbs. minimum
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
43
Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Minimum 3-cylinder 83 hp diesel
• Transmission: Hydrostatic drive forward, reverse, travel speed controlled by two hand levers
• Engine Equipment: Spin on type filters, dry type air filters
• Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work
lights, hazard lights, engine monitoring system or gauges, with audible alarm, horn and backup
alarm, tires 14x17.5 extra wall
• Brakes: Parking brake, hydrostatic braking
• Loader: Front auxiliary hydraulics, foot or hand controls for bucket, minimum 84” wide
construction bucket
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
44
Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Minimum 3-cylinder 74 hp diesel, spin on type filters, dry type air filters
• Transmission: Hydrostatic drive, forward, reverse, travel speed controlled by two hand levers
• Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work
lights, hazard lights, engine monitoring system or gauges, with audible alarm, horn and backup
alarm
• Brakes: Parking brake, hydrostatic braking
• Bucket: Minimum 66” construction bucket, bolt on, replaceable cutting edge for bucket,
operating capacity 3,100 lbs. minimum
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
45
Loader: Wheel Loader - 1.5 cubic yd.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine/Cab:, 6-cylinder diesel engine, liquid cooled, minimum 77 hp, ROPS cab with air
conditioning and heat
• Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum
of 4 forward and 3 reverse speeds
• Drivetrain: Four wheel drive, 15.5-25 bias ply tires mounted on multi piece rims
• Loader: 1.5 cubic yd. general purpose bucket with bolt on cutting edge, bucket position
indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil
level indicator, electronic monitor display of all fluid levels and temperatures, deluxe
suspension seat with foam padding and backrest, articulated steering, clearance circle 34’
.02”, wheelbase of at least 7’, minimum operating weight of 12,727 lbs.
• Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop
lights, warning lights and taillights
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
46
Loader: Wheel Loader - 3.0 cubic yd.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine/Cab: 6-cylinder diesel engine, liquid cooled, minimum 140 hp, ROPS cab with air
conditioning and heat
• Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum
of 4 forward and 3 reverse speeds
• Drivetrain: Four wheel drive, 20.5-25 radial tires mounted on multi piece rims
• Loader: 3.0 cubic yd. general purpose bucket with bolt on cutting edge, bucket position
indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil
level indicator, electronic monitor display of all fluid levels and temperatures; deluxe
suspension seat with foam padding and backrest, articulated steering, 40 degrees minimum
each direction, wheelbase of at 9’ 4” minimum, minimum operating weight of 26,000 lbs.
• Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop
lights, warning lights and taillights
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
47
Loader: Wheel Loader - 5.75 cubic yd.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine/Cab:, 6-cylinder diesel engine, liquid cooled, minimum 280 hp, ROPS Cab with air
conditioning and heat
• Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum
of 4 forward and 3 reverse speeds
• Drivetrain: Four wheel drive, manufacturer’s standard axle, 26.5-R25 radial tires mounted on
multi piece rims
• Loader: 5.75 cubic yd. general purpose bucket with bolt on cutting edge, bucket position
indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil
level indicator, electronic monitor display of all fluid levels and temperatures, deluxe
suspension seat with foam padding and backrest, articulated steering, 40 degrees minimum
each direction, wheelbase of 11’ 4” minimum, minimum operating weight of 53,674 lbs.
• Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop
lights, warning lights and tail lights
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
48
Low Speed Vehicle: Electric Type
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Classification: These vehicles are primarily used to transport people and limited cargo in the
State of Florida on typical federal, state, county and city highways and roads that are posted
for 35 mph or less and shall be designed to operate under typical environmental conditions,
vehicles must conform to Federal Motor Vehicle Safety Standards, State of Florida Vehicle
Safety Laws, regulations, specifications, standards, and requirements in effect as of the date of
manufacture
• Engine: 5.5 hp 4 kW electric motor, 48 volt lead acid batteries (8 batteries x 6v), 110v eagle on
board charger, 50 miles per charge, max forward speed 25mph, digital speedometer and
dashboard
• Dimensions (approximate): Length- 96", height- 76", width- 48", wheel base- 66.9", ground
clearance- 5", body- plastic body and fiberglass roof, DOT windshield with wiper
• Comfort Items: 4 person seating with flip rear seat for cargo
• Chassis/Steering/Suspension: 10’ turning radius, steel frame type chassis, 500lbs. GVW
capacity
• Tires And Wheels: 205/50-10 tires, 10" aluminum rims
• Brakes: 4 wheel hydraulic, hand brake
• Safety Items: 100% Electric with zero emissions, 12v headlights and indicators, voltmeter, turn
signals, side and rear-view mirrors, reverse alarm, non-slip flooring, neutral switch when
vehicle is standing still, horn
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
49
Motor Grader: Large
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Liquid cooled 6-cylinder diesel with minimum of 140 net hp @ 1900 rpm
• Transmission: Power shift with direct drive, minimum 8 forward and 4 reverse speeds Brakes:
Wet multiple disc
• Steering & Articulation: Front steer plus articulated, minimum articulation 20 degrees
• Moldboard: Minimum 12’ long
• Operator Environment: Low profile cab, cloth adjustable seats, gauges including hour meter,
fuel, articulation, engine coolant temperature
• Tires: Minimum 13.0-24 10 PR 9” single piece rim
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
50
Motor Grader: Small
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions (approximate): Length- 21’, width- 7’, height with cab- 10’ 4”, weight- 15,200 lbs.
• Engine: Diesel, turbocharged 110 hp, 39 gal fuel tank
• Drive Train: Hydrostatic drive or power shift, 2-speed gear box
• Brakes: Fail safe brake system
• Steering/Articulation: 18 degree articulation left or right, front wheel lean
• Moldboard/Blade: 10’ sliding/tilting moldboard, 10’ blade, circle side shift, scarifier- center
mount, front mount or rear mount acceptable, adjustable turn table, blade float control
• Operators Station: Enclosed cab, front and rear windshield wipers, suspension seat, air
conditioned and heated cab, gauge package work lights
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
51
Mower: 15ft. Flex Wing Rotary Mower
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Deck: Mower shall be rotary, flex wing style, 10 gauge steel minimum, replaceable full-length
skid shoes, shall be easy clean style
• Blade Carrier & Blades: 7 gauge steel minimum, 1” thick cross bar weldment, “Stump Jumper”
pan design, 2 free swinging updraft cutting blades ½” thick, heat treated alloy steel minimum,
blades shall overlap a minimum of 6” for uniform cut, blade spindles shall be 1 ¼” diameter
minimum
• Wheels/Tires: 6 replaceable puncture resistant foam filled airplane tailwheels
• Power Distribution: Main driveline shall be CAT 5, slip clutch protection shall be featured,
gears shall be straight bevel with tapered roller bearings, a power divider shall have a rating of
190 hp minimum, center and wing gearboxes shall have a minimum rating of 190 hp
• General Features: Mower shall attach to the rear of the tractor using a self-level-lift hitch,
front and rear chain deflectors, tongue shall have a jack stand
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
52
Mower: Remote Controlled Brush Mower
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Approximate Dimensions: Length- 57”, width- 59”, height- 33”, weight- 990 lbs.
• Engine: 24 hp 2-cylinder gas, pressurized oiling system, electric start w/ 16v, 16 a alternator 5
gal fuel capacity
• Track Drive System: Two 48v electric motors, infinitely variable gear reduction transmissions,
multi lug type tracks, neoprene rollers
• Mower Deck: Twin spindle deck, 10 gage mower deck, blade bar 2x22” with 4 free swinging
blades, electric clutch assembly w/ integral safety brake, mowing height range- 2 to 7”
• Remote Control: Remote control to control mower functions- travel speed, cutting height,
hours, radio signal strengt state of charge of remote control battery, and mower on/off,
remote control working range 328’, max range 984’, auto stop feature for loss of radio signal,
rechargeable lithium ion batteries
• Safety: One touch emergency shut off switch
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
53
Mower: Electric Zero Turn Radius Mower
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Electric Power: 36 hp gas equivalent, electric power
• Battery: 22 kWh battery w/ charger, 7 hours of mowing time
• Deck: 60” deck, 1.5-5.5” height adjustment, side discharge
• Wheels: 24x12 drive wheels, solid deck wheels
• Operator Station: Suspension seat, all controls, ROPS bar
• Mowing Speed: 11mph (approximate)
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
54
Mower: Zero Turn Radius Mower
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 25 hp gas engine, positive feed oil system with spin on filter, electric start
• Drive Train/Axles: Spin on hydraulic filters
• Deck: 60” heavy duty mower deck, 3 blade spindles, manual deck lift, 1” to 5” cutting height,
deck engagement electric clutch
• Wheels: Front wheels- 13x6-6 ribbed, minimum, Rear wheels- 24x11.5-12 turf
• Comfort & Convenience: High back full suspension seat, ROPS bar
• Approximate Machine Dimensions: Length- 82”, height- 72” with ROPS, width- 63” without
chute
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
55
Pallet Jack: Electric 4,500 lbs. Capacity
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: 900 lbs.
• Wheelbase: 51”
• Turning Radius: 58”
• Lift Capacity: 4,500 lbs.
• Travel Speed: 3.7 mph
• Turning Radius: 59”
• Gradeability: 8% (loaded)
• Drive: 1.3 kW drive AC motor, polyurethane drive wheels, electric brake, lift motor 1.2 kW
• Battery System: 150 Ah battery, integrated on board charger
• Controls: Tiller type control, multi-function control on tiller handle
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
56
Pipe Inspection: Battery Operated Pipe Crawler Inspection System
Note: Due to the complexity of this type of equipment, it is suggested that the purchaser contact
the vendor to ensure the item ordered is a complete, ready to work unit and is compatible with
the end user’s software/hardware requirements and performance expectations.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Width: 6”
• Height: 5.5”
• Length: 28”
• Weight: 65 lbs.
• Depth Rating: 160’
• Pipe Range: 8” to 12”
• Speed: 12m/min maximum
• Pull Force: 130 lbs.
• Sensors: Incline, roll, leak, pan/tilt, distance
• Tether Reel: Motorized reel, 1,000’ tether capacity, 1,600 lbs. break strength
• Battery Power: 19.2 VDC, 5 hour battery life, capable of optional hybrid power
• Lighting: 900 LM
• Controller: Weatherproof, splashproof, joystick type controls, battery powered
• Camera: 360 degree pan, 1080p/2mp resolution, tilt 280 degrees, zoom 10x optical 120x
digital, focus auto or manual, exposure auto or manual
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
57
Pump: Mobile Pump
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Design Requirements: Discharge size- 6”, suction size- 6”, capable of 1,750 gpm minimum,
capable of 160’ Total Dynamic Head (TDH) minimum, Duty Point, maximum- 1,000 gpm
minimum at 120’ Total Dynamic Head (TDH), solids handling capability size, minimum size- 3”
• Engine: Diesel engine, appropriate to pump size at continuous duty, emission compliant
engine, industrial grade exhaust muffler and rain cap, oil and coolant drain lines with ball
valves, low water level shutdown switch, 12 VDC system with battery rack and cables, 50 gal
minimum fuel tank with low fuel level alarm and shutdown
• Pump: Check valve, self-priming system
• Controls: Solid state, microprocessor-based pump controls, controls shall provide all
operating, monitoring and control functions for the pump set, controller will also provide 2
fully programmable contacts for input and output signals accordingly, controller will provide
remote start stop control with adjustable ramp (speed) time control, UL 508 R and CSA C22.2
No. 14 approved
• Trailer: The manufacturer shall mount the diesel engine and pump unit with the above 50 gal
subbase tank on a street legal DOT approved trailer, this trailer will be able to be rated for a
safe travel at speeds of 60 mph and not be limited to the following specifications- trailer
design shall be such that the county/city may easily remove the entire engine, fuel tank and
pump from the trailer, 12 VDC electric system, lunette or military type towing ring with safety
chains, single point lifting bar, license plate bracket, sand shoe type support stands front and
rear, torque spring axles to meet load of trailer, the trailer must have a VIN and a certificate of
origin
• Startup And Commissionsing: Vendor must coordinate all startup and testing activities with
the engineer/owner, after field delivery of the pump and trailer, an authorized factory
representative shall perform the initial startup and field testing of the pump and trailer, if
conditions permit, a site will be determined where connection will be made by the county/city
to test the pump package, if a site cannot be prepared a standard operational test will be
performed, at the same time the startup test is performed, the factory representative will
provide all necessary operation, field maintenance and minor repair training as necessary, this
will also include safety procedures and hazard assessment
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
58
Roadway Advisory Board: Mobile Message Board
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Display Panel: Minimum panel size 72”x48”
• Expected Power: Solar and battery with battery charger, meets manufacturer requirements
• Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
59
Roadway Advisory Board: Mobile Speed Board
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Display Panel: Amber or red LED, 12” minimum speed limit sign
• Radar Speed Unit: Miles per hour, directional radar
• Data Collection: Data and analysis software included
• Expected Power: Solar and battery with battery charger, meets manufacturer requirements
• Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
60
Roadway Advisory Board: Mobile Speed Board/Automatic Licence Plate Reader
Note: Due to the complexity of this type of equipment, purchaser should research and verify the
unit bid will meet their desired performance expectations and is compatible with their
hardware/software requirements. It is recommended the vendor be contacted to assist with
determining these factors prior to purchase.
Unit bid will be ready to work with batteries, carrying cases, technical manuals, etc.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Power System: 3 AGM type batteries, integral 120v charger, 5 to 7 day runtime, solar panel
• License Plate Reader: 2 cameras, tablet processer, software, automated hotlist alerting, plate
search and vehicle filtering
• Digital Speed Display: 12” digital display, configurable, flashing excessive speed message
capability
• Radar: Radar included
• Posted Speed Limit Sign: Metal sign included
• Connectivity: Cellular connectivity
• Trailer: DOT approved trailer, all weather protection, maximum vandal protection
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
61
Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Display: 15 lamps minimum, 48”x96” panel size
• Expected Power: Solar and battery with battery charger, meets manufacturer requirements
• Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
62
Roller: Compaction Roller 30,000 lbs. - Single Drum
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight with open rops 15,200 lbs.
• Drum/Vibratory System: Maximum compaction shall not be less than 30,000 lbs., drum shall
have a compaction width of not less than 66”, drum shall be smooth and not be less than 48”
in diameter, vibratory system shall be hydraulically driven and have two amplitude settings,
drum shall be equipped with an adjustable cleaning device, drum and vibratory pack shall be
isolated from the machine during normal operation
• Engine/Cab: Turbocharged diesel engine, minimum 74 hp operator station shall be mounted
to the frame with rubber mounts to further isolate the operation and controls from machine
vibration during operation, gauges or warning indicators for fuel level, engine oil, hydraulic oil
and coolant temperature with an alert sounding device activated whenever a warning
indicator is illuminated, a backup alarm shall emit an audible alarm whenever the propel lever
is moved into reverse
• Travel System: A machine must be hydrostatic driven for the rear axle and the drum drive
motor
• Electrical System: 12 or 24 volt electric system, maintenance free battery suppling 750 cold
cranking amps, wiring harness protected with nylon-braided wrap
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
63
Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight 22,000 lbs.
• Drum/Vibratory System: Drum compaction width on both drums no less than 70”, drum shall
be smooth and not less than 48” in diameter, vibratory system shall be hydraulically driven,
drum shall be equipped with scrapers both front and rear of both drums, drum shall be
hydraulically driven and have two (2) amplitude settings
• Engine: Diesel engine of not less than 100 hp, reverse alarm for reverse operations
• Travel System: The machine shall be hydrostatically driven, steering shall be center articulated
and oscillated
• Miscellaneous: Unit shall be equipped with pressurized water for both drums, electrical
system shall be 12 or 24 volt
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
64
Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight 5,423 lbs.
• Drum/Vibratory System: Drum compactor width on both drums no less than 47”, drum shall
be smooth and not less than 27.5” in diameter, vibratory system shall be hydraulically driven,
drum shall be equipped with scrapers both front and rear of both drums, drum shall be
hydraulically driven and have two amplitude settings
• Engine: Diesel engine of not less than 25 hp, reverse alarm for reverse operations
• Travel System: The machine shall be hydrostatically driven, steering shall be centered
articulated and oscillated
• Miscellaneous: Unit shall be equipped with a pressurized water system for both drums,
electrical system shall be 12 or 24 Volt
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
65
Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.
Note: Incomplete unit. This is a bid award on a combination sewer cleaning/vacuum unit to be
mounted on an appropriately sized cab & chassis truck. Agencies purchasing this unit will need to
provide a cab & chassis truck of appropriate size, GVW, and options necessary to have the
selected combination sewer cleaner/vacuuming unit mounted on or have the truck provider assist
in ordering the correctly outfitted truck. All items factory installed unless otherwise noted.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Air/Vacuum System: Positive displacement vacuum pump or centrifugal compressor, 3,500
CFM @ 14.5” of mercury minimum, muffler, vacuum relief valves, centrifugal separator with
clean out, PTO or hydrostatic drive
• Debris Tank: 10 cubic yd. capacity, 45 degree hydraulic dump, top hinged, hydraulic door
locks, sight glass or indicator, drain valve with hose, check ball system or vacuum breaker
• Boom Assembly: 270 degree boom working area, hydraulic up/down, clean out port, transport
cradle, 8” boom hose, pendant control
• Water Pump: 2,500 psi, 80 gpm, pressure relief valve, wash down gun with relief valve
• Water Tank: 1,000 gal capacity, curb side fill, level indicators
• Hose Reel: 800’ of 1” hose capacity, 400’ of 1”, 2,500 psi hose supplied, power in/out, reel
speed control system, position lock system, engine and hose reel controls, level wind
• Drive System: Hydrostatic transfer case, split PTO, or auxiliary engine or transfer case
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
66
Sewer Cleaner: Trailer Mounted Sewer Cleaner
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 60 hp diesel engine, water cooled, engine enclosure, 15 gal fuel tank
• High Pressure Water Pump: 4,000 psi at 18 gpm, pressure relief valve, triplex type pump, low
water shutdown, multi-flow type system (pressure change without changes to engine rpm)
• Controls: Located next to hose reel, ignition, throttle, gauge package (tachometer, hour
meter, oil pressure, volts, and low oil/high temp shutdown), water control valve
• Water Tank: 700 gal capacity, high density polyethylene with baffles, sight gauge 2 ½”
overhead tank fill, anti siphon, air gap type, strainer, tank drain
• Hose Reel: 800’ capacity of ½” high pressure sewer hose, hydraulic power in and out
• Hose Reel Drive Hydraulic System: Hydraulic pump 8 gpm, 15 gal hydraulic reservoir, spin on
type hydraulic filter
• Trailer: 12,000 lbs. GVW, 6”x3/16” frame, tandem axle 2 5/16” hitch, tongue jack, 235/80 r
16” tires, fenders, breakaway switch, lighting as required by Federal and State laws, reflective
striping, toolbox with locking system, LED directional arrowstick, warning beacon (tank
mounted)
• Equipment Furnished: 500’ of ½” high pressure sewer hose, 100’ of ¼” hose and nozzle for
small pipe, washdown gun and 25’ of hose with quick disconnects, tiger tail hose protector,
nozzles to be furnished, 15 degree, 35 degree, chisel point, grenade flushing type, skid
assembly, and rotator nozzle
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
67
Shop Tools & Equipment
Due to the complexity of this type of equipment, there are no base unit specifications. Purchaser
should research and verify the model offered will meet their desired performance expectations. It
is recommended the vendor be contacted to assist with determining needs, prior to purchase.
Units bid must be ready to work, with all necessary components and user manuals.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
68
Shredder: Mobile Shredder
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Approximate Dimensions: Weight- 27,000 kg, length-15 740mm, width- 2 520mm, material
feeding height- 3 395mm, belt discharge height- 4 030mm
• Engine: Diesel, 540 hp @ 2100 rpm, Turbocharged w/ intercooler, 750 li fuel tank
• Powertrain: Hydro-static drive w/ auto speed control, variable displacement drive motors,
axial piston pumps, variable displacement
• Rotor: Rotor diameter 920mm, rotor 30 max rpm, rotor shredding length 3,000 mm, rotor
knives 33, reversible type, counter knives 23, adjustable rotor screen
• Controls: Gauge package, w/ engine protection shutdown, shredder control unit to protect
from overloading, overheating and damage of the powertrain
• Conveyor: Hydraulic driven conveyor, raised and lowered by hydraulics
• Trailer: Trailer to be constructed and sized for the installed unit, and will meet all local, state,
and federal laws for use on highway, hydraulic support legs
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
69
Solid Waste Material Handler: Wheeled Type
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Tier IV final diesel engine, 132 hp, spin on filters, two stage air cleaner
• Weight: Minimum operating weight 48,000 lbs.
• Travel System: 2 speeds- 0-3.0 mph/0-12.0 mph
• Hydraulic System: Main hydraulic system flow 80 gpm
• Undercarriage: Two axles with all wheel drive, 8- 10:00x20 solid tires
• Operating Station: Cab to be climate controlled with pressurized filtration, hydraulic elevating
cab, sliding door window and tilt out front window, tinted windows with safety glass,
adjustable suspension seat with safety belt and seat heater, catwalk with handrail, fire
extinguisher, rear view and right view camera system, halogen work lights on roof cap
• Working Equipment: Purpose built material handling boom and stick, safety check valves on
boom and stick cylinders
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
70
Stump Cutter
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 35 hp gasoline engine, 6 gal fuel tank, positive feed oil system with spin on filter,
heavy duty air filter, 12 volt starting/charging system
• Ground Drive: Hydraulic ground drive, 2-speed travel, hydraulic brake system, hydraulic
steering system, hydraulic system spin on filter, 4 gal hydraulic reservoir
• Cutter Drive: Electric drive clutch, adjustable V belt drive
• Cutter Wheel: 17” diameter, 16 dual cutting edge teeth, teeth pocket mounted, cutter wheel
guard
• Controls: Hour meter, low-oil shutdown, boom swing left and right, boom up and down, travel
forward and reverse, steering, operator presence shutdown
• Approximate Dimensions: Weight- 1,320 lbs., length- 110”, width- 49”, height- 53”
• Cutting Dimensions: Above ground- 24”, below ground- 15”
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
71
Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 4-cylinder diesel engine, 74 hp minimum, 120 amp alternator, fuel water separator, 30
gal fuel tank capacity
• Transmission: Hydrostatic drive type, 35 gal reservoir, capable of 20 mph minimum
• Cab: Sealed type cab with filtered intake, tilt and telescoping steering column, tinted glass,
sound suppressed, intermittent windshield wipers with washer, full gauge and warning lights
for engine monitoring, climate controlled cab, heater, defroster and air conditioned, if cab is
not center mounted, it must have dual controls for operating on either right or left hand side
• Frame: 116” wheelbase, rail type channel frame
• Safety Items: Dual west coast mirrors with spot mirrors, headlights, turn, brake and hazard
lights, worklights for gutter brooms, cab mounted warning strobe light with protective cage,
backup alarm, rearview backup camera
• Brakes/Steering: Hydraulic power assisted service bakes, parking brake, turning radius 15’
maximum
• Debris Hopper: 3.5 yd. capacity minimum, 9’ 6” minimum dump height
• Conveyor: Rubber belt type with flights, hydraulic drive
• Main Broom: 32” diameter minimum, 56” width tube type, hydraulic drive
• Gutter Brooms: Right & left side brooms to have adjustable down pressure located in cab, 36”
diameter minimum, segmented type broom, hydraulic drive
• Water Spray System: 220 gal water tank, run dry type water pump, 15’ hydrant fill hose, water
spray jets adjacent to all brooms, water filter
• Pick Up Head: The following requirements are for the regenerative air system type sweeper,
all other requirements are the same for either machine, 72” outside dimension, 12” pressure
hose, 12” suction hose, spring type suspension
• Blower: The following requirements are for the regenerative air system type sweeper, all
other requirements are the same for either machine, direct hydraulic drive, cast aluminum
with abrasion resistant coating, blower housing rubber lined
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
72
Sweeper: Cabover Mechanical Broom Street Sweeper
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Cab Chassis: Engine- 6-cylinder diesel, 200 hp minimum, transmission- automatic transmission
to meet the correct engine size and GVW of vehicle, hydrostatic drive is acceptable, engine
equipment- alternator- 12V/130 amp, fuel water separator, 50 gal fuel tank, cab- dual
operating position type cab to include- steering, controls, etc. for sweeping from either side,
rubber floor mats, air ride seating, pressurized cab with heat and air conditioning,
instrumentation for truck- oil pressure, water temperatures, voltmeter gauges,
instrumentation for sweeper-tachometer, hour meter, oil pressure, coolant temperature
gauges, frame- rail type 80,000 psi, size- 10.9”x 3.5” x .34”, frame overhang, wheelbase 130”
minimum, front steel bumper, safety- Dual West Coast bright finish heated mirrors with LH &
RH remote, intermittent windshield wipers, daytime running lights, backup alarm, auto
shutdown, axles- front axle- 11,900 lbs. GVW, rear axle- 21,000 lbs. GVW, single speed rear
axle, 22.5 x 8.25 steel wheels- disc type, 11R x 22.5 14-ply radial tires, brakes- antilock brakes,
front air brakes- 15 x 4 drum, rear air brakes 16.5 x 7 drum, automatic slack adjusters- front
and rear, air dryer- frame mounted
• Mounted Sweeper Body (Standard Equipment): Engine- 4 cylinder diesel, 47 hp, governed at
2,800 rpm, spin-on oil filter, alternator- 12V/60 amp, side brooms- right & left side gutter
brooms (tilt control in cab), hydraulically raised & lowered , 42” diameter- segment type
adjustable down pressure (Manual)- optional down pressure pump, main broom: length- 58”
minimum, diameter- 35” minimum, hydraulic motor- direct or chain drive and reversible, full
floating trailing arms w/shocks, lift control inside cab, sweeper body- overall height- 10’ with
strobe, lift capacity- 11,000 lbs. minimum, 4.5 cubic yd. hopper, dump height- 10’ minimum.
lift design- hydraulic 2-stage scissors, hopper inspection door, work lights- 1 on each gutter
broom and one in rear, hydraulic system- hydraulic pump capacity minimum- 24 gpm @ 2,600
rpm, pump- dual tandem gear, reservoir - 21 gal, spin-on 10 micron hydraulic pump, externally
mounted reservoir level indicator, water spray system- water tank construction- polyethylene
and removable, water tank capacity- 280 gal minimum, fill hose 2 ½” x 16’ with NST coupler,
diaphragm pump type with run dry capability, pump capacity- 3.0 gpm minimum, minimum of
9 spray nozzles- 2 min per gutter broom, 3 min for main broom, water filter- 80 micron mesh
cleanable, conveyor/elevator system- minimum of 9 flights- replaceable, belt material- rubber
reinforced fabric, belt speed- variable with auxiliary engine rpm, drive- reversible with direct
drive, elevator jam warning light & buzzer in cab, conveyer flush- built in
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
73
Sweeper: Compact Air Sweeper - 2.3 cubic yd.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Operating Weight: 8,800 lbs. GVWR, empty weight- 5,900 lbs.
• Engine/Transmission: 78 hp, hydrostatic drive
• Brakes/Tires: Drum type brakes (power assist), front tire size 6.50 R10, Radial, rear tire size
225/75 R10 Radial
• Sweeper Dimensions: Height- 72”, width- 52”, length- 162”
• Hopper: 2.3 cubic yd. capacity
• Gutter Brooms: Equipped with left and right side gutter brooms, front mounted 33.5”
diameter, overall sweeping width 122”
• Water System: 66 gal recirculation water system capacity, 40 gal clean water system capacity
• Lighting/Safety: Lighting package to enable vehicle to operate on the road, work lights for
operation of vehicle at night, amber warning beacon, intermittent wipers
• Comfort Items: Cab to be air conditioned and heated, suspension type operator seat
• Instrumentation: Full instrumentation to monitor operation of vehicle
• Fan Unit: Centrifugal type fan, wear resistant blades
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
74
Sweeper: Regenerative Air Street Sweeper
In addition to the manufacturer base specification for the item or model number indicated,
items in this group must meet the following FSA base specification:
FSA Base Specification
• Cab & Chassis: Engine- 6-cylinder diesel, 200 hp minimum, transmission- Allison 2000 series, 5-
speed automatic, engine equipment- alternator: 12 volt 100 amp, fuel water separator, cab-
cab over, with rust preventative coating, dual operating position type cab to include- steering,
controls, etc., for sweeping from either side, rubber floor mats, air ride suspension seats, both
sides, pressurized cab with heat and air conditioning, instrumentation for truck- oil pressure,
water temperature, voltmeter gauges, instrumentation for sweeper- tachometer, hour meter,
oil pressure, coolant temperature gauges, frame- wheelbase- 152” minimum, front steel
bumper, fuel tank- 50 gal, safety- west coast mirrors with lower mounted convex mirrors,
intermittent windshield wipers, daytime running lights, backup alarm, auto shutdown system
for sweeper power plant, axles- front axle- 11,900 lbs. GVW, rear axle- 21,000 lbs. GVW,
single- speed rear axle, 22.5 x 8.25 steel wheels- disc type, brakes- air dryer
• Mounted Sweeper Body: Engine- 4-cylinder turbocharged diesel, 99 hp minimum, blower-
direct belt drive, blower rating- 20,000 cfm, blower housing, pickup head- 90” OD, hose size-
14” pressure, 12” suction, hydraulically raised and lowered, side brooms- right and left side
gutter brooms, hydraulically raised and lowered, 42” diameter- segment type, adjustable
downward pressure, sweeper body- 7 yd. volume metric capacity, 50 degree dump angle or
raker bar, centrifugal dust separator, hopper dump door to hydraulically open/close, lock and
unlock, hopper screen- hinged, quick release, hydraulic system- direct drive hydraulic pump,
water spray dust control system- water tank construction- polyethylene, 220 gal capacity, fill
hose- 16’ long, diaphragm pump type with run dry capability, pump capacity- 5 gpm pump
pressure- 25 psi, 7 spray nozzles, 4” pickup head, 1” suction tube- 2 on each side of broom,
filter- 80 mesh cleanable
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
75
Sweeper: Self-Propelled Hydrostatic Broom
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Weight: Minimum operating weight 5,500 lbs.
• Engine: Diesel engine 74 hp at 2,200 rpm, pre-cleaner 54 clone or equivalent, 27 gal fuel tank
• Travel System: 2-speed hydrostatic drive, high speed travel, 20 mph, 225/75R15 tire size,
joystick direction controls, or foot pedal, front or rear wheel steering
• Cab: Roll over and falling object protective structures, enclosed cab with air conditioner,
heater and defroster fan, front windshield wiper, gauges or warning indicators for fuel level,
engine oil, hydraulic oil and coolant, right and left side doors, right and left side mirrors, shall
have safety lighting package and night operating lighting package
• Broom: Minimum 7’ 6” poly or poly-steel brush, brush shall have quick charge core system,
minimum 150 gal brush watering attachment, shall have variable brush down-pressure
control, brush shall be hydraulically driven
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
76
Tactical Vehicle: Skid Steer Mounted (The Rook)
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Vehicle Platform: CAT multi-terrain loader, 84 hp diesel engine, 2-speed powertrain, operating
weight 13,000 lbs., fuel tank 26 gal, hydraulic quick coupler, enclosed ROPS cab with air
conditioner and heater, dual level suspension undercarriage with self level, advanced machine
information and control system
• Cab Armored Protection: Bullet proof glass, NIJ Level IV armor cab reinforcement fabrication
• Armored Deployment Platform: integrated video system, breaching ram, vehicle extraction
tool, grapple claw
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
77
Tool Carrier: Hydrostatic Drive
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 90 hp turbo diesel, heavy duty radiator with high flow fan with reversing, clean out
valve, canister style air cleaner with pre-cleaner, electric start with engine pre-heat, full engine
gauge package, 30 gal fuel tank
• Power Train: Hydrostatic, variable displacement piston transmission pump, two, heavy-duty, 4
wheel drive, steerable axles with parking and service brake, 3 steering modes- 4-wheel round,
front wheel and 4-wheel crab, approximately 9,000 lbs. GVW (without attachments)
• Travel Speed: Work mode- variable 0-5 mph, travel mode- variable 0-20 mph
• Comfort, Convenience & Safety: Full air ride, suspension seat, certified ROPS canopy with AC,
heat, am/fm radio with Bluetooth, tilt steering column with horn, seat belt with safety switch,
turn signals and brake lights, flashing safety lights as well as dot reflector tape
• Attachment Options: Front lift arms with universal skid steer mounting plate for 10 skid steer
attachments- broom/sweeper, 90” rotary mower, 88” flail mower, dozier blade, stump
grinder, pallet forks, cold planer, big roll sod installer, landscape rake, rotary tiller, right side
rotary mower, right side flail mower, right side boom/reach mower, 15’ belly mower
• Conditions: In addition to equipment specified, mower will be equipped with all standard
equipment as specified by the manufacturer for this model and shall comply with all EPA
emission standards and all motor vehicle standards as established by the US DOT regarding
the manufacturer of motor vehicles
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
78
Tractor: Agriculture Tractor - 4x2
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Liquid cooled diesel with minimum of 75 PTO hp @ 2,200 rpm
• Transmission: Synchroshuttle type with a minimum of 8 forward and 3 reverse speeds
• Fuel Tank: Minimum 23 gal capacity
• Brakes: Oil cooled hydraulic
• Power Take Off: Speeds rpm- 540/1,000
• Hydraulic System: Open center system with standard remotes, standard output @ remote
gpm- 10, main pump flow 17 gpm
• 3-Point Hitch: Electronic or mechanical 3-point hitch control, Category II, telescopic stabilizers,
SAE lift capacity @ 24” standard lbs.- 3,600, lower draft arm link ends- extendable
• Tires: Not less than 18.4R-28 R1 radials, not less than 7.5L-15, 6-Ply F2
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
79
Tractor: Compact Articulating Tractor - AWD
Note: Incomplete equipment. Unit bid is for the prime mover only, without attachments. Buyer
should select attachments needed from the option list to complete the machin. Examples of
attachments available are: bucket, grapple and/or forks. This will affect the final price.
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 4,500K- Briggs & Stratton 31 hp Vanguard M54
• Transmission: Manufacturer’s standard hydrostatic
• Performance Items: SDLA controls for complete one-handed control of speed, direction, lift &
auxiliary functions, weight transfer- transfers weight to front axle for added stability (optional
4,500K)
• Safety Items: Automatic PTO shut-off when weight is removed from seat, standard seatbelt,
standard ROPS system, neutral assist
• Tires and Wheels: Manufacturer’s standard tires and wheels (optional turf or bar tires)
• Attachment and Accessories: 30 commercial grade attachments for a variety of applications
(sold individually, not factory installed), uses Ventrac quick hitch system for quick transition
between applications
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
80
Tractor: Small Agriculture Tractor - 4x4
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Liquid cooled diesel with minimum of 29 PTO hp @ 2,200 rpm
• Transmission: Hydrostatic drive or mechanical type transmission, 4WD front axle
• Fuel Tank: Minimum 7 gal capacity
• Brakes: Oil cooled hydraulic wet disc
• Power Take Off: Speeds rpm- 540
• Hydraulic System: Open center system with standard remotes, maximum main pump flow-6.3
gpm
• 3-Point Hitch: Category I, SAE lift capacity @ 24” standard lbs.- 1,435
• Tires: Not less than 11.2 x 24 rear, not less than 5-15 6-ply front
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
81
Tractor: Tractor with Boom Mower - 4x4
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: Liquid cooled diesel with minimum of 95 PTO hp @ 2,200 rpm
• Transmission: Synchroshuttle type with a minimum of 16 forward and 16 reverse speeds, 4WD
front axle
• Fuel Tank: Minimum 38 gal capacity
• Brakes: Oil cooled hydraulic
• Power Take Off: Speeds rpm- 540/1000
• Hydraulic System: Closed center system with standard remotes, maximum pressure psi- 2,900,
standard output @ remote 17 gpm, total of 29 gpm combined flow
• Point Hitch: Category II, telescopic stabilizers, SAE lift capacity @ 24” standard lbs.- 5,000,
lower draft arm link ends- extendable
• Tires: Not less than 13.6R24 R1 rear radials, not less than 18.4R30 6-Ply F2
• Mounted Boom Mower: Minimum 23’ boom reach, forward and reverse swing break away,
integral frame, separate hydraulic circuit for mower head, 5’ rotary cutter head, disc or bar
type blade holder
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
82
Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR
All trailers must In addition to the manufacturer base specification for the item or model number
indicated, items in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions: Deck width- 8’ 6”, overall deck length- 25’, dovetail length- 5’, GVWR- 16,000 lbs.
• Frame: 5” channel side rails, 3” channel cross members on 16” centers, 4” channel
undercarriage, 2” x 3/8” rub rail with stake pockets, pintle hitch
• Deck: 2 x 8 pressure treated deck, Galvanized deck screws, 5’ dovetail, spring assist stand up
ramps
• Axles: Tandem 8,000 lbs. Dexter oil bath axles (2), electric brakes, breakaway brake system
with well cell battery
• Lighting System: Protected turn/stop/tail lights, wiring run in conduit, heavy duty trailer plug
• Miscellaneous: Spare tire and rack, lockable tool box, primed and painted- choice of color,
tongue jack rated for GVWR of trailer
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
83
Trailer: Deck Over Equipment - 40,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Deck: 24’ overall, 19’ w/ 60” dovetail, 96” width
• Decking: 2” hardwood
• Ramps: 60” fold up ramps, 22” width
• Tiedowns: Heavy duty tiedowns
• Axles: (2) 22,500 lbs. axles, oil lubricated
• Brakes: Air brakes, w/ ABS
• Suspension: Multi-leaf, sized for GVWR of unit
• Tires: (8) 215/75R x 17.5 16 ply Radial
• Lighting: LED, DOT compliant stop, tail, turn and clearance
• Coupler: Adjustable pintle eye
• Jack: 2-speed jack, sized for trailer
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
84
Trailer: Detachable Neck Lowboy Trailer 100,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Deck: 50’ overall, 24’ clear deck length, 14’ rear over axles, 8’6” deck width, swing out
outriggers
• Decking: 1 ½” hardwood decking
• Ramps: Front folding ramps
• Tiedowns: 5 pair heavy duty tiedowns
• Flagholders: 2 pair
• Axles: 3, sized to meet GVWR of unit, oil lubricated
• Brakes: Air brakes, w/ ABS, automatic slack adjusters
• Suspension: Air ride type, sized for GVWR of unit
• Tires: 235/70R 22.5 Radial tires
• Lighting: LED DOT compliant stop/tail/turn, clearance, and mid turn
• Detachable Gooseneck: 48” kingpin height, fixed neck, 96” swing radius, hydraulic lift,
hydraulic support, toolbox on neck
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
85
Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions: Width- 7’, length- 16’, 7,000 lbs. GVWR
• Frame: Formed angle top and bottom sills, all exposed steel primed and painted, positive lock
ball coupler, tongue jack, safety chains- DOT rated
• Floor/Walls/Roof: ¾”exterior grade plywood floor, ¼” plywood interior liner, .030” prefinished
aluminum exterior, state colors, smooth galvanized steel or one-piece aluminum roof,
fiberglass front cap, extruded aluminum bottom trim, extruded aluminum roof cove with drip
rail, double locking door on rear
• Axles: Tandem 3,500 lbs. torflex axles, 15” wheels, 205 x 15 trailer rated tires, electric brakes
with breakaway switch
• Lighting System: Protected turn/stop/tail lights, clearance lights, wiring run in conduit, heavy
duty trailer plug
• Miscellaneous: Spare wheel and tire
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
86
Trailer: Enclosed Utility Body/Trailer Mounted - 9,900 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Length: 205”
• Width: 89”
• Weight: 4,600 lbs.
• GVWR: 9,900 lbs.
• Frame Construction: I beam type frame, specifically engineered to mount Knapheide KUVCC
Body on
• Front Jack: Manual
• Rear Leg Stabilizers: 2 rear leg stabilizers
• Axle: 10,000 lbs. Torflex axle, oil hubs
• Brakes: Electric brakes
• Wheels and Tires: Dual rear wheels, tires sized for GVWR of unit
• Lighting: LED type, stop/turn/tail, backup
• Utility Body: Knaphiede KUVCC body
• Doors: Continuous hinges, rotary latches, adjustable strikers, double panel, duel seals, master
lock, hold open springs
• Roof: Cross braced, rotary latches, adjustable strikers
• Rear Cargo Doors: Double panel, hold open shocks, door seals, rotary latches, adjustable
strikers
• Interior Lights: LED lighting
• Shelving: 250 lbs. rating, hemmed dividers
• Floor: 1/8” treadplate w/cross sills
• Undercoating: Entire unit to be undercoated
•
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
87
Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Deck: 43’ overall, 27’ clear deck length, 4’ dovetail
• Decking: 1 ½” hardwood decking
• Ramps: 8’ x 3’, fold up ramps, hydraulically raised
• Tiedowns: 8 pair heavy duty tiedowns
• Flagholders: 2 pair
• Axles: 2 sized to meet GVWR of unit, oil lubricated
• Brakes: Air brakes, w/ ABS, automatic slack adjusters
• Suspension: Spring type, sized for GVWR of unit
• Tires: 235/75R 17.5 Radial tires
• Lighting: LED DOT compliant stop/tail/turn, clearance, and mid turn
• Gooseneck: 48” kingpin height, fixed neck, 84” swing radius, toolbox on neck
• Landing Gear: 2 speed, 50,000 lbs. capacity
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
88
Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• GVWR: 13,500 lbs.
• Deck: 75” x 14’, ground flat loading
• Lift Mechanism: Hydraulic
• Suspension: Rubber or air
• Deck: Steel treadplate
• Brakes: Electric on all axles
• Tires: 235/80R16 LRE Radial
• Lighting: All LED DOT compliant, stop/tail/turn, clearance
• Coupler: A-frame adjustable
• Tie Downs: Heavy duty D-Ring
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
89
Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions: Deck width- 8’ 6”, overall length- 48’, deck length- 25’, hydraulic tail- 12’ (8’ with
4’ fold under)
• GVWR: 70,000 lbs.
• Frame: Cambered “I” beam main frame, 49” kingpin height, 16” kingpin setting, 82” swing
clearance, 8’ upper deck length
• Deck: 1 ½” apitone or oak decking, 1 ½”, floor plate over wheels, traction plate on hydraulic
tail
• Hydraulic Tail: 8’ main tail, 4’ fold under tail, hydraulic actuated with tail lock, 14 degree load
angle
• Landing Gear: Pin drop type or 2 speed type
• Axles/Suspension/Tires: 2- 22,500 lbs. axles, oil seal hubs, 6.5 x 17.5 steel wheels, 235/75R x
17.5 radial tires, air brakes with automatic slack adjustors, ABS brake system, air ride
suspension with auto and manual controls
• Lighting: LED lighting, wiring in conduit, mid turn signals, lighting as per DOT regulations
• Miscellaneous Equipment: 12,000 lbs. hydraulic winch mounted on upper deck over kingpin,
wireless control, toolbox on upper deck, hydraulic tail controls both sides, air ride controls
with dump valve
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
90
Trailer: Leachate Tanker - 6,500 gallons
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Approximate Dimensions: Length: 42’, fifth wheel height- 49”, capacity- 6,500 gal, operating
pressure- 15 psi w/ vacuum relief
• Tank Construction: Stainless steel, external ring, one compartment, 6,500 gal, straight round
w/ slope to rear, two baffles , three manways (lug) one located center and one in each baffled
section, two manway cleanouts (4 lug) located in front head and rear head at bottom
• Top Walkway: Gripstrut 12” width, extending from rear to front manway, with handrail, and
ladder to access walkway
• Discharges, Valves, and Plumbing: Pressure/vacuum relief valve 15 psi in manhole cover,
6”discharge w/ sliding gate valve at rear of tank drain pump, 4” discharge to pump w/ valve,
manufacturer’s plumbing to allow gravity discharge or pump discharge or filling, gravity
discharge at rear of tank to utilize cam lock fittings and caps
• Pump: Hydraulically driven, bi-directional pump, controls at rear, stainless piping for pump
hydraulics from pump to front curbside for truck attachment
• Hose Carriers: Located on fenders
• Cabinets: Two cabinets mounted curbside and roadside ahead of suspension
• Trailer Constuction: Stainless steel frame
• Axles: Two axles sized for GVWR of unit, oil lubricated hubs
• Brakes: Air brakes w/ ABS and rollover protection, aluminum air tanks, automatic slack
adjusters
• Tires: Radial tires sized for GVWR of unit, aluminum wheels w/ mudflaps
• Landing Gear: Sized for GVWR of unit
• Lights: LED clearance, stop/turn/tail, all wiring run in protective conduit, worklight, w/ switch
at rear, all wiring run to junction box at front of trailer
• Color: Stainless Steel
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
91
Trailer: Livestock Trailer - 7,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• GVWR: 7,000 lbs.
• Stall Size: 76” x 16’
• Interior Height: 6’ 6”
• Doors: Side escape door and full swing rear, center cut gate
• Deck: Treated pine
• Axles: (2) 3,500 lbs., quick lubricating
• Brakes: Electric on all axles
• Suspension: Multi-leaf
• Tires: 205/75R15 Radial
• Lighting: All LED DOT compliant, stop/tail/turn, clearance
• Coupler: A-frame ball style
• Jack: 2,000 lbs. heavy duty
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
92
Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• GVWR: 14,000 lbs.
• Bed: Grease fittings on all hinges, D-ring tie downs
• Bed Size & Frame: Width- 6’ 8”, length- 14’, deck height- 24”, tube steel box, 10GA bed floor,
rear stabilizers, 12,000 lbs. tongue jack, 20” high sides and tailgate minimum
• Bed Lift: Scissor type hydraulic lift, 12 volt power unit with battery, 15’ pendant control
• Axles: Dexter easy lube or equivalent, sized for GVWR of trailer, 4-wheel electric brakes with
breakaway
• Miscellaneous: Conspicuity type on sides, tail/stop/turn lights, 7-way trailer plug, tarp system,
spare tire, pintle type hitch or ball (customer selected)
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
93
Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• GVWR: 7,000 lbs.
• Cooler Box Size: 72” x 12’
• Interior Height: 6’ 5”
• Temperature Range: 0 to 50 degrees F
• Input Voltage: 120V 15A
• Insulation: R-25
• Food Safety: Anti-microbial gel or stainless interior coating
• Doors: 48” rear door with freezer strips
• Floor: ¾” keg duty floor
• Axles: (2) 3,500 lbs., quick lubricating
• Brakes: electric on all axles
• Tires: 205/75R15 Radial tires
• Lighting: All LED DOT compliant, stop/tail/turn, clearance
• Jack: 2,000 lbs. heavy duty
• Coupler: A frame ball type
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
94
Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Deck Size: 77” x 16’
• Sidewall Frame Height: 15” minimum
• Ramps: 48” rear folding tailgate
• Tie Downs: Heavy duty tie rings
• Deck: Treated pine
• Axles: (2) 3,500 lbs., quick lubricating
• Brakes: Electric on all axles
• Suspension: Multi-leaf
• Tires: 205/75R15 Radial tires
• Lighting: All LED DOT compliant, stop/tail/turn, clearance
• Coupler: A-frame 2 5/16” ball adjustable 4 hole
• Jack: 2,000 lbs. heavy duty
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
95
Trailer: Waste Trailer with Walking Floor
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Dimensions: Length- 48’, aluminum width- 102", side height- 100"
• Floor: Keith or Hallco running floor, extreme duty slats with center rib
• Crossmembers: 14" spacing
• Crosstubes: Center and rear crosstubes, bolt in style
• Lights: LED lights, mid turn lights.
• Tarp: Manual roll type- side to side, mesh type tarp
• Tailgate: Side swing- left or right, CAM locking system with safety chain, extreme duty hinges
• Landing Gear: Holland Mark V
• Axles: TP axles or equivalent, same inner and outer bearings, outboard mount hubs
• Suspension: Cast hangers, leaf springs
• Tires and Wheels: Steel disc 22.5 x 8.25, 11R22.5 Radial tires
• Miscellaneous: Tow hooks on rear, air deflector in front
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
96
Transfer Switch: 600 Amp Automatic Transfer Switch
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Automatic Transfer Switch: Maximum voltage rating of 600 VAC, 60 Hz, 1Ph or 3Ph, open
transition (break-before-make) transfer logic, transfer switch must meet the related industry
standards: UL 1008- automatic transfer switches for use in emergency systems, CSA-
automatic transfer switches, NEMA- industrial control and systems AC transfer switch
equipment, IEC- automatic transfer switching equipment
• Rating: 600 amp, 3 pole, 277/480 VAC, 60Hz, enclosure type- NEMA 3r
• Functional: The automatic transfer switch shall automatically transfer the load to the
generator supply in the event of a utility supply failure and return the load to the utility supply
upon restoration. The automatic transfer switch power switching devices shall be
mechanically and electrically interlocked to prevent the utility and generator supplies from
being interconnected. All timers should be field adjustable to ensure proper field site
compatibility.
• Automatic Sequence Of Operation: When the voltage on any phase of the utility supply is
below present levels of rated voltage for a preset time delay, a contact shall close to initiate
start of the standby generator. The load shall transfer to the generator supply when the
generator voltage and frequency have reached acceptable present levels and the warm up
time delay has expired. When the utility supply is restored to the above present levels of rated
voltage on all phases, load transfer from generator to utility supply shall be initiated following
expiry of the utility return timer. Once the transfer mechanism operates and opens the
generator power switching device, the transfer mechanism shall stop in the neutral position
(with the both power switching devices open) for the duration of the neutral delay timer
setting to allow load voltage to decay prior to reconnecting the utility supply. The load shall be
re-connected to the utility supply once the neutral delay timer expires and the transfer
mechanism continues operation and closes the utility power switching device. The load shall
immediately re-transfer to the utility supply (if within acceptable limits) should the generator
supply fail prior to the expiry of the utility transfer delay. The generator set shall continue to
operate following a load transfer for a cool down delay period, and then a contact shall open
to stop the generator set. An “on load” test mode may be initiated which shall cause a
simulated utility failure condition and transfer the load to the generator set. The transfer
sequence shall be the same as for a utility power failure except a neutral delay sequence shall
occur when transferring from utility to a generator source. The load shall immediately
retransfer to the utility supply (if within acceptable limits) should the generator supply fail
during an “on load” test mode.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
97
• Factory Testing: A certified factory test report shall be shipped with each switch at time of
shipment. The automatic transfer switch shall be factory tested prior to delivery to the
purchaser. The following test shall be conducted by qualified factory personnel: visual
inspection, mechanical tests, electrical tests, final inspection.
• Field Testing and Commissioning: The automatic transfer switch shall be field tested once
installed at the project site to confirm proper operation of the system. Schedule and witness
testing activities shall be coordinated with the project engineer, site contractor, and owner as
required in advance of the testing date. A qualified local factory-trained field representative
shall conduct the necessary test to ensure proper operation of the switch. Visual inspection-
electrical and mechanical inspection to verify the installation is correct as recommended by
the transfer switch manufacturer and as per National Electric Code (NEC) requirements.
Mechanical tests- as a minimum, the following mechanical tests shall be performed on the
transfer switch: power conductor torque verification, verification of mechanical interlock,
manual ATS mechanism operation, all mechanical fasteners/wire connections tight,
confirmations of correct transfer switch voltage, current and withstand ratings as is required
for the application, Meggar testing the power cabling to the transfer switch, verification of
correct power cabling phasing and phase rotation prior to energization, confirmation of
settings for all timers & voltages sensors, full function test-normal operation- 3 complete
cycles of failing the utility supply and transfer load to/from the generator set, verification of all
test modes operates correctly.
• Conditions: In addition to equipment specified, each automatic transfer switch shall be
equipped with all necessary equipment as specified by the manufacturer for this model and
shall include but not be limited to the following necessary items: shrink wrap applied to the
product to ensure a clean finish, one complete set of operation and maintenance manuals, a
two (2) year or 1,500 hour from date of standard standby warranty will apply from date of
successful startup, labor, materials, and travel for the warranty period repair will be paid by
manufacturer during normal business hours.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
98
Trencher: Walk Behind Trencher
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Engine: 25 hp gasoline engine, 7 gal fuel tank, positive feed oil system with spin on filter, 12
volt starting/charging system
• Ground Drive: Hydrostatic, rubber ground tracks, 7" track width, 31" track length on ground
• Trencher Drive: Hydraulic drive, 8 gal hydraulic reservoir, hydraulic system spin on filter
• Trencher Boom: Digging depth- 48", Auger diameter- 18", cutting width minimum- 4"
• Controls: Operator presence safety system, low-oil shutdown system, steering control,
trencher controls, travel control, boom controls
• Approximate Dimensions: Weight- 1,550 lbs., length- 79", width- 34", height- 48"
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
99
Underground Locating Equipment: Ground Penetrating Radar
Due to the complexity of this type of equipment, there are no base unit specifications. Purchasers
should research and verify the unit bid will meet their desired performance expectations and is
compatible with their hardware/software, if required. It is recommended the vendor be contacted
to assist with determining performance and compatibility needs prior to purchase.
Unit bid must be ready to work with batteries, carrying cases, and technical manuals.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
100
Underground Locating Equipment: Utility Locator
Due to the complexity of this type of equipment, there are no base unit specifications. Purchasers
should research and verify the unit bid will meet their desired performance expectations and is
compatible with their hardware/software, if required. It is recommended the vendor be contacted
to assist with determining performance and compatibility needs prior to purchase.
Unit bid must be ready to work with batteries, carrying cases, and technical manuals.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
101
Vehicle Lift: Mobile - 2 Column, Cabled
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 36,000 lbs., 18,000 lbs. per column minimum
• Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds, fits tire sizes 9”-24”
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards
• Power: Cabled base, voltage 208-230 3-phase
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard.A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
102
Vehicle Lift: Mobile - 2 Column, Wireless
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 36,000 lbs., 18,000 lbs. per column minimum
• Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds, fits tire sizes 9”-24”
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards, training included with purchase
• Power: Wireless
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
103
Vehicle Lift: Mobile - 4 Column, Cabled
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 72,000 lb. ; 18,000 lb. per column minimum.
• Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds, fits tire sizes 9”-24”
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards
• Power: Cabled base
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
104
Vehicle Lift: Mobile - 4 Column, Wireless
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 72,000 lbs., 18,000 lbs. per column minimum
• Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds, fits tire sizes 9”-24”
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards, training included with purchase
• Power: Wireless
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
105
Vehicle Lift: Mobile - 6 Column, Cabled
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 108,000 lbs., 18,000 lbs. per column
minimum
• Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”-
24”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards
• Power: Cabled base
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
106
Vehicle Lift: Mobile - 6 Column, Wireless
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 108,000 lbs., 18,000 lbs. per column
minimum
• Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”-
24”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards: training included with purchase
• Power: Wireless
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
107
Vehicle Lift: Mobile - 8 Column, Cabled
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 144,000 lb. ; 18,000 lb. per column
minimum.
• Dimension: Width- 45”, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”-24”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards
• Power: Cabled base
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
108
Vehicle Lift: Mobile - 8 Column, Wireless
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: Combined lift capacity of 144,000 lbs., 18,000 lbs. per column
minimum
• Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”-
24”
• Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised
not to exceed 80 seconds
• Safety: Mechanical safety locks, override to manual operation in the event of power loss,
meets all applicable safety standards, training included with purchase
• Power: Wireless
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
109
Vehicle Lift: Stationary - 2 Post Asymmetric Stationary Vehicle Lift 10k
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: 10,000 lbs.
• Dimension: minimum width- 125”, minimum width between posts- 110”, minimum extended
cylinder height- 142.5”, minimum full rise height- 72”, minimum ceiling height required- 12’
• Operation: Speed of rise- fully lowered to fully raised in 50 seconds
• Safety: Manual or automatic lock release, meets all applicable safety standards
• Motor: 2.0 hp 208-230 V minimum
• Accessories: Power upgrades options, air/electric workstation w/ filter/lubricator/regulator,
tire tool, manager workstation w/ filter/lubricator/regulator, column height extensions, door
protection
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
110
Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: 12,000 lbs.
• Dimension: Minimum width- 139”, minimum width between posts- 114 7/8”, minimum
extended cylinder height- 160”, minimum full rise height- 72”, maximum ceiling height
required- 16’
• Operation: Speed of rise- fully lowered to fully raised in 90 seconds
• Safety: Manual or automatic lock release, meets all applicable safety standards
• Motor: 2.0 hp 208-230 V minimum
• Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator,
tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door
protection
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
111
Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: 15,000 lbs.
• Dimension: Minimum width- 125”, minimum width between posts- 120”, minimum extended
cylinder height- 160”, minimum full rise height- 72”, maximum ceiling height required- 17’
• Operation: Speed of rise- fully lowered to fully raised in 90 seconds
• Safety: Manual or automatic lock release, meets all applicable safety standards
• Motor: 2.0 hp 208-230 V minimum
• Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator,
tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door
protection.
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
112
Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Minimum Lift Capacity: 18,000 lbs.
• Dimension: Minimum width- 125”, minimum width between posts- 118”, minimum extended
cylinder height- 142.5”, minimum full rise height- 85”, maximum ceiling height required- 17’
• Operation: Speed of rise- fully lowered to fully raised in 60 seconds
• Safety: Manual or automatic lock release, meets all applicable safety standards
• Motor: 3.0 hp 208-230 V minimum
• Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator,
tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door
protection
• Equipment must comply with all applicable federal, state, and local regulations and meet
OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC
2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and
certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall
be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI,
ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI
aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI,
ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the
operator.
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
113
Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Lifting Capacity: 10,000 lbs.
• Lifting Configuration: Versymmetric (symmetric & asymmetric) arms 3-stage front/3-stage
rear, rise height- 74.125”, overall height- 134”/140”, overall height (cylinder extended)- 143”,
2’ height extension available, 3’ height extension available, overall width- 138.5”/ 143”, drive-
thru clearance- 100”/104.5”, floor to overhead switch- 128.5”/134.5”, front arm reach- 20”-
42”, rear arm reach- 37.625”-60”, screw pad height- 3.875”-6.125”, inside columns-
110”/114.5”, motor/voltage- 2 hp, 208V-230V, 60 Hz, 1 Ph, speed of rise- 38 seconds, ceiling
height required 12’, ALI/ETL certified
FSA23-EQU21.0: Heavy Equipment
Item Group Specifications
114
Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated
Turntables and Slip Plates 14k
In addition to the manufacturer base specification for the item or model number indicated, items
in this group must meet the following FSA base specification:
FSA Base Specification
• Lifting Capacity: 15,000 lbs.
• Lifting Configuration: Open or closed- front open max, wheelbase- 210”, rise height- 78”,
overall length- 277.25”, overall width- 142” front/134.5” rear, inside columns- 120”, between
columns- 222.5”, height of columns- 99.5”/93.5”, width of runways- 20”, height of runways-
7”, width between runways- 43” max, 2-wheel alignment- 194”, 4-wheel alignment- 88”-158”,
air supply required- 90-120 psi, motor/voltage- 2 hp, 208V-230V, 60 Hz, speed or rise- 85
seconds, minimum recommended bay size- 12’ x 26’, ALI/ETL certified, colors available- red,
blue, black
FSA Cooperative Purchasing Program
FSA23-VEH21.0: Heavy Trucks & Buses
Final Award Contract Packet
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
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.
FSA Cooperative Purchasing Program
FSA23-VEH21.0: Heavy Trucks & Buses
Current Contract Prices
Item #Item Group Item Model #Link
1 Buses Electric: 19 to 20 Passenger Capacity Range, Van-Type Cutaway Chassis Endera B-Series B-Series https://www.myvendorlink.com/external/award?s=152477&i=1
2 Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Bluebird Vision Electric Vision Electric https://www.myvendorlink.com/external/award?s=152477&i=23Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Bluebird All-American Electric T3RE https://www.myvendorlink.com/external/award?s=152477&i=3
5 Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Phoenix Motorcars Z600 Type A School Bus Z600 https://www.myvendorlink.com/external/award?s=152477&i=5
6 Buses Electric: 44 To 80 Passenger Capacity Range, Commercial-Type Chassis BYD The Dreamer Type D Electric School Bus https://www.myvendorlink.com/external/award?s=152477&i=67Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Endera B-Series B-Series https://www.myvendorlink.com/external/award?s=152477&i=7
8 Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Starcraft Allstar Allstar https://www.myvendorlink.com/external/award?s=152477&i=8
9 Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Bluebird Vision Vision https://www.myvendorlink.com/external/award?s=152477&i=911Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Starcraft Allstar Allstar https://www.myvendorlink.com/external/award?s=152477&i=11
12 Buses: 33 to 54 Passenger Capacity Range, Commercial-Type, Rear Engine Chassis Bluebird T3RE T3RE https://www.myvendorlink.com/external/award?s=152477&i=12
13 Buses: 36 to 52 Passenger Capacity Range, Commercial-Type, Front Engine Chassis Bluebird T3FE T3FE https://www.myvendorlink.com/external/award?s=152477&i=1314Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Kenworth T680E T680E https://www.myvendorlink.com/external/award?s=152477&i=14
15 Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Peterbilt 579EV 579EV https://www.myvendorlink.com/external/award?s=152477&i=15
16 Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Volvo VNR VNR https://www.myvendorlink.com/external/award?s=152477&i=1618Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 International EMV MV60E https://www.myvendorlink.com/external/award?s=152477&i=18
19 Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 Mack MD7 Electric MDe7 https://www.myvendorlink.com/external/award?s=152477&i=19
20 Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Battle Motors LNT LNT https://www.myvendorlink.com/external/award?s=152477&i=2021Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Peterbilt 220EV 220 https://www.myvendorlink.com/external/award?s=152477&i=21
23 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-550 Crew Cab W5G https://www.myvendorlink.com/external/award?s=152477&i=23
24 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-550 Super Cab X5G https://www.myvendorlink.com/external/award?s=152477&i=2425Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-600 Super Cab F6K https://www.myvendorlink.com/external/award?s=152477&i=2526Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-550 Regular Cab F5G https://www.myvendorlink.com/external/award?s=152477&i=26
27 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 International CV 515 https://www.myvendorlink.com/external/award?s=152477&i=27
28 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Kenworth T180 T180 https://www.myvendorlink.com/external/award?s=152477&i=2829Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Peterbilt 535 535 https://www.myvendorlink.com/external/award?s=152477&i=29
31 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-550 Super Cab X5H https://www.myvendorlink.com/external/award?s=152477&i=31
32 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-550 Crew Cab W5H https://www.myvendorlink.com/external/award?s=152477&i=3233Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-550 Regular Cab F5H https://www.myvendorlink.com/external/award?s=152477&i=33
34 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-600 Regular Cab F6L https://www.myvendorlink.com/external/award?s=152477&i=34
35 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 International CV 515 https://www.myvendorlink.com/external/award?s=152477&i=3536Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Ford F-650 Regular Cab F6D https://www.myvendorlink.com/external/award?s=152477&i=36
37 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Freightliner M2 106 https://www.myvendorlink.com/external/award?s=152477&i=37
38 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Hino L6 L6 https://www.myvendorlink.com/external/award?s=152477&i=3839Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 International MV 607 https://www.myvendorlink.com/external/award?s=152477&i=39
40 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Kenworth T280 T280 https://www.myvendorlink.com/external/award?s=152477&i=40
41 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Mack MD6 MD6 https://www.myvendorlink.com/external/award?s=152477&i=4142Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Peterbilt 536 536 https://www.myvendorlink.com/external/award?s=152477&i=42
43 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Ford F-750 Regular Cab F7D https://www.myvendorlink.com/external/award?s=152477&i=43
44 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Freightliner M2 106 https://www.myvendorlink.com/external/award?s=152477&i=4445Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Hino L7 L7 https://www.myvendorlink.com/external/award?s=152477&i=45
46 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 International MV 607 https://www.myvendorlink.com/external/award?s=152477&i=46
47 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Kenworth T380 T380 https://www.myvendorlink.com/external/award?s=152477&i=4748Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Mack MD7 MD7 https://www.myvendorlink.com/external/award?s=152477&i=48
49 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Peterbilt 537 537 https://www.myvendorlink.com/external/award?s=152477&i=49
50 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Western Star 47X 47X https://www.myvendorlink.com/external/award?s=152477&i=5051Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Freightliner M2 112 https://www.myvendorlink.com/external/award?s=152477&i=5152Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 International HV 613 https://www.myvendorlink.com/external/award?s=152477&i=52
53 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 International HX 62F https://www.myvendorlink.com/external/award?s=152477&i=53
54 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Kenworth T880 T880 https://www.myvendorlink.com/external/award?s=152477&i=5455Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Mack AN or G Series AN or G Series https://www.myvendorlink.com/external/award?s=152477&i=55
56 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Peterbilt 567 567 https://www.myvendorlink.com/external/award?s=152477&i=56
57 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Volvo V Series V Series https://www.myvendorlink.com/external/award?s=152477&i=5758Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Western Star 47X 47X https://www.myvendorlink.com/external/award?s=152477&i=58
59 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Freightliner M2 112 https://www.myvendorlink.com/external/award?s=152477&i=59
60 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 International HX 62F https://www.myvendorlink.com/external/award?s=152477&i=6061Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 International HV 613 https://www.myvendorlink.com/external/award?s=152477&i=61
62 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Kenworth T880 T880 https://www.myvendorlink.com/external/award?s=152477&i=62
63 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Mack AN or G Series AN or G Series https://www.myvendorlink.com/external/award?s=152477&i=6364Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Peterbilt 5671 5671 https://www.myvendorlink.com/external/award?s=152477&i=64
65 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Volvo V Series V Series https://www.myvendorlink.com/external/award?s=152477&i=65
66 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Western Star 49X 49X https://www.myvendorlink.com/external/award?s=152477&i=6667Cab and Chassis: Tilt Cab (DRW) 4x2 Battle Motors LNT LNT-21 https://www.myvendorlink.com/external/award?s=152477&i=67
68 Cab and Chassis: Tilt Cab (DRW) 4x2 Isuzu NPR-HD N3F1 https://www.myvendorlink.com/external/award?s=152477&i=68
69 Cab and Chassis: Tilt Cab (DRW) 4x2 Isuzu FTR Chassis MT1/G1 https://www.myvendorlink.com/external/award?s=152477&i=6970Cab and Chassis: Tilt Cab (DRW) 4x2 Kenworth K270 K270 https://www.myvendorlink.com/external/award?s=152477&i=70
71 Cab and Chassis: Tilt Cab (DRW) 4x2 Peterbilt 2201 220 https://www.myvendorlink.com/external/award?s=152477&i=71
76 Mobile Command Unit/Critical Response Unit Frontline Communications CRU-22 CRU-22 https://www.myvendorlink.com/external/award?s=152477&i=76
78 Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only)Battle Motors LET II LET II https://www.myvendorlink.com/external/award?s=152477&i=7880Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only)Mack Mack LR Electric Mack LR Electric https://www.myvendorlink.com/external/award?s=152477&i=80
81 Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only)Peterbilt 520EV 520EV https://www.myvendorlink.com/external/award?s=152477&i=81
82 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Autocar ACX64 ACX64 https://www.myvendorlink.com/external/award?s=152477&i=8283Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Battle Motors LET2 LET2-44 https://www.myvendorlink.com/external/award?s=152477&i=83
85 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Mack TE Series TE Series https://www.myvendorlink.com/external/award?s=152477&i=85
86 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Peterbilt 520 520 https://www.myvendorlink.com/external/award?s=152477&i=8687Refuse Truck: Compact 9.5 Cubic Yds. Self-Loading Refuse Truck Broyhill TD3.6 TD3.6 https://www.myvendorlink.com/external/award?s=152477&i=87
88 Tactical Armored Vehicles Terradyne Gurkha MPV Gurkha MPV https://www.myvendorlink.com/external/award?s=152477&i=88
89 Terminal Tractor Autocar ACTT42 ACTT42 https://www.myvendorlink.com/external/award?s=152477&i=8990Terminal Tractor Kalmar Ottawa T2 71056 https://www.myvendorlink.com/external/award?s=152477&i=90
91 Terminal Tractor Kalmar Ottawa T2 4x2 Offroad 71055 https://www.myvendorlink.com/external/award?s=152477&i=91
92 Terminal Tractor Tico Pro-Spotter Pro-Spotter https://www.myvendorlink.com/external/award?s=152477&i=9293Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis StarTrans The Senator II Senator SII 22 https://www.myvendorlink.com/external/award?s=152477&i=9394Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis StarTrans The Senator II HD Senator HD 28 https://www.myvendorlink.com/external/award?s=152477&i=94
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEH21.0: Heavy Trucks & Buses
Final Award Report
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 2/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Florida Transportation Systems, Inc.
Creative Bus Sales, Inc.
$310,740.00
$317,189.00
Build
Build
Options
Options
Northern Primary
Alternate
Florida Transportation Systems, Inc.
Creative Bus Sales, Inc.
$310,740.00
$317,189.00
Build
Build
Options
Options
Central Primary
Alternate
Florida Transportation Systems, Inc.
Creative Bus Sales, Inc.
$310,740.00
$317,189.00
Build
Build
Options
Options
Southern Primary
Alternate
Florida Transportation Systems, Inc.
Creative Bus Sales, Inc.
$310,740.00
$317,189.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 3/83
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, Vision Electric
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone 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 Transportation Systems, Inc.$403,309.00 Build Options
Southern Primary Florida Transportation Systems, Inc.$403,309.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 4/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis
Item:3, Bluebird, All-American Electric, T3RE
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Florida Transportation 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 5/83
Bid Award
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 Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options
Northern Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options
Central Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options
Southern Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 6/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 7/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model 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 Transportation Systems, Inc.$118,877.00 Build Options
Southern Primary Florida Transportation Systems, Inc.$118,877.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 8/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis
Item:8, Starcraft, Allstar, Allstar
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 9/83
Bid Award
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 SII 22
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Matthews Bus Alliance Inc.$102,622.00 Build Options
Northern Primary Matthews Bus Alliance Inc.$102,622.00 Build Options
Central Primary Matthews Bus Alliance Inc.$102,622.00 Build Options
Southern Primary Matthews Bus Alliance Inc.$102,622.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 10/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 11/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis
Item:11, Starcraft, Allstar, Allstar
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 12/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 13/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 14/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Buses: 36 to 52 Passenger Capacity Range, Commercial-Type, Front Engine Chassis
Item:13, Bluebird, T3FE, T3FE
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 15/83
Bid Award
Contract: 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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Kenworth of Jacksonville $467,936.00 Build Options
Central Primary
Alternate
Florida Kenworth, LLC
All Roads Kenworth, LLC.
$471,912.00
$500,286.00
Build
Build
Options
Options
Southern Primary
Alternate
Florida Kenworth, LLC
All Roads Kenworth, LLC.
$471,912.00
$500,286.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 16/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 17/83
Bid Award
Contract: 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 Speci cations PDF document for FSA Base Speci cations.
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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 18/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2
Item:18, International, EMV, MV60E
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
Alternate
Cumberland International Trucks of Florida
Sun State International Trucks
$270,000.00
$270,250.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $270,677.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 19/83
Bid Award
Contract: 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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 20/83
Bid Award
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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
All Roads Kenworth, LLC.
Container Systems & Equipment Co., Inc.
TRUCKMAX, INC.
$428,600.00
$437,500.00
$536,127.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
All Roads Kenworth, LLC.
Container Systems & Equipment Co., Inc.
TRUCKMAX, INC.
$426,600.00
$437,500.00
$536,127.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Container Systems & Equipment Co., Inc.
TRUCKMAX, INC.
$437,500.00
$536,127.00
Build
Build
Options
Options
Southern Primary
Alternate
All Roads Kenworth, LLC.
TRUCKMAX, INC.
$423,600.00
$536,127.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 21/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price 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 Florida, Inc.$360,338.00 Build Options
Southern Primary The Peterbilt Store South Florida LLC $358,082.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 22/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$60,305.00
$60,569.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$60,080.00
$60,359.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$59,855.00
$60,449.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$59,855.00
$60,594.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 23/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$59,905.00
$60,166.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$59,680.00
$59,956.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$59,455.00
$60,046.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$59,455.00
$60,191.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 24/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2
Item:25, Ford, F-600 Super Cab, F6K
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$61,492.00
$61,765.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$61,267.00
$61,555.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$61,042.00
$61,645.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$61,042.00
$61,790.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 25/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 26/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2
Item:27, International, CV, 515
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor 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
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$66,275.00
$66,400.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $66,373.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 27/83
Bid Award
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 Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Kenworth of Jacksonville $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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 28/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2
Item:29, Peterbilt, 535, 535
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Rush Truck Centers of Florida, 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 29/83
Bid Award
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, X5H
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$62,665.00
$62,788.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$62,440.00
$62,578.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$62,215.00
$62,668.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$62,215.00
$62,813.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 30/83
Bid Award
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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$63,464.00
$63,752.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$63,239.00
$63,542.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$63,014.00
$63,632.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$63,014.00
$63,777.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 31/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$60,810.00
$61,078.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$60,585.00
$60,868.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$60,360.00
$60,958.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$60,360.00
$61,103.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 32/83
Bid Award
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:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$64,113.00
$64,406.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$63,888.00
$64,196.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$63,663.00
$64,286.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
$63,663.00
$64,431.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 33/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$69,875.00
$69,995.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $70,178.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 34/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$68,547.00
$70,751.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$67,547.00
$70,751.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$67,547.00
$70,751.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$67,547.00
$70,751.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 35/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
SBL Freightliner, LLC
Tampa Truck Center
$76,300.00
$77,529.00
Build
Build
Options
Options
Northern Primary
Alternate
SBL Freightliner, LLC
Tampa Truck Center
$76,900.00
$77,529.00
Build
Build
Options
Options
Central Primary
Alternate
SBL Freightliner, LLC
Tampa Truck Center
$76,300.00
$77,529.00
Build
Build
Options
Options
Southern Primary
Alternate
SBL Freightliner, LLC
Tampa Truck Center
$75,900.00
$77,529.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 36/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary TRUCKMAX, INC.$76,024.00 Build Options
Northern Primary
Alternate
TRUCKMAX, INC.
Nextran Truck Centers
$76,024.00
$80,036.00
Build
Build
Options
Options
Central Primary TRUCKMAX, INC.$76,024.00 Build Options
Southern Primary TRUCKMAX, INC.$76,024.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 37/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
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
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$79,425.00
$79,500.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $79,964.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 38/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2
Item:40, Kenworth, T280, T280
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Kenworth of Jacksonville $102,073.00 Build Options
Central Primary
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$97,413.00
$98,667.00
Build
Build
Options
Options
Southern Primary
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$97,413.00
$98,667.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 39/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build 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 Nextran Truck Centers $83,676.00 Build Options
Southern Primary Nextran Truck Centers $83,676.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 40/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2
Item:42, Peterbilt, 536, 536
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Rush Truck Centers of Florida, Inc.$107,305.00 Build Options
Northern 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 41/83
Bid Award
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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$70,163.00
$72,136.00
Build
Build
Options
Options
Northern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$69,163.00
$72,136.00
Build
Build
Options
Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$69,163.00
$72,136.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$69,163.00
$72,136.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 42/83
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Tampa Truck Center
Orlando Freightliner
SBL Freightliner, LLC
$77,329.00
$77,354.00
$77,500.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Orlando Freightliner
Tampa Truck Center
SBL Freightliner, LLC
$77,074.00
$77,329.00
$77,900.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Orlando Freightliner
SBL Freightliner, LLC
Tampa Truck Center
$76,774.00
$77,300.00
$77,329.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
SBL Freightliner, LLC
Tampa Truck Center
Orlando Freightliner
$76,900.00
$77,329.00
$77,354.00
Build
Build
Build
Options
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 43/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2
Item:45, Hino, L7, L7
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary TRUCKMAX, INC.$79,255.00 Build Options
Northern Primary
Alternate
TRUCKMAX, INC.
Nextran Truck Centers
$79,255.00
$81,939.00
Build
Build
Options
Options
Central Primary TRUCKMAX, INC.$79,255.00 Build Options
Southern Primary TRUCKMAX, INC.$79,255.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 44/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank 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
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$80,875.00
$80,950.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $81,255.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 45/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Kenworth of Jacksonville $102,925.00 Build Options
Central Primary
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$98,800.00
$101,463.00
Build
Build
Options
Options
Southern Primary
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$98,800.00
$101,463.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 46/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 47/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2
Item:49, Peterbilt, 537, 537
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Rush Truck Centers of Florida, 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 48/83
Bid Award
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 Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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 Options
Southern Primary Tampa Truck Center $107,400.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 49/83
Bid Award
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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
SBL Freightliner, LLC
Tampa Truck Center
Orlando Freightliner
$107,300.00
$108,611.00
$110,490.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
SBL Freightliner, LLC
Tampa Truck Center
Orlando Freightliner
$107,900.00
$108,611.00
$110,490.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
SBL Freightliner, LLC
Tampa Truck Center
Orlando Freightliner
$107,300.00
$108,611.00
$109,910.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
SBL Freightliner, LLC
Tampa Truck Center
Orlando Freightliner
$105,900.00
$108,611.00
$110,490.00
Build
Build
Build
Options
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 50/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank 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
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$114,795.00
$114,850.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $115,449.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 51/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
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
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$131,374.00
$131,500.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $132,500.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 52/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Kenworth of Jacksonville $142,390.00 Build Options
Central Primary
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$142,158.00
$146,784.00
Build
Build
Options
Options
Southern Primary
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$142,158.00
$146,784.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 53/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 54/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 55/83
Bid Award
Contract: 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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build 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 Nextran Truck Centers $131,706.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 56/83
Bid Award
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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Tampa Truck Center
Orlando Freightliner
$126,224.00
$128,566.00
Build
Build
Options
Options
Northern Primary
Alternate
Orlando Freightliner
Tampa Truck Center
$129.00
$126,224.00
Build
Build
Options
Options
Central Primary
Alternate
Tampa Truck Center
Orlando Freightliner
$126,224.00
$127,986.00
Build
Build
Options
Options
Southern Primary
Alternate
Tampa Truck Center
Orlando Freightliner
$126,244.00
$128,566.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 57/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Orlando Freightliner
SBL Freightliner, LLC
Tampa Truck Center
$101,978.00
$102,400.00
$106,903.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Orlando Freightliner
SBL Freightliner, LLC
Tampa Truck Center
$101,978.00
$103,400.00
$106,903.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Orlando Freightliner
SBL Freightliner, LLC
Tampa Truck Center
$101,978.00
$102,400.00
$106,903.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
SBL Freightliner, LLC
Orlando Freightliner
Tampa Truck Center
$101,200.00
$101,978.00
$106,903.00
Build
Build
Build
Options
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 58/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
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
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$128,437.00
$128,500.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $128,917.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 59/83
Bid Award
Contract: 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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary Cumberland International Trucks of Florida $115,000.00 Build Options
Northern Primary Cumberland International Trucks of Florida $114,000.00 Build Options
Central Primary
Alternate
Sun State International Trucks
Cumberland International Trucks of Florida
$113,963.00
$114,000.00
Build
Build
Options
Options
Southern Primary Rechtien International Trucks $115,493.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 60/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor 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
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$141,729.00
$142,927.00
Build
Build
Options
Options
Southern Primary
Alternate
All Roads Kenworth, LLC.
Florida Kenworth, LLC
$141,729.00
$142,927.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 61/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
Southern Primary Nextran Truck Centers $137,308.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 62/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6
Item:64, Peterbilt, 5671, 5671
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 63/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6
Item:65, Volvo, V Series, V Series
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 64/83
Bid Award
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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Orlando Freightliner
Tampa Truck Center
SBL Freightliner, LLC
$123,930.00
$126,840.00
$144,599.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Orlando Freightliner
Tampa Truck Center
SBL Freightliner, LLC
$123,930.00
$126,840.00
$144,599.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Orlando Freightliner
Tampa Truck Center
SBL Freightliner, LLC
$123,350.00
$126,840.00
$144,599.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Orlando Freightliner
Tampa Truck Center
SBL Freightliner, LLC
$123,930.00
$126,840.00
$137,599.00
Build
Build
Build
Options
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 65/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Container Systems & Equipment Co., Inc.
All Roads Kenworth, LLC.
$174,741.00
$177,207.00
Build
Build
Options
Options
Northern Primary
Alternate
Container Systems & Equipment Co., Inc.
All Roads Kenworth, LLC.
$174,741.00
$177,207.00
Build
Build
Options
Options
Central Primary Container Systems & Equipment Co., Inc.$174,741.00 Build Options
Southern Primary All Roads Kenworth, LLC.$177,207.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 66/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis: Tilt Cab (DRW) 4x2
Item:68, Isuzu, NPR-HD, N3F1
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$48,136.00
$49,678.00
$52,014.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$48,136.00
$49,678.00
$52,014.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$48,136.00
$49,678.00
$52,014.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$48,136.00
$49,678.00
$52,014.00
Build
Build
Build
Options
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 67/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$75,915.00
$78,745.00
$81,075.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$75,915.00
$78,745.00
$81,075.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$75,915.00
$78,745.00
$81,075.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
DeLand Truck Center, Inc.
TRUCKMAX ISUZU
Nextran Truck Centers
$75,915.00
$78,745.00
$81,075.00
Build
Build
Build
Options
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 68/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Cab and Chassis: Tilt Cab (DRW) 4x2
Item:70, Kenworth, K270, K270
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western
Northern Primary Kenworth of Jacksonville $99,510.00 Build Options
Central Primary
Alternate
Florida Kenworth, LLC
All Roads Kenworth, LLC.
$96,870.00
$99,516.00
Build
Build
Options
Options
Southern Primary
Alternate
Florida Kenworth, LLC
All Roads Kenworth, LLC.
$96,870.00
$99,516.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 69/83
Bid Award
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 Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 70/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Mobile Command Unit/Critical Response Unit
Item:76, Frontline Communications, CRU-22, CRU-22
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 71/83
Bid Award
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 II, LET II
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Container Systems & Equipment Co., Inc.
All Roads Kenworth, LLC.
TRUCKMAX, INC.
$435,000.00
$466,590.00
$537,981.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Container Systems & Equipment Co., Inc.
All Roads Kenworth, LLC.
TRUCKMAX, INC.
$435,000.00
$463,590.00
$537,981.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Container Systems & Equipment Co., Inc.
TRUCKMAX, INC.
$435,000.00
$537,981.00
Build
Build
Options
Options
Southern Primary
Alternate
All Roads Kenworth, LLC.
TRUCKMAX, INC.
$460,590.00
$537,981.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 72/83
Bid Award
Contract: FSA23-VEH21.0, Heavy 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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
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 Options
Southern Primary Nextran Truck Centers $486,414.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 73/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only)
Item:81, Peterbilt, 520EV, 520EV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 74/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)
Item:82, Autocar, ACX64, ACX64
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Nacarato Trucks General Partnership
Florida Kenworth, LLC
$197,815.00
$206,413.00
$210,974.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Nacarato Trucks General Partnership
Florida Kenworth, LLC
$196,415.00
$206,413.00
$210,974.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Nacarato Trucks General Partnership
Florida Kenworth, LLC
$194,915.00
$206,413.00
$209,974.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Nacarato Trucks General Partnership
Florida Kenworth, LLC
$194,215.00
$206,413.00
$209,974.00
Build
Build
Build
Options
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 75/83
Bid Award
Contract: 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
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Container Systems & Equipment Co., Inc.
All Roads Kenworth, LLC.
TRUCKMAX, INC.
$208,325.00
$209,939.00
$293,575.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Container Systems & Equipment Co., Inc.
All Roads Kenworth, LLC.
TRUCKMAX, INC.
$208,325.00
$209,939.00
$293,575.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Container Systems & Equipment Co., Inc.
TRUCKMAX, INC.
$208,325.00
$293,575.00
Build
Build
Options
Options
Southern Primary
Alternate
All Roads Kenworth, LLC.
TRUCKMAX, INC.
$209,939.00
$293,575.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 76/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 77/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
Model 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 78/83
Bid Award
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 Speci cations PDF document for FSA Base Speci cations.
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 Broyhill Equipment LLC $244,183.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 79/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Tactical Armored Vehicles
Item:88, Terradyne, Gurkha MPV, Gurkha MPV
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone 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
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 80/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Terminal Tractor
Item:89, Autocar, ACTT42, ACTT42
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Southern States ToyotaLift
SBL Freightliner, LLC
$142,995.00
$151,389.00
Build
Build
Options
Options
Northern Primary
Alternate
Southern States ToyotaLift
SBL Freightliner, LLC
$142,995.00
$151,389.00
Build
Build
Options
Options
Central Primary
Alternate
Southern States ToyotaLift
SBL Freightliner, LLC
$142,995.00
$149,389.00
Build
Build
Options
Options
Southern Primary SBL Freightliner, LLC $147,389.00 Build Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 81/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Terminal Tractor
Item:90, Kalmar Ottawa, T2, 71056
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$139,341.00
$146,959.00
Build
Build
Options
Options
Northern Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$139,240.00
$146,959.00
Build
Build
Options
Options
Central Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$139,442.00
$146,959.00
Build
Build
Options
Options
Southern Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$139,643.00
$146,959.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 82/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Terminal Tractor
Item:91, Kalmar Ottawa, T2 4x2 O road, 71055
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$135,551.00
$144,950.00
Build
Build
Options
Options
Northern Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$135,450.00
$144,950.00
Build
Build
Options
Options
Central Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$135,652.00
$144,950.00
Build
Build
Options
Options
Southern Primary
Alternate
Kenworth of Jacksonville
Rechtien International Trucks
$135,853.00
$144,950.00
Build
Build
Options
Options
10/4/23, 9:01 AM Award Report | VendorLink
https://www.myvendorlink.com/internal/staff/awardzone 83/83
Bid Award
Contract: FSA23-VEH21.0, Heavy Trucks and Buses
Group:Terminal Tractor
Item:92, Tico, Pro-Spotter, Pro-Spotter
Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations.
Model Upgrade/Downgrade:
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Tampa Truck Center
Nacarato Trucks General Partnership
$141,106.00
$149,167.00
Build
Build
Options
Options
Northern Primary
Alternate
Tampa Truck Center
Nacarato Trucks General Partnership
$141,106.00
$149,167.00
Build
Build
Options
Options
Central Primary
Alternate
Tampa Truck Center
Nacarato Trucks General Partnership
$141,106.00
$149,167.00
Build
Build
Options
Options
Southern Primary
Alternate
Tampa Truck Center
Nacarato Trucks General Partnership
$141,106.00
$149,167.00
Build
Build
Options
Options
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEH21.0: Heavy Trucks & Buses
How to Order
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEH21.0: Heavy Trucks & Buses
Awarded Vendor Contract Signature Pages
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.
FSA Contract Number
Bidder Company Name
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
Bidder Company Name
Business Address
Name of Authorized Agent
Email address of authorized agent
Signature
Date
13
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEH21.0: Heavy Trucks & Buses
Terms & Conditions
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 1
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 2
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 3
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 4
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 5
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 6
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 7
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.
O. Published List Price: A standard “quantity of one” price currently available to government and educational
purchasers, excluding cooperative or volume discounts.
P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been
awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions
of this contract under which a 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 8
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 9
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:
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 10
• 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 11
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 12
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 13
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 14
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 15
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 16
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 17
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 18
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 19
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@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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 20
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,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 21
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 22
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 23
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,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 24
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 25
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 26
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 27
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 28
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)
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 29
• 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:
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 30
• 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 31
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 32
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 33
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 34
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 35
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 36
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 37
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 38
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 39
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 40
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 41
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 42
Appendix A: Zone Map
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 43
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 44
FSA23-EQU21.0
Bid Calendar Task Date
Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023
Voluntary Interested Bidder Workshop 6/7&8/2023
New Item Specification Requests Due 6/23/2023
Pre Bid Meeting 7/13/2023
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 45
Appendix C: ACH Payments
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 46
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/
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 47
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 48
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).
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 49
(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.
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
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
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
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 lbs. (approximate, sized to meet passenger capacity)
• Passenger Seating: Seating for 14 passengers minimum
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
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
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-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 lbs.
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 lbs.
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 lbs.
FSA23-VEH21.0: Heavy Trucks and Buses
Item Group Descriptions
Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2
FSA Item Group Description
• Engine: Diesel engine, minimum 190 hp
• Transmission: Manufacturer's standard automatic transmission
• GVWR: 17,500 lbs.
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 lbs.
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 lbs.
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 lbs.
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 lbs.
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 lbs.
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 lbs.
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.
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.
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 lbs.
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 lbs.
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 TorqShift with OD
• GVWR: GVWR sized to built vehicle (19,500 lbs. approximate)
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 Cooperative Purchasing Program
FSA23-VEL31.0: Pursuit, Administrative, & Other
Vehicles Contract Packet
Notice of Final Award
FSA23-VEL31.0: Pursuit, Administrative, & Other Vehicles
Date: October 1, 2023
To: Bidders and Purchasers
From: Hugh Oliver, Cooperative Purchasing Program Manger
Re: Notice of Final Award for FSA23-VEL31.0: Pursuit, Administrative, & Other Vehicles
Florida Sheriffs Association (FSA) has completed its 31st year of the cooperative purchasing pursuit,
administrative, and other vehicles contract. FSA is issuing the Notice of Final Award for contract FSA23-
VEL31.0: Pursuit, Administrative, & Other Vehicles that will be effective from October 1, 2023, through
September 30, 2024. This year’s bid included 216 items. The contract will offer pursuit rated vehicles,
administrative sedans, pickup trucks, electric vehicles, cargo and passenger vans, electric bikes,
motorcycles, and other light and midsize vehicles.
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 51 pre-bid attendees or waivers. Of these respondents, 22 submitted bids and
19 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.
FSA Cooperative Purchasing Program
FSA23-VEL31.0: Pursuit, Administrative, & Other
Vehicles
Current Contract Prices
Item #Item Group Item Model #Link
1 Administrative Sedans Chevrolet Malibu LS 1ZC69 https://www.myvendorlink.com/external/award?s=152476&i=1
2 Administrative Sedans Ford Mustang Ecoboost P8T https://www.myvendorlink.com/external/award?s=152476&i=2
3 Administrative Sedans Nissan Altima 2.5 S FWD 13114 https://www.myvendorlink.com/external/award?s=152476&i=3
4 Administrative Sedans Nissan Sentra S 12014 https://www.myvendorlink.com/external/award?s=152476&i=4
5 Administrative Sedans Nissan Versa S CVT 10114 https://www.myvendorlink.com/external/award?s=152476&i=5
6 Administrative Sedans Toyota Camry LE 2532 https://www.myvendorlink.com/external/award?s=152476&i=6
7 Administrative Sedans Toyota Camry LE Hybrid 7514 https://www.myvendorlink.com/external/award?s=152476&i=7
8 Administrative Sedans Toyota Camry SE 2546 https://www.myvendorlink.com/external/award?s=152476&i=8
9 Administrative Sedans Toyota Camry XLE V6 2554 https://www.myvendorlink.com/external/award?s=152476&i=9
10 Administrative Sedans Toyota Corolla Hatchback SE CVT A/T 6272 https://www.myvendorlink.com/external/award?s=152476&i=10
11 Administrative Sedans Toyota Corolla LE 1852 https://www.myvendorlink.com/external/award?s=152476&i=11
12 Administrative Sedans Toyota Corolla LE Hybrid 1882 https://www.myvendorlink.com/external/award?s=152476&i=12
13 Administrative Sedans Toyota Prius LE Hybrid 1223 https://www.myvendorlink.com/external/award?s=152476&i=13
14 Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Chevrolet Silverado 3500HD Crew Cab CC31043 https://www.myvendorlink.com/external/award?s=152476&i=14
15 Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Chevrolet Silverado 3500HD Regular Cab CC31003 https://www.myvendorlink.com/external/award?s=152476&i=15
16 Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Ford F-350 Regular Cab F3G https://www.myvendorlink.com/external/award?s=152476&i=16
17 Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Ford F-350 Super Cab X3G https://www.myvendorlink.com/external/award?s=152476&i=17
18 Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Ford F-350 Super Crew W3G https://www.myvendorlink.com/external/award?s=152476&i=1819Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Chevrolet Silverado 3500HD Crew Cab CK31043 https://www.myvendorlink.com/external/award?s=152476&i=19
20 Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Chevrolet Silverado 3500HD Regular Cab CK31003 https://www.myvendorlink.com/external/award?s=152476&i=20
21 Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Ford F-350 Regular Cab F3H https://www.myvendorlink.com/external/award?s=152476&i=21
22 Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Ford F-350 Super Cab X3H https://www.myvendorlink.com/external/award?s=152476&i=22
23 Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Ford F-350 Super Crew W3H https://www.myvendorlink.com/external/award?s=152476&i=23
24 Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Ford F-450 Crew Cab W4G https://www.myvendorlink.com/external/award?s=152476&i=24
25 Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Ford F-450 Regular Cab F4G https://www.myvendorlink.com/external/award?s=152476&i=25
26 Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Ford F-450 Super Cab X4G https://www.myvendorlink.com/external/award?s=152476&i=26
27 Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Ford F-450 Crew Cab W4H https://www.myvendorlink.com/external/award?s=152476&i=27
28 Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Ford F-450 Regular Cab F4H https://www.myvendorlink.com/external/award?s=152476&i=28
29 Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Ford F-450 Super Cab X4H https://www.myvendorlink.com/external/award?s=152476&i=29
30 Cargo & Passenger Vans Medium/High Roof Ford Transit T-150 Medium Roof Cargo Van RWD E1C https://www.myvendorlink.com/external/award?s=152476&i=30
31 Cargo & Passenger Vans Medium/High Roof Ford Transit T-250 High Roof Cargo Van RWD R1X https://www.myvendorlink.com/external/award?s=152476&i=31
32 Cargo & Passenger Vans Medium/High Roof Ford Transit T-250 Medium Roof Cargo Van RWD R1C https://www.myvendorlink.com/external/award?s=152476&i=32
33 Cargo & Passenger Vans Medium/High Roof Ford Transit T-350 High Roof Cargo Van RWD W1X https://www.myvendorlink.com/external/award?s=152476&i=33
34 Cargo & Passenger Vans Medium/High Roof Ford Transit T-350 High Roof Passenger Van (Wagon) RWX2X https://www.myvendorlink.com/external/award?s=152476&i=34
35 Cargo & Passenger Vans Medium/High Roof Ford Transit T-350 Medium Roof Cargo Van RWD W9C https://www.myvendorlink.com/external/award?s=152476&i=35
36 Cargo & Passenger Vans Medium/High Roof Ford Transit T-350 Medium Roof Passenger Van (Wagon X2C https://www.myvendorlink.com/external/award?s=152476&i=36
37 Cargo & Passenger Vans Medium/High Roof Mercedes-Benz Sprinter 2500 170 wb 4 cyl. diesel high r M2CA7S https://www.myvendorlink.com/external/award?s=152476&i=37
38 Cargo & Passenger Vans Medium/High Roof Mercedes-Benz Sprinter 2500 170 wb 4 cyl. Diesel higho M2CA7H https://www.myvendorlink.com/external/award?s=152476&i=38
39 Cargo & Passenger Vans Standard/Low Roof Chevrolet Express 2500 1WT 135 Cargo Van CG23405 https://www.myvendorlink.com/external/award?s=152476&i=39
40 Cargo & Passenger Vans Standard/Low Roof Chevrolet Express 2500 1WT 155 Cargo Van CG23705 https://www.myvendorlink.com/external/award?s=152476&i=40
41 Cargo & Passenger Vans Standard/Low Roof Chevrolet Express 2500 LS 135 Passenger Van CG23406 https://www.myvendorlink.com/external/award?s=152476&i=41
42 Cargo & Passenger Vans Standard/Low Roof Chevrolet Express 3500 1WT 135 Cargo Van CG33405 https://www.myvendorlink.com/external/award?s=152476&i=42
43 Cargo & Passenger Vans Standard/Low Roof Chevrolet Express 3500 1WT 155 Cargo Van CG33705 https://www.myvendorlink.com/external/award?s=152476&i=43
44 Cargo & Passenger Vans Standard/Low Roof Chevrolet Express 3500 LS 135 Passenger Van CG33406 https://www.myvendorlink.com/external/award?s=152476&i=44
45 Cargo & Passenger Vans Standard/Low Roof Chevrolet Express 3500 LS 155 Passenger Van CG33706 https://www.myvendorlink.com/external/award?s=152476&i=45
46 Cargo & Passenger Vans Standard/Low Roof Chrysler Pacifica Touring L RUCH53 https://www.myvendorlink.com/external/award?s=152476&i=46
47 Cargo & Passenger Vans Standard/Low Roof Ford E350 Cutaway Van E3F https://www.myvendorlink.com/external/award?s=152476&i=47
48 Cargo & Passenger Vans Standard/Low Roof Ford E450 Cutaway Van E4F https://www.myvendorlink.com/external/award?s=152476&i=48
49 Cargo & Passenger Vans Standard/Low Roof Ford Transit T150 Low Roof Cargo Van RWD E1Y https://www.myvendorlink.com/external/award?s=152476&i=49
50 Cargo & Passenger Vans Standard/Low Roof Ford Transit T250 Low Roof Cargo Van RWD R1Y https://www.myvendorlink.com/external/award?s=152476&i=50
51 Cargo & Passenger Vans Standard/Low Roof Ford Transit T-350 Low Roof Cargo Van RWD W1Y https://www.myvendorlink.com/external/award?s=152476&i=51
52 Cargo & Passenger Vans Standard/Low Roof Ford Transit T350 Low Roof Passenger Van (Wagon) RWX2Y https://www.myvendorlink.com/external/award?s=152476&i=52
53 Cargo & Passenger Vans Standard/Low Roof Mercedes-Benz Sprinter 3500XD (11 030 GVW) 170 wb 6 MXCC7H https://www.myvendorlink.com/external/award?s=152476&i=53
54 Cargo & Passenger Vans Standard/Low Roof Toyota Sienna AWD LE 5403 https://www.myvendorlink.com/external/award?s=152476&i=54
55 Cargo & Passenger Vans Standard/Low Roof Toyota Sienna LE Hybrid 5402 https://www.myvendorlink.com/external/award?s=152476&i=55
56 Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Chrysler Pacifica Select PHEV RUET53 https://www.myvendorlink.com/external/award?s=152476&i=56
57 Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Ford E-Transit T-350 Low Roof Cargo Van Regular WheelW1Y/99K https://www.myvendorlink.com/external/award?s=152476&i=57
58 Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Nissan Leaf S 40kW 17014 https://www.myvendorlink.com/external/award?s=152476&i=58
59 Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Nissan Leaf SV Plus 60kW 17313 https://www.myvendorlink.com/external/award?s=152476&i=59
60 Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Chevrolet Silverado EV 4wd Crew Cab CT35843 https://www.myvendorlink.com/external/award?s=152476&i=60
61 Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Ford Mustang Mach-E (BEV) Electric K1R Select https://www.myvendorlink.com/external/award?s=152476&i=61
62 Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Jeep Grand Cherokee 4xE Hybrid WLXP74 https://www.myvendorlink.com/external/award?s=152476&i=62
63 Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Nissan Ariya Engage e-4orce AWD 24213 https://www.myvendorlink.com/external/award?s=152476&i=63
64 Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Nissan Ariya Engage FWD 24314 https://www.myvendorlink.com/external/award?s=152476&i=64
71 Electric Bikes & Transporters Recon Commando MX Police Patrol Power Bike Commando https://www.myvendorlink.com/external/award?s=152476&i=71
72 Electric Bikes & Transporters Recon Interceptor Police Patrol Power Bike Interceptor https://www.myvendorlink.com/external/award?s=152476&i=72
73 Electric Bikes & Transporters Recon RECON Hummer EV Hummer EV https://www.myvendorlink.com/external/award?s=152476&i=73
76 Electric Bikes & Transporters Specialized Globe ST Globe ST https://www.myvendorlink.com/external/award?s=152476&i=76
77 Electric Bikes & Transporters Specialized Levo Comp Alloy Levo Comp Alloy https://www.myvendorlink.com/external/award?s=152476&i=77
78 Electric Bikes & Transporters Specialized Levo Comp Carbon Levo Comp Carbon https://www.myvendorlink.com/external/award?s=152476&i=78
79 Electric Bikes & Transporters Specialized Tero 3.0 Tero 3.0 https://www.myvendorlink.com/external/award?s=152476&i=79
80 Electric Bikes & Transporters Specialized Turbo TeroX 4.0 Turbo TeroX 4.0 https://www.myvendorlink.com/external/award?s=152476&i=80
81 Electric Bikes & Transporters Specialized Vado IGH 3.0 Vado IGH 3.0 https://www.myvendorlink.com/external/award?s=152476&i=81
82 Electric Bikes & Transporters Trek Dual Sport - Commuter E-Bike Dual Sport - Commuter E-Bike https://www.myvendorlink.com/external/award?s=152476&i=82
83 Electric Bikes & Transporters Trek Fetch - Cargo E-Bike Fetch - Cargo E-Bike https://www.myvendorlink.com/external/award?s=152476&i=8384Electric Bikes & Transporters Trek Powerfly - Full Suspension Off Road E-Bike Powerfly - Full Suspension Off Road E-Bike https://www.myvendorlink.com/external/award?s=152476&i=84
85 Electric Bikes & Transporters Trek Service - Patrol Front Suspension Service - Patrol Front Suspension https://www.myvendorlink.com/external/award?s=152476&i=85
90 Pickup Trucks – 4x2 Chevrolet Silverado 1500 Crew Cab (Short Bed 147.4) 1WCC10543 https://www.myvendorlink.com/external/award?s=152476&i=90
91 Pickup Trucks – 4x2 Chevrolet Silverado 1500 Crew Cab (Standard Bed 156.9 CC10743 https://www.myvendorlink.com/external/award?s=152476&i=91
92 Pickup Trucks – 4x2 Chevrolet Silverado 1500 Double Cab 1WT CC10753 https://www.myvendorlink.com/external/award?s=152476&i=92
93 Pickup Trucks – 4x2 Chevrolet Silverado 1500 Regular Cab 1WT CC10903 https://www.myvendorlink.com/external/award?s=152476&i=93
96 Pickup Trucks – 4x2 Chevrolet Silverado 2500HD Crew Cab (Long Bed 172) 1WCC20943 https://www.myvendorlink.com/external/award?s=152476&i=96
98 Pickup Trucks – 4x2 Chevrolet Silverado 2500HD Double Cab (Long Bed 162.4 CC20953 https://www.myvendorlink.com/external/award?s=152476&i=98
99 Pickup Trucks – 4x2 Chevrolet Silverado 2500HD Regular Cab 1WT CC20903 https://www.myvendorlink.com/external/award?s=152476&i=99
100 Pickup Trucks – 4x2 Chevrolet Silverado 3500HD Crew Cab 1WT DRW CC30943 https://www.myvendorlink.com/external/award?s=152476&i=100
101 Pickup Trucks – 4x2 Chevrolet Silverado 3500HD Double Cab 1WT DRW CC30953 https://www.myvendorlink.com/external/award?s=152476&i=101
102 Pickup Trucks – 4x2 Chevrolet Silverado 3500HD Regular 1WT DRW CC30903 https://www.myvendorlink.com/external/award?s=152476&i=102
103 Pickup Trucks – 4x2 ETR/Chevrolet HD 2500 w/ Flex Special Response Modu SRM8-6RU-1CA; SRM8-7RU https://www.myvendorlink.com/external/award?s=152476&i=103
104 Pickup Trucks – 4x2 ETR/Chevrolet HD 3500 w/ Flex Special Response Modu SRM8-6RU-1CA; SRM8-7RU https://www.myvendorlink.com/external/award?s=152476&i=104
105 Pickup Trucks – 4x2 ETR/Ford F-250 w/ Flex Special Response Module SRM8-6RU-1CA; SRM8-7RU https://www.myvendorlink.com/external/award?s=152476&i=105
106 Pickup Trucks – 4x2 ETR/Ford F-350 w/ Flex Special Response Module SRM8-6RU-1CA; SRM8-7RU https://www.myvendorlink.com/external/award?s=152476&i=106
107 Pickup Trucks – 4x2 ETR/Ram 2500 w/ Flex Special Response Module SRM8-6RU-1CA; SRM8-7RU https://www.myvendorlink.com/external/award?s=152476&i=107
108 Pickup Trucks – 4x2 ETR/Ram 3500 w/ Flex Special Response Module SRM8-6RU-1CA; SRM8-7RU https://www.myvendorlink.com/external/award?s=152476&i=108
109 Pickup Trucks – 4x2 Ford F-150 Super Crew Hybrid W1K https://www.myvendorlink.com/external/award?s=152476&i=109
110 Pickup Trucks – 4x2 Ford F-150 XL Regular Cab F1K https://www.myvendorlink.com/external/award?s=152476&i=110
111 Pickup Trucks – 4x2 Ford F-150 XL Super Cab X1K https://www.myvendorlink.com/external/award?s=152476&i=111
112 Pickup Trucks – 4x2 Ford F-150 XL Super Crew Cab W1K https://www.myvendorlink.com/external/award?s=152476&i=112
113 Pickup Trucks – 4x2 Ford F-250 Super Duty XL Crew Cab W2A https://www.myvendorlink.com/external/award?s=152476&i=113
114 Pickup Trucks – 4x2 Ford F-250 XL Super Duty Regular Cab SRW F2A https://www.myvendorlink.com/external/award?s=152476&i=114
115 Pickup Trucks – 4x2 Ford F-250 XL Super Duty Super Cab X2A https://www.myvendorlink.com/external/award?s=152476&i=115
116 Pickup Trucks – 4x2 Ford F-350 XL Super Duty Crew Cab DRW W3C https://www.myvendorlink.com/external/award?s=152476&i=116
117 Pickup Trucks – 4x2 Ford F-350 XL Super Duty Regular Cab DRW F3C https://www.myvendorlink.com/external/award?s=152476&i=117
118 Pickup Trucks – 4x2 Ford F-350 XL Super Duty Super Cab DRW X3C https://www.myvendorlink.com/external/award?s=152476&i=118
119 Pickup Trucks – 4x2 Ford Maverick 4x2 W8A https://www.myvendorlink.com/external/award?s=152476&i=119
120 Pickup Trucks – 4x2 Nissan Frontier S V6 4x2 CC A/T 32114 https://www.myvendorlink.com/external/award?s=152476&i=120
121 Pickup Trucks – 4x2 Nissan Frontier SV LWB 4x2 CC A/T 33114 https://www.myvendorlink.com/external/award?s=152476&i=121
122 Pickup Trucks – 4x2 Nissan Frontier SV SWB 4x2 CC A/T 32314 https://www.myvendorlink.com/external/award?s=152476&i=122
123 Pickup Trucks – 4x2 Nissan Titan S Crew Cab 38314 https://www.myvendorlink.com/external/award?s=152476&i=123
124 Pickup Trucks – 4x2 Ram 1500 Big Horn Crew Cab 4x2 5.7 Bed DT1H98 https://www.myvendorlink.com/external/award?s=152476&i=124
125 Pickup Trucks – 4x2 Ram 1500 Big Horn Crew Cab 4x2 6.4 Bed DT1H91 https://www.myvendorlink.com/external/award?s=152476&i=125
126 Pickup Trucks – 4x2 Ram 1500 Big Horn Quad Cab 4x2 6.4 Bed DT1H41 https://www.myvendorlink.com/external/award?s=152476&i=126
127 Pickup Trucks – 4x2 Ram 1500 Tradesman Crew Cab DT1L98 https://www.myvendorlink.com/external/award?s=152476&i=127
128 Pickup Trucks – 4x2 Ram 1500 Tradesman Quad Cab DT1L41 https://www.myvendorlink.com/external/award?s=152476&i=128
129 Pickup Trucks – 4x2 Ram 2500 Tradesman Crew Cab DJ2L92 https://www.myvendorlink.com/external/award?s=152476&i=129
130 Pickup Trucks – 4x2 Ram 2500 Tradesman Regular Cab DJ2L62 https://www.myvendorlink.com/external/award?s=152476&i=130
131 Pickup Trucks – 4x2 Ram 3500 Tradesman Crew Cab DRW D23L92 https://www.myvendorlink.com/external/award?s=152476&i=131
132 Pickup Trucks – 4x2 Ram 3500 Tradesman Regular Cab DRW D23L62 https://www.myvendorlink.com/external/award?s=152476&i=132
135 Pickup Trucks – 4x2 Toyota Tundra SR Double Cab 8242 https://www.myvendorlink.com/external/award?s=152476&i=135
136 Pickup Trucks – 4x2 Toyota Tundra SR5 CrewMax 8261 https://www.myvendorlink.com/external/award?s=152476&i=136
138 Pickup Trucks – 4x4 Chevrolet Silverado 1500 Crew Cab (Short Bed 147.4) 1L CK10543 https://www.myvendorlink.com/external/award?s=152476&i=138
139 Pickup Trucks – 4x4 Chevrolet Silverado 1500 Crew Cab (Short Bed 147.4) 1W CK10543 https://www.myvendorlink.com/external/award?s=152476&i=139
140 Pickup Trucks – 4x4 Chevrolet Silverado 1500 Crew Cab (Standard Bed 156.9 CK10743 https://www.myvendorlink.com/external/award?s=152476&i=140
141 Pickup Trucks – 4x4 Chevrolet Silverado 1500 Crew Cab (Standard Bed 156.9 CK10743 https://www.myvendorlink.com/external/award?s=152476&i=141
143 Pickup Trucks – 4x4 Chevrolet Silverado 1500 Double Cab 1WT 4x4 CK10753 https://www.myvendorlink.com/external/award?s=152476&i=143
144 Pickup Trucks – 4x4 Chevrolet Silverado 1500 Regular Cab 1WT 4x4 CK10903 https://www.myvendorlink.com/external/award?s=152476&i=144
146 Pickup Trucks – 4x4 Chevrolet Silverado 2500HD Crew Cab (Long Bed 172) 1W CK20943 https://www.myvendorlink.com/external/award?s=152476&i=146
148 Pickup Trucks – 4x4 Chevrolet Silverado 2500HD Crew Cab (Standard Bed 15 CK20743 https://www.myvendorlink.com/external/award?s=152476&i=148
150 Pickup Trucks – 4x4 Chevrolet Silverado 2500HD Double Cab (Long Bed 162.4 CK20953 https://www.myvendorlink.com/external/award?s=152476&i=150
152 Pickup Trucks – 4x4 Chevrolet Silverado 2500HD Double Cab (Standard Bed 1 CK20753 https://www.myvendorlink.com/external/award?s=152476&i=152
154 Pickup Trucks – 4x4 Chevrolet Silverado 2500HD Regular Cab 1WT 4x4 CK20903 https://www.myvendorlink.com/external/award?s=152476&i=154
156 Pickup Trucks – 4x4 Chevrolet Silverado 3500HD Crew Cab 1WT DRW 4x4 CK30943 https://www.myvendorlink.com/external/award?s=152476&i=156
158 Pickup Trucks – 4x4 Chevrolet Silverado 3500HD Double Cab 1WT SRW 4x4 CK30953 https://www.myvendorlink.com/external/award?s=152476&i=158160Pickup Trucks – 4x4 Chevrolet Silverado 3500HD Regular Cab 1WT DRW 4x4 CK30903 https://www.myvendorlink.com/external/award?s=152476&i=160
161 Pickup Trucks – 4x4 Ford F-150 Super Crew Hybrid W1L https://www.myvendorlink.com/external/award?s=152476&i=161
162 Pickup Trucks – 4x4 Ford F-150 XL Crew Cab 4x4 W1L https://www.myvendorlink.com/external/award?s=152476&i=162
163 Pickup Trucks – 4x4 Ford F-150 XL Regular Cab 4x4 F1L https://www.myvendorlink.com/external/award?s=152476&i=163
164 Pickup Trucks – 4x4 Ford F-150 XL Super Cab 4x4 X1L https://www.myvendorlink.com/external/award?s=152476&i=164
165 Pickup Trucks – 4x4 Ford F-150 XLT Crew Cab 4x4 W3L https://www.myvendorlink.com/external/award?s=152476&i=165
166 Pickup Trucks – 4x4 Ford F-150 XLT Regular Cab 4x4 F1L https://www.myvendorlink.com/external/award?s=152476&i=166
167 Pickup Trucks – 4x4 Ford F-150 XLT Super Cab 4x4 X3L https://www.myvendorlink.com/external/award?s=152476&i=167
168 Pickup Trucks – 4x4 Ford F-250 XL Super Duty Crew Cab 4x4 W2B https://www.myvendorlink.com/external/award?s=152476&i=168
169 Pickup Trucks – 4x4 Ford F-250 XL Super Duty Regular Cab 4x4 F2B https://www.myvendorlink.com/external/award?s=152476&i=169
170 Pickup Trucks – 4x4 Ford F-250 XL Super Duty Super Cab 4x4 X2B https://www.myvendorlink.com/external/award?s=152476&i=170
171 Pickup Trucks – 4x4 Ford F-350 XL Super Duty Crew Cab DRW 4x4 W3D https://www.myvendorlink.com/external/award?s=152476&i=171
172 Pickup Trucks – 4x4 Ford F-350 XL Super Duty Regular Cab DRW 4x4 F3D https://www.myvendorlink.com/external/award?s=152476&i=172
173 Pickup Trucks – 4x4 Ford F-350 XL Super Duty Super Cab DRW 4x4 X3D https://www.myvendorlink.com/external/award?s=152476&i=173
174 Pickup Trucks – 4x4 Ford Maverick 4x4 W8B https://www.myvendorlink.com/external/award?s=152476&i=174
175 Pickup Trucks – 4x4 GMC Sierra 2500HD Crew Cab (Standard Bed 158.9) 1SA TK20743 https://www.myvendorlink.com/external/award?s=152476&i=175
176 Pickup Trucks – 4x4 Jeep Gladiator Sport 4x4 JTJL98 https://www.myvendorlink.com/external/award?s=152476&i=176
177 Pickup Trucks – 4x4 Nissan Frontier S V6 4x4 CC A/T 32014 https://www.myvendorlink.com/external/award?s=152476&i=177
178 Pickup Trucks – 4x4 Nissan Frontier SV LWB 4x4 CC A/T 33214 https://www.myvendorlink.com/external/award?s=152476&i=178
179 Pickup Trucks – 4x4 Nissan Frontier SV SWB 4x4 CC A/T 32214 https://www.myvendorlink.com/external/award?s=152476&i=179
180 Pickup Trucks – 4x4 Nissan Titan S King Cab 4x4 37214 https://www.myvendorlink.com/external/award?s=152476&i=180
181 Pickup Trucks – 4x4 Ram 1500 Big Horn Crew Cab 4x4 5.7 Bed DT6H98 https://www.myvendorlink.com/external/award?s=152476&i=181
182 Pickup Trucks – 4x4 Ram 1500 Big Horn Crew Cab 4x4 6.4 Bed DT6H91 https://www.myvendorlink.com/external/award?s=152476&i=182
183 Pickup Trucks – 4x4 Ram 1500 Big Horn Quad Cab 4x4 6.4 Bed DT6H41 https://www.myvendorlink.com/external/award?s=152476&i=183
184 Pickup Trucks – 4x4 Ram 2500 Tradesman Crew Cab 4x4 DJ7L92 https://www.myvendorlink.com/external/award?s=152476&i=184
185 Pickup Trucks – 4x4 Ram 2500 Tradesman Regular Cab 4x4 DJ7L62 https://www.myvendorlink.com/external/award?s=152476&i=185
186 Pickup Trucks – 4x4 Ram 3500 Tradesman Crew Cab DRW 4x4 D28L92 https://www.myvendorlink.com/external/award?s=152476&i=186
187 Pickup Trucks – 4x4 Ram 3500 Tradesman Regular Cab DRW 4x4 D28L62 https://www.myvendorlink.com/external/award?s=152476&i=187
190 Pickup Trucks – 4x4 Toyota Tundra SR Double Cab 4x4 8342 https://www.myvendorlink.com/external/award?s=152476&i=190
191 Pickup Trucks – 4x4 Toyota Tundra SR5 Crewmax 4x4 8361 https://www.myvendorlink.com/external/award?s=152476&i=191
192 Pursuit Rated & Pursuit Hybrid Vehicles Chevrolet Silverado 4x4 PPV CK10543/9C1 https://www.myvendorlink.com/external/award?s=152476&i=192
193 Pursuit Rated & Pursuit Hybrid Vehicles Chevrolet Tahoe 4x2 PPV 21 CC10706/9C1 https://www.myvendorlink.com/external/award?s=152476&i=193
194 Pursuit Rated & Pursuit Hybrid Vehicles Chevrolet Tahoe 4x4 PPV 21 CK10706/9C1 https://www.myvendorlink.com/external/award?s=152476&i=194
195 Pursuit Rated & Pursuit Hybrid Vehicles Dodge Durango Pursuit V6 AWD WDEE75 https://www.myvendorlink.com/external/award?s=152476&i=195
196 Pursuit Rated & Pursuit Hybrid Vehicles Dodge Durango Pursuit V8 AWD WDEE75 https://www.myvendorlink.com/external/award?s=152476&i=196
197 Pursuit Rated & Pursuit Hybrid Vehicles Ford Interceptor Utility AWD 3.0L EcoBoost K8A https://www.myvendorlink.com/external/award?s=152476&i=197
198 Pursuit Rated & Pursuit Hybrid Vehicles Ford Interceptor Utility AWD 3.3L Gas K8A https://www.myvendorlink.com/external/award?s=152476&i=198
199 Pursuit Rated & Pursuit Hybrid Vehicles Ford Interceptor Utility AWD Hybrid 3.3L K8A https://www.myvendorlink.com/external/award?s=152476&i=199
200 Pursuit Rated & Pursuit Hybrid Vehicles Ford Police Responder F-150 Crew Cab 4x4 W1P https://www.myvendorlink.com/external/award?s=152476&i=200
201 Pursuit Rated Motorcycles Harley Davidson Electra Glide FLHTP https://www.myvendorlink.com/external/award?s=152476&i=201
202 Pursuit Rated Motorcycles Harley Davidson Police Road Glide FLTRXP https://www.myvendorlink.com/external/award?s=152476&i=202
203 Pursuit Rated Motorcycles Harley Davidson Road King FLHP https://www.myvendorlink.com/external/award?s=152476&i=203
204 Special Service Vehicles Chevrolet Silverado 1500 Special Service Vehicle 4x2 CC10543/5W4 https://www.myvendorlink.com/external/award?s=152476&i=204
205 Special Service Vehicles Chevrolet Silverado 1500 Special Service Vehicle 4x4 CK10543/5W4 https://www.myvendorlink.com/external/award?s=152476&i=205
206 Special Service Vehicles Chevrolet Tahoe 4x4 SSV 21 CK10706/5W4 https://www.myvendorlink.com/external/award?s=152476&i=206
207 Special Service Vehicles Ford Expedition SSV 4x2 U1F/102A https://www.myvendorlink.com/external/award?s=152476&i=207
208 Special Service Vehicles Ford F-150 Special Service Vehicle 4x2 W1T https://www.myvendorlink.com/external/award?s=152476&i=208
209 Special Service Vehicles Ford F-150 Special Service Vehicle Super Crew 4x2 W1S https://www.myvendorlink.com/external/award?s=152476&i=209
210 Utility & Hybrid Utility Vehicles – 4x2 Chevrolet Blazer FWD 1NK26 https://www.myvendorlink.com/external/award?s=152476&i=210
211 Utility & Hybrid Utility Vehicles – 4x2 Chevrolet Equinox FWD 1XP26 https://www.myvendorlink.com/external/award?s=152476&i=211
212 Utility & Hybrid Utility Vehicles – 4x2 Chevrolet Suburban 4x2 1FL CC10906 https://www.myvendorlink.com/external/award?s=152476&i=212
213 Utility & Hybrid Utility Vehicles – 4x2 Chevrolet Tahoe 4x2 1FL CC10706 https://www.myvendorlink.com/external/award?s=152476&i=213
214 Utility & Hybrid Utility Vehicles – 4x2 Chevrolet Trailblazer FWD 1TR56 https://www.myvendorlink.com/external/award?s=152476&i=214
215 Utility & Hybrid Utility Vehicles – 4x2 Chevrolet Traverse LS FWD 1NB56 https://www.myvendorlink.com/external/award?s=152476&i=215
216 Utility & Hybrid Utility Vehicles – 4x2 Chevrolet Trax FWD 1TR58 https://www.myvendorlink.com/external/award?s=152476&i=216
217 Utility & Hybrid Utility Vehicles – 4x2 Ford Expedition MAX XL 4x2 K1F/100A https://www.myvendorlink.com/external/award?s=152476&i=217
218 Utility & Hybrid Utility Vehicles – 4x2 Ford Expedition XL 4X2 U1F/100A https://www.myvendorlink.com/external/award?s=152476&i=218219Utility & Hybrid Utility Vehicles – 4x2 Ford Explorer XLT RWD K7D https://www.myvendorlink.com/external/award?s=152476&i=219
220 Utility & Hybrid Utility Vehicles – 4x2 GMC Terrain SLE FWD TXL26 https://www.myvendorlink.com/external/award?s=152476&i=220
221 Utility & Hybrid Utility Vehicles – 4x2 Jeep Grand Cherokee Laredo 4x2 2 Row WLTH74 https://www.myvendorlink.com/external/award?s=152476&i=221
222 Utility & Hybrid Utility Vehicles – 4x2 Jeep Wagoneer 4x2 Series I WSTM75 https://www.myvendorlink.com/external/award?s=152476&i=222
223 Utility & Hybrid Utility Vehicles – 4x2 Nissan Armada SV 4X2 26114 https://www.myvendorlink.com/external/award?s=152476&i=223
228 Utility & Hybrid Utility Vehicles – 4x2 Toyota Rav4 LE,Utility & Hybrid 4430 https://www.myvendorlink.com/external/award?s=152476&i=228
229 Utility & Hybrid Utility Vehicles – 4x2 Toyota Sequoia SR5 Hybrid 7946 https://www.myvendorlink.com/external/award?s=152476&i=229
230 Utility & Hybrid Utility Vehicles – 4x4 and AWD Chevrolet Blazer AWD 1NR26 https://www.myvendorlink.com/external/award?s=152476&i=230
231 Utility & Hybrid Utility Vehicles – 4x4 and AWD Chevrolet Suburban 4x4 1FL CK10906 https://www.myvendorlink.com/external/award?s=152476&i=231
232 Utility & Hybrid Utility Vehicles – 4x4 and AWD Chevrolet Tahoe 4x4 1FL 21 CK10706 https://www.myvendorlink.com/external/award?s=152476&i=232
233 Utility & Hybrid Utility Vehicles – 4x4 and AWD Chevrolet Trailblazer AWD LS 1TV56 https://www.myvendorlink.com/external/award?s=152476&i=233
234 Utility & Hybrid Utility Vehicles – 4x4 and AWD Chevrolet Traverse LS AWD 1NV56 https://www.myvendorlink.com/external/award?s=152476&i=234
235 Utility & Hybrid Utility Vehicles – 4x4 and AWD Ford Bronco Sport R9B https://www.myvendorlink.com/external/award?s=152476&i=235
236 Utility & Hybrid Utility Vehicles – 4x4 and AWD Ford Expedition MAX XL 4X4 K1G/100A https://www.myvendorlink.com/external/award?s=152476&i=236
237 Utility & Hybrid Utility Vehicles – 4x4 and AWD Ford Expedition XL 4x4 U1G/100A https://www.myvendorlink.com/external/award?s=152476&i=237
238 Utility & Hybrid Utility Vehicles – 4x4 and AWD Ford Explorer XLT AWD K8D https://www.myvendorlink.com/external/award?s=152476&i=238
239 Utility & Hybrid Utility Vehicles – 4x4 and AWD Jeep Grand Cherokee Laredo 4x4 3 Row WLJH74 https://www.myvendorlink.com/external/award?s=152476&i=239
240 Utility & Hybrid Utility Vehicles – 4x4 and AWD Jeep Wagoneer 4x4 Series I WSJM75 https://www.myvendorlink.com/external/award?s=152476&i=240
241 Utility & Hybrid Utility Vehicles – 4x4 and AWD Jeep Wrangler 2 Door 4x4 A/T JLJL72 https://www.myvendorlink.com/external/award?s=152476&i=241
242 Utility & Hybrid Utility Vehicles – 4x4 and AWD Jeep Wrangler 4 Door 4x4 A/T JLJL74 https://www.myvendorlink.com/external/award?s=152476&i=242
243 Utility & Hybrid Utility Vehicles – 4x4 and AWD Jeep Wrangler Sport 2 Door 4x4 A/T JLJL72 (24S)https://www.myvendorlink.com/external/award?s=152476&i=243
244 Utility & Hybrid Utility Vehicles – 4x4 and AWD Jeep Wrangler Sport 4-Door 4xE Hybrid JLXL74 https://www.myvendorlink.com/external/award?s=152476&i=244
245 Utility & Hybrid Utility Vehicles – 4x4 and AWD Jeep Wrangler Unlimited Sport 4 Door 4x4 A/T JLJL74 (24S)https://www.myvendorlink.com/external/award?s=152476&i=245
246 Utility & Hybrid Utility Vehicles – 4x4 and AWD Nissan Armada SV 4X4 26214 https://www.myvendorlink.com/external/award?s=152476&i=246
251 Utility & Hybrid Utility Vehicles – 4x4 and AWD Toyota Rav4 LE AWD 4432 https://www.myvendorlink.com/external/award?s=152476&i=251252Utility & Hybrid Utility Vehicles – 4x4 and AWD Toyota Rav4 LE Hybrid AWD 4435 https://www.myvendorlink.com/external/award?s=152476&i=252
253 Utility & Hybrid Utility Vehicles – 4x4 and AWD Toyota Sequoia SR5 4x4 Hybrid 7947 https://www.myvendorlink.com/external/award?s=152476&i=253
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEL31.0: Pursuit, Administrative, & Other
Vehicles
Final Award Report
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 2/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:1, Chevrolet, Malibu LS, 1ZC69
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
Stingray Chevrolet
$23,117.00
$24,139.00
$24,193.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$22,917.00
$23,993.00
$24,139.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$23,017.00
$23,893.00
$24,139.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$23,117.00
$23,893.00
$24,139.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 3/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:2, Ford, Mustang Ecoboost, P8T
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$29,478.00
$29,756.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$29,278.00
$29,756.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$29,378.00
$29,756.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$29,478.00
$29,756.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 4/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:3, Nissan, Altima 2.5 S FWD, 13114
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$24,819.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$24,769.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$24,769.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$24,942.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 5/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:4, Nissan, Sentra S, 12014
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$20,831.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$20,802.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$20,807.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$20,857.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 6/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:5, Nissan, Versa S CVT, 10114
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$18,746.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$18,477.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$18,613.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$18,746.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 7/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:6, Toyota, Camry LE, 2532
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $25,341.00 Build Options
Northern Primary Seminole Toyota $25,341.00 Build Options
Central Primary Seminole Toyota $25,341.00 Build Options
Southern Primary Seminole Toyota $25,341.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 8/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:7, Toyota, Camry LE Hybrid, 7514
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $27,556.00 Build Options
Northern Primary Seminole Toyota $27,556.00 Build Options
Central Primary Seminole Toyota $27,556.00 Build Options
Southern Primary Seminole Toyota $27,556.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 9/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:8, Toyota, Camry SE, 2546
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $26,876.00 Build Options
Northern Primary Seminole Toyota $26,629.00 Build Options
Central Primary Seminole Toyota $26,629.00 Build Options
Southern Primary Seminole Toyota $26,629.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 10/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:9, Toyota, Camry XLE V6, 2554
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $34,371.00 Build Options
Northern Primary Seminole Toyota $34,371.00 Build Options
Central Primary Seminole Toyota $34,371.00 Build Options
Southern Primary Seminole Toyota $37,371.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 11/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:10, Toyota, Corolla Hatchback SE CVT A/T, 6272
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $23,293.00 Build Options
Northern Primary Seminole Toyota $23,293.00 Build Options
Central Primary Seminole Toyota $23,293.00 Build Options
Southern Primary Seminole Toyota $23,293.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 12/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:11, Toyota, Corolla LE, 1852
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $22,119.00 Build Options
Northern Primary Seminole Toyota $22,119.00 Build Options
Central Primary Seminole Toyota $22,119.00 Build Options
Southern Primary Seminole Toyota $22,119.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 13/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:12, Toyota, Corolla LE Hybrid, 1882
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $23,240.00 Build Options
Northern Primary Seminole Toyota $23,240.00 Build Options
Central Primary Seminole Toyota $23,240.00 Build Options
Southern Primary Seminole Toyota $23,240.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 14/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Administrative Sedans
Item:13, Toyota, Prius LE Hybrid, 1223
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $27,345.00 Build Options
Northern Primary Seminole Toyota $27,345.00 Build Options
Central Primary Seminole Toyota $27,345.00 Build Options
Southern Primary Seminole Toyota $27,345.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 15/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2
Item:14, Chevrolet, Silverado 3500HD Crew Cab, CC31043
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,718.00
$46,818.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,518.00
$46,618.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,618.00
$46,618.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,718.00
$46,718.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 16/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2
Item:15, Chevrolet, Silverado 3500HD Regular Cab, CC31003
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,807.00
$44,308.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,607.00
$44,208.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,707.00
$44,010.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,807.00
$44,218.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 17/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2
Item:16, Ford, F-350 Regular Cab, F3G
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$45,066.00
$45,341.00
$45,651.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$44,841.00
$45,131.00
$45,451.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$44,616.00
$45,221.00
$45,551.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$44,616.00
$45,366.00
$45,651.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 18/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2
Item:17, Ford, F-350 Super Cab, X3G
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$46,673.00
$46,960.00
$47,269.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$46,448.00
$46,750.00
$47,069.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$46,223.00
$46,840.00
$47,169.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$46,223.00
$46,985.00
$47,269.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 19/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2
Item:18, Ford, F-350 Super Crew, W3G
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,639.00
$47,933.00
$48,242.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,414.00
$47,723.00
$48,042.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,189.00
$47,813.00
$48,142.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,189.00
$47,958.00
$48,242.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 20/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4
Item:19, Chevrolet, Silverado 3500HD Crew Cab, CK31043
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,698.00
$49,398.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,498.00
$49,198.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,598.00
$49,098.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,698.00
$49,298.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 21/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4
Item:20, Chevrolet, Silverado 3500HD Regular Cab, CK31003
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,787.00
$46,186.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,587.00
$46,086.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,687.00
$45,987.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,787.00
$46,296.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 22/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4
Item:21, Ford, F-350 Regular Cab, F3H
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
BOZARD FORD
$48,203.00
$48,502.00
$49,073.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,978.00
$48,292.00
$48,610.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,753.00
$48,382.00
$48,710.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,753.00
$48,527.00
$48,810.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 23/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4
Item:22, Ford, F-350 Super Cab, X3H
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,836.00
$50,147.00
$50,455.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,611.00
$49,937.00
$50,255.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,386.00
$50,027.00
$50,355.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,386.00
$50,172.00
$50,455.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 24/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4
Item:23, Ford, F-350 Super Crew, W3H
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,797.00
$51,115.00
$51,424.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,572.00
$50,905.00
$51,224.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,347.00
$50,995.00
$51,324.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,347.00
$51,140.00
$51,424.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 25/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2
Item:24, Ford, F-450 Crew Cab, W4G
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,680.00
$50,997.00
$51,306.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,455.00
$50,787.00
$51,106.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,230.00
$50,877.00
$51,206.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,230.00
$51,022.00
$51,306.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 26/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2
Item:25, Ford, F-450 Regular Cab, F4G
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$48,564.00
$48,865.00
$49,174.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$48,339.00
$48,655.00
$48,974.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$48,114.00
$48,745.00
$49,074.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$48,114.00
$48,890.00
$49,174.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 27/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2
Item:26, Ford, F-450 Super Cab, X4G
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,658.00
$50,038.00
$50,347.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,433.00
$49,828.00
$50,147.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,208.00
$49,918.00
$50,247.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,208.00
$50,063.00
$50,347.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 28/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4
Item:27, Ford, F-450 Crew Cab, W4H
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$53,843.00
$54,184.00
$54,492.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$53,618.00
$53,974.00
$54,292.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$53,393.00
$54,064.00
$54,392.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$53,393.00
$54,209.00
$54,492.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 29/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4
Item:28, Ford, F-450 Regular Cab, F4H
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$51,181.00
$51,502.00
$51,810.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,956.00
$51,292.00
$51,610.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,731.00
$51,382.00
$51,710.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$50,731.00
$51,527.00
$51,810.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 30/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4
Item:29, Ford, F-450 Super Cab, X4H
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$52,887.00
$53,221.00
$53,529.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$52,662.00
$53,011.00
$53,329.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$52,437.00
$53,101.00
$53,429.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$52,437.00
$53,246.00
$53,529.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 31/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:30, Ford, Transit T-150 Medium Roof Cargo Van RWD, E1C
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,932.00
$44,225.00
$44,483.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,722.00
$44,025.00
$44,483.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,812.00
$44,125.00
$44,483.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,957.00
$44,225.00
$44,483.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 32/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:31, Ford, Transit T-250 High Roof Cargo Van RWD, R1X
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$47,682.00
$47,975.00
$48,221.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$47,472.00
$47,775.00
$48,221.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$47,562.00
$47,875.00
$48,221.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$47,707.00
$47,975.00
$48,221.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 33/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:32, Ford, Transit T-250 Medium Roof Cargo Van RWD, R1C
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,795.00
$45,088.00
$45,364.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,585.00
$44,888.00
$45,364.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,675.00
$44,988.00
$45,364.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,820.00
$45,088.00
$45,364.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 34/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:33, Ford, Transit T-350 High Roof Cargo Van RWD, W1X
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$48,819.00
$49,112.00
$49,381.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$48,609.00
$48,912.00
$49,381.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$48,699.00
$49,012.00
$49,381.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$48,844.00
$49,112.00
$49,381.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 35/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:34, Ford, Transit T-350 High Roof Passenger Van (Wagon) RWD, X2X
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$51,658.00
$51,978.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$51,458.00
$51,978.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$51,558.00
$51,978.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$51,658.00
$51,978.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 36/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:35, Ford, Transit T-350 Medium Roof Cargo Van RWD, W9C
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,220.00
$46,431.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,020.00
$46,431.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,120.00
$46,431.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,220.00
$46,431.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 37/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:36, Ford, Transit T-350 Medium Roof Passenger Van (Wagon) RWD, X2C
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$50,571.00
$50,869.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$50,371.00
$50,869.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$50,471.00
$50,869.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$50,571.00
$50,869.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 38/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:37, Mercedes-Benz, Sprinter 2500 170 wb 4 cyl. diesel high roof cargo van, M2CA7S
Zone Rank Vendor Price Build File Options File
Western Primary Tampa Truck Center $54,054.00 Build Options
Northern Primary Tampa Truck Center $54,054.00 Build Options
Central Primary Tampa Truck Center $54,054.00 Build Options
Southern Primary Tampa Truck Center $54,054.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 39/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Medium/High Roof
Item:38, Mercedes-Benz, Sprinter 2500 170 wb 4 cyl. Diesel highoutput AWD high roof cargo van, M2CA7H
Zone Rank Vendor Price Build File Options File
Western Primary Tampa Truck Center $56,918.00 Build Options
Northern Primary Tampa Truck Center $56,918.00 Build Options
Central Primary Tampa Truck Center $56,918.00 Build Options
Southern Primary Tampa Truck Center $56,918.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 40/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:39, Chevrolet, Express 2500 1WT 135 Cargo Van, CG23405
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$36,958.00
$38,586.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$36,758.00
$38,386.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$36,858.00
$38,386.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$36,958.00
$38,586.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 41/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:40, Chevrolet, Express 2500 1WT 155 Cargo Van, CG23705
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$38,688.00
$40,515.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$38,488.00
$40,315.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$38,588.00
$40,315.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$38,688.00
$40,815.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 42/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:41, Chevrolet, Express 2500 LS 135 Passenger Van, CG23406
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$40,581.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$40,381.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$40,481.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$40,581.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 43/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:42, Chevrolet, Express 3500 1WT 135 Cargo Van, CG33405
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,378.00
$41,006.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,178.00
$41,006.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,278.00
$41,006.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,378.00
$41,006.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 44/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:43, Chevrolet, Express 3500 1WT 155 Cargo Van, CG33705
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$40,107.00
$41,586.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,907.00
$41,486.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$40,007.00
$41,486.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$40,107.00
$41,986.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 45/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:44, Chevrolet, Express 3500 LS 135 Passenger Van, CG33406
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$41,271.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$41,071.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$41,171.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$41,271.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 46/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:45, Chevrolet, Express 3500 LS 155 Passenger Van, CG33706
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,403.00
$45,984.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,203.00
$45,744.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,303.00
$45,704.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,403.00
$45,984.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 47/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:46, Chrysler, Paci ca Touring L, RUCH53
Zone Rank Vendor Price Build File Options File
Western Primary STEP ONE AUTOMOTIVE GROUP $41,210.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$41,389.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$41,489.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$41,589.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 48/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:47, Ford, E350 Cutaway Van, E3F
Zone Rank Vendor Price Build File Options File
Western Primary BOZARD FORD $37,126.00 Build Options
Northern Primary BOZARD FORD $37,126.00 Build Options
Central Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$35,400.00
$37,126.00
Build
Build
Options
Options
Southern Primary
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$35,050.00
$37,126.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 49/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:48, Ford, E450 Cutaway Van, E4F
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Duval Ford LLC
BOZARD FORD
$39,281.00
$39,432.00
Build
Build
Options
Options
Northern Primary
Alternate
Duval Ford LLC
BOZARD FORD
$39,071.00
$39,432.00
Build
Build
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
BOZARD FORD
$37,634.00
$39,161.00
$39,432.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
BOZARD FORD
$37,284.00
$39,306.00
$39,432.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 50/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:49, Ford, Transit T150 Low Roof Cargo Van RWD, E1Y
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,408.00
$43,701.00
$43,947.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,198.00
$43,501.00
$43,947.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,288.00
$43,601.00
$43,947.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,433.00
$43,701.00
$43,947.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 51/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:50, Ford, Transit T250 Low Roof Cargo Van RWD, R1Y
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,272.00
$44,566.00
$44,832.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,062.00
$44,366.00
$44,832.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,152.00
$44,466.00
$44,832.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,297.00
$44,566.00
$44,832.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 52/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:51, Ford, Transit T-350 Low Roof Cargo Van RWD, W1Y
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,409.00
$45,702.00
$45,902.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,199.00
$45,502.00
$45,902.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,289.00
$45,602.00
$45,902.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,434.00
$45,702.00
$45,902.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 53/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:52, Ford, Transit T350 Low Roof Passenger Van (Wagon) RWD, X2Y
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$49,771.00
$50,151.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$49,571.00
$50,151.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$49,671.00
$50,151.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$49,771.00
$50,151.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 54/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:53, Mercedes-Benz, Sprinter 3500XD (11 030 GVW) 170 wb 6 cyl. diesel cab chassis / cutaway, MXCC7H
Zone Rank Vendor Price Build File Options File
Western Primary Tampa Truck Center $51,394.00 Build Options
Northern Primary Tampa Truck Center $51,394.00 Build Options
Central Primary Tampa Truck Center $51,394.00 Build Options
Southern Primary Tampa Truck Center $51,394.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 55/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:54, Toyota, Sienna AWD LE, 5403
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $38,132.00 Build Options
Northern Primary Seminole Toyota $38,132.00 Build Options
Central Primary Seminole Toyota $38,132.00 Build Options
Southern Primary Seminole Toyota $38,132.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 56/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Cargo & Passenger Vans Standard/Low Roof
Item:55, Toyota, Sienna LE Hybrid, 5402
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $36,260.00 Build Options
Northern Primary Seminole Toyota $36,260.00 Build Options
Central Primary Seminole Toyota $36,260.00 Build Options
Southern Primary Seminole Toyota $36,260.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 57/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans
Item:56, Chrysler, Paci ca Select PHEV, RUET53
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$51,624.00
$51,930.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$51,730.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$51,830.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$51,930.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 58/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans
Item:57, Ford, E-Transit T-350 Low Roof Cargo Van Regular Wheelbase, W1Y/99K
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,242.00
$47,473.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,042.00
$47,473.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,142.00
$47,473.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,242.00
$47,473.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 59/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans
Item:58, Nissan, Leaf S 40kW, 17014
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$27,594.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$27,490.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$27,478.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$27,578.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 60/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans
Item:59, Nissan, Leaf SV Plus 60kW, 17313
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$35,850.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$35,777.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$35,686.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$35,776.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 61/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles
Item:60, Chevrolet, Silverado EV 4wd Crew Cab, CT35843
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$73,958.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$73,758.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$73,858.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$73,958.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 62/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles
Item:61, Ford, Mustang Mach-E (BEV) Electric, K1R Select
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$45,529.00
$45,814.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$45,329.00
$45,814.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$45,429.00
$45,814.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$45,529.00
$45,814.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 63/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles
Item:62, Jeep, Grand Cherokee 4xE Hybrid, WLXP74
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$58,629.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$58,429.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$58,529.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$58,629.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 64/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles
Item:63, Nissan, Ariya Engage e-4orce AWD, 24213
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$47,932.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$47,832.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$47,732.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$47,672.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 65/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles
Item:64, Nissan, Ariya Engage FWD, 24314
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$43,832.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$43,632.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$43,632.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$43,712.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 66/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:71, Recon, Commando MX Police Patrol Power Bike, Commando
Zone Rank Vendor Price Build File Options File
Western Primary America Wild LLC $2,979.00 Build Options
Northern Primary America Wild LLC $2,979.00 Build Options
Central Primary America Wild LLC $2,979.00 Build Options
Southern Primary America Wild LLC $2,979.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 67/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:72, Recon, Interceptor Police Patrol Power Bike, Interceptor
Zone Rank Vendor Price Build File Options File
Western Primary America Wild LLC $4,075.00 Build Options
Northern Primary America Wild LLC $4,075.00 Build Options
Central Primary America Wild LLC $4,075.00 Build Options
Southern Primary America Wild LLC $4,075.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 68/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:73, Recon, RECON Hummer EV, Hummer EV
Zone Rank Vendor Price Build File Options File
Western Primary America Wild LLC $4,179.00 Build Options
Northern Primary America Wild LLC $4,179.00 Build Options
Central Primary America Wild LLC $4,179.00 Build Options
Southern Primary America Wild LLC $4,179.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 69/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:76, Specialized, Globe ST, Globe ST
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $2,800.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $2,800.00 Build Options
Central Primary Treaty Oak Outdoors LLC $2,800.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $2,800.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 70/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:77, Specialized, Levo Comp Alloy, Levo Comp Alloy
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $7,000.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $7,000.00 Build Options
Central Primary Treaty Oak Outdoors LLC $7,000.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $7,000.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 71/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:78, Specialized, Levo Comp Carbon, Levo Comp Carbon
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $9,000.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $9,000.00 Build Options
Central Primary Treaty Oak Outdoors LLC $9,000.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $9,000.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 72/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:79, Specialized, Tero 3.0, Tero 3.0
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $3,250.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $3,250.00 Build Options
Central Primary Treaty Oak Outdoors LLC $3,250.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $3,250.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 73/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:80, Specialized, Turbo TeroX 4.0, Turbo TeroX 4.0
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $4,500.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $4,500.00 Build Options
Central Primary Treaty Oak Outdoors LLC $4,500.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $4,500.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 74/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:81, Specialized, Vado IGH 3.0, Vado IGH 3.0
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $3,750.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $3,750.00 Build Options
Central Primary Treaty Oak Outdoors LLC $3,750.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $3,750.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 75/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:82, Trek, Dual Sport - Commuter E-Bike, Dual Sport - Commuter E-Bike
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $2,394.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $2,394.00 Build Options
Central Primary Treaty Oak Outdoors LLC $2,394.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $2,394.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 76/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:83, Trek, Fetch - Cargo E-Bike, Fetch - Cargo E-Bike
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $5,994.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $5,994.00 Build Options
Central Primary Treaty Oak Outdoors LLC $5,994.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $5,994.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 77/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:84, Trek, Power y - Full Suspension O Road E-Bike, Power y - Full Suspension O Road E-Bike
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $3,644.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $3,644.00 Build Options
Central Primary Treaty Oak Outdoors LLC $3,644.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $3,644.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 78/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Electric Bikes & Transporters
Item:85, Trek, Service - Patrol Front Suspension, Service - Patrol Front Suspension
Zone Rank Vendor Price Build File Options File
Western Primary Treaty Oak Outdoors LLC $4,794.00 Build Options
Northern Primary Treaty Oak Outdoors LLC $4,794.00 Build Options
Central Primary Treaty Oak Outdoors LLC $4,794.00 Build Options
Southern Primary Treaty Oak Outdoors LLC $4,794.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 79/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:90, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1WT, CC10543
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$39,056.00
$39,353.00
$40,276.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$38,996.00
$39,153.00
$40,276.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$38,896.00
$39,253.00
$40,276.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$39,056.00
$39,353.00
$40,276.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 80/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:91, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1WT, CC10743
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$39,338.00
$39,634.00
$40,662.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$39,338.00
$39,434.00
$40,662.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$39,237.00
$39,534.00
$40,662.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$39,437.00
$39,634.00
$40,662.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 81/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:92, Chevrolet, Silverado 1500 Double Cab 1WT, CC10753
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$37,203.00
$38,907.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$37,003.00
$38,907.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$37,103.00
$38,908.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$37,203.00
$38,907.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 82/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:93, Chevrolet, Silverado 1500 Regular Cab 1WT, CC10903
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$35,920.00
$36,211.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$35,720.00
$36,211.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$35,820.00
$35,997.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$35,920.00
$36,188.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 83/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:96, Chevrolet, Silverado 2500HD Crew Cab (Long Bed 172) 1WT, CC20943
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$44,038.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$43,838.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$43,938.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$44,038.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 84/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:98, Chevrolet, Silverado 2500HD Double Cab (Long Bed 162.4) 1WT, CC20953
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,276.00
$45,676.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,076.00
$45,676.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,176.00
$45,676.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$42,276.00
$45,676.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 85/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:99, Chevrolet, Silverado 2500HD Regular Cab 1WT, CC20903
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,331.00
$42,888.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,131.00
$42,888.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,231.00
$42,438.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$41,331.00
$42,888.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 86/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:100, Chevrolet, Silverado 3500HD Crew Cab 1WT DRW, CC30943
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,354.00
$48,900.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,154.00
$48,900.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,254.00
$48,900.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,354.00
$48,900.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 87/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:101, Chevrolet, Silverado 3500HD Double Cab 1WT DRW, CC30953
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,491.00
$46,800.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,291.00
$46,800.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,391.00
$46,800.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,491.00
$46,800.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 88/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:102, Chevrolet, Silverado 3500HD Regular 1WT DRW, CC30903
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,846.00
$46,400.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,646.00
$46,400.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,746.00
$46,400.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,846.00
$46,400.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 89/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:103, ETR/Chevrolet, HD 2500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU
Zone Rank Vendor Price Build File Options File
Western Primary ETR, L.L.C.$117,706.00 Build Options
Northern Primary ETR, L.L.C.$117,011.00 Build Options
Central Primary ETR, L.L.C.$117,011.00 Build Options
Southern Primary ETR, L.L.C.$117,706.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 90/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:104, ETR/Chevrolet, HD 3500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU
Zone Rank Vendor Price Build File Options File
Western Primary ETR, L.L.C.$119,115.00 Build Options
Northern Primary ETR, L.L.C.$118,420.00 Build Options
Central Primary ETR, L.L.C.$118,420.00 Build Options
Southern Primary ETR, L.L.C.$119,115.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 91/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:105, ETR/Ford, F-250 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU
Zone Rank Vendor Price Build File Options File
Western Primary ETR, L.L.C.$117,660.00 Build Options
Northern Primary ETR, L.L.C.$116,965.00 Build Options
Central Primary ETR, L.L.C.$116,965.00 Build Options
Southern Primary ETR, L.L.C.$117,660.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 92/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:106, ETR/Ford, F-350 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU
Zone Rank Vendor Price Build File Options File
Western Primary ETR, L.L.C.$119,140.00 Build Options
Northern Primary ETR, L.L.C.$118,445.00 Build Options
Central Primary ETR, L.L.C.$118,445.00 Build Options
Southern Primary ETR, L.L.C.$119,140.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 93/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:107, ETR/Ram, 2500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU
Zone Rank Vendor Price Build File Options File
Western Primary ETR, L.L.C.$117,704.00 Build Options
Northern Primary ETR, L.L.C.$117,010.00 Build Options
Central Primary ETR, L.L.C.$117,010.00 Build Options
Southern Primary ETR, L.L.C.$117,704.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 94/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:108, ETR/Ram, 3500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU
Zone Rank Vendor Price Build File Options File
Western Primary ETR, L.L.C.$119,114.00 Build Options
Northern Primary ETR, L.L.C.$118,419.00 Build Options
Central Primary ETR, L.L.C.$118,419.00 Build Options
Southern Primary ETR, L.L.C.$119,114.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 95/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:109, Ford, F-150 Super Crew Hybrid, W1K
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
BOZARD FORD
Garber Ford Inc
$42,133.00
$42,644.00
$44,078.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
BOZARD FORD
Garber Ford Inc
$41,923.00
$42,644.00
$43,878.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
BOZARD FORD
Garber Ford Inc
$42,013.00
$42,644.00
$43,978.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
BOZARD FORD
Garber Ford Inc
$42,158.00
$42,644.00
$44,078.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 96/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:110, Ford, F-150 XL Regular Cab, F1K
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$35,470.00
$35,837.00
$36,014.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$35,470.00
$35,637.00
$36,014.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$35,470.00
$35,737.00
$36,014.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$35,837.00
$36,014.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 97/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:111, Ford, F-150 XL Super Cab, X1K
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$38,696.00
$39,043.00
$39,302.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$38,696.00
$38,843.00
$39,302.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$38,696.00
$38,943.00
$39,302.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$39,043.00
$39,302.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 98/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:112, Ford, F-150 XL Super Crew Cab, W1K
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Duval Ford LLC
Garber Ford Inc
$39,837.00
$39,878.00
$40,172.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$39,668.00
$39,972.00
$40,459.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$39,758.00
$40,072.00
$40,459.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$39,903.00
$40,172.00
$40,459.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 99/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:113, Ford, F-250 Super Duty XL Crew Cab, W2A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,257.00
$45,550.00
$45,837.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,047.00
$45,350.00
$45,837.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$45,137.00
$45,153.00
$45,450.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$44,851.00
$45,282.00
$45,550.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 100/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:114, Ford, F-250 XL Super Duty Regular Cab SRW, F2A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$41,795.00
$42,103.00
$42,314.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$41,585.00
$41,903.00
$42,314.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$41,675.00
$41,706.00
$42,003.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$41,404.00
$41,820.00
$42,103.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 101/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:115, Ford, F-250 XL Super Duty Super Cab, X2A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,919.00
$44,227.00
$44,485.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,709.00
$44,027.00
$44,485.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$43,799.00
$43,830.00
$44,127.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$43,528.00
$43,944.00
$44,227.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 102/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:116, Ford, F-350 XL Super Duty Crew Cab DRW, W3C
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$56,832.00
$57,140.00
$57,569.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$56,622.00
$56,940.00
$57,569.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$56,712.00
$56,743.00
$57,040.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$56,441.00
$56,857.00
$57,140.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 103/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:117, Ford, F-350 XL Super Duty Regular Cab DRW, F3C
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,101.00
$44,409.00
$44,672.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,891.00
$44,209.00
$44,672.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$43,981.00
$44,012.00
$44,309.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$43,710.00
$44,126.00
$44,409.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 104/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:118, Ford, F-350 XL Super Duty Super Cab DRW, X3C
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$55,509.00
$55,817.00
$56,220.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$55,299.00
$55,617.00
$56,220.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$55,389.00
$55,418.00
$55,717.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$55,118.00
$55,534.00
$55,817.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 105/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:119, Ford, Maverick 4x2, W8A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Duval Ford LLC
Garber Ford Inc
$23,330.00
$23,618.00
$23,695.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$23,408.00
$23,495.00
$23,892.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$23,395.00
$23,498.00
$23,595.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$22,995.00
$23,643.00
$23,695.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 106/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:120, Nissan, Frontier S V6 4x2 CC A/T, 32114
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$31,776.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$31,690.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$31,656.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$31,710.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 107/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:121, Nissan, Frontier SV LWB 4x2 CC A/T, 33114
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$37,280.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$37,216.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$37,202.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$37,227.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 108/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:122, Nissan, Frontier SV SWB 4x2 CC A/T, 32314
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$34,279.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$34,181.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$34,169.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$34,189.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 109/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:123, Nissan, Titan S Crew Cab, 38314
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$43,469.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$43,359.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$43,330.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$43,332.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 110/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:124, Ram, 1500 Big Horn Crew Cab 4x2 5.7 Bed, DT1H98
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$41,863.00
$42,187.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$41,987.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$42,087.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$42,187.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 111/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:125, Ram, 1500 Big Horn Crew Cab 4x2 6.4 Bed, DT1H91
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$44,885.00
$45,196.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$44,996.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$45,096.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$45,196.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 112/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:126, Ram, 1500 Big Horn Quad Cab 4x2 6.4 Bed, DT1H41
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$39,291.00
$39,626.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$39,426.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$39,526.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$39,626.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 113/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:127, Ram, 1500 Tradesman Crew Cab, DT1L98
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$40,899.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$40,699.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$40,799.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$40,899.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 114/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:128, Ram, 1500 Tradesman Quad Cab, DT1L41
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chrysler Dodge Truck, Inc.
STEP ONE AUTOMOTIVE GROUP
$38,316.00
$39,291.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$38,116.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$38,216.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$38,316.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 115/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:129, Ram, 2500 Tradesman Crew Cab, DJ2L92
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$43,440.00
$43,766.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$43,566.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$43,666.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$43,766.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 116/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:130, Ram, 2500 Tradesman Regular Cab, DJ2L62
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$41,465.00
$41,796.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$41,596.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$41,696.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$41,796.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 117/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:131, Ram, 3500 Tradesman Crew Cab DRW, D23L92
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$47,311.00
$48,966.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$48,766.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$48,866.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$48,966.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 118/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:132, Ram, 3500 Tradesman Regular Cab DRW, D23L62
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$43,724.00
$47,068.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$46,868.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$46,968.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$47,068.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 119/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:135, Toyota, Tundra SR Double Cab, 8242
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $38,607.00 Build Options
Northern Primary Seminole Toyota $38,607.00 Build Options
Central Primary Seminole Toyota $38,607.00 Build Options
Southern Primary Seminole Toyota $38,607.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 120/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x2
Item:136, Toyota, Tundra SR5 CrewMax, 8261
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $45,280.00 Build Options
Northern Primary Seminole Toyota $45,280.00 Build Options
Central Primary Seminole Toyota $45,280.00 Build Options
Southern Primary Seminole Toyota $45,280.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 121/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:138, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1LT 4x4, CK10543
Zone Rank Vendor Price Build File Options File
Western Primary Stingray Chevrolet $47,569.00 Build Options
Northern Primary Stingray Chevrolet $47,569.00 Build Options
Central Primary Stingray Chevrolet $47,569.00 Build Options
Southern Primary Stingray Chevrolet $47,569.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 122/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:139, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1WT 4x4, CK10543
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$41,659.00
$41,844.00
$42,978.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$41,644.00
$41,659.00
$42,978.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$41,647.00
$41,744.00
$42,978.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$41,659.00
$41,844.00
$42,978.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 123/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:140, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1LT 4x4, CK10743
Zone Rank Vendor Price Build File Options File
Western Primary Starke Motorcars, LLC $49,632.00 Build Options
Northern Primary Starke Motorcars, LLC $49,632.00 Build Options
Central Primary Starke Motorcars, LLC $49,632.00 Build Options
Southern Primary Starke Motorcars, LLC $49,632.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 124/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:141, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1WT 4x4, CK10743
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$42,125.00
$42,128.00
$43,262.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$41,925.00
$42,028.00
$43,262.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$41,927.00
$42,025.00
$43,262.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$41,927.00
$42,125.00
$43,262.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 125/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:143, Chevrolet, Silverado 1500 Double Cab 1WT 4x4, CK10753
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,694.00
$39,696.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,494.00
$39,696.00
Build
Build
Options
Options
Central Primary
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
$39,497.00
$39,594.00
Build
Build
Options
Options
Southern Primary
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
$39,497.00
$39,694.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 126/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:144, Chevrolet, Silverado 1500 Regular Cab 1WT 4x4, CK10903
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
$39,721.00
$39,819.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$39,619.00
$39,620.00
Build
Build
Options
Options
Central Primary
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
$39,620.00
$39,719.00
Build
Build
Options
Options
Southern Primary
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
$39,620.00
$39,819.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 127/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:146, Chevrolet, Silverado 2500HD Crew Cab (Long Bed 172) 1WT 4x4, CK20943
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,119.00
$48,519.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$45,919.00
$48,419.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,019.00
$48,419.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$46,119.00
$48,719.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 128/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:148, Chevrolet, Silverado 2500HD Crew Cab (Standard Bed 158.9) 1WT 4x4, CK20743
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$45,934.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$45,734.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$45,834.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$45,934.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 129/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:150, Chevrolet, Silverado 2500HD Double Cab (Long Bed 162.4) 1WT 4x4, CK20953
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,256.00
$46,756.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,056.00
$46,556.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,156.00
$46,556.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,256.00
$46,756.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 130/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:152, Chevrolet, Silverado 2500HD Double Cab (Standard Bed 149.4) 1WT 4x4, CK20753
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,071.00
$46,500.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,871.00
$46,500.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$43,971.00
$46,500.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,071.00
$46,500.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 131/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:154, Chevrolet, Silverado 2500HD Regular Cab 1WT 4x4, CK20903
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,215.00
$45,800.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,015.00
$45,800.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,115.00
$45,800.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,215.00
$45,800.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 132/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:156, Chevrolet, Silverado 3500HD Crew Cab 1WT DRW 4x4, CK30943
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$48,333.00
$50,800.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$48,133.00
$50,800.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$48,233.00
$50,800.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$48,333.00
$50,800.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 133/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:158, Chevrolet, Silverado 3500HD Double Cab 1WT SRW 4x4, CK30953
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$45,363.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$45,163.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$45,263.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$45,363.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 134/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:160, Chevrolet, Silverado 3500HD Regular Cab 1WT DRW 4x4, CK30903
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$45,826.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$45,626.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$45,726.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$45,826.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 135/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:161, Ford, F-150 Super Crew Hybrid, W1L
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,680.00
$45,973.00
$46,178.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,470.00
$45,773.00
$46,178.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,560.00
$45,873.00
$46,178.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$45,705.00
$45,973.00
$46,178.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 136/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:162, Ford, F-150 XL Crew Cab 4x4, W1L
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Duval Ford LLC
Garber Ford Inc
$43,392.00
$43,425.00
$43,718.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,215.00
$43,518.00
$43,964.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,305.00
$43,618.00
$43,964.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$43,450.00
$43,718.00
$43,964.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 137/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:163, Ford, F-150 XL Regular Cab 4x4, F1L
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$40,068.00
$40,422.00
$40,715.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$40,222.00
$40,715.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$40,322.00
$40,715.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$40,422.00
$40,715.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 138/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:164, Ford, F-150 XL Super Cab 4x4, X1L
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Duval Ford LLC
Garber Ford Inc
$42,180.00
$42,225.00
$42,518.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$42,015.00
$42,318.00
$42,738.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$42,105.00
$42,418.00
$42,738.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$42,250.00
$42,518.00
$42,738.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 139/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:165, Ford, F-150 XLT Crew Cab 4x4, W3L
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,756.00
$47,997.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,556.00
$47,997.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,656.00
$47,997.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,756.00
$47,997.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 140/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:166, Ford, F-150 XLT Regular Cab 4x4, F1L
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,702.00
$44,971.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,502.00
$44,971.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,602.00
$44,971.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,702.00
$44,971.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 141/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:167, Ford, F-150 XLT Super Cab 4x4, X3L
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,600.00
$46,818.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,400.00
$46,818.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,500.00
$46,818.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$46,600.00
$46,818.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 142/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:168, Ford, F-250 XL Super Duty Crew Cab 4x4, W2B
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$47,787.00
$48,096.00
$48,345.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$47,577.00
$47,896.00
$48,345.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$47,667.00
$47,696.00
$47,996.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$47,396.00
$47,812.00
$48,096.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 143/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:169, Ford, F-250 XL Super Duty Regular Cab 4x4, F2B
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,333.00
$44,641.00
$44,907.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$44,123.00
$44,441.00
$44,907.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$44,213.00
$44,242.00
$44,541.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$43,942.00
$44,358.00
$44,641.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 144/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:170, Ford, F-250 XL Super Duty Super Cab 4x4, X2B
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$46,454.00
$46,763.00
$46,984.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$46,244.00
$46,563.00
$46,984.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$46,334.00
$46,364.00
$46,663.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$46,064.00
$46,479.00
$46,763.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 145/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:171, Ford, F-350 XL Super Duty Crew Cab DRW 4x4, W3D
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$50,279.00
$50,587.00
$50,886.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$50,069.00
$50,387.00
$50,886.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$50,159.00
$50,188.00
$50,487.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$49,888.00
$50,304.00
$50,587.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 146/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:172, Ford, F-350 XL Super Duty Regular Cab DRW 4x4, F3D
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$46,647.00
$46,955.00
$47,181.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$46,437.00
$46,755.00
$47,181.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$46,527.00
$46,556.00
$46,855.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$46,256.00
$46,672.00
$46,955.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 147/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:173, Ford, F-350 XL Super Duty Super Cab DRW 4x4, X3D
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
BOZARD FORD
Duval Ford LLC
Garber Ford Inc
$48,786.00
$48,942.00
$49,250.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
BOZARD FORD
Garber Ford Inc
$48,732.00
$48,786.00
$49,050.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
BOZARD FORD
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
$48,786.00
$48,822.00
$48,851.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
Duval Ford LLC
$48,551.00
$48,786.00
$48,967.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 148/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:174, Ford, Maverick 4x4, W8B
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Duval Ford LLC
Garber Ford Inc
$25,308.00
$25,607.00
$25,669.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$25,397.00
$25,469.00
$25,818.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$25,487.00
$25,569.00
$25,569.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Duval Ford LLC
Garber Ford Inc
$25,269.00
$25,632.00
$25,669.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 149/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:175, GMC, Sierra 2500HD Crew Cab (Standard Bed 158.9) 1SA 4x4, TK20743
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$45,514.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$45,314.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$45,414.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$45,514.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 150/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:176, Jeep, Gladiator Sport 4x4, JTJL98
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$41,314.00
$50,000.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$50,000.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$50,000.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$50,000.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 151/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:177, Nissan, Frontier S V6 4x4 CC A/T, 32014
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$34,693.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$34,593.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$34,625.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$34,611.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 152/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:178, Nissan, Frontier SV LWB 4x4 CC A/T, 33214
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$40,385.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$40,305.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$40,305.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$40,347.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 153/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:179, Nissan, Frontier SV SWB 4x4 CC A/T, 32214
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$37,365.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$37,269.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$37,265.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$37,352.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 154/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:180, Nissan, Titan S King Cab 4x4, 37214
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$46,521.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$46,878.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$46,898.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$46,987.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 155/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:181, Ram, 1500 Big Horn Crew Cab 4x4 5.7 Bed, DT6H98
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$45,437.00
$45,757.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$45,557.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$45,657.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$45,757.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 156/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:182, Ram, 1500 Big Horn Crew Cab 4x4 6.4 Bed, DT6H91
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$48,462.00
$48,775.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$48,575.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$48,675.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$48,775.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 157/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:183, Ram, 1500 Big Horn Quad Cab 4x4 6.4 Bed, DT6H41
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$43,146.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$42,946.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$43,046.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$43,146.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 158/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:184, Ram, 2500 Tradesman Crew Cab 4x4, DJ7L92
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$46,434.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$46,234.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$46,334.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$46,434.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 159/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:185, Ram, 2500 Tradesman Regular Cab 4x4, DJ7L62
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$44,464.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$44,264.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$44,364.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$44,464.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 160/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:186, Ram, 3500 Tradesman Crew Cab DRW 4x4, D28L92
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$51,638.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$51,438.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$51,538.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$51,638.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 161/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:187, Ram, 3500 Tradesman Regular Cab DRW 4x4, D28L62
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$49,642.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$49,442.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$49,542.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$49,642.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 162/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:190, Toyota, Tundra SR Double Cab 4x4, 8342
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $41,416.00 Build Options
Northern Primary Seminole Toyota $41,416.00 Build Options
Central Primary Seminole Toyota $41,416.00 Build Options
Southern Primary Seminole Toyota $41,416.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 163/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pickup Trucks – 4x4
Item:191, Toyota, Tundra SR5 Crewmax 4x4, 8361
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $48,062.00 Build Options
Northern Primary Seminole Toyota $48,062.00 Build Options
Central Primary Seminole Toyota $48,062.00 Build Options
Southern Primary Seminole Toyota $48,062.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 164/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:192, Chevrolet, Silverado 4x4 PPV, CK10543/9C1
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$49,310.00
$51,365.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$49,110.00
$51,167.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$49,210.00
$51,160.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$49,310.00
$51,265.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 165/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:193, Chevrolet, Tahoe 4x2 PPV 21, CC10706/9C1
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$47,443.00
$48,396.00
$53,028.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$47,243.00
$48,325.00
$53,028.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$47,343.00
$47,923.00
$53,028.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$47,443.00
$48,202.00
$53,028.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 166/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:194, Chevrolet, Tahoe 4x4 PPV 21, CK10706/9C1
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$50,196.00
$51,074.00
$56,065.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$49,996.00
$51,004.00
$56,065.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$50,096.00
$50,994.00
$56,065.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$50,196.00
$50,994.00
$56,065.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 167/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:195, Dodge, Durango Pursuit V6 AWD, WDEE75
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$40,283.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$40,263.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$40,273.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$40,283.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 168/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:196, Dodge, Durango Pursuit V8 AWD, WDEE75
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chrysler Dodge Truck, Inc.$43,193.00 Build Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$42,993.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$43,093.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$43,193.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 169/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:197, Ford, Interceptor Utility AWD 3.0L EcoBoost, K8A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$48,173.00
$48,422.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,973.00
$48,422.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$48,073.00
$48,422.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$48,173.00
$48,422.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 170/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:198, Ford, Interceptor Utility AWD 3.3L Gas, K8A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,774.00
$45,044.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,574.00
$45,044.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,674.00
$45,044.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$44,774.00
$45,044.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 171/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:199, Ford, Interceptor Utility AWD Hybrid 3.3L, K8A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,319.00
$47,551.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,119.00
$47,551.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,219.00
$47,551.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,319.00
$47,551.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 172/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated & Pursuit Hybrid Vehicles
Item:200, Ford, Police Responder F-150 Crew Cab 4x4, W1P
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$48,339.00
$48,576.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$48,139.00
$48,576.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$48,239.00
$48,576.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$48,339.00
$48,576.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 173/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated Motorcycles
Item:201, Harley Davidson, Electra Glide, FLHTP
Zone Rank Vendor Price Build File Options File
Western Primary Alligator Alley Harley-Davidson $18,100.00 Build Options
Northern Primary Alligator Alley Harley-Davidson $17,855.00 Build Options
Central Primary Alligator Alley Harley-Davidson $17,855.00 Build Options
Southern Primary Alligator Alley Harley-Davidson $18,100.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 174/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated Motorcycles
Item:202, Harley Davidson, Police Road Glide, FLTRXP
Zone Rank Vendor Price Build File Options File
Western Primary Alligator Alley Harley-Davidson $18,750.00 Build Options
Northern Primary Alligator Alley Harley-Davidson $18,225.00 Build Options
Central Primary Alligator Alley Harley-Davidson $18,225.00 Build Options
Southern Primary Alligator Alley Harley-Davidson $18,750.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 175/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Pursuit Rated Motorcycles
Item:203, Harley Davidson, Road King, FLHP
Zone Rank Vendor Price Build File Options File
Western Primary Alligator Alley Harley-Davidson $17,240.00 Build Options
Northern Primary Alligator Alley Harley-Davidson $17,085.00 Build Options
Central Primary Alligator Alley Harley-Davidson $17,085.00 Build Options
Southern Primary
Alternate
Alligator Alley Harley-Davidson
Peterson`s Harley-Davidson of Miami LLC
$17,240.00
$30,949.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 176/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Special Service Vehicles
Item:204, Chevrolet, Silverado 1500 Special Service Vehicle 4x2, CC10543/5W4
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$42,501.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$42,301.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$42,401.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$42,501.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 177/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Special Service Vehicles
Item:205, Chevrolet, Silverado 1500 Special Service Vehicle 4x4, CK10543/5W4
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,641.00
$46,440.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,441.00
$46,140.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,541.00
$45,940.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$44,641.00
$46,240.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 178/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Special Service Vehicles
Item:206, Chevrolet, Tahoe 4x4 SSV 21, CK10706/5W4
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$48,856.00
$49,819.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$48,656.00
$49,819.00
Build
Build
Options
Options
Central Primary
Alternate
Stingray Chevrolet
Garber Chevrolet Buick GMC, Inc.
$47,899.00
$48,756.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$48,856.00
$49,819.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 179/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Special Service Vehicles
Item:207, Ford, Expedition SSV 4x2, U1F/102A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,540.00
$47,571.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$47,340.00
$47,571.00
Build
Build
Options
Options
Central Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Bachrodt FT, LLC dba Palmetto Ford of Miami
$47,440.00
$47,571.00
$48,522.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Bachrodt FT, LLC dba Palmetto Ford of Miami
$47,540.00
$47,571.00
$48,216.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 180/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Special Service Vehicles
Item:208, Ford, F-150 Special Service Vehicle 4x2, W1T
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$45,482.00
$45,605.00
$45,687.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$45,405.00
$45,687.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$45,505.00
$45,687.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$45,605.00
$45,687.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 181/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Special Service Vehicles
Item:209, Ford, F-150 Special Service Vehicle Super Crew 4x2, W1S
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
BOZARD FORD
Garber Ford Inc
$42,408.00
$42,693.00
Build
Build
Options
Options
Northern Primary
Alternate
BOZARD FORD
Garber Ford Inc
$42,408.00
$42,493.00
Build
Build
Options
Options
Central Primary
Alternate
BOZARD FORD
Garber Ford Inc
$42,408.00
$42,593.00
Build
Build
Options
Options
Southern Primary
Alternate
BOZARD FORD
Garber Ford Inc
$42,408.00
$42,693.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 182/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:210, Chevrolet, Blazer FWD, 1NK26
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$32,673.00
$33,772.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$32,473.00
$33,672.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$32,573.00
$33,372.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$32,673.00
$33,772.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 183/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:211, Chevrolet, Equinox FWD, 1XP26
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$24,136.00
$25,551.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$23,936.00
$25,551.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$24,036.00
$24,815.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$24,136.00
$24,815.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 184/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:212, Chevrolet, Suburban 4x2 1FL, CC10906
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$53,619.00
$56,000.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$53,419.00
$56,000.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$53,519.00
$56,000.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$53,619.00
$56,000.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 185/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:213, Chevrolet, Tahoe 4x2 1FL, CC10706
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$50,749.00
$51,744.00
$56,688.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$50,549.00
$51,640.00
$56,688.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$50,649.00
$51,444.00
$56,688.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
Starke Motorcars, LLC
$50,749.00
$51,544.00
$56,688.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 186/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:214, Chevrolet, Trailblazer FWD, 1TR56
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$22,119.00
$23,314.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$21,919.00
$23,114.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$22,019.00
$22,900.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$22,119.00
$23,100.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 187/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:215, Chevrolet, Traverse LS FWD, 1NB56
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$35,000.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$35,000.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$35,000.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$35,000.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 188/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:216, Chevrolet, Trax FWD, 1TR58
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$20,323.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$20,123.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$20,223.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$20,323.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 189/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:217, Ford, Expedition MAX XL 4x2, K1F/100A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Mullinax Ford of Central Florida
$52,886.00
$53,229.00
$56,508.00
Build
Build
Build
Options
Options
Northern Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Mullinax Ford of Central Florida
$52,686.00
$53,229.00
$56,308.00
Build
Build
Build
Options
Options
Central Primary
Alternate
Alternate
Garber Ford Inc
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$52,786.00
$53,139.00
$53,229.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
BOZARD FORD
$52,833.00
$52,886.00
$53,229.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 190/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:218, Ford, Expedition XL 4X2, U1F/100A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$49,209.00
$49,479.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$49,009.00
$49,479.00
Build
Build
Options
Options
Central Primary
Alternate
Alternate
Garber Ford Inc
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$49,109.00
$49,416.00
$49,479.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
BOZARD FORD
$49,110.00
$49,209.00
$49,479.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 191/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:219, Ford, Explorer XLT RWD, K7D
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
STEP ONE AUTOMOTIVE
Garber Ford Inc
BOZARD FORD
$35,949.00
$39,400.00
$39,668.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$39,200.00
$39,668.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$39,300.00
$39,668.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$39,400.00
$39,668.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 192/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:220, GMC, Terrain SLE FWD, TXL26
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$25,551.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$25,351.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 193/219
Zone Rank Vendor Price Build File Options File
Central Primary Garber Chevrolet Buick GMC, Inc.$25,451.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$25,551.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 194/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:221, Jeep, Grand Cherokee Laredo 4x2 2 Row, WLTH74
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$38,486.00
$40,751.00
Build
Build
Options
Options
Northern Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$38,486.00
$40,551.00
Build
Build
Options
Options
Central Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$38,486.00
$40,651.00
Build
Build
Options
Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$40,751.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 195/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:222, Jeep, Wagoneer 4x2 Series I, WSTM75
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$59,872.00
$60,109.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$59,909.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$60,009.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$60,109.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 196/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:223, Nissan, Armada SV 4X2, 26114
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$51,812.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$51,712.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$51,732.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$51,742.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 197/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:228, Toyota, Rav4 LE,Utility & Hybrid, 4430
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $28,135.00 Build Options
Northern Primary Seminole Toyota $28,135.00 Build Options
Central Primary Seminole Toyota $28,135.00 Build Options
Southern Primary Seminole Toyota $28,135.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 198/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x2
Item:229, Toyota, Sequoia SR5 Hybrid, 7946
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $57,201.00 Build Options
Northern Primary Seminole Toyota $57,201.00 Build Options
Central Primary Seminole Toyota $57,201.00 Build Options
Southern Primary Seminole Toyota $57,201.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 199/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:230, Chevrolet, Blazer AWD, 1NR26
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$35,186.00
$35,886.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$34,986.00
$35,886.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$35,086.00
$35,686.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$35,186.00
$35,787.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 200/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:231, Chevrolet, Suburban 4x4 1FL, CK10906
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$56,387.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$56,187.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$56,287.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$56,387.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 201/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:232, Chevrolet, Tahoe 4x4 1FL 21, CK10706
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$53,518.00
$59,802.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$53,318.00
$59,802.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$53,418.00
$59,802.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Starke Motorcars, LLC
$53,518.00
$59,802.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 202/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:233, Chevrolet, Trailblazer AWD LS, 1TV56
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$23,999.00
$24,592.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$23,801.00
$24,492.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$23,901.00
$24,492.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Chevrolet Buick GMC, Inc.
Stingray Chevrolet
$23,999.00
$24,592.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 203/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:234, Chevrolet, Traverse LS AWD, 1NV56
Zone Rank Vendor Price Build File Options File
Western Primary Garber Chevrolet Buick GMC, Inc.$37,000.00 Build Options
Northern Primary Garber Chevrolet Buick GMC, Inc.$37,000.00 Build Options
Central Primary Garber Chevrolet Buick GMC, Inc.$37,000.00 Build Options
Southern Primary Garber Chevrolet Buick GMC, Inc.$37,000.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 204/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:235, Ford, Bronco Sport, R9B
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Duval Ford LLC
STEP ONE AUTOMOTIVE
Garber Ford Inc
$29,677.00
$29,727.00
$29,832.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
BOZARD FORD
$29,467.00
$29,632.00
$30,122.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Duval Ford LLC
Garber Ford Inc
Bachrodt FT, LLC dba Palmetto Ford of Miami
$29,557.00
$29,732.00
$30,091.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Duval Ford LLC
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
$29,702.00
$29,782.00
$29,832.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 205/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:236, Ford, Expedition MAX XL 4X4, K1G/100A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Mullinax Ford of Central Florida
$55,644.00
$56,308.00
$59,108.00
Build
Build
Build
Options
Options
Northern Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Mullinax Ford of Central Florida
$55,444.00
$56,308.00
$58,908.00
Build
Build
Build
Options
Options
Central Primary
Alternate
Alternate
Garber Ford Inc
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$55,544.00
$55,931.00
$56,308.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
BOZARD FORD
$55,625.00
$55,644.00
$56,308.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 206/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:237, Ford, Expedition XL 4x4, U1G/100A
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Mullinax Ford of Central Florida
$51,967.00
$52,292.00
$56,388.00
Build
Build
Build
Options
Options
Northern Primary
Alternate
Alternate
Garber Ford Inc
BOZARD FORD
Mullinax Ford of Central Florida
$51,767.00
$52,292.00
$56,188.00
Build
Build
Build
Options
Options
Central Primary
Alternate
Alternate
Garber Ford Inc
Bachrodt FT, LLC dba Palmetto Ford of Miami
BOZARD FORD
$51,867.00
$52,208.00
$52,292.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Garber Ford Inc
BOZARD FORD
$51,902.00
$51,967.00
$52,292.00
Build
Build
Build
Options
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 207/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:238, Ford, Explorer XLT AWD, K8D
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Garber Ford Inc
BOZARD FORD
$41,239.00
$41,431.00
Build
Build
Options
Options
Northern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$41,039.00
$41,431.00
Build
Build
Options
Options
Central Primary
Alternate
Garber Ford Inc
BOZARD FORD
$41,139.00
$41,431.00
Build
Build
Options
Options
Southern Primary
Alternate
Garber Ford Inc
BOZARD FORD
$41,239.00
$41,431.00
Build
Build
Options
Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 208/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:239, Jeep, Grand Cherokee Laredo 4x4 3 Row, WLJH74
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$40,154.00
$42,664.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$42,464.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 209/219
Zone Rank Vendor Price Build File Options File
Central Primary Garber Chrysler Dodge Truck, Inc.$42,564.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$42,664.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 210/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:240, Jeep, Wagoneer 4x4 Series I, WSJM75
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
STEP ONE AUTOMOTIVE GROUP
Garber Chrysler Dodge Truck, Inc.
$62,738.00
$62,977.00
Build
Build
Options
Options
Northern Primary Garber Chrysler Dodge Truck, Inc.$62,777.00 Build Options
Central Primary Garber Chrysler Dodge Truck, Inc.$62,877.00 Build Options
Southern Primary Garber Chrysler Dodge Truck, Inc.$62,977.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 211/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:241, Jeep, Wrangler 2 Door 4x4 A/T, JLJL72
Zone Rank Vendor Price Build File Options File
Western Primary STEP ONE AUTOMOTIVE GROUP $35,808.00 Build Options
Northern
Central
Southern
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 212/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:242, Jeep, Wrangler 4 Door 4x4 A/T, JLJL74
Zone Rank Vendor Price Build File Options File
Western Primary STEP ONE AUTOMOTIVE GROUP $38,310.00 Build Options
Northern
Central
Southern
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 213/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:243, Jeep, Wrangler Sport 2 Door 4x4 A/T, JLJL72 (24S)
Zone Rank Vendor Price Build File Options File
Western Primary STEP ONE AUTOMOTIVE GROUP $38,295.00 Build Options
Northern
Central
Southern
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 214/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:244, Jeep, Wrangler Sport 4-Door 4xE Hybrid, JLXL74
Zone Rank Vendor Price Build File Options File
Western Primary STEP ONE AUTOMOTIVE GROUP $48,810.00 Build Options
Northern
Central
Southern
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 215/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:245, Jeep, Wrangler Unlimited Sport 4 Door 4x4 A/T, JLJL74 (24S)
Zone Rank Vendor Price Build File Options File
Western Primary STEP ONE AUTOMOTIVE GROUP $41,998.00 Build Options
Northern
Central
Southern
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 216/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:246, Nissan, Armada SV 4X4, 26214
Zone Rank Vendor Price Build File Options File
Western Primary Terry Taylor’s DeLand Nissan, Inc.$54,712.00 Build Options
Northern Primary Terry Taylor’s DeLand Nissan, Inc.$54,685.00 Build Options
Central Primary Terry Taylor’s DeLand Nissan, Inc.$54,685.00 Build Options
Southern Primary Terry Taylor’s DeLand Nissan, Inc.$54,695.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 217/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:251, Toyota, Rav4 LE AWD, 4432
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $29,473.00 Build Options
Northern Primary Seminole Toyota $29,473.00 Build Options
Central Primary Seminole Toyota $29,743.00 Build Options
Southern Primary Seminole Toyota $29,473.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 218/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:252, Toyota, Rav4 LE Hybrid AWD, 4435
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $31,173.00 Build Options
Northern Primary Seminole Toyota $31,173.00 Build Options
Central Primary Seminole Toyota $31,173.00 Build Options
Southern Primary Seminole Toyota $31,173.00 Build Options
9/21/23, 8:51 AM Intent to Award | VendorLink
https://www.myvendorlink.com/internal/staff/awardintentzone 219/219
Intent to Award
Contract: FSA23-VEL31.0, Pursuit, Administrative, and Other Vehicles
Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD
Item:253, Toyota, Sequoia SR5 4x4 Hybrid, 7947
Zone Rank Vendor Price Build File Options File
Western Primary Seminole Toyota $59,936.00 Build Options
Northern Primary Seminole Toyota $59,936.00 Build Options
Central Primary Seminole Toyota $59,936.00 Build Options
Southern Primary Seminole Toyota $59,936.00 Build Options
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEL31.0: Pursuit, Administrative, & Other
Vehicles
How to Order
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEL31.0: Pursuit, Administrative, & Other
Vehicles
Awarded Vendor Contract Signature Pages
Florida Sheriffs Association (FSA) has completed its 31st year of the cooperative purchasing pursuit and
other vehicles contract. FSA is issuing the Notice of Final Award for contract FSA23-VEL31.0: Pursuit,
Administrative, & Other Vehicles that will be effective from October 1, 2023, through September 30,
2024. This year’s bid included 216 items. The contract will offer pursuit rated vehicles, administrative
sedans, electric vehicles, cargo and passenger vans, pickup trucks, motorcycles, and other light and mid-
size vehicles.
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.
A. B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
FSA Cooperative Purchasing Program
FSA23-VEL31.0: Pursuit, Administrative, & Other
Vehicles
Terms & Conditions
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 1
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 2
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 3
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 4
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 5
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 6
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 7
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.
O.Published List Price: A standard “quantity of one” price currently available to government and educational
purchasers, excluding cooperative or volume discounts.
P.Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been
awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions
of this contract under which a 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 8
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 9
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:
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 10
• 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 11
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 12
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 13
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 14
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 15
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 16
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 17
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 18
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 19
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@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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 20
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,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 21
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 22
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 23
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,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 24
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 25
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 26
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 27
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 28
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)
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 29
•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:
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 30
•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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 31
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 32
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 33
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 34
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 35
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 36
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 37
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 38
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 39
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 40
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 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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 41
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 42
Appendix A: Zone Map
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 43
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 44
FSA23-EQU21.0
Bid Calendar Task Date
Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023
Voluntary Interested Bidder Workshop 6/7&8/2023
New Item Specification Requests Due 6/23/2023
Pre Bid Meeting 7/13/2023
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 45
Appendix C: ACH Payments
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 46
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/
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.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 47
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
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 48
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).
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 49
(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.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0687
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: General Services
Agenda Number: 6.2
SUBJECT/RECOMMENDATION:
Authorize purchase order(s) to multiple vendors as listed for the maintenance and repair of city vehicles
and equipment in the annual amount of $250,000.00 for a period of one (1) year with two, one-year renewal
options pursuant to Invitation to Bid (ITB) 30-24 and authorize the appropriate officials to execute same.
(consent)
SUMMARY:
Invitation to Bid (ITB) No. 30-24 Vehicle/Equipment Repair and Maintenance Services, was issued on
March 15, 2024, and the City received multiple responses on April 18, 2024. The pricing structure was
based on hourly rates and parts and materials mark-up for repair and maintenance service on City vehicles
and equipment to include automobiles, sedans, SUV’s, light trucks, medium trucks, heavy duty trucks, off
road vehicles and trailers.
To ensure continuity of services, request to make multiple awards is requested as follows:
Automobiles, Sedans, Light Duty Trucks/SUV’s
Category 1: Automobiles / Sedans
·Blackwater Diesel LLC (Primary)
·Walker Ford (Secondary)
Category 2: Light Duty Truck/SUV Class 1-3 (0-14,000 lbs)
·Blackwater Diesel LLC (Primary)
·Walker Ford (Secondary)
Medium and Heavy Duty Trucks, Construction / Off Road Equipment and Trailers
Category 1: Medium/Heavy Duty Trucks Class 4-8 (14,0001-33,001 lbs)
·Blackwater Diesel LLC (Primary)
·Tampa Spring Company (Secondary)
·Dynamic Diesel Works (Tertiary)
Category 2: Construction / Off Road
·Blackwater Diesel LLC (Primary)
·Tampa Spring Company (Secondary)
·Dynamic Diesel Works (Tertiary)
Category 3: Walking Floor and Standard Trailer
·Blackwater Diesel LLC (Primary)
·Tampa Spring Company (Secondary)
Work performed under this purchase order will be for overflow work that the Fleet Division is unable to
handle due to volume or time constraints.
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0687
APPROPRIATION CODE AND AMOUNT:
Budgeted funds are available in cost center 5666611-546500 (Garage Equip Repairs):
·FY24 $780,000
·Future fiscal year budgets will include requests for funding
STRATEGIC PRIORITY:
These purchases help accomplish strategic objective 1.2. Fleet division operators maintain public
infrastructure to deliver effective and efficient services by optimizing City assets and resources.
Page 2 City of Clearwater Printed on 6/10/2024
v. 11.2018 Procurement Division
100 S Myrtle Ave 33756-5520
PO Box 4748 33758-4748
Clearwater FL
727-562-4633
INVITATION TO BID
#30-24
Vehicle/Equipment Repair and Maintenance Services
March 15, 2024
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00
A.M., Local Time, April 18, 2024, to provide Vehicle/Equipment Repair and Maintenance Services.
Brief Description: The City of Clearwater’s Fleet Maintenance Division is soliciting sealed bids from
qualified contractors to provide vehicle/equipment repair and maintenance service on City vehicles
and equipment to include automobiles, sedans, SUV’s, light trucks, medium trucks, heavy duty
trucks, off road vehicles and trailers.
Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be
received by the Procurement Division until the above noted time, when they will be publicly acknowledged
and accepted.
Bid packets, any attachments and addenda are available for download at:
https://www.myclearwater.com/business/rfp
Please read the entire solicitation package and submit the bid in accordance with the instructions. This
document (less this invitation and the instructions) and any required response documents, attachments,
and submissions will constitute the bid.
General, Process or Technical Questions concerning this solicitation should be
directed, IN WRITING, to the following Procurement Analyst:
Krissie Cook
Procurement Analyst
Kristina.Cook@myclearwater.com
This Invitation to Bid is issued by:
Lori Vogel, CPPB
Procurement Manager
lori.vogel@myclearwater.com
INSTRUCTIONS
Vehicle/Equipment Repair & Maintenance Services 2 ITB #30-24
i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation
process (including requests for ADA accommodations), shall be directed solely to the contact listed
on page 1. Questions should be submitted in writing via letter, fax or email. Questions received
less than ten (10) calendar days prior to the due date and time may be answered at the discretion
of the City.
i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an
addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due
Date. Vendors are cautioned to check the Purchasing Website for addenda and
clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails
to receive any addenda issued. The City shall not be responsible for any oral changes to these
specifications made by any employees or officer of the City. Failure to acknowledge receipt of an
addendum may result in disqualification of a bid.
i.3 VENDOR CONFERENCE / SITE VISIT: Yes No
Mandatory Attendance: Yes No
Date and Time:
Location:
If so designated above, attendance is mandatory as a condition of submitting a bid. The
conference/site visit provides interested parties an opportunity to discuss the City's needs,
inspect the site and ask questions. During any site visit you must fully acquaint yourself with the
conditions as they exist and the character of the operations to be conducted under the resulting
contract.
i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date: April 18, 2024
Time: 10:00 A.M. (Local Time)
The City will open all bids properly and timely submitted and will record the names and other
information specified by law and rule. All bids become the property of the City and will not be
returned except in the case of a late submission. Respondent names, as read at the bid opening,
will be posted on the City website. Once a notice of intent to award is posted or 30 days from day
of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the
Procurement Division.
i.5 BID FIRM TIME: 90 days from Opening
Bid shall remain firm and unaltered after opening for the number of days shown above. The City
may accept the bid, subject to successful contract negotiations, at any time during this time.
i.6 BID SECURITY: Yes $ 0.00 No
If so designated above, a bid security in the amount specified must be submitted with the bid. The
security may be submitted in any one of the following forms: an executed surety bond issued by a
firm licensed and registered to transact such business with the State of Florida; cash; certified
check, or cashier's check payable to the City of Clearwater (personal or company checks are not
acceptable); certificate of deposit or any other form of deposit issued by a financial institution and
acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the
bidder selected fail to execute a contract when requested.
PERFORMANCE SECURITY: Yes $ 0.00 No
If required herein, the Contractor, simultaneously with the execution of the Contract, will be required
to furnish a performance security. The security may be submitted in one-year increments and in
any one of the following forms: an executed surety bond issued by a firm licensed and registered
to transact such business with the State of Florida; cash; certified check, cashier's check or money
INSTRUCTIONS
Vehicle/Equipment Repair & Maintenance Services 3 ITB #30-24
order payable to the City of Clearwater (personal and company checks are not acceptable);
certificate of deposit or any other form of deposit issued by a financial institution and acceptable to
the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the
contract, the City shall have the right to use all or such part of said security as may be necessary
to reimburse the City for loss sustained by reason of such breach. The balance of said security, if
any, will be returned to Contractor upon the expiration or termination of the contract.
i.7 BID SUBMITTAL TO:
It is recommended that bids be submitted electronically through our bids website at
https://www.myclearwater.com/business/rfp
Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be
accepted. Use label at the end of this solicitation package.
City of Clearwater
Attn: Procurement Division
100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520
or
PO Box 4748, Clearwater FL 33758-4748
No responsibility will attach to the City of Clearwater, its employees or agents for premature
opening of a bid that is not properly addressed and identified.
i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place
specified. All bids received after the date and time specified shall not be considered and will be
returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling
of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent
by mail or by means of personal delivery. You must allow adequate time to accommodate all
registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall
not be sufficient to show that you mailed or commenced delivery before the due date and time. All
times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City
Procurement Office as the official time.
i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION.
From the time a competitive solicitation is posted until such time as the contract is awarded by the
city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees,
representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city
officers, city employees, and evaluation committee members.
Violation of this section may result in rejection/disqualification from award of the contract arising
out of the competitive solicitation.
All questions regarding the competitive solicitation must be directed to the procurement manager
or designee, who will respond in writing and post such response to ensure that all respondents
receive the same information during the No-Contact Period.
The penalty for violating the No-Contact Period may include suspension or debarment.
i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval
and execution of the contract, bidder does so at its own risk.
i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the
solicitation will not excuse any failure to comply with the requirements of the solicitation or any
resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor
suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in
any case not later than seven (7) business days in advance of the due date notify the contact on
INSTRUCTIONS
Vehicle/Equipment Repair & Maintenance Services 4 ITB #30-24
page one (1). The City is not responsible for and will not pay any costs associated with the
preparation and submission of the bid. Bidders are cautioned to verify their bids before submission,
as amendments to or withdrawal of bids submitted after time specified for opening of bids may not
be considered. The City will not be responsible for any bidder errors or omissions.
i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted
on the forms provided. An original and the designated number of copies of each bid are required.
Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an
authorized representative. Please line through and initial rather than erase changes. If the bid is
not properly signed or if any changes are not initialed, it may be considered non-responsive. In the
event of a disparity between the unit price and the extended price, the unit price shall prevail unless
obviously in error, as determined by the City. The City may require that an electronic copy of the
bid be submitted. The bid must provide all information requested and must address all points. The
City does not encourage exceptions. The City is not required to grant exceptions and depending
on the exception, the City may reject the bid.
i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the
specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates
will be considered upon demonstrating the other product meets stated specifications and is
equivalent to the brand product in terms of quality, performance and desired characteristics.
Minor differences that do not affect the suitability of the supply or service for the City’s needs may
be accepted. Burden of proof that the product meets the minimum standards or is equal to the
brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems
unacceptable.
i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received
by the City prior to the scheduled opening time will be accepted and will be corrected after opening.
No oral requests will be allowed. Requests must be addressed and labeled in the same manner
as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal
after the bid opening will only be granted upon proof of undue hardship and may result in the
forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the
City’s discretion.
i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or
otherwise lawfully precluded from participating in any public procurement activity, including being
disapproved as a subcontractor with any federal, state, or local government, or if any such
preclusion from participation from any public procurement activity is currently pending, the bidder
shall include a letter with its bid identifying the name and address of the governmental unit, the
effective date of this suspension or debarment, the duration of the suspension or debarment, and
the relevant circumstances relating the suspension or debarment.
i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid
the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject
bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual
bids for failure to meet any requirement; to award by item, part or portion of an item, group of items,
or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or
form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure
to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to
a subsequent contract. The City is charged by its Charter to make an award that is in the best
interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made
solely at the City’s discretion and made to favor the City. No binding contract will exist between
the bidder and the City until the City executes a written contract or purchase order.
i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder
may not be acknowledged or accepted by the City. Award or execution of a contract does not
constitute acceptance of a changed term, condition or specification unless specifically
INSTRUCTIONS
Vehicle/Equipment Repair & Maintenance Services 5 ITB #30-24
acknowledged and agreed to by the City. The copy maintained and published by the City shall be
the official solicitation document.
i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including
without limitation any documents and/or materials copyrighted by the bidder. The City’s right to
copy shall be for internal use in evaluating the proposal.
i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality,
integrity, service, professionalism, economy, and government by law in the Procurement process.
The responsibility for implementing this policy rests with each individual who participates in the
Procurement process, including Respondents and Contractors.
To achieve the purpose of this Article, it is essential that Respondents and Contractors doing
business with the City also observe the ethical standards prescribed herein. It shall be a breach of
ethical standards to:
a. Exert any effort to influence any City employee or agent to breach the standards of ethical
conduct.
b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or
Services not provided.
c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply
with any term, condition, specification or other requirement of a City Contract.
i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective
bidders and affiliates. The City may request product samples from vendors for product evaluation.
i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder
who submitted a response to a competitive solicitation and was not selected may appeal the
decision through the bid protest procedures, a copy of which shall be available in the Procurement
Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed
contract to offset the City’s additional expenses related to the protest. This fee shall not exceed
$5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No
partial refunds will be made.
ADDRESS PROTESTS TO:
City of Clearwater – Procurement Division
100 S Myrtle Ave, 3rd Fl
Clearwater FL 33756-5520
or
PO Box 4748
Clearwater FL 33758-4748
INSTRUCTIONS – EVALUATION
Vehicle/Equipment Repair & Maintenance Services 6 ITB #30-24
i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of
the respective department(s). The City staff may or may not initiate discussions with bidders for
clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate
discussions with any City employee or official.
Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not
request documentation of or consider a vendor's social, political, or ideological interests when
determining if the vendor is a responsible vendor.
i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon
request.
i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information:
responsiveness, responsibility, and price. All bids must meet the following responsiveness and
responsibility criteria to be considered further.
a) Responsiveness. The City will determine whether the bid complies with the instructions for
submitting bids including completeness of bid which encompasses the inclusion of all required
attachments and submissions. The City must reject any bids that are submitted late. Failure to
meet other requirements may result in rejection.
b) Responsibility. The City will determine whether the bidder is one with whom it can or should do
business. Factors that the City may evaluate to determine "responsibility" include, but are not
limited to: excessively high or low priced bids, past performance, references (including those found
outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance
and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether
the bidder is qualified legally to contract with the City, financial stability and the perceived ability to
perform completely as specified. A bidder must at all times have financial resources sufficient, in
the opinion of the City, to ensure performance of the contract and must provide proof upon request.
City staff may also use Dun & Bradstreet and/or any generally available industry information. The
City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those
of any identified subcontractors. The City will determine whether any failure to supply information,
or the quality of the information, will result in rejection.
c) Price. We will then evaluate the bids that have met the requirements above.
i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder
submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the
bid price is fair and reasonable.
i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept
the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final
contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement,
the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final
contract terms must be approved or signed by the appropriately authorized City official(s). No binding
contract will exist between the bidder and the City until the City executes a written contract or purchase
order.
i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to
Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website
at https://www.myclearwater.com/business/rfp to view relevant bid information and notices.
i.28 BID TIMELINE. Dates are tentative and subject to change.
Release ITB: March15, 2024
Advertise Tampa Bay Times: March 20, 2024
Bids due: April 18, 2024
Review bids: April 18 -April 25, 2024
Award recommendation: April 25, 2024
Council authorization: May 2024
Contract begins: May 2024
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 7 ITB #30-24
S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor,
consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”,
“City, Clearwater”, “bid, proposal, response, quote”.
S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to
the City will be that of an independent contractor. Contractor and all persons employed by
Contractor, either directly or indirectly, are Contractor’s employees, not City employees.
Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to
City employees including, but not limited to, health benefits, enrollment in a retirement system, paid
time off or other rights afforded City employees. Contractor employees will not be regarded as City
employees or agents for any purpose, including the payment of unemployment or workers’
compensation. If any Contractor employees or subcontractors assert a claim for wages or other
employment benefits against the City, Contractor will defend, indemnify and hold harmless the City
from all such claims.
S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the
express written permission of the City. If Contractor has received authorization to subcontract work,
it is agreed that all subcontractors performing work under the Agreement must comply with its
provisions. Further, all agreements between Contractor and its subcontractors must provide that
the terms and conditions of this Agreement be incorporated therein.
S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first
receiving the City’s written consent. Any attempted assignment, either in whole or in part, without
such consent will be null and void and in such event the City will have the right at its option to
terminate the Agreement. No granting of consent to any assignment will relieve Contractor from
any of its obligations and liabilities under the Agreement.
S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and
inure to the benefit of the parties and their respective permitted successors and assigns.
S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the
parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights,
or responsibilities in any third parties.
S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or
services set forth herein from other sources when deemed necessary and appropriate. No
exclusive rights are encompassed through this Agreement.
S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be
modified in a writing signed by both parties. No charge for extra work or material will be allowed
unless approved in writing, in advance, by the City and Contractor.
S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations
under this Agreement.
S.10 COMPLIANCE WITH APPLICABLE LAWS.
a. General. Contractor must procure all permits and licenses, and pay all charges and fees
necessary and incidental to the lawful conduct of business. Contractor must stay fully informed
of existing and future federal, state, and local laws, ordinances, executive orders, and
regulations that in any manner affect the fulfillment of this Agreement and must comply with
the same at its own expense. Contractor bears full responsibility for training, safety, and
providing necessary equipment for all Contractor personnel to achieve throughout the term of
the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any
programs, procedures, and other activities used to ensure compliance.
b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy
establishing a drug-free workplace for itself and those doing business with the City to ensure
the safety and health of all persons working on City contracts and projects. Contractor will
require a drug-free workplace for all Contractor personnel working under this Agreement.
Specifically, all Contractor personnel who are working under this Agreement must be notified
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 8 ITB #30-24
in writing by Contractor that they are prohibited from the manufacture, distribution,
dispensation, possession, or unlawful use of a controlled substance in the workplace.
Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel
and will ensure that Contractor personnel do not use or possess illegal drugs while in the course
of performing their duties.
c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration
Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the
City and its agents to inspect applicable personnel records to verify such compliance as
permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all
Contractor personnel have a legal right to live and work in the United States.
(i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City
that Contractor and each of its subcontractors will comply with, and are contractually
obligated to comply with, all federal immigration laws and regulations that relate to their
employees (hereinafter “Contractor Immigration Warranty”).
(ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this
Agreement and will subject Contractor to penalties up to and including termination of this
Agreement at the sole discretion of the City.
(iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide
services under this Agreement to ensure that Contractor or its subcontractors are
complying with the Contractor Immigration Warranty. Contractor agrees to assist the City
in regard to any such inspections.
(iv) The City may, at its sole discretion, conduct random verification of the employment records
of Contractor and any subcontractor to ensure compliance with the Contractor Immigration
Warranty. Contractor agrees to assist the City in regard to any random verification
performed.
(v) Neither Contractor nor any subcontractor will be deemed to have materially breached the
Contractor Immigration Warranty if Contractor or subcontractor establishes that it has
complied with the employment verification provisions prescribed by Sections 274A and
274B of the Federal Immigration and Nationality Act.
d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against
any employee or applicant for employment or person to whom it provides services because of
race, color, religion, sex, national origin, or disability, and represents and warrants that it
complies with all applicable federal, state, and local laws and executive orders regarding
employment. Contractor and Contractor’s personnel will comply with applicable provisions of
Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal
Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and
applicable rules in performance under this Agreement.
S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including
federal, state, and local taxes related to or arising out of Contractor’s services under this
Agreement, including by way of illustration but not limitation, federal and state income tax, Social
Security tax, unemployment insurance taxes, and any other taxes or business license fees as
required. If any taxing authority should deem Contractor or Contractor employees an employee of
the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s
responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest,
and penalties imposed upon the City.
The City is exempt from paying state and local sales/use taxes and certain federal excise taxes
and will furnish an exemption certificate upon request.
S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due
to the City during the performance of services under the Agreement. Payments to Contractor may
be offset by any delinquent amounts due the City or fees and charges owed to the City.
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 9 ITB #30-24
S.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the
Contractor executing this Agreement agrees to comply with public records law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS,
Rosemarie Call, Phone: 727-562-4092 or Email: Rosemarie.Call@myclearwater.com, 600
Cleveland Street, Suite 600, Clearwater, FL 33755.
The Contractor agrees to comply with the following:
a) Keep and maintain public records required by the City of Clearwater (hereinafter “public
agency” in this section) to perform the service being provided by the contractor hereunder.
b) Upon request from the public agency’s custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida
Statutes, as may be amended from time to time, or as otherwise provided by law.
c) Ensure that the public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract term and following completion of the contract if the contractor does not transfer the
records to the public agency.
d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in
possession of the contractor or keep and maintain public records required by the public agency
to perform the service. If the contractor transfers all public records to the public agency upon
completion of the contract, the contractor shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If the
contractor keeps and maintains public records upon completion of the contract, the contractor
shall meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public agency’s
custodian of public records, in a format that is compatible with the information technology
systems of the public agency.
e) A request to inspect or copy public records relating to a public agency’s contract for services
must be made directly to the public agency. If the public agency does not possess the
requested records, the public agency shall immediately notify the contractor of the request and
the contractor must provide the records to the public agency or allow the records to be
inspected or copied within a reasonable time.
f) The contractor hereby acknowledges and agrees that if the contractor does not comply with
the public agency’s request for records, the public agency shall enforce the contract provisions
in accordance with the contract.
g) A contractor who fails to provide the public records to the public agency within a reasonable
time may be subject to penalties under Section 119.10, Florida Statutes.
h) If a civil action is filed against a contractor to compel production of public records relating to a
public agency’s contract for services, the court shall assess and award against the contractor
the reasonable costs of enforcement, including reasonable attorney fees, if:
1. The court determines that the contractor unlawfully refused to comply with the public
records request within a reasonable time; and
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 10 ITB #30-24
2. At least eight (8) business days before filing the action, the plaintiff provided written
notice of the public records request, including a statement that the contractor has not
complied with the request, to the public agency and to the contractor.
i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public
records and to the contractor at the contractor’s address listed on its contract with the public
agency or to the contractor’s registered agent. Such notices must be sent by common carrier
delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or
shipping paid by the sender and with evidence of delivery, which may be in an electronic format.
A Contractor who complies with a public records request within eight (8) business days after the
notice is sent is not liable for the reasonable costs of enforcement.
S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five
(5) years after completion of the Agreement. The City or its authorized agent reserves the right to
inspect any records related to the performance of work specified herein. In addition, the City may
inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the
Agreement. Contractor will permit such inspections and audits during normal business hours and
upon reasonable notice by the City. The audit of records may occur at Contractor’s place of
business or at City offices, as determined by the City.
S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested
background checks of Contractor personnel who would perform services under the Agreement or
who will have access to the City’s information, data, or facilities in accordance with the City’s current
background check policies. Any officer, employee, or agent that fails the background check must
be replaced immediately for any reasonable cause not prohibited by law.
S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have
final authority, based on security reasons: (i) to determine when security clearance of Contractor
personnel is required; (ii) to determine the nature of the security clearance, up to and including
fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity
may provide services under this Agreement. If the City objects to any Contractor personnel for any
reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove
any such individual from performance of services under this Agreement.
S.17 DEFAULT.
a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary
bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any
similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the
subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii)
conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out
any term, promise, or condition of the Agreement.
b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in
accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred
or suspended by another governmental entity.
c. Notice and Opportunity to Cure. In the event a party is in default then the other party may,
at its option and at any time, provide written notice to the defaulting party of the default. The
defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty
(30) day cure period may be extended by mutual agreement of the parties, but no cure period
may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably
calculated to provide notice of the nature and extent of such default. Failure of the non-
defaulting party to provide notice of the default does not waive any rights under the Agreement.
d. Anticipatory Repudiation. Whenever the City in good faith has reason to question
Contractor’s intent or ability to perform, the City may demand that Contractor give a written
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 11 ITB #30-24
assurance of its intent and ability to perform. In the event that the demand is made and no
written assurance is given within five (5) calendar days, the City may treat this failure as an
anticipatory repudiation of the Agreement.
S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy
will not preclude the use of other remedies. In the event of default:
a. The non-defaulting party may terminate the Agreement, and the termination will be effective
immediately or at such other date as specified by the terminating party.
b. The City may purchase the services required under the Agreement from the open market,
complete required work itself, or have it completed at the expense of Contractor. If the cost of
obtaining substitute services exceeds the contract price, the City may recover the excess cost
by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance
due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv)
collection against liquidated damages (if applicable); or (v) a combination of the
aforementioned remedies or other remedies as provided by law. Costs includes any and all,
fees, and expenses incurred in obtaining substitute services and expended in obtaining
reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and
costs.
c. The non-defaulting party will have all other rights granted under this Agreement and all rights
at law or in equity that may be available to it.
d. Neither party will be liable for incidental, special, or consequential damages.
S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the
parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to
cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or
obligated to cease performance by other provisions in this Agreement.
S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at
its convenience, in part or in whole, upon thirty (30) calendar days’ written notice.
S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its
execution, without penalty or further obligation, if any person significantly involved in initiating,
securing, drafting, or creating the Agreement for the City becomes an employee or agent of
Contractor.
S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY
CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds
by its governing body to satisfy its obligations. If the City reasonably determines, in its sole
discretion, that it does not have funds to meet its obligations under this Agreement, the City will
have the right to terminate the Agreement without penalty on the last day of the fiscal period for
which funds were legally available. In the event of such termination, the City agrees to provide
written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date.
S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement,
Contractor will be entitled only to payment for those services performed up to the date of
termination, and any authorized expenses already incurred up to such date of termination. The
City will make final payment within thirty (30) calendar days after the City has both completed its
appraisal of the materials and services provided and received Contractor’s properly prepared final
invoice.
S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless
approved in writing and signed by the waiving party. Failure or delay to exercise any rights or
remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services
hereunder, will not release the other party of any of the warranties or other obligations of the
Agreement and will not be deemed a waiver of any such rights or remedies.
S.25 INDEMNIFICATION/LIABILITY.
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 12 ITB #30-24
a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the
City, its officers, agents, and employees, harmless from and against any and all liabilities,
demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs,
attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to,
arising out of, or resulting from: (i) the services provided by Contractor personnel under this
Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor
personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the
obligations established by this Agreement. If applicable, this paragraph shall be construed in
harmony with F. S. § 725.06.
b. Contractor will update the City during the course of the litigation to timely notify the City of any
issues that may involve the independent negligence of the City that is not covered by this
indemnification.
c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor
or any third party harmless for claims based on this Agreement or use of Contractor-provided
supplies or services.
d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity,
to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes,
or be construed as consent by the City to be sued by third parties.
S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements
of the Agreement. Additionally, Contractor warrants that all services will be performed in a good,
workman-like, and professional manner. The City’s acceptance of service or materials provided by
Contractor will not relieve Contractor from its obligations under this warranty. If any materials or
services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at
no additional charge to the City, will provide materials or redo such services until in accordance
with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor
warrants that materials will be new, unused, of most current manufacture and not discontinued, will
be free of defects in materials and workmanship, will be provided in accordance with manufacturer's
standard warranty for at least one (1) year unless otherwise specified, and will perform in
accordance with manufacturer's published specifications. If applicable, this paragraph shall be
construed in harmony with F. S. § 725.06.
S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice
the City’s right to recover against third parties for any loss, destruction, or damage to City property,
and will at the City’s request and expense, furnish to the City reasonable assistance and
cooperation, including assistance in the prosecution or defense of suit and the execution of
instruments of assignment in favor of the City in obtaining recovery.
S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver
any specific amount of materials or services or any materials or services at all under this Agreement
and acknowledges and agrees that the materials or services will be requested by the City on an as
needed basis at the sole discretion of the City. Any document referencing quantities or
performance frequencies represent the City's best estimate of current requirements, but will not
bind the City to purchase, accept, or pay for materials or services which exceed its actual needs.
S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City
pursuant to this Agreement (whether electronically or manually generated) including without
limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared
in the performance of this Agreement, are the property of the City and will not be used or released
by Contractor or any other person except with prior written permission by the City.
S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or
publicity without obtaining the prior written consent of the City.
S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination
freight prepaid and allowed unless otherwise agreed.
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 13 ITB #30-24
S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or
equipment incidental to providing these services and such loss, injury, or destruction will not release
Contractor from any obligation hereunder.
S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real
property or damage or loss of City personal property when such property is the responsibility of or
in the custody of Contractor or its employees.
S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use,
the materials and services being provided and that the City may use same without suit, trouble, or
hindrance from Contractor or third parties.
S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will
without limitation, at its expense defend the City against all claims asserted by any person that
anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual
property right and must, without limitation, pay the costs, damages and attorneys' fees awarded
against the City in any such action, or pay any settlement of such action or claim. Each party
agrees to notify the other promptly of any matters to which this provision may apply and to
cooperate with each other in connection with such defense or settlement. If a preliminary or final
judgment is obtained against the City’s use or operation of the items provided by Contractor
hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense
and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for
the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having
at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less
reasonable usage, from the time of installation acceptance through cessation of use, which amount
will be calculated on a useful life not less than five (5) years, plus any additional costs the City may
incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as
a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits
set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by
third parties.
S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing
Administrator and/or an authorized representative from the using department. All questions
regarding this Agreement will be referred to the administrator for resolution. Supplements may be
written to this Agreement for the addition or deletion of services. Payment will be negotiated and
determined by the contract administrator(s).
S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by
unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the
public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose
performance is so affected will within five (5) calendar days of the unforeseeable circumstance
notify the other party of all pertinent facts and identify the force majeure event. The party whose
performance is so affected must also take all reasonable steps, promptly and diligently, to prevent
such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or
performance date will be extended for a period equal to the time lost by reason of delay, plus such
additional time as may be reasonably necessary to overcome the effect of the delay, provided
however, under no circumstances will delays caused by a force majeure extend beyond one
hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task
unless agreed upon by the parties.
S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other
municipalities, counties, school districts, and government agencies with the approval of Contractor.
Any such usage by other entities must be in accordance with the statutes, codes, ordinances,
charter and/or procurement rules and regulations of the respective government agency. Orders
placed by other agencies and payment thereof will be the sole responsibility of that agency. The
City is not responsible for any disputes arising out of transactions made by others.
STANDARD TERMS AND CONDITIONS
Vehicle/Equipment Repair & Maintenance Services 14 ITB #30-24
S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price
increases will be accepted without proper request by Contractor and response by the City’s
Procurement Division.
S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at
their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or
registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v)
sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery.
If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after
being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile,
receipt will be deemed effective two (2) calendar days after the sending thereof.
S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The
exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this
Agreement will be Pinellas County, Florida.
S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto,
supersede all prior oral or written agreements, if any, between the parties and constitutes the entire
agreement between the parties with respect to the work to be performed.
S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a
part of this Agreement as if fully stated in it.
S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such
provision will be severed from this Agreement, which will otherwise remain in full force and effect.
The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may
be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or
unenforceability.
S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of
this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth
rights and obligations that extend beyond completion, termination, or other expiration of this
Agreement, will survive and remain in full force and effect. Except as specifically provided in this
Agreement, completion, termination, or other expiration of this Agreement will not release any party
from any liability or obligation arising prior to the date of termination.
DETAILED SPECIFICATIONS
Vehicle/Equipment Repair & Maintenance Services 15 ITB #30-24
1. INTRODUCTION. The City of Clearwater (City) is a coastal community on the West Coast of
Florida and the third largest city in the Tampa Bay region with an estimated 118,904 residents.
Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas
County annually and was selected as the “Number One Beach in America” in the 2018 and 2019
TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both
domestic and international publications. An ideal year-round destination for travelers of all ages
and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of
casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater
Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for
visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation,
and release.
The City of Clearwater is committed to ensuring that we have a sustainable city through green
measures focusing on our economy, environment, and community.
2. SCOPE OF WORK. Work under this contract shall include the furnishing of all labor, supervision,
equipment, tools, parts, materials, transportation, and all other related items/services necessary for
the maintenance and repair of City of Clearwater (City) fleet vehicles and equipment on an as-
needed basis per the work specifications listed.
3. WORK SPECIFICATIONS
3.1 Vehicle / Equipment Repair Categories to include automobiles, sedans, light duty
trucks and suv’s to include electric vehicles.
Repair services include but are not limited to the following;
Service technicians shall be factory-trained on the following gas and diesel engines which are
relevant to the repair:
CATEGORY 1
AUTOMOBILES / SEDANS
• Engine, Transmission and Drive Train Repairs
CATEGORY 2 - TRUCK CLASS 1-3 (0 - 14,000 LBS)
LIGHT DUTY TRUCKS / SUV
• Engine, Transmission and Drive Train Repairs
• DODGE
• FORD
• GM
• HONDA
• MERCEDES
• TOYOTA
• ISUZU
• NISSAN
DETAILED SPECIFICATIONS
Vehicle/Equipment Repair & Maintenance Services 16 ITB #30-24
3.2 Vehicle / Equipment Repair Categories to include medium and heavy-duty trucks,
construction off road equipment and trailers.
Service technicians shall be factory-trained on the following gas and diesel engines which are
relevant to the repair:
4. MINIMUM FACILITY REQUIREMENT
• Contractor shall have a secure, full-service repair facility within a 50-mile radius from the
following address,1900 Grand Ave, Clearwater 33765. Such facility shall be available for
inspection by the Fleet Maintenance Manager, or designee, prior to award of the contract, and
at any time during the contract term.
• Contractor shall provide service a minimum of five (5) days per week, Monday through Friday
between the hours of 7:30 a.m. and 4:00 p.m.
• The Contractor’s facility shall have a secured lot and service bays shall be large enough to
accommodate City vehicles/equipment and a hydraulic rack capable of lifting vehicles
completely off the floor.
5. REPAIR REQUIREMENTS
• Contractor shall have the ability, at a minimum, to remove, repair and reinstall; engines,
transmissions, drive trains and suspensions or be able to provide the name of a qualified sublet
provider to perform these services on City vehicles/equipment as needed.
• Contractor shall have the ability to properly repair and service vehicle air conditioning systems
using in-house equipment and certified technicians, or a qualified sublet provider may be
utilized at a mark-up with prior authorization from the City representative.
• Contractor shall have the ability, at a minimum, to repair, flooring, body, tarping, suspension
and brake systems on walking floor and standard trailers.
6. PERSONNEL REQUIREMENTS
• No later than thirty (30) days after an Intent to Award has been issued, the successful
Contractor(s) shall appoint one (1) of its employees as the City’s primary contact.
• All drivers working for Contractor must possess a valid Florida Driver's license, appropriate for
the class of vehicle requiring service under this contract.
CATEGORY 1 - TRUCK CLASS 4-8 (14,001 - 33,001+ LBS)
MEDIUM/HEAVY DUTY TRUCKS
• Engine, Transmission, Drive Train and Hydraulic Repairs
CATEGORY 2
CONSTRUCTION/OFF ROAD
• Engine, Transmission, Drive Train and Hydraulic Repairs
CATEGORY 3
WALKING FLOOR AND STANDARD TRAILERS
• Suspension, Axle, Flooring, Hydraulic, Brakes and Walking Floor
• CASE • CATERPILLAR
• CHEVROLET • CUMMINS
• DETROIT-DIESEL • INTERNATIONAL
• JOHN DEERE • KENWORTH
• PETERBUILT • TORO
DETAILED SPECIFICATIONS
Vehicle/Equipment Repair & Maintenance Services 17 ITB #30-24
• Mechanics performing under the contract shall be Automotive/Truck (Class 1-3) Technicians
certified by the National Institute for Automotive Service Excellence (ASE) in the following areas
as required and/or have original equipment manufacturer (OEM) certification:
• A1 - Engine Repair
• A2 - Automatic Transmission
• A3 - Manual Drive Train & Axles
• A4 - Suspension & Steering
• A5 - Brakes
• A6 - Electrical Systems
• A7 - Heating & Air Conditioning
• A8 - Engine Performance
For Medium/Heavy Trucks (Class 5-8)
• T2 – Diesel Engines
• T3 – Drive Train
• T4 – Brakes
• T5 – Suspension and Steering
• T6 – Electronic Systems
• T7 – Heating Ventilation & Air Conditioning
• T8 – Preventive Maintenance Inspection
7. RATES
• Shop labor hourly rate is the same for one (1) person or several persons working on the
vehicle/equipment at the same time. Number of shop labor hours billed shall not exceed
number of hours vehicle/equipment is in contractor’s possession. No overtime shall be charged
unless an emergency situation arises, and prior written approval has been authorized by the
City.
• The City is designated by the Florida Department of Environmental Protection (DEP) as a
“small oil generator”, whereas we are required to show what happens with all oil and other
“waste” (rags, tires, batteries, incidentals, etc.) from cradle to grave. All applicable shop
charges shall be shown separately on invoices.
• The Contractor agrees to quote charges for services at the actual hourly rates shown on the
Bid Pricing Form on page 23 of this solicitation and shall not be governed by any pre-
determined rates that may be customarily or otherwise used in calculating charges for work
performed.
• Work shall be performed on a time and materials basis, at prices indicated on the Bid Pricing
Form on page 23 of this solicitation. In no instance shall any repairs costing above the original
estimate be performed without first notifying the City’s representative and providing a
supplemental, written estimate indicating additional parts and labor. The City’s representative
must approve any additional repairs. Any unauthorized work performed will be at the
Contractor's risk and expense.
• The parts and materials pricing shall be based on Contractor’s actual cost plus a percentage
mark-up. The City may require proof of Contractor’s cost on any parts or materials
• No charge will be allowed for providing repair estimates.
• Pick-up/delivery time shall be billed separately.
8. PICK-UP & DELIVERY
• All pick-up and return of vehicle/equipment shall be scheduled one (1) business day in advance
with the City’s representative.
• The Contractor shall ensure that pick-up and delivery of vehicle/equipment is done during City’s
business hours of Monday through Friday between 7:30 a.m. to 4:00 p.m.
DETAILED SPECIFICATIONS
Vehicle/Equipment Repair & Maintenance Services 18 ITB #30-24
• The Contractor shall ensure that all City vehicles/equipment shall only be operated for the sole
purposes of pick-up and delivery or diagnostic road test while in the possession of the
contractor.
9. ESTIMATES
• Contractor agrees to furnish the City representative a written, detailed estimate of repairs
needed, to include labor rate, labor hours, and time and materials, with the exception of any
hidden damage that may not be obvious until repairs are initiated, within five (5) working days
of receiving the vehicle/equipment. Contractor can email (preferred) or fax the estimates to the
City representative.
• When hidden damages are discovered after repairs have commenced, the Contractor shall
advise the City of the full extent of the hidden damages and provide to the City a written
estimate of additional repairs needed and parts/materials required. Contractor shall NOT
perform any additional repair services exceeding original estimate prior to City representative
or designee review and approval.
• The Contractor shall base the estimate on labor times listed in the latest issue of Motor
Publications, Truck and Van Labor Time Guide, and/or Professional Service Trade Manual for
Medium/Heavy Trucks. Construction Equipment/Industrial Equipment shall be referred to
manufacturer's manuals for time and labor guide. Contractor shall provide documentation from
the source(s) upon City request.
• The Contractor shall include all times to access the engines (removing of sheet metal, fairings,
hardware, etc.). This shall include labor guide times or manufacturer’s manual times on repairs.
10. PARTS & MATERIALS
• Contractor shall use new OEM retail parts when available. If OEM retail parts are not available,
Contractor shall receive approval prior to the repair from the City representative to use an
equivalent part.
• The City may require the Contractor to install parts or materials provided by the City. These
parts and materials may be new or used.
• All parts and materials shall be recycled in accordance with DEP regulations.
11. REPAIR TIME
• Contractor shall respond via email to the City representative’s requests for repairs within one
(1) business day of receipt of the City’s email request. The Contractor shall repair the
vehicle/equipment and have it ready to be returned to the City within five (5) business days
after approval of repair estimates. The City representative shall be notified, in writing, if
unexpected delays arise which shall cause repair to exceed five (5) days.
• The City reserves the right to order, in writing, that all work cease on the work order. The City
shall be obligated only for work performed up to the issuance of the stop work order.
12. EMERGENCY WORK
• The Contractor agrees to accept such work as may be determined by the City as an emergency
and so declared and further agrees to give such emergency work priority over all other work in
the contractor’s shop(s). Emergencies will be justified only on vehicles used regularly in Public
Safety emergency work. Emergency work shall be performed within twenty-four (24) hours at
the Emergency Hourly Rate specified on the Bid Pricing Form on page 23 of this solicitation.
13. PERSONAL PROPERTY IN VEHICLES
• To the extent provided by law, the Contractor shall be accountable and liable for damage or
loss to all personal property in the vehicles and for all vehicle accessories while in the
Contractor’s possession.
DETAILED SPECIFICATIONS
Vehicle/Equipment Repair & Maintenance Services 19 ITB #30-24
14. INVOICES
• The Contractor shall furnish the City representative with complete itemized invoices for work
performed, showing labor hours, materials and shop charges. The invoices shall contain, but
not limited to the following information:
• City vehicle number
• Purchase order number
• Labor time and charges
• Itemized parts and materials at contractor’s cost
• Markup of parts and materials
• Shop/waste charges
• Pick-up/delivery charges (if applicable)
• The City requires a legibly signed receipt/ticket be submitted with the invoice for all
work/commodities rendered/delivered along with a reference to the proper purchase order
number. The person signing the receipt/ticket must be a current City employee. Invoices that
do not include this information will not be paid until all charges are verified.
• All invoices shall be sent to the City’s Fleet Maintenance Division designated representative
for processing.
15. WARRANTY & GUARANTEE
• The Contractor shall provide complete warranty information to the City representative on all
repair parts and labor repairs whether or not payment is made to the Contractor. For the City
to be in compliance with state law concerning maintenance documentation, it is imperative that
the City receive copies of all invoices, non-warranty or otherwise.
• Contractor shall provide a minimum 180 days warranty on labor.
• All work will be guaranteed against any defect due to faulty material and/or workmanship.
Replacement of defective parts and performance of additional labor shall be done by Contractor
and at no additional cost to the City.
16. PRICING. The City intends to award term contract(s) to the lowest responsive and responsible
bidder(s) in each category as defined on the Bid Pricing Form on page 23. Contractors interested
in responding to this ITB may provide a price for a single, multiple, or all the categories of services
in this solicitation. Contractors providing services in more than one (1) category may be awarded
multiple categories. The City reserves the right to award some, none, or all of the services
categories described in this solicitation.
17. MINIMUM QUALIFICATIONS.
References. Three (3) current references are required for whom the Contractor has performed
similar work, preferably for a public agency of similar size in the Tampa Bay region, within the past
five (5) years.
Staff Certifications. The Contractor shall submit with their bid submittal a list of employees that
will be performing work under this contract who are ASE certified or have OEM certifications along
with any manufacturer factory trained certifications.
18. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and
maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during
the term with the City, sufficient insurance to adequately protect the respective interest of the
parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In
addition, the City has the right to review the Contractor’s deductible or self-insured retention and to
require that it be reduced or eliminated.
Specifically the Vendor must carry the following minimum types and amounts of insurance on an
occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then
coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the
DETAILED SPECIFICATIONS
Vehicle/Equipment Repair & Maintenance Services 20 ITB #30-24
termination or expiration of this Agreement:
a. Commercial General Liability Insurance coverage, including but not limited to, premises
operations, products/completed operations, products liability, contractual liability, advertising
injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one
million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate.
b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or
borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars)
combined single limit.
c. Garage Keeper’s Liability Insurance coverage, including but not limited to, damages such
as bodily injury, property damage, and pollution costs and expenses in the minimum amount
of $1,000,000 (one million dollars) per occurrence.
d. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory
Workers’ Compensation Insurance coverage in accordance with the laws of the State of
Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one
million dollars) each employee each accident, $1,000,000 (one million dollars) each employee
by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include
Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act
coverage where applicable. Coverage must be applicable to employees, contractors,
subcontractors, and volunteers, if any.
The above insurance limits may be achieved by a combination of primary and
umbrella/excess liability policies.
Other Insurance Provisions.
a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the
insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor
will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate,
SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set
forth above and naming the City as an “Additional Insured” on the Commercial General Liability
Insurance and the Commercial Automobile Liability Insurance. In addition when requested in
writing from the City, Vendor will provide the City with certified copies of all applicable policies.
The address where such certificates and certified policies shall be sent or delivered is as
follows:
City of Clearwater
Attn: Procurement Division, ITB #30-24
P.O. Box 4748
Clearwater, FL 33758-4748
b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal,
termination, material change or reduction in coverage.
c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for
Vendor’s negligence.
d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any
and all claims that may arise related to Agreement, work performed under this Agreement, or
to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to
reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as
contemplated herein.
DETAILED SPECIFICATIONS
Vehicle/Equipment Repair & Maintenance Services 21 ITB #30-24
The stipulated limits of coverage above shall not be construed as a limitation of any potential
liability to the City, and City’s failure to request evidence of this insurance shall not be
construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or
agents’) obligation to provide the insurance coverage specified.
MILESTONES
Vehicle/Equipment Repair & Maintenance Services 22 ITB #30-24
1. BEGINNING AND END DATE OF INITIAL TERM. May 2024 – April 2025
If the commencement of performance is delayed because the City does not execute the contract
on the start date, the City may adjust the start date, end date and milestones to reflect the delayed
execution.
2. EXTENSION. The City reserves the right to extend the term of this contract, provided however,
that the City shall give written notice of its intentions to extend this contract no later than thirty (30)
days prior to the expiration date of the contract.
3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as
provided. The decision to renew a contract rest solely with the City. The City will give written notice
of its intention to renew the contract no later than thirty (30) days prior to the expiration.
Two (2), one (1) year renewals are possible at the City’s option.
.
4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise
provided by the specifications, and include all transportation, insurance and warranty costs. The
City shall not be invoiced at prices higher than those stated in any contract resulting from this bid.
The Contractor certifies that the prices offered are no higher than the lowest price the Contractor
charges other buyers for similar quantities under similar conditions. The Contractor further agrees
that any reductions in the price of the goods or services covered by this bid and occurring after
award will apply to the undelivered balance. The Contractor shall promptly notify the City of such
price reductions.
During the sixty (60) day period prior to each annual anniversary of the contract effective date, the
Contractor may submit a written request that the City increase the prices and such adjustment will
be considered and approval for such will not exceed the percentage change in the US Department
of Labor Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL. (https://www.bls.gov/cpi/home.htm) The City shall review the request
for adjustment and respond in writing; such response and approval shall not be unreasonably
withheld.
At the end of the initial term, pricing may be adjusted for amounts other than inflation based on
mutual agreement of the parties after review of appropriate documentation. Renewal prices shall
be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph.
No fuel surcharges will be accepted.
BID SUBMISSION
Vehicle/Equipment Repair & Maintenance Services 23 ITB #30-24
1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids
website at https://www.myclearwater.com/business/rfp
For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1)
electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of
this solicitation.
2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not
necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed
Specifications with your bid response. Only submit the requested forms and any other requested
or descriptive literature.
Original and proper number of copies with electronic format (if requested)
Bid container properly labeled
Bid pricing form, page 24-25
Exceptions/Additional Materials/Addenda form
Vendor Information form
Scrutinized Companies form(s) as required
E-Verify Eligibility form as required
Offer Certification form
Minimum of three customer (3) references
Staff Certifications as referenced in 17. MINIMUM QUALIFICATONS., page 19
W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf)
BID PRICING
Vehicle/Equipment Repair & Maintenance Services 24 ITB #30-24
Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish
Vehicle/Equipment Repair and Maintenance Service to the City of Clearwater at the price(s) stated
below.
PRICING FOR AUTOMOBILES, SEDANS, LIGHT DUTY TRUCKS / SUV’S
CATEGORY 1 - AUTOMOBILES / SEDANS
Shop Labor Hourly Rate $ /hr
Emergency Hourly Rate $ /hr
Service/Road Call Rate (if applicable) $ /hr
Pick-up/delivery (if applicable) $ /hr
CATEGORY 2 - LIGHT DUTY TRUCK/SUV CLASS 1-3 (0 -14,000 LBS)
Shop Labor Hourly Rate $ /hr
Emergency Hourly Rate $ /hr
Service/Road Call Rate (if applicable) $ /hr
Pick-up/delivery (if applicable) $ /hr
PRICING FOR MEDIUM AND HEAVY DUTY TRUCKS, CONSTRUNTION /OFF ROAD
EQUIPMENT AND TRAILERS
CATEGORY 1 - MEDIUM/HEAVY DUTY TRUCKS CLASS 4-8 (14,001 -33,001+ LBS)
Shop Labor Hourly Rate $ /hr
Emergency Hourly Rate $ /hr
Service/Road Call Rate (if applicable) $ /hr
Pick-up/delivery (if applicable) $ /hr
CATEGORY 2 - CONSTRUCTION/OFF ROAD
Shop Labor Hourly Rate $ /hr
Emergency Hourly Rate $ /hr
Service/Road Call Rate (if applicable) $ /hr
Pick-up/delivery (if applicable) $ /hr
CATEGORY 3 - WALKING FLOOR AND STANDARD TRAILER
Shop Labor Hourly Rate $ /hr
Emergency Hourly Rate $ /hr
Service/Road Call Rate (if applicable) $ /hr
Pick-up/delivery (if applicable) $ /hr
Parts and Materials Mark-up will not be utilized for determination of award
Parts and Materials Mark-up from cost %
BID PRICING
Vehicle/Equipment Repair & Maintenance Services 25 ITB #30-24
DELIVERY REQUIREMENTS
FOB: Destination, Freight Prepaid and Allowed
Freight Costs: Unit prices should include all freight and transportation charges
PAYMENT TERMS:
• City of Clearwater’s standard payment terms are NET30
• Electronic Funds Transfer (EFT) / Automated Clearing House (ACH
Vendor: _________________________________________ Date: _______________________________
EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA
Vehicle/Equipment Repair & Maintenance Services 26 ITB #30-24
Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation
document. Exceptions that surface elsewhere and that do not also appear under this section shall be
considered invalid and void and of no contractual significance.
Exceptions (mark one):
Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid
Non-responsive.
No exceptions
Exceptions taken (describe--attach additional pages if needed)
Additional Materials submitted (mark one):
No additional materials have been included with this bid
Additional Materials attached (describe--attach additional pages if needed)
Addenda
Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at
http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge
any addenda issued may result in a response being deemed non-responsive.
Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable):
Addenda Number Initial to acknowledge receipt
Vendor Name: Date: ____
VENDOR INFORMATION
Vehicle/Equipment Repair & Maintenance Services 27 ITB #30-24
Company Legal/Corporate Name:
Doing Business As (if different than above):
Address:
City: State: Zip: -
Phone: Fax:
E-Mail Address: Website:
DUNS #
Remit to Address (if different than above): Order from Address (if different from above):
Address: Address:
City: State: Zip: City: State: Zip:
Contact for Questions about this bid:
Name: Fax:
Phone: E-Mail Address:
Day-to-Day Project Contact (if awarded):
Name: Fax:
Phone: E-Mail Address:
Certified Small Business Certifying Agency:
Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency:
Provide supporting documentation for your certification, if applicable.
SCRUTINIZED COMPANIES FORM
Vehicle/Equipment Repair & Maintenance Services 28 ITB #30-24
SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements
of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott
Israel List, or engaged in a boycott of Israel; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this
solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a
boycott of Israel; and
3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking
other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or
in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is
participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott
of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as
evidence that a company is participating in a boycott of Israel; and
4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,
or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days
after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged
in a boycott of Israel.
__________________________________________
Authorized Signature
__________________________________________
Printed Name
__________________________________________
Title
__________________________________________
Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by ______________________________
(name of person whose signature is being notarized) as the ________________________ (title) of
______________________________________(name of corporation/entity), personally known ______, or
produced _________________________ (type of identification) as identification, and who did/did not take
an oath.
______________________________________
Notary Public
____________________________________
Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
SCRUTINIZED COMPANIES FORM
Vehicle/Equipment Repair & Maintenance Services 29 ITB #30-24
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA
CERTIFICATION FORM
IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements
of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities
in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or
engaging in business operations in Cuba and Syria; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this
solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the
Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business
operations in Cuba and Syria; and
3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce
in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning,
selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal
property, real property, military equipment, or any other apparatus of business or commerce; and
4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,
or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days
after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the
Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business
operations in Cuba and Syria.
__________________________________________
Authorized Signature
__________________________________________
Printed Name
__________________________________________
Title
__________________________________________
Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by
_______________________________ (name of person whose signature is being notarized) as the
________________________ (title) of ______________________________________(name of
corporation/entity), personally known ______, or produced _________________________ (type of
identification) as identification, and who did/did not take an oath.
______________________________________
_
Notary Public
____________________________________
Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
E-VERIFY ELIGIBILITY FORM
Vehicle/Equipment Repair & Maintenance Services 30 ITB #30-24
VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM
PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF
ALL NEWLY HIRED EMPLOYEES.
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.
2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the
work authorization status of newly hired employees.
3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract
registers with and uses the E-Verify system.
4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not
employ, contract with, or subcontract with unauthorized alien.
5. The Contractor must maintain a copy of such affidavit.
6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors
knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c).
7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be
awarded a public contract for at least 1 year after the date on which this Contract was terminated.
8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this
Contract.
__________________________________________
Authorized Signature
__________________________________________
Printed Name
__________________________________________
Title
__________________________________________
Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by
_______________________________ (name of person whose signature is being notarized) as the
________________________ (title) of ______________________________________(name of
corporation/entity), personally known ______, or produced _________________________ (type of
identification) as identification, and who did/did not take an oath.
____________________________________
Notary Public
____________________________________
Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
OFFER CERTIFICATION
Vehicle/Equipment Repair & Maintenance Services 31 ITB #30-24
By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that:
a) It is under no legal prohibition on contracting with the City of Clearwater.
b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as
well as its attachments, and any referenced documents.
c) It has no known, undisclosed conflicts of interest.
d) The prices offered were independently developed without consultation or collusion with any of the other
vendors or potential vendors or any other anti-competitive practices.
e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or
consultant who has or may have had a role in the procurement process for the commodities or services
covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer,
elected official, or consultant in connection with the award of this contract.
f) It understands the City may copy all parts of this response, including without limitation any documents or
materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a
public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law,
subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or
proprietary notices.
g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually
obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders.
h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible,
voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency.
i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules,
regulations, and executive orders if awarded by the City.
j) It is current in all obligations due to the City.
k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City.
l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to
submit binding offers and enter into contracts for the commodities or services as specified herein.
ACCEPTED AND AGREED TO:
Company Name:
Signature:
Printed Name:
Title:
Date:
REFERENCES
Vehicle/Equipment Repair & Maintenance Services 32 ITB #30-24
Instructions: Vendor shall provide with bid a minimum of three (3) current customer references.
Additional pages may be added, if needed. References are required for whom the Vendor has performed
similar work, preferably for a public agency of similar size in the Tampa Bay region, within the past five (5)
years. Complete and return with bid submittal.
Reference # 1
Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Email:
Phone: Fax:
Notes:
Reference # 2
Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Email:
Phone: Fax:
Notes:
Reference # 3
Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Email:
Phone: Fax:
Notes:
Vendor Name: Date:
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
Vehicle/Equipment Repair & Maintenance Services 33 ITB #30-24
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
SEALED BID
Submitted by:
Company Name:
Address:
City, State, Zip:
ITB #30-24, Vehicle/Equipment Repair & Maintenance
Services
Due Date: April 18, 2024, at 10:00 A.M.
City of Clearwater
Attn: Procurement
PO Box 4748
Clearwater FL 33758-4748
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
SEALED BID
Submitted by:
Company Name:
Address:
City, State, Zip:
ITB #30-24, Vehicle/Equipment Repair & Maintenance
Services
Due Date: April 18, 2024, at 10:00 A.M.
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
City of Clearwater
Attn: Procurement
100 S Myrtle Ave 3rd Fl
Clearwater FL 33756-5520
May 24, 2024
NOTICE OF INTENT TO AWARD
General Services and the Procurement Division recommend award of ITB No. 30-24, Vehicle/Equipment
Repair and Maintenance Services, the lowest most responsible bidder, in accordance with the bid
specifications, in the estimated annual amount $250,000.00, for a period of one (1) year, with two (2), one
(1) year renewal options.
Automobiles, Sedans, Light Duty Trucks/SUV’s
Category 1: Automobiles / Sedans
• Blackwater Diesel LLC
• Walker Ford
Category 2: Light Duty Truck/SUV Class 1-3 (0-14,000 lbs)
• Blackwater Diesel LLC
• Walker Ford
Medium and Heavy Duty Trucks, Construction / Off Road Equipment and Trailers
Category 1: Medium/Heavy Duty Trucks Class 4-8 (14,0001-33,001 lbs)
• Blackwater Diesel LLC
• Dynamic Diesel Works
• Tampa Spring Company
Category 2: Construction / Off Road
• Blackwater Diesel LLC
• Dynamic Diesel Works
• Tampa Spring Company
Category 3: Walking Floor and Standard Trailer
• Blackwater Diesel LLC
• Tampa Spring Company
This Award recommendation will be considered by the City Council at the June 17, 2024, Work Session
(1:30 p.m.) and voted on at the June 20, 2024, Council Meeting (6:00 p.m.). These meetings are held at
Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755.
Inquiries regarding this Intent to Award can be directed to Kristina Cook the City’s Procurement Analyst at
(727) 444-8510, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL
33758-4748.
Posted on this date by:
Kristina Cook
Kristina Cook
Procurement Analyst
1) Blackwater Diesel LLC 2) Cummins Inc.
12425 US Highway 19N dba Cummins Sales and Service
Clearwater, FL 33764 5910 E Hillsborough Ave.
727-916-1836 Tampa, FL 33610
901-626-9641
3) Dynamic Diesel Works Inc 4) Ferman Ford of Clearwater
12707 126th Ave N 24825 US Hwy 19 N
Clearwater, FL 33762 Clearwater, FL 33763
727-573-1541 727-797-2277
5) Innovative Equipment Services 2 LLC 6) Tampa Spring Company
dba CASE Power & Equipment of Florida 8820 Brooks St.
5710 Bull Run Dr Tampa, FL 33604
Columbia, MO 65201 813-933-2805
573-299-5222
7) Walker Ford Company Inc
17556 US Hwy 19 N
Clearwater, FL 33764
727-535-3673
ADVERTISED: TAMPA BAY TIMES 03.20.2024
POSTED:myclearwater.com 03.15.2024-04.18.2024
FOR THE CITY OF CLEARWATER
Due/Opening: April 18, 2024; 10:00 a.m.
INVITATION TO BID No. 30-24
Vehicle / Equipment Repair and Maintenance
Solicitation Response Listing
CITY OF CLEARWATER
ITB 30-24, Vehicle/Equipment Repair and Maintenance Services
DUE DATE: April 18, 2024; 10:00 AM
BID TABULATION
Shop Labor Hourly Rate Per Hr 100.00$ 185.00$ no bid 180.00$ no bid no bid 175.00$ Emergency Hourly Rate Per Hr 150.00$ 239.10$ no bid 180.00$ no bid no bid 175.00$
Service/Road Call Rate (if applicable)Per Hr 200.00$ 215.07$ no bid 180.00$ no bid no bid 175.00$
Pick-up/delivery (if applicable) Per Hr 60.00$ no bid no bid 180.00$ no bid no bid 175.00$
Shop Labor Hourly Rate Per Hr 100.00$ 185.00$ no bid 180.00$ no bid no bid 175.00$
Emergency Hourly Rate Per Hr 150.00$ 239.10$ no bid 180.00$ no bid no bid 175.00$
Service/Road Call Rate (if applicable)Per Hr 200.00$ 215.07$ no bid 180.00$ no bid no bid 175.00$
Pick-up/delivery (if applicable)Per Hr 60.00$ no bid no bid 180.00$ no bid no bid 175.00$
Shop Labor Hourly Rate Per Hr 100.00$ 185.00$ 120.00$ 220.00$ no bid 100.00$ no bid
Emergency Hourly Rate Per Hr 150.00$ 239.10$ no bid 220.00$ no bid 195.00$ no bid
Service/Road Call Rate (if applicable)Per Hr 200.00$ 215.07$ 89.99$ 220.00$ no bid no bid no bid
Pick-up/delivery (if applicable)Per Hr 60.00$ no bid Based on tow bill 220.00$ no bid no bid no bid
Shop Labor Hourly Rate Per Hr 100.00$ 185.00$ 150.00$ no bid 175.00$ 100.00$ no bid
Emergency Hourly Rate Per Hr 150.00$ 239.10$ no bid no bid 175.00$ 195.00$ no bid
Service/Road Call Rate (if applicable)Per Hr 200.00$ 215.07$ 89.99$ no bid 175.00$ no bid no bid
Pick-up/delivery (if applicable)Per Hr no bid no bid Based on tow bill no bid TBD no bid no bid
Shop Labor Hourly Rate Per Hr 100.00$ no bid no bid no bid no bid 100.00$ no bidEmergency Hourly Rate Per Hr 150.00$ no bid no bid no bid no bid 195.00$ no bid
Service/Road Call Rate (if applicable)Per Hr 200.00$ no bid no bid no bid no bid no bid no bid
Pick-up/delivery (if applicable)Per Hr -$ no bid no bid no bid no bid no bid no bid
Parts and Materials Mark-up from cost %25%65%25%20%25%30%20%
Tampa Spring
Company Walker FordCATEGORY 3 - WALKING FLOOR AND STANDARD TRAILER Blackwater Diesel LLC Cummins Inc. dba
Cummins Sales &
Service
Dynamic Diesel
Works Ferman Ford of CWT
Innovative
Equipment Services
dba CASE Power & Equip
PRICING FOR AUTOMOBILES, SEDANS, LIGHT DUTY TRUCKS / SUV’S
Blackwater Diesel LLC Cummins Inc. dba
Cummins Sales &
Service
Dynamic Diesel
Works Ferman Ford of CWT
Innovative
Equipment Services
dba CASE Power &
Equip
Tampa Spring
Company Walker FordCATEGORY 1 - AUTOMOBILES / SEDANS
CATEGORY 2 - LIGHT DUTY TRUCK/SUV
CLASS 1-3 (0 -14,000 LBS)Blackwater Diesel LLC
Cummins Inc. dba
Cummins Sales & Service
Dynamic Diesel
Works Ferman Ford of CWT
Innovative
Equipment Services
dba CASE Power &
Equip
Tampa Spring
Company Walker Ford
PRICING FOR MEDIUM AND HEAVY DUTY TRUCKS, CONSTRUNTION /OFF ROAD EQUIPMENT AND TRAILERS
Parts and Materials Mark-up will not be utilized for determination of award
Ferman Ford of CWT
Innovative
Equipment Services
dba CASE Power &
Equip
CATEGORY 2 - CONSTRUCTION/OFF ROAD Blackwater Diesel LLC
Cummins Inc. dba
Cummins Sales &
Service
Dynamic Diesel Works Ferman Ford of CWT
Innovative
Equipment Servicesdba CASE Power &
Equip
Tampa Spring Company Walker Ford
Tampa Spring
Company Walker FordCATEGORY 1 - MEDIUM/HEAVY DUTY TRUCKS CLASS 4-8 (14,001 -
33,001+ LBS)Blackwater Diesel LLC
Cummins Inc. dba
Cummins Sales & Service
Dynamic Diesel
Works
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: LUP2024-02001
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Planning CaseIn Control: Planning & Development
Agenda Number: 7.1
SUBJECT/RECOMMENDATION:
Approve a Future Land Use Map Amendment from the Institutional (I) category to the Commercial General
(CG) category for 407 South Saturn Avenue and pass Ordinance 9765-24 on first reading.
(LUP2024-02001)
SUMMARY:
This Future Land Use Map Amendment involves three parcels of land totaling 2.284-acres located on the
northeast corner of Gulf to Bay Boulevard and South Saturn Avenue. The applicant, St. Paul’s Lutheran
Church, Inc., is requesting to amend the future land use category of the property from Institutional (I) to
Commercial General (CG). The applicant has indicated that the property will be used for a future
commercial use, but no site plans have been submitted at this time. A Zoning Atlas Amendment
application (REZ2024-02001) is being processed concurrently with this case.
The subject property is currently occupied with a place of worship (church) and associated parking. The
church has occupied this property since at least 1957, when the earliest structure, located on the
northwest corner of the larger parcel fronting Gulf to Bay Boulevard, was constructed. The church
expanded in 1958 with the construction of the two-story structure east of the original building, and then
with the construction of the third structure currently fronting Gulf to Bay Boulevard in 1970. These three
buildings contain just over 25,000 square feet of building area.
The existing Institutional (I) category has a maximum density of 12.5 dwelling units per acre and a
maximum floor area ratio (FAR) of 0.65. The proposed Commercial General (CG) category has a maximum
density of 24 units per acre, a maximum overnight accommodation (hotel) density of 40 units per acre, and
a maximum floor area ratio (FAR) of 0.55. The proposed amendment would allow the property to have a
consistent future land use category of Commercial General (CG) with the remaining block and surrounding
area and allow for the development of the property with a commercial use, consistent with uses in the
area.
The Planning and Development Department has determined that the proposed future land use amendment
is consistent with the provisions of the Clearwater Community Development Code as specified below:
·The proposed amendment is consistent with the Comprehensive Plan and the Countywide Plan Rules.
·The proposed amendment is compatible with the surrounding properties and character of the
neighborhood.
·Sufficient public facilities are available to serve the property.
·The proposed amendment will not have an adverse impact on the natural environment.
·The proposed amendment will not have an adverse impact on the use of property in the immediate
area.
The proposed City of Clearwater future land use category of Commercial General (CG) will necessitate an
amendment of the Countywide Plan Map from the Public/Semi-Public (P/SP) category to the Retail &
Sales (R&S) category. Additionally, the proposed City of Clearwater future land use category of
Page 1 City of Clearwater Printed on 6/10/2024
File Number: LUP2024-02001
Commercial General (CG) will also necessitate an amendment to the Land Use Strategy Map, which is
part of the Countywide Rules, to amend a portion of the property from the Scenic/Noncommercial Corridor,
Residential Category to the Scenic/Noncommercial Corridor, Mixed Use Category.
In accordance with the Countywide Plan Rules, the land use plan amendment is subject to the approval of
Forward Pinellas, in its role as the Pinellas Planning Council, and the Board of County Commissioners
acting as the Countywide Planning Authority. The application is a small-scale amendment so review and
approval by the Florida Department of Commerce (DOC), formerly known as the Florida DEO, is not
required.
The Community Development Board, in its capacity as the Local Planning Agency (LPA), reviewed the
proposed amendment at its meeting on May 21, 2024, and unanimously recommended approval.
STRATEGIC PRIORITY:
This proposed amendment supports the Community Well-Being goal of the city’s Strategic Plan by
providing for targeted revitalization through responsible development standards.
Page 2 City of Clearwater Printed on 6/10/2024
BACKGROUND & PROPOSAL
This case involves a property consisting of three parcels totaling 2.284‐acres located on the northeast corner
of Gulf to Bay Boulevard and South Saturn Avenue. The property is owned by St. Paul’s Lutheran Church, Inc.
The largest parcel fronting Gulf to Bay Boulevard is currently occupied by a place of worship containing three
structures, and the parcels to the north contain the associated parking. The request is to change the Future
Land Use Map designation of this property from Institutional (I) to Commercial General (CG). A Zoning Atlas
Amendment application (REZ2024‐02001) is also being processed concurrently with this case.
The earliest structure was constructed in 1957 and is located along the northwest corner of the larger parcel
that fronts Gulf to Bay Boulevard. A two‐story building was constructed in 1958 and is adjoined to the original
structure to the east. The third structure was constructed in 1970 and is adjoined to and sits south of the
original 1957 structure. In total, the three structures contain just over 25,000 square feet of building area.
Ownership of the property was originally transferred to St. Paul’s Lutheran Church in 1963. This deed
included the two parcels currently used as parking, and the northern half of the larger parcel which contained
the two structures constructed in 1957 and 1958, respectively. In 1967, the entirety of the three parcels were
under the same ownership when the church purchased the southern half of the larger parcel.
Should this proposed amendment be approved, the existing place of worship would become a
nonconforming use, as this use is not permitted within the consistent Commercial (C) District. The use would
be able to remain as a nonconforming use and permitted to make any repairs or maintenance as necessary
but would not be allowed to expand. It is anticipated that upon approval of the amendment, St. Paul’s
PLANNING & DEVELOPMENT DEPARTMENT
COMMUNITY DEVELOPMENT BOARD STAFF REPORT
MEETING DATE: May 21, 2024
AGENDA ITEM: F.1.
CASE: LUP2024‐02001
REQUEST: Amendment to the city’s Future Land Use Map for the property located at
407 S Saturn Avenue from the Institutional (I) category to the Commercial
General (CG) category.
GENERAL DATA:
Agent(s)...........................
Owner(s)..........................
Ryan Manasee & Mark Bentley, Johnson, Pope, Bokor, Ruppel, & Burns, LLP
St. Paul’s Lutheran Church, Inc.
Location .......................... 407 South Saturn Avenue, located on the northeast corner of Gulf to Bay
Boulevard and South Saturn Avenue
Property Size ................... 2.284 acres
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 2 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Lutheran Church, Inc. will be merging with another congregation in the city and the property would be sold.
The applicants have indicated the future use to be commercial; however, a specific use has not been
determined at this time. Site plans are not required to be submitted as part of, or in conjunction with, a
Future Land Use Plan Amendment application.
The requested amendment to the Commercial General (CG) category is consistent with the surrounding
parcels and would allow for future development that is compatible with surrounding uses and is appropriate
to be located along Gulf to Bay Boulevard. An amendment to the Countywide Plan Map will also be required
to bring consistency between the City’s Future Land Use Map and the Countywide Plan Map. The applicant
understands all necessary approvals and permits must be obtained before development of the subject site
occurs.
VICINITY CHARACTERISTICS
Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its
surroundings.
Map 1
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 3 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Map 2
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 4 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Map 3 shows the existing surrounding uses which are a mix of residential and commercial as is typical in the
blocks north and south of the Gulf to Bay Boulevard corridor in this area. The properties to the north abutting
the amendment area, along with properties to the west/northwest across South Saturn Avenue and
east/northeast across South Mars Avenue, consist of attached dwellings. Further to the northeast are city‐
owned parcels consisting of a small park. Further to the north, across Rainbow Drive, are single family
detached dwellings. Properties to the west, across South Saturn Avenue, consist of small retail sales and
motel uses, and to the east across South Mars Avenue are a restaurant and office. Further east, parcels
owned by Pinellas County are utilized as Keene Road right‐of‐way. To the southwest, across Gulf to Bay
Boulevard are a motel and automobile sales uses. To the southeast across Gulf to Bay Boulevard are an
automobile service use and a standalone retail sales use.
Map 3
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 5 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
As shown on Map 4, the future land use category abutting the amendment area to the north is the
Commercial General (CG) category. Additionally, all parcels to the west across South Saturn Avenue, to the
south, southwest, and southeast across Gulf to Bay Boulevard, and to the east of the largest parcel across
South Mars Avenue, are also Commercial General (CG). To the northeast across South Mars Avenue, the
future land use category is Residential High (RH).
Map 4
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 6 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
A comparison between the uses, densities, and intensities allowed by the existing and proposed Future Land
Use Map (FLUM) designations appears in Table 1, along with the consistent zoning districts.
Table 1. Uses, Densities and Intensities Allowed by Existing and Proposed Future Land Use Map Designations
Existing FLUM Designation
Institutional (I)
Proposed FLUM Designation
Commercial General (CG)
Primary Uses:
Public/Private Schools;
Churches; Public Offices;
Hospitals; Residential Equivalent
Office; Retail Sales & Service;
Overnight Accommodations
Maximum
Density: 12.5 Dwelling Units per Acre
24 Dwelling Units per Acre
40 Overnight Accommodation Units
per Acre
Maximum
Intensity: FAR 0.65; ISR 0.85 FAR 0.55; ISR 0.90
Consistent Zoning
Districts: Institutional (I) Commercial (C)
REVIEW CRITERIA
Consistency with the Clearwater Comprehensive Plan [Sections 4‐603.F.1 and 4‐603.F.2]
Recommended Findings of Fact:
Applicable objectives and policies of Clearwater 2045, the Clearwater Comprehensive Plan, that support the
proposed amendment include:
Objective QP 5.1 Use Table QP 1. Future Land Use Categories and Map QP 3. Future Land Use to guide
development in the city consistent with the Countywide Plan Map and implemented through the CDC.
Policy QP 5.1.1 Recognize the consistency between the countywide future land use categories, the city’s
future land use categories, and the city’s zoning district as shown in Table QP 1. Future Land Use Categories.
Objective QP 5.2 Continue to review and evaluate amendments to the Future Land Use Map to ensure
proposed uses and density or intensity are compatible with surrounding areas and consistent with the
Countywide Rules.
Policy QP 5.2.5 Direct amendments of higher density and intensity future land use categories to Multimodal
Corridors or Future Transit Corridors as delineated by the Land Use Strategy Map in the Countywide Rules.
Policy QP 5.2.6 Evaluate proposed amendments to ensure there are appropriate density and intensity
transitions within neighborhoods.
Policy QP 5.2.7 Ensure proposed amendments will not create uses, densities, or intensities that are
incompatible with the surrounding neighborhood or any applicable special area or redevelopment plans.
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 7 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Policy QP 5.2.8 Continue to evaluate that sufficient public facilities are available to support proposed
increases to density or intensity and require mitigation strategies if sufficient public facilities will not be
available.
Policy M 1.1.5 Continue implementation of the current Mobility Management System, including the
multimodal impact fee, through the Community Development Code (CDC) to generate funding for
multimodal mobility improvements.
Recommended Conclusions of Law:
The request is consistent with the goals, objectives, and policies of Clearwater 2045, the Clearwater
Comprehensive Plan. The proposed Commercial General (CG) future land use category is compatible with the
Commercial General (CG) future land use category that exists abutting to the north, across South Saturn
Avenue to the west, across South Mars Avenue to the east, and across Gulf to Bay Boulevard to the south.
Additionally, it is compatible with the Residential High (RH) category that exists to the northeast. Rainbow
Drive provides a transitional separation from the Commercial General (CG) future land use category to the
south to the Residential Urban (RU) future land use category further to the north, which provides greater
compatibility with the surrounding neighborhood. Gulf to Bay Boulevard is delineated as a Future Transit
Corridor on the Land Use Strategy Map, which is an appropriate corridor for higher density and intensity
future land use categories, including the proposed Commercial General (CG) category. Any future trips
generated would be reviewed at the time of site plan review in accordance with the Mobility Management
System. In addition, the proposal does not degrade the level of service for public facilities below the adopted
standards (a detailed public facilities analysis follows in this report).
Consistency with the Countywide Rules
Recommended Findings of Fact:
The underlying Countywide Plan Map category on the proposed amendment area is Public/Semi‐Public
(P/SP). Section 2.3.3.11 of the Countywide Rules states that the current Public/Semi‐Public (P/SP) category is
intended to recognize institutional and transportation/utility uses that serve the community or region,
especially larger facilities having acreage exceeding the thresholds established in other plan categories, which
are consistent with the need, character, and scale of such uses relative to the surrounding uses,
transportation facilities, and natural resource features, and may include residential as part of the mix of uses.
The proposed City of Clearwater future land use designation of Commercial General (CG) will necessitate a
Countywide Plan Map amendment from the Public/Semi‐Public (P/SP) category to the Retail & Services (R&S)
category in order to maintain consistency between the City’s Future Land Use Map and the Countywide Plan
Map. Section 2.3.3.8 of the Countywide Rules states that the Retail & Services (R&S) category is intended to
depict areas developed with, or appropriate to be developed with, a mix of businesses that provide for the
shopping and personal service needs of the community or region, provide for employment opportunities and
accommodate target employment uses, and may include residential uses as part of the mix of uses.
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 8 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
The Retail & Services (R&S) category currently exists on the properties abutting to the north of the subject
property, as well as to the west, east, and south. The proposed amendment to the Retail & Services (R&S)
category is supported due to Gulf to Bay Boulevard being denoted as a Future Transit Corridor, Secondary
Corridor on the Land Use Strategy Map, and through close proximity to two PSTA bus stops, one located to
the east at the corner of Gulf to Bay Boulevard and South Mars Avenue, and the second to the west at the
approximate midpoint between South Saturn and Jupiter Avenues on Gulf to Bay Boulevard. The proposed
amendment would also close the Retail & Services (R&S) “gap” created by the current Public/Semi‐Public
(P/SP) category on the subject property.
Keene Road is delineated as a Scenic/Noncommercial Corridor with a Residential Classification according to
Section 6.5.4.1.3.A of the Countywide Rules and as depicted on the Land Use Strategy Map. This Residential
Classification extends approximately 500 feet to the west and east of the centerline of Keene Road. The
intersection of Gulf to Bay Boulevard and Keene Road has a Mixed Use Classification, which generally includes
parcels fronting Gulf to Bay Boulevard and those that have a Countywide Plan Map category of Retail &
Services (R&S). As shown in Map 5, the Mixed Use Classification extends to the east from Phoenix Avenue
and South Mars Avenue (acting as the western boundary) to Brookside Drive and South Corona Avenue
(acting as the eastern boundary), with the Residential Classification following the more general corridor as
described above.
Map 5
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 9 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
The subject property falls partially within the Residential Classification corridor area. As detailed in Table 6‐4
of the Countywide Rules, the existing Countywide Plan Map category of Public/Semi‐Public (P/SP) is
consistent with this Residential Classification; however, the proposed Retail & Services (R&S) category is not
consistent with the Residential Classification. Other categories consistent with the Residential Classification
are Residential Rural (RR), Residential Very Low (RVL), Recreation/Open Space (R/OS), and Preservation (P),
with Residential Low Medium (RLM) and Residential Medium (RM) being potentially consistent subject to
specific use restrictions. All Countywide Plan Map categories are consistent with the Mixed Use Classification,
with the exception of the Retail & Services (R&S), Employment (E), and Industrial (I) categories. The Retail &
Services (R&S) and Employment (E) categories are potentially consistent with the Mixed Use Classification
subject to the following specific use restrictions: Manufacturing‐Medium and Incinerator Facility uses are not
permitted within the Mixed Use Classification.
As the subject property fronts Gulf to Bay Boulevard and meets locational criteria for the Retail & Services
(R&S) category in the Countywide Rules, an amendment to the Land Use Strategy Map to amend the subject
property to the Scenic/Noncommercial Corridor, Mixed Use Classification is necessary. While nonresidential
uses and land use categories within Scenic/Noncommercial corridors are discouraged, exceptions are
permitted according to Section 6.5.4.1.4.B.2 of the Countywide Rules. The proposed Retail & Services (R&S)
category meets the criteria for exception as the category is a logical infill and extension of the Retail &
Services (R&S) category that exists abutting to the north of the subject property, as well as to the west, east,
and south of the subject property. Similarly, the subject property is currently a nonresidential use, and has
nonresidential uses to the west, east, and south, and this amendment is a logical infill and extension of
existing nonresidential uses. These exceptions would allow for the proposed Retail & Services (R&S) category
to be consistent with the Mixed Use Classification provisions of the Scenic/Noncommercial Corridors
Element.
Recommended Conclusions of Law:
The proposed Future Land Use Map Amendment will require amendments to the Countywide Plan Map and
the Land Use Strategy Map contained within the Countywide Rules. The proposed Commercial General (CG)
future land use category will require an amendment to the Countywide Plan Map category from Public/Semi
Public (P/SP) to Retail & Services (R&S). The proposed Retail & Services (R&S) category will necessitate an
amendment to the Land Use Strategy Map to amend the property from the Scenic/Noncommercial Corridor,
Residential Classification to the Scenic/Noncommercial Corridor, Mixed Use Classification. The proposed
amendment would ensure that future nonresidential uses are directed away from the Scenic/Noncommercial
Corridor of Keene Road, thereby meeting the intent and purpose of the Scenic/Noncommercial Corridor Plan
Element. The proposed amendments are consistent with the purpose of the proposed Retail & Services (R&S)
category in the Countywide Rules and with the criteria for Countywide Plan Map and Scenic/Noncommercial
Corridor consistency.
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 10 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4‐603.F.3 and
Section 4‐603.F.6]
Recommended Findings of Fact:
The proposed amendment area is currently utilized as St. Paul’s Lutheran Church and associated parking and
has a future land use category of Institutional (I). Adjacent to the north, across South Saturn Avenue to the
northwest, and across South Mars Avenue to the northeast are attached dwellings. Further to the northeast
is a small park at the southeast corner of South Mars Avenue and Rainbow Drive. To the west, across South
Saturn Avenue, are a small retail shop and a motel, and to the east across South Mars Avenue are a restaurant
and an office. To the south, southwest, and southeast, across Gulf to Bay Boulevard, are a motel, automobile
sales, automobile service, and standalone retail sales, respectively.
The proposed Commercial General (CG) future land use category primarily permits nonresidential
development at a floor area ratio (FAR) of 0.55, and overnight accommodation uses at a density of 40
overnight accommodation units per acre. The future land use designation of surrounding properties is
Commercial General (CG) abutting to the north, across South Saturn Avenue to the west and northwest,
across South Mars Avenue to the east, and across Gulf to Bay Boulevard to the south, southwest, and
southeast. Additionally, Residential High (RH) exists across South Mars Avenue to the northeast.
Recommended Conclusions of Law:
The proposed Commercial General (CG) future land use category is consistent with the surrounding
properties and character of the neighborhood. Gulf to Bay Boulevard is a principal arterial road and is the
main east/west commercial corridor through the city, and nonresidential uses are appropriate and
encouraged to locate along such corridors. The existing attached dwellings to the north provide a transition
from higher intensity uses along Gulf to Bay Boulevard to the single family detached dwellings further north
across Rainbow Drive. While the existing place of worship use would become a nonconforming use, with this
proposed amendment, it would be permitted to exist at its current size but would not be permitted to
expand.
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 11 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Sufficiency of Public Facilities [Section 4‐603.F.4]
Recommended Findings of Fact:
To assess the sufficiency of public facilities needed to support potential development on the proposed
amendment area, the maximum development potential of the property under the existing and proposed city
Future Land Use Map designations were analyzed.
Table 2. Development Potential for Existing & Proposed FLUM Designations
Existing FLUM
Designation
“I”
Proposed FLUM
Designation
“CG”
Net Change
Site Area 2.284 AC
(99,491 SF)
2.284 AC
(99,491 SF)
Maximum
Development
Potential
0 DUs1 / 84 Beds2
0 OAUs4
64,669 SF
0.65 FAR
0 DUs1/ 0 Beds3
91 OAUs
54,720 SF
0.55 FAR
0 DUs / ‐84 Beds
+91 OAUs
‐9,949 SF
‐0.10 FAR
Notes:
1. Residential uses are not permitted in the consistent Institutional (I) or Commercial (C) Districts; therefore, the
development potential is zero.
2. Residential uses are not permitted through the consistent Institutional (I) District; however, residential
equivalent uses are permitted (3 beds per unit per acre).
3. Residential equivalent uses are not permitted in the consistent Commercial (C) District; therefore, the
development potential is zero.
4. Overnight accommodations uses are not permitted in the consistent Institutional (I) District; therefore, the
development potential is zero.
Abbreviations:
FLUM – Future Land Use Map DUs – Dwelling Units
AC – Acres OAUs – Overnight Accommodation Units
SF – Square feet FAR – Floor Area Ratio
As shown in the table, there is a decrease in nonresidential development potential of nearly 10,000 square
feet and a decrease in the number of residential equivalent development potential of 84 beds, but there is
an increase for an overnight accommodation (hotel) use of 91 units. The following analysis compares the
existing place of worship (church) use under the Institutional (I) future land use to a restaurant development
and a hotel use built to the maximum potential of the Commercial General (CG) future land use. Future
development would potentially increase the demand for public facilities, which is further detailed below;
however, since any future development would need to meet applicable zoning standards resulting in square
footages less than the maximums detailed above, the increases would likely be less than what is shown
below.
Potable Water
The change in development potential from this amendment could result in an increase in potable water use
of up to 2,961 gallons per day. This increase is determined by taking the potential potable water utilization
of the proposed land use developed with the maximum square footage permitted (5,472 gallons per day)
and subtracting it from the usage of the existing 25,105 square foot church use (2,511 gallons per day).
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 12 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Nonresidential uses utilize a percentage of the total square footage for potable water calculations, so the
utilization would be the same for both a restaurant and hotel use.
Due to future development having to meet zoning code requirements, it’s likely that the actual development
would be less than the maximum development potential of 54,720 square feet, meaning the increase in
potable water would be less than the maximum potential of 5,472 gallons per day as shown in the analysis.
The city’s current potable water demand is 11.209 million gallons per day (MGD). The city’s adopted level of
service (LOS) standard for potable water service is 100 gallons per capita per day, while the actual usage is
estimated at 76.24 gallons per capita per day (2023 Public Supply Annual Report). The city’s 10‐year Water
Supply Facilities Work Plan (2022‐2023 Planning Period), completed July 2022, indicates that based on the
updated water demand projections and other factors, the city has adequate water supply and potable water
capacity for the 10‐year planning horizon.
Wastewater (Sanitary Sewer)
The change in development potential from this amendment could result in an increase in wastewater use of
up to 2,370 gallons per day. This increase is determined by taking the potential wastewater utilization of the
proposed land use developed with the maximum square footage permitted (4,378 gallons per day) and
subtracting it from the usage of the existing 25,105 square foot church use (2,008 gallons per day).
Nonresidential uses utilize a percentage of the total square footage for wastewater calculations, so the
utilization would be the same for both a restaurant and hotel use.
Due to future development having to meet zoning code requirements, it’s likely that the actual development
would be less than the maximum development potential of 54,720 square feet, meaning the increase in
wastewater would be less than the maximum potential of 4,378 gallons per day as shown in the analysis.
The amendment area is served by the East Water Reclamation Facility, which presently operates around 2
million gallons per day. The city’s adopted LOS standard for wastewater service is 100 gallons per capita per
day, and the current operational capacity is well within its permitted capacity of 5 million gallons per day.
Therefore, there is excess wastewater capacity to serve the amendment area.
Solid Waste
The change in development potential from this amendment could result in an increase of 108.5 to 661.2 tons
per year of solid waste generated. This increase is determined by taking the utilization of the proposed land
use developed with a hotel use built at the maximum square footage permitted (128.6 tons per year) or with
a restaurant use at the maximum square footage permitted (681.3 tons per year) and subtracting it from the
existing 25,105 square foot church use (20.1 tons per year).
Due to future development having to meet zoning code requirements, it’s likely that the actual development
would be less than the maximum development potential, meaning the increase in solid waste would be less
than the maximum potential between 108.5 to 661.2 tons per year as shown in the analysis.
The city’s adopted LOS standard for solid waste service is 1.3 tons per year, or 7.12 pounds per person per
day; however, Pinellas County handles all solid waste disposal at the Pinellas County Waste‐to‐Energy Plant
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 13 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full‐
service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of
Bridgeway Acres. There is excess solid waste capacity to serve the amendment area.
Parkland
Under both the existing and proposed future land use, the LOS citywide for parkland will continue to exceed
the adopted LOS of 4 acres per 1,000 residents. The city is currently providing 7.95 acres of parkland per
1,000 residents. This is calculated using the total acreage of parks within the city, dividing it by the 2022
Florida Bureau of Economic and Business Research (BEBR) population estimates, and then multiplying by
1,000. Based on this impact analysis, the current provision of 7.95 acres of parkland per 1,000 would remain
unchanged [Source: Parks and Recreation Facilities Impact Fee Study, prepared by Benesch (formerly Tindale
Oliver) May 23, 2022].
Amending a property’s future land use or zoning designation does not have an immediate impact on the
city’s parks and recreation system and parkland requirements. Impacts are felt when development occurs.
This Future Land Use Map Amendment will have no additional impact on parkland.
Stormwater
Site plan approval will be required before the amendment area can be redeveloped. At that time, the
stormwater management system for the site will be required to meet all city and Southwest Florida Water
Management District stormwater management criteria.
Streets
The amendment area is located on the north side of Gulf to Bay Boulevard, approximately 350 feet west of
Keene Road and bounded by South Saturn Avenue to the west and South Mars Avenue to the east. To
evaluate potential impacts to streets, the typical traffic impacts figures (trips per day per acre) in the
Countywide Rules for the corresponding Countywide Plan Map categories (existing and proposed) are
compared. The current number of trips per day (238 trips) is calculated based on the traffic generation
numbers for a religious/civic use in the Public/Semi‐Public (P/SP) category (104 trips per day per acre), and
the proposed number of trips under the Retail & Services (R&S) category would be 989 trips (433 trips per
day per acre). This could result in an increase of 751 trips from the amendment area.
The amendment property fronts Gulf to Bay Boulevard, but access is currently provided through multiple
ingress and egress points along South Saturn and Mars Avenues. South Saturn and Mars Avenues can be
accessed from westbound Gulf to Bay Boulevard, but South Saturn Avenue can only be accessed from
eastbound Gulf to Bay Boulevard. Additionally, South Saturn and Mars Avenues intersect with Rainbow Drive,
Cleveland Street, and Drew Street, all to the north, and the grid pattern in the overall amendment area
provides for multiple means of access to the amendment property. Gulf to Bay Boulevard is a six‐lane, divided
principal arterial roadway and South Saturn and Mars Avenues are both two‐lane undivided roadways.
Since the numbers provided within the Countywide Rules for this review are aggregate trips per acre based
on multiple commercial uses, the Public Works Department’s Traffic Engineering Division will review any
proposed redevelopment and provide traffic‐related comments as part of that review. The review would
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 14 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
address code requirements, including but not limited to, parking and loading, vehicle stacking, ingress and
egress, and the implementation of the city’s Mobility Management System.
The Mobility Management System applies to both deficient and nondeficient roadways which are
determined by operating LOS. The segment of Gulf to Bay Boulevard abutting the amendment area is
between Highland Avenue and Keene Road and is operating at a LOS C according to the 2023 Annual Level of
Service Report from Forward Pinellas making it a nondeficient roadway. Based on the number of net new
trips created, either the multimodal impact fee would be paid or, depending on the traffic impacts identified
by the city’s Traffic Engineering Division, a traffic impact study or transportation management plan could be
required.
Recommended Conclusions of Law:
Based upon the findings of fact, the proposed amendment would increase the demand on several of the
public facilities; however, it is determined that the proposed change will not result in the degradation of the
existing levels of service for potable water, wastewater, solid waste, parkland, stormwater management, and
streets.
Impact on Natural Resources [Section 4‐603.F.5]
Recommended Findings of Fact:
No wetlands have been located within the amendment area. The city’s Community Development Code
requires that development is compliant with the city’s tree preservation, landscaping, and stormwater
management requirements.
Recommended Conclusions of Law:
Amending a properties future land use designation does not have an immediate impact to natural resources.
Impacts to natural resources are felt when development occurs. Any future development would be required
to meet the city’s Community Development Code, which includes protections for natural resources.
Therefore, this proposed Future Land Use Map Amendment will not impact natural resources within the
amendment area.
Community Development Board – May 21, 2024
LUP2024‐02001‐ Page 15 of 15
Level III Comprehensive Plan Amendment Review
PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
SUMMARY & RECOMMENDATION
No amendment to the Comprehensive Plan or Future Land Use Map shall be recommended for approval or
receive a final action of approval unless it complies with the standards contained in Section 4‐603.F,
Community Development Code. Table 3 below depicts the consistency of the proposed amendment with the
standards under to Section 4‐603.F:
Table 3. Consistency with Community Development Code Standards for Review
CDC Section 4‐603 Standard Consistent Inconsistent
F.1 The amendment will further implementation of the
Comprehensive Plan consistent with the goals, policies
and objectives contained in the Plan.
X
F.2 The amendment is not inconsistent with other provisions
of the Comprehensive Plan.
X
F.3 The available uses, if applicable, to which the properties
may be put are appropriate to the properties in question
and compatible with existing and planned uses in the
area.
X
F.4 Sufficient public facilities are available to serve the
properties.
X
F.5 The amendment will not adversely affect the natural
environment.
X
F.6 The amendment will not adversely impact the use of
properties in the immediate area.
X
Based on findings of fact and conclusions of law stated above, the Planning and Development Department
recommends the following action:
Recommend APPROVAL of the Future Land Use Map Amendment from Institutional (I) to Commercial
General (CG).
Prepared by Planning and Development Department Staff: ___
Kyle Brotherton
Planner II
ATTACHMENTS: Ordinance No. 9765‐24
Photographs of Site and Vicinity
Resume
Ordinance No. 9765-24
ORDINANCE NO. 9765-24
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT
OF THE COMPREHENSIVE PLAN OF THE CITY, TO
CHANGE THE LAND USE DESIGNATION FOR CERTAIN
REAL PROPERTY LOCATED ON THE NORTHEAST
CORNER OF SOUTH SATURN AVENUE AND GULF TO
BAY BOULEVARD, WHOSE POST OFFICE ADDRESS IS
407 SOUTH SATURN AVENUE, CLEARWATER, FLORIDA
33755, FROM INSTITUTIONAL (I), TO COMMERCIAL
GENERAL (CG); PROVIDING AN EFFECTIVE DATE.
WHEREAS, the amendment to the Future Land Use Element of the
Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable,
proper and appropriate, and is consistent with the City's Comprehensive Plan; now,
therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF CLEARWATER, FLORIDA:
Section 1. The Future Land Use Element of the Comprehensive Plan of the City of
Clearwater is amended by designating the land use category for the hereinafter described
properties, as follows:
Properties Land Use Category
See attached Exhibit “A” for legal
descriptions;
From: Institutional (I)
To: Commercial
General (CG)
(LUP2024-02001)
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent
with the City’s Comprehensive Plan.
Section 3. This ordinance shall take effect contingent upon approval of the
countywide plan land use designation by the Pinellas County Board of Commissioners,
where applicable, and thirty-one (31) days post-adoption. If this ordinance is appealed
within thirty (30) days after adoption, then this ordinance will take effect only after approval
of the land use designation by the Pinellas County Board of Commissioners and upon
issuance of a final order determining this amendment to be in compliance either by the
Department of Commerce (DOC) or the Administration Commission, where applicable,
pursuant to Section 163.3187, Florida Statutes. The Community Development
Coordinator is authorized to transmit to Forward Pinellas, in its role as the Pinellas
Planning Council, an application to amend the Countywide Plan in order to achieve
consistency with the Future Land Use Element of the City’s Comprehensive Plan as
amended by this ordinance.
Ordinance No. 9765-24
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Bruce Rector
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
LUP2024‐02001 and REZ2024‐02001, 407 S. Saturn Avenue, Clearwater, FL, 33755
Parcel Numbers: 13‐29‐15‐82584‐001‐0040; 14‐29‐15‐00000‐140‐1900; 14‐29‐15‐82566‐003‐0030
Legal DescripƟons:
13‐29‐15‐82584‐001‐0040
Lot 4, Block “A”, Unit “B”, SKYCREST SUBDIVISION, as recorded in Plat Book 28, page 24, public records of Pinellas County,
Florida.
14‐29‐15‐00000‐140‐1900
TRACT 1: That certain unplaƩed tract of land in the SE 1/4 of the NE 1/4 of SecƟon 14, Township 29 South, Range 15 East,
Pinellas County, Florida, described as follows: From the SE corner of Lot 4, Block “A”, Unit “B”, SKYCREST SUBDIVISION as
recorded in Plat Book 28, page 24, public records of Pinellas County, Florida, run West 124.91 feet along the South line of
said Lot 4, to the SW corner thereof; conƟnue West 125.0 feet along the South line of Lot 4, Block “C”, Unit “A”, SKYCREST
SUBDIVISION as recorded in Plat Book 28, page 4, public records of Pinellas County, Florida, to the SW corner of said Lot
4, Block “C”, Unit “A”; run thence South 140.0 feet along the East line of Saturn Avenue; thence East 250.0 feet along the
line parallel to said South line of Lot 4, Block “C”, Unit “A” and the South line of Lot 4, Block “A”, Unit “B” to an
intersecƟon with the West boundary of Mars Avenue; thence North 140.0 feet along the West line of Mars Avenue to
P.O.B.
TRACT 2: That part of the SE 1/4 of the NE 1/4 of SecƟon 14, Township 29 South, Range 15 East, Pinellas County, Florida,
described as follows: From the SW corner of Lot 4, Block “C”, Unit “A”, SKYCREST SUBDIVISION, as recorded in Plat Book
28, page 4, public records of Pinellas County, Florida, run Southerly 140.0 feet along the East line of Saturn Avenue to
P.O.B.; conƟnue Southerly along the East line of Saturn Avenue 140.0 feet more or less to the North line of Gulf‐to‐Bay
Boulevard; run thence East 250.0 feet more or less along the said North line of Gulf‐to‐Bay Boulevard to the West line of
Mars Avenue; thence North 140.0 feet more or less along the West side of Mars Avenue to a point measured 140.0 feet
along the West side of Mars Avenue from the SE corner of Lot 4, Block “A”, Unit “B”, SKYCREST SUBDIVISION as recorded
in Plat Book 28, page 24, public records of Pinellas County, Florida; thence West 250.0 feet more or less along a line
parallel to and 140.0 feet distant from the South line of said Lot 4, Block “A”, Unit “B” and the South line of said Lot 4,
Block “C”, Unit “A”, SKYCREST SUBDIVISION to P.O.B.
14‐29‐15‐82566‐003‐0030
Lots 3 and 4, Block “C”, Unit “A”, SKYCREST SUBDIVISION, as recorded in Plat Book 28, page 4, public records of Pinellas
County, Florida.
Exhibit “B”
PROPOSED FUTURE LAND USE MAP
Owner(s): St. Paul’s Lutheran Church, Inc Case: LUP2024-02001
Site: 407 South Saturn Avenue Property
Size(Acres): 2.284 (LUP)
Land Use Zoning
PIN:
13-29-15-82584-001-0040
14-29-15-00000-140-1900
14-29-15-82566-003-0030 From: Institutional (I) Institutional (I)
To: Commercial General
(CG) Commercial (C) Atlas Page: 288B
LOCATION MAP
Owner(s): St. Paul’s Lutheran Church, Inc Case: LUP2024-02001
REZ2024-02001
Site: 407 South Saturn Avenue Property
Size(Acres):
2.284 (LUP)
2.056 (REZ)
Land Use Zoning
PIN:
13-29-15-82584-001-0040
14-29-15-00000-140-1900
14-29-15-82566-003-0030 From: Institutional (I) Institutional (I)
To: Commercial General
(CG) Commercial (C) Atlas Page: 288B
EXISTING SURROUNDING USES MAP
Owner(s): St. Paul’s Lutheran Church, Inc Case: LUP2024-02001
Site: 407 South Saturn Avenue Property
Size(Acres): 2.284 (LUP)
Land Use Zoning
PIN:
13-29-15-82584-001-0040
14-29-15-00000-140-1900
14-29-15-82566-003-0030 From: Institutional (I) Institutional (I)
To: Commercial General
(CG) Commercial (C) Atlas Page: 288B Right-of-Way Park
Motel
Retail Sales
Single
Family
Detached
Dwellings
Single
Family
Detached
Dwellings
Attached
Dwellings
Attached
Dwellings Automobile Sales Retail
Sales Automobile Service Motel Attached Dwellings Restaurant
Office
LUP2024-02001/REZ2024-02001
St. Paul’s Lutheran Church, Inc.
407 S Saturn Avenue
View looking east at the subject property, 407 S Saturn
Avenue
View looking west at the subject property
View looking northwest at the subject property
Adjacent to the north of the subject property from S Saturn
Avenue
View looking northeast at the subject property
Adjacent to the north of the subject property from S Mars
Avenue
LUP2024-02001/REZ2024-02001
St. Paul’s Lutheran Church, Inc.
407 S Saturn Avenue
View looking northeast at the subject property from Gulf to
Bay Boulevard
View looking northwest at the subject property from Gulf to
Bay Boulevard
Across S Mars Avenue to the east
Across S Saturn Avenue to the west
Across S Mars Avenue to the east
Across S Saturn Avenue to the west
LUP2024-02001/REZ2024-02001
St. Paul’s Lutheran Church, Inc.
407 S Saturn Avenue
View looking northerly along S Saturn Avenue View looking southerly along S Saturn Avenue
View looking southerly along S Mars Avenue
View looking easterly along Gulf to Bay Boulevard
View looking northerly along S Mars Avenue
View looking westerly along Gulf to Bay Boulevard
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: REZ2024-02001
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Planning CaseIn Control: Planning & Development
Agenda Number: 7.2
SUBJECT/RECOMMENDATION:
Approve a Zoning Atlas Amendment from the Institutional (I) District to the Commercial (C) District for 407
South Saturn Avenue and pass Ordinance 9766-24 on first reading. (REZ2024-02001)
SUMMARY:
This Zoning Atlas Amendment involves two parcels of land totaling a 2.056-acre portion of a 2.284-acre
property on the northeast corner of Gulf to Bay Boulevard and South Saturn Avenue. The applicant, St.
Paul’s Lutheran Church, Inc., is requesting to amend the Zoning Atlas designation of the property from the
Institutional (I) District to the Commercial (C) District. The applicant has indicated that the property will be
used for a future commercial use, but no site plans have been submitted at this time. A Future Land Use
Map Amendment application (LUP2024-02001) is being processed concurrently with this case.
The subject property is currently occupied with a place of worship (church) and associated parking. The
church has occupied this property since at least 1957, when the earliest structure, located on the
northwest corner of the larger parcel fronting Gulf to Bay Boulevard, was constructed. The church
expanded in 1958 with the construction of the two-story structure east of the original building, and then
with the construction of the third structure currently fronting Gulf to Bay Boulevard in 1970. These three
buildings contain just over 25,000 square feet of building area.
The proposed amendment would allow the property to have a consistent zoning district of Commercial (C)
with the remaining block and surrounding area and allow for the development of the property with a
commercial use, consistent with uses in the area.
The Planning and Development Department has determined that the proposed Zoning Atlas Amendment is
consistent with the provisions of the Community Development Code as specified below:
·The proposed amendment is consistent with the Comprehensive Plan and the Community
Development Code.
·The proposed amendment is compatible with the surrounding properties and character of the
neighborhood.
·The available uses in the Commercial (C) District are compatible with the surrounding area.
·The proposed amendment will not adversely impact or unreasonably affect the use of other property in
the area.
·The proposed amendment will not adversely burden public facilities, including traffic carrying
capabilities of streets in an unreasonably or disproportionate manner, and
·The proposed Commercial (C) District boundaries are appropriately drawn in regard to location and
classification of street, ownership lines, existing improvements and the natural environment.
The Community Development Board, in its capacity as the Local Planning Agency (LPA), reviewed the
proposed amendment at its meeting on May 21, 2024, and unanimously recommended approval.
STRATEGIC PRIORITY:
This proposed amendment supports the Community Well-Being goal of the city’s Strategic Plan by
providing for targeted revitalization through responsible development standards.
Page 1 City of Clearwater Printed on 6/10/2024
PLANNING & DEVELOPMENT DEPARTMENT
COMMUNITY DEVELOPMENT BOARD STAFF REPORT
MEETING DATE: May 21, 2024
AGENDA ITEM: F.2.
CASE: REZ2024‐02001
REQUEST: Amendment to the city’s Zoning Atlas for the property located at 407 S
Saturn Avenue from the Institutional (I) District to the Commercial (C)
District.
GENERAL DATA:
Agent(s)...........................
Owner(s)..........................
Ryan Manasee & Mark Bentley, Johnson, Pope, Bokor, Ruppel, & Burns, LLP
St. Paul’s Lutheran Church, Inc.
Location .......................... 407 South Saturn Avenue, located on the northeast corner of Gulf to Bay
Boulevard and South Saturn Avenue
Property Size.................... 2.056‐acre portion of a 2.284‐acre property
BACKGROUND & PROPOSAL
This case involves two parcels totaling 2.056‐acres of a larger 2.284‐acre property located on the northeast
corner of Gulf to Bay Boulevard and South Saturn Avenue. The property is owned by St. Paul’s Lutheran
Church, Inc. The largest parcel fronting Gulf to Bay Boulevard is currently occupied by a place of worship
containing three structures, and the parcels to the north contain the associated parking. The request is to
change the Zoning Atlas designation of the large parcel fronting Gulf to Bay Boulevard and the parcel to the
northwest containing a portion of the parking lot from Institutional (I) to Commercial (C). A Future Land Use
Map Amendment application (LUP2024‐02001) is also being processed concurrently with this case.
The earliest structure was constructed in 1957 and is located along the northwest corner of the larger parcel
that fronts Gulf to Bay Boulevard. A two‐story building was constructed in 1958 and is adjoined to the original
structure to the east. The third structure was constructed in 1970 and is adjoined to and sits south of the
original 1957 structure. In total, the three structures contain just over 25,000 square feet of building area.
Ownership of the property was originally transferred to St. Paul’s Lutheran Church in 1963. This deed
included the two parcels currently used as parking, and the northern half of the larger parcel which contained
the two structures constructed in 1957 and 1958, respectively. In 1967, the entirety of the three parcels were
under the same ownership when the church purchased the southern half of the larger parcel.
Should this proposed amendment be approved, the existing place of worship would become a
nonconforming use, as this use is not permitted within the Commercial (C) District. The use would be able to
remain as a nonconforming use and permitted to make any repairs or maintenance as necessary but would
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 2 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
not be permitted to expand. It is anticipated that upon approval of the amendment, St. Paul’s Lutheran
Church, Inc. will be merging with another congregation in the city and the property would be sold. The
applicants have indicated the future use to be commercial; however, a specific use has not been determined
at this time. Site plans are not required to be submitted as part of, or in conjunction with, a Zoning Atlas
Amendment application. Further, no conditions of uses can be placed on a Zoning Atlas Amendment.
The requested amendment to the Commercial (C) District is consistent with the surrounding parcels and
would allow for future development that is compatible with surrounding uses and is appropriate to be
located along Gulf to Bay Boulevard. The applicant understands all necessary approvals and permits must be
obtained before development of the subject site occurs.
VICINITY CHARACTERISTICS
Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its
surroundings.
Map 1
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 3 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Map 2
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 4 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Map 3 shows the existing surrounding uses which are a mix of residential and commercial as is typical in the
blocks north and south of the Gulf to Bay Boulevard corridor in this area. The properties to the north abutting
the amendment area, along with properties to the west/northwest across South Saturn Avenue and
east/northeast across South Mars Avenue, consist of attached dwellings. Further to the northeast, are city‐
owned parcels consisting of a small park. Further to the north, across Rainbow Drive, are single family
detached dwellings. Properties to the west, across South Saturn Avenue, consist of small retail sales and
motel uses, and to the east across South Mars Avenue are a restaurant and office. Further east, parcels
owned by Pinellas County are utilized as Keene Road right‐of‐way. To the southwest, across Gulf to Bay
Boulevard are a motel and automobile sales uses. To the southeast across Gulf to Bay Boulevard are an
automobile service use and a standalone retail sales use.
Map 3
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 5 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
As shown on Map 4, the Zoning Atlas designation abutting the amendment area to the north is the
Commercial (C) District. Additionally, all parcels to the west across South Saturn Avenue, to the south,
southwest, and southeast across Gulf to Bay Boulevard, and to the east of the largest parcel across South
Mars Avenue, are also Commercial (C). To the northeast, across South Mars Avenue, the Zoning Atlas
designation is High Density Residential (HDR).
Map 4
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 6 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
REVIEW CRITERIA
Consistency with the Clearwater Comprehensive Plan and Community Development Code and Regulations
[Section 4‐602.F.1]
Recommended Findings of Fact:
Applicable objectives and policies of Clearwater 2045, the Clearwater Comprehensive Plan, that support the
proposed amendment include:
Policy QP 5.1.1 Recognize the consistency between the countywide future land use categories, the city’s
future land use categories, and the city’s zoning district as shown in Table QP 1. Future Land Use Categories.
Policy QP 5.2.7 Ensure proposed amendments will not create uses, densities, or intensities that are
incompatible with the surrounding neighborhood or any applicable special area or redevelopment plans.
Policy M 1.1.5 Continue implementation of the current Mobility Management System, including the
multimodal impact fee, through the Community Development Code (CDC) to generate funding for
multimodal mobility improvements.
Applicable section of the Community Development Code which is applicable to the proposed amendment:
Division 7. Commercial District, Section 2‐701. Intent and Purpose. The intent and purpose of the Commercial
District is to provide the citizens of the City of Clearwater with convenient access to goods and services
throughout the city without adversely impacting the integrity of residential neighborhoods, diminishing the
scenic quality of the city or negatively impacting the safe and efficient movement of people and things within
the City of Clearwater.
Recommended Conclusions of Law:
The request is consistent with the goals, objectives, and policies of Clearwater 2045, the Clearwater
Comprehensive Plan and furthers said plan and the Community Development Code. The proposed
Commercial (C) District is compatible with the Commercial (C) District that exists abutting to the north, across
South Saturn Avenue to the west, across South Mars Avenue to the east, and across Gulf to Bay Boulevard
to the south. Additionally, it is compatible with the High Density Residential (HDR) District that exists to the
northeast. Rainbow Drive provides a transitional separation from the Commercial (C) District to the south to
the Low Medium Density Residential (LMDR) District further to the north, which provides greater
compatibility with the surrounding neighborhood. Any future trips generated would be reviewed at the time
of site plan review in accordance with the Mobility Management System. In addition, the proposal does not
degrade the level of service for public facilities below the adopted standards (a detailed public facilities
analysis follows in this report).
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 7 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4‐602.F.2, 4‐
602.F.3 and Section 4‐602.F.4]
Recommended Findings of Fact:
The proposed amendment area is currently utilized as St. Paul’s Lutheran Church and associated parking and
has a zoning designation of Institutional (I). Adjacent to the north, across South Saturn Avenue to the
northwest, and across South Mars Avenue to the northeast are attached dwellings. Further to the northeast
is a small park at the southeast corner of South Mars Avenue and Rainbow Drive. To the west, across South
Saturn Avenue, are a small retail shop and a motel, and to the east across South Mars Avenue are a restaurant
and an office. To the south, southwest, and southeast, across Gulf to Bay Boulevard, are a motel, automobile
sales, automobile service, and standalone retail sales, respectively.
Recommended Conclusions of Law:
The proposed Commercial (C) Zoning District, which primarily permits nonresidential development and
overnight accommodation uses, is consistent with the surrounding properties and character of the
neighborhood. Gulf to Bay Boulevard is a principal arterial road and is the main east/west commercial
corridor through the city, and nonresidential uses are appropriate and encouraged to locate along such
corridors. The existing attached dwellings to the north provide a transition from the higher intensity uses
along Gulf to Bay Boulevard to the single family detached dwellings further north across Rainbow Drive.
While the existing place of worship use would become a nonconforming use, with this proposed amendment,
it would be permitted to exist at its current size but would not be permitted to expand.
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 8 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
Sufficiency of Public Facilities [Section 4‐602.F.5]
Recommended Findings of Fact:
Even though this is a Zoning Atlas Amendment application, maximum development potential is based on the
underlying future land use, so to assess the sufficiency of public facilities needed to support potential
development on the amendment area, the maximum development potential under the existing and
proposed city Future Land Use Map designations were analyzed.
Table 1. Development Potential for Existing & Proposed FLUM Designations
Existing FLUM
Designation
“I”
Proposed FLUM
Designation
“CG”
Net Change
Site Area 2.284 AC
(99,491 SF)
2.284 AC
(99,491 SF)
Maximum
Development
Potential
0 DUs1 / 84 Beds2
0 OAUs4
64,669 SF
0.65 FAR
0 DUs1/ 0 Beds3
91 OAUs
54,720 SF
0.55 FAR
0 DUs / ‐84 Beds
+91 OAUs
‐9,949 SF
‐0.10 FAR
Notes:
1. Residential uses are not permitted in the consistent Institutional (I) or Commercial (C) Districts; therefore, the
development potential is zero.
2. Residential uses are not permitted through the consistent Institutional (I) District; however, residential
equivalent uses are permitted (3 beds per unit per acre).
3. Residential equivalent uses are not permitted in the consistent Commercial (C) District; therefore, the
development potential is zero.
4. Overnight accommodations uses are not permitted in the consistent Institutional (I) District; therefore, the
development potential is zero.
Abbreviations:
FLUM – Future Land Use Map DUs – Dwelling Units
AC – Acres OAUs – Overnight Accommodation Units
SF – Square feet FAR – Floor Area Ratio
As shown in the table, there is a decrease in nonresidential development potential of nearly 10,000 square
feet and a decrease in the number of residential equivalent development potential of 84 beds, but there is
an increase for an overnight accommodation (hotel) use of 91 units. The following analysis compares the
existing place of worship (church) use under the Institutional (I) future land use to a restaurant development
and a hotel use built to the maximum potential of the Commercial General (CG) future land use. Future
development would potentially increase the demand for public facilities, which is further detailed below;
however, since any future development would need to meet applicable zoning standards resulting in square
footages less than the maximums detailed above, the increases would likely be less than what is shown
below.
Potable Water
The change in development potential from this amendment could result in an increase in potable water use
of up to 2,961 gallons per day. This increase is determined by taking the potential potable water utilization
of the proposed land use developed with the maximum square footage permitted (5,472 gallons per day)
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 9 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
and subtracting it from the usage of the existing 25,105 square foot church use (2,511 gallons per day).
Nonresidential uses utilize a percentage of the total square footage for potable water calculations, so the
utilization would be the same for both a restaurant and hotel use.
Due to future development having to meet zoning code requirements, it’s likely that the actual development
would be less than the maximum development potential of 54,720 square feet, meaning the increase in
potable water would be less than the maximum potential of 5,472 gallons per day as shown in the analysis.
The city’s current potable water demand is 11.209 million gallons per day (MGD). The city’s adopted level of
service (LOS) standard for potable water service is 100 gallons per capita per day, while the actual usage is
estimated at 76.24 gallons per capita per day (2023 Public Supply Annual Report). The city’s 10‐year Water
Supply Facilities Work Plan (2022‐2023 Planning Period), completed July 2022, indicates that based on the
updated water demand projections and other factors, the city has adequate water supply and potable water
capacity for the 10‐year planning horizon.
Wastewater (Sanitary Sewer)
The change in development potential from this amendment could result in an increase in wastewater use of
up to 2,370 gallons per day. This increase is determined by taking the potential wastewater utilization of the
proposed land use developed with the maximum square footage permitted (4,378 gallons per day) and
subtracting it from the usage of the existing 25,105 square foot church use (2,008 gallons per day).
Nonresidential uses utilize a percentage of the total square footage for wastewater calculations, so the
utilization would be the same for both a restaurant and hotel use.
Due to future development having to meet zoning code requirements, it’s likely that the actual development
would be less than the maximum development potential of 54,720 square feet, meaning the increase in
wastewater would be less than the maximum potential of 4,378 gallons per day as shown in the analysis.
The amendment area is served by the East Water Reclamation Facility, which presently operates around 2
million gallons per day. The city’s adopted LOS standard for wastewater service is 100 gallons per capita per
day, and the current operational capacity is well within its permitted capacity of 5 million gallons per day.
Therefore, there is excess wastewater capacity to serve the amendment area.
Solid Waste
The change in development potential from this amendment could result in an increase of 108.5 to 661.2 tons
per year of solid waste generated. This increase is determined by taking the utilization of the proposed land
use developed with a hotel use built at the maximum square footage permitted (128.6 tons per year) or with
a restaurant use at the maximum square footage permitted (681.3 tons per year) and subtracting it from the
existing 25,105 square foot church use (20.1 tons per year).
Due to future development having to meet zoning code requirements, it’s likely that the actual development
would be less than the maximum development potential, meaning the increase in solid waste would be less
than the maximum potential between 108.5 to 661.2 tons per year as shown in the analysis.
The city’s adopted LOS standard for solid waste service is 1.3 tons per year, or 7.12 pounds per person per
day; however, Pinellas County handles all solid waste disposal at the Pinellas County Waste‐to‐Energy Plant
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 10 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full‐
service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of
Bridgeway Acres. There is excess solid waste capacity to serve the amendment area.
Parkland
Under both the existing and proposed future land use, the LOS citywide for parkland will continue to exceed
the adopted LOS of 4 acres per 1,000 residents. The city is currently providing 7.95 acres of parkland per
1,000 residents. This is calculated using the total acreage of parks within the city, dividing it by the 2022
Florida Bureau of Economic and Business Research (BEBR) population estimates, and then multiplying by
1,000. Based on this impact analysis, the current provision of 7.95 acres of parkland per 1,000 would remain
unchanged [Source: Parks and Recreation Facilities Impact Fee Study, prepared by Benesch (formerly Tindale
Oliver) May 23, 2022].
Amending a property’s future land use or zoning designation does not have an immediate impact on the
city’s parks and recreation system and parkland requirements. Impacts are felt when development occurs.
This Zoning Atlas Amendment will have no additional impact on parkland.
Stormwater
Site plan approval will be required before the amendment area can be redeveloped. At that time, the
stormwater management system for the site will be required to meet all city and Southwest Florida Water
Management District stormwater management criteria.
Streets
The amendment area is located on the north side of Gulf to Bay Boulevard, approximately 350 feet west of
Keene Road and bounded by South Saturn Avenue to the west and South Mars Avenue to the east. To
evaluate potential impacts to streets, the typical traffic impacts figures (trips per day per acre) in the
Countywide Rules for the corresponding Countywide Plan Map categories (existing and proposed) are
compared. The current number of trips per day (238 trips) is calculated based on the traffic generation
numbers for a religious/civic use in the Public/Semi‐Public (P/SP) category (104 trips per day per acre), and
the proposed number of trips under the Retail & Services (R&S) category would be 989 trips (433 trips per
day per acre). This could result in an increase of 751 trips from the amendment area.
The amendment property fronts Gulf to Bay Boulevard, but access is currently provided through multiple
ingress and egress points along South Saturn and Mars Avenues. South Saturn and Mars Avenues can be
accessed from westbound Gulf to Bay Boulevard, but South Saturn Avenue can only be accessed from
eastbound Gulf to Bay Boulevard. Additionally, South Saturn and Mars Avenues intersect with Rainbow Drive,
Cleveland Street, and Drew Street, all to the north, and the grid pattern in the overall amendment area
provides for multiple means of access to the amendment property. Gulf to Bay Boulevard is a six‐lane, divided
principal arterial roadway and South Saturn and Mars Avenues are both two‐lane undivided roadways.
Since the numbers provided within the Countywide Rules for this review are aggregate trips per acre based
on multiple commercial uses, the Public Works Department’s Traffic Engineering Division will review any
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 11 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
proposed redevelopment and provide traffic‐related comments as part of that review. The review would
address code requirements, including but not limited to, parking and loading, vehicle stacking, ingress and
egress, and the implementation of the city’s Mobility Management System.
The Mobility Management System applies to both deficient and nondeficient roadways which are
determined by operating LOS. The segment of Gulf to Bay Boulevard abutting the amendment area is
between Highland Avenue and Keene Road and is operating at a LOS C according to the 2023 Annual Level of
Service Report from Forward Pinellas making it a nondeficient roadway. Based on the number of net new
trips created, either the multimodal impact fee would be paid or, depending on the traffic impacts identified
by the city’s Traffic Engineering Division, a traffic impact study or transportation management plan could be
required in addition to the multimodal impact fee.
Recommended Conclusions of Law:
Based upon the findings of fact, the proposed amendment would increase the demand on several of the
public facilities; however, it is determined that the proposed change will not result in the degradation of the
existing levels of service for potable water, wastewater, solid waste, parkland, stormwater management, and
streets.
Location of District Boundaries [Section 4‐602.F.6]
Recommended Findings of Fact:
The location of the proposed Commercial (C) District boundaries are consistent with the legal descriptions
provided and with the boundaries on the amendment area.
Recommended Conclusions of Law:
The Commercial (C) District boundaries are appropriately drawn in regard to location and classifications of
streets, ownership lines, existing improvements, and the natural environment.
Community Development Board – May 21, 2024
REZ2024‐02001 ‐ Page 12 of 12
Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT
LONG RANGE PLANNING DIVISION
SUMMARY & RECOMMENDATION
No amendment to the Zoning Atlas shall be recommended for approval or receive a final action of approval
unless it complies with the standards contained in Section 4‐602.F, Community Development Code. Table 2
below depicts the consistency of the proposed amendment with the standards under Section 4‐602.F:
Table 2. Consistency with Community Development Code Standards for Review
CDC Section
4‐602 Standard Consistent Inconsistent
F.1 The proposed amendment is consistent with and features the
goals, policies and objectives of the Comprehensive Plan and
furthers the purposes of this Development Code and other city
ordinances and actions designed to implement the plan.
X
F.2 The available uses to which the property may be put are
appropriate to the property which is subject to the proposed
amendment and compatible with existing and planned uses in
the area.
X
F.3 The amendment does not conflict with the needs and character
of the neighborhood and the city.
X
F.4 The amendment will not adversely or unreasonably affect the
use of other property in the area.
X
F.5 The amendment will not adversely burden public facilities,
including the traffic‐carrying capacities of streets, in a
unreasonably or disproportionate manner.
X
F.6 The district boundaries are appropriately drawn with due regard
to locations and classifications of streets, ownership lanes,
existing improvements and the natural environment.
X
Based on the findings of fact and conclusions of law state above, the Planning and Development Department
recommends the following action:
Recommend APPROVAL of the Zoning Atlas Amendment from the Institutional (I) District to the Commercial
(C) District.
Prepared by Planning and Development Department Staff: ___
Kyle Brotherton
Planner II
ATTACHMENTS: Ordinance No. 9766‐24
Photographs of Site and Vicinity
Resume
Ordinance No. 9766-24
ORDINANCE NO. 9766-24
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY REZONING CERTAIN REAL PROPERTY LOCATED ON
THE NORTHEAST CORNER OF SOUTH SATURN
AVENUE AND GULF TO BAY BOULEVARD, WHOSE
POST OFFICE ADDRESS IS 407 SOUTH SATURN
AVENUE, CLEARWATER, FLORIDA 33755, FROM
INSTITUTIONAL (I) TO COMMERCIAL (C); PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the assignment of a zoning classification as set forth in this ordinance
is found to be reasonable, proper and appropriate, and is consistent with the City's
Comprehensive Plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF CLEARWATER, FLORIDA:
Section 1. The following described property located in the City of Clearwater,
Florida, is hereby rezoned as indicated, and the Zoning Atlas of the City is amended, as
follows:
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The City Engineer is directed to revise the Zoning Atlas of the city in
accordance with the foregoing amendment.
Section 3. This ordinance shall take effect contingent upon and at such time that
Ordinance 9765-24 becomes effective.
Properties Zoning District
See attached Exhibit “A” for legal
descriptions;
From: Institutional (I)
To: Commercial (C)
(REZ2024-02001)
Ordinance No. 9766-24
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Bruce Rector
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
LUP2024‐02001 and REZ2024‐02001, 407 S. Saturn Avenue, Clearwater, FL, 33755
Parcel Numbers: 14‐29‐15‐00000‐140‐1900; 14‐29‐15‐82566‐003‐0030
Legal DescripƟons:
14‐29‐15‐00000‐140‐1900
TRACT 1: That certain unplaƩed tract of land in the SE 1/4 of the NE 1/4 of SecƟon 14, Township 29 South, Range 15 East,
Pinellas County, Florida, described as follows: From the SE corner of Lot 4, Block “A”, Unit “B”, SKYCREST SUBDIVISION as
recorded in Plat Book 28, page 24, public records of Pinellas County, Florida, run West 124.91 feet along the South line of
said Lot 4, to the SW corner thereof; conƟnue West 125.0 feet along the South line of Lot 4, Block “C”, Unit “A”, SKYCREST
SUBDIVISION as recorded in Plat Book 28, page 4, public records of Pinellas County, Florida, to the SW corner of said Lot
4, Block “C”, Unit “A”; run thence South 140.0 feet along the East line of Saturn Avenue; thence East 250.0 feet along the
line parallel to said South line of Lot 4, Block “C”, Unit “A” and the South line of Lot 4, Block “A”, Unit “B” to an
intersecƟon with the West boundary of Mars Avenue; thence North 140.0 feet along the West line of Mars Avenue to
P.O.B.
TRACT 2: That part of the SE 1/4 of the NE 1/4 of SecƟon 14, Township 29 South, Range 15 East, Pinellas County, Florida,
described as follows: From the SW corner of Lot 4, Block “C”, Unit “A”, SKYCREST SUBDIVISION, as recorded in Plat Book
28, page 4, public records of Pinellas County, Florida, run Southerly 140.0 feet along the East line of Saturn Avenue to
P.O.B.; conƟnue Southerly along the East line of Saturn Avenue 140.0 feet more or less to the North line of Gulf‐to‐Bay
Boulevard; run thence East 250.0 feet more or less along the said North line of Gulf‐to‐Bay Boulevard to the West line of
Mars Avenue; thence North 140.0 feet more or less along the West side of Mars Avenue to a point measured 140.0 feet
along the West side of Mars Avenue from the SE corner of Lot 4, Block “A”, Unit “B”, SKYCREST SUBDIVISION as recorded
in Plat Book 28, page 24, public records of Pinellas County, Florida; thence West 250.0 feet more or less along a line
parallel to and 140.0 feet distant from the South line of said Lot 4, Block “A”, Unit “B” and the South line of said Lot 4,
Block “C”, Unit “A”, SKYCREST SUBDIVISION to P.O.B.
14‐29‐15‐82566‐003‐0030
Lots 3 and 4, Block “C”, Unit “A”, SKYCREST SUBDIVISION, as recorded in Plat Book 28, page 4, public records of Pinellas
County, Florida.
Exhibit “B”
PROPOSED ZONING MAP
Owner(s): St. Paul’s Lutheran Church, Inc Case: REZ2024-02001
Site: 407 South Saturn Avenue Property
Size(Acres): 2.056 (REZ)
Land Use Zoning
PIN: 14-29-15-82566-003-0030
14-29-15-00000-140-1900 From: Institutional (I) Institutional (I)
To: Commercial General
(CG) Commercial (C) Atlas Page: 288B
LOCATION MAP
Owner(s): St. Paul’s Lutheran Church, Inc Case: LUP2024-02001
REZ2024-02001
Site: 407 South Saturn Avenue Property
Size(Acres):
2.284 (LUP)
2.056 (REZ)
Land Use Zoning
PIN:
13-29-15-82584-001-0040
14-29-15-00000-140-1900
14-29-15-82566-003-0030 From: Institutional (I) Institutional (I)
To: Commercial General
(CG) Commercial (C) Atlas Page: 288B
AERIAL PHOTOGRAPH
Owner(s): St. Paul’s Lutheran Church, Inc Case: REZ2024-02001
Site: 407 South Saturn Avenue Property
Size(Acres): 2.056 (REZ)
Land Use Zoning
PIN: 14-29-15-82566-003-0030
14-29-15-00000-140-1900 From: Institutional (I) Institutional (I)
To: Commercial General
(CG) Commercial (C) Atlas Page: 288B
EXISTING SURROUNDING USES MAP
Owner(s): St. Paul’s Lutheran Church, Inc Case: REZ2024-02001
Site: 407 South Saturn Avenue Property
Size(Acres): 2.056 (REZ)
Land Use Zoning
PIN: 14-29-15-82566-003-0030
14-29-15-00000-140-1900 From: Institutional (I) Institutional (I)
To: Commercial General
(CG) Commercial (C) Atlas Page: 288B Right-of-Way Park
Motel
Retail Sales
Single
Family
Detached
Dwellings
Single
Family
Detached
Dwellings
Attached
Dwellings
Attached
Dwellings Automobile Sales Retail
Sales Automobile Service Motel Attached Dwellings Restaurant
Office
LUP2024-02001/REZ2024-02001
St. Paul’s Lutheran Church, Inc.
407 S Saturn Avenue
View looking east at the subject property, 407 S Saturn
Avenue
View looking west at the subject property
View looking northwest at the subject property
Adjacent to the north of the subject property from S Saturn
Avenue
View looking northeast at the subject property
Adjacent to the north of the subject property from S Mars
Avenue
LUP2024-02001/REZ2024-02001
St. Paul’s Lutheran Church, Inc.
407 S Saturn Avenue
View looking northeast at the subject property from Gulf to
Bay Boulevard
View looking northwest at the subject property from Gulf to
Bay Boulevard
Across S Mars Avenue to the east
Across S Saturn Avenue to the west
Across S Mars Avenue to the east
Across S Saturn Avenue to the west
LUP2024-02001/REZ2024-02001
St. Paul’s Lutheran Church, Inc.
407 S Saturn Avenue
View looking northerly along S Saturn Avenue View looking southerly along S Saturn Avenue
View looking southerly along S Mars Avenue
View looking easterly along Gulf to Bay Boulevard
View looking northerly along S Mars Avenue
View looking westerly along Gulf to Bay Boulevard
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0573
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Public Utilities
Agenda Number: 8.1
SUBJECT/RECOMMENDATION:
Award a Purchase Order to Kamminga and Roodvoets, Inc., of Grand Rapids, MI, for Potable Water Piping
Improvements Phase 2, 4, and 5 Project in the amount of $10,052,886.50 pursuant to Invitation to Bid (ITB)
No.23-0011-UT and authorize the appropriate officials to execute same. (consent)
SUMMARY:
On October 18, 2023, Public Utilities issued ITB No. 23-0011-UT, Potable Water Piping Improvements
Phase 2, 4, and 5, which closed on November 30, 2023., Kamminga & Roodvoets, Inc., of Grand Rapids,
MI was the lowest and only responsible bid received in accordance with the plans and specifications. After
reviewing the contractor bid, the city’s Engineer of Record CHA Consulting, and Public Utilities
recommend awarding the contract to Kamminga & Roodvoets, Inc. in the amount of $10,052,886,50.
The project is expected to be completed in 24 months.
The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining
the potable water distribution system. This work was identified in the 2022 Water Master Plan.
APPROPRIATION CODE AND AMOUNT:
A mid-year budget amendment will provide the following transfers:
$6,000,000 from project 3217321-96764, RO Plant Expansion Res #1
$335,000 from project 3217321-96773, Groundwater Replenishment Facility
$2,175,000 from project 3217321-96782, RO Plant at Water Plant #3
$560,000 from 3217321-96213, Marshall Street Upgrades and Improvements
$650,000 from project 3217321-96786, Water System Devices and Equipment, all transferred to
3217321-96214, East Plant Upgrades/Improvements.
After the above noted amendments, sufficient funding will be available in capital project 3217321-96214,
East Plant Upgraded/Improvements, for this purchase order.
STRATEGIC PRIORITY:
In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public
infrastructure through systematic management efforts, award of a Construction Contract to Kamminga &
Roodvoets, Inc. is requested. The project also aligns with the City’s Strategic goals of Community
Well-Being and Environmental Stewardship.
Page 1 City of Clearwater Printed on 6/10/2024
SECTION V -Contract Documents
Bond No.: -------
PUBLIC CONSTRUCTION BOND
(2)
3.Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellateproceedings, that Owner sustains because of a default by Contractor under the contract; and4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, theirofficers and employees, from liabilities, damages, losses and costs, including, but not limited to,reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentionalwrongful misconduct of Contractor and persons employed or utilized by Contractor in theperformance of the construction contract; and5.Performs the guarantee of all work and materials furnished under the contract for the time specifiedin the contract, then this bond is void; otherwise, it remains in full force.6.Any action instituted by a claimant under this bond for payment must be in accordance with thenotice and time limitation provisions in Section 255.05(2), Florida Statutes.7.Any changes in or under the contract documents and compliance or noncompliance with anyformalities connected with the contract or the changes does not affect Surety's obligation underthis bond, and Surety does hereby waive notice of any such change, extension of time, alteration oraddition to the terms of the contract or to the work or to the specifications.
IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this ____ day of
_______ ,20_
(If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal).
WITNESS:
Corporate Secretary or Witness Print Name: -------------
(affix c01porate seal)
Kamminga and Roodvoets__ _____ _l
By: Title: Print Name:
WITNESS:
Print Name:
(C01porate Surety)
By: ATTORNEY-IN-FACT Print Name:
(affix c01porate seal)
(Power of Attorney must be attached)
SECTION V Page 3 of 21 Updated: 1/10/2023
SECTION V -Contract Documents
CONTRACT (1)
This CONTRACT made and entered into this_ day of _____ , 20_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _________________ , of the City of _________ County of ____________ and State of Florida, hereinafter designated as the "Contractor".
r -- -[Qr,jf_ Q_ut o_f_ stat�:]
riifs-CONT-RACT -rnade ancf ertterei ir�totf11s·_-day-·of -.... --- ---- . ---- -'·20 _=:_ by and ·between -the City �f Clearwater, Florida, .. a municipal corporation, hereinafter designated as the "City", an� ,------------------' a/an ______ (State) Corporation authorized to d9 business in the State of Florida, of the City of _________ County oJ ____________ a!l4}?!ate __ Q( ______ ,_ hereinafter designated as the "Contractor".'
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following:
PROJECT NAME: Potable Water Piping Improvements Phase 2, 4, and 5
PROJECT NO.: 23-0011-UT in
the amount of $10.052,886.50
In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City.
If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein.
SECTION V Page 4 of 21 Updated: 1/10/2023
SECTION V -Contract Documents
CONTRACT (4)
2.At least 8 business days before filing the action, the plaintiff provided written notice of thepublic records request, including a statement that the contractor has not complied with therequest, to the public agency and to the contractor.i)A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of publicrecords and to the contractor at the contractor's address listed on its contract with the publicagency or to the contractor's registered agent. Such notices must be sent by common carrierdelivery service or by registered, Global Express Guaranteed, or certified mail, with postage orshipping paid by the sender and with evidence of delivery, which may be in an electronicformat.
j)A contractor who complies with a public records request within 8 business days after the noticeis sent is not liable for the reasonable costs of enforcement.
IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written.
CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA
By: Jennifer Poirrier City Manager
Countersigned:
By:
Bruce RectorMayor
Contractor must indicate whether: ___ Corporation, ___ Partnership,
Attest:
Rosemarie Call City Clerk
Approved as to form:
Jerrod Simpson City Attorney
___ Company, or
(Contractor)
---
By: ________ _ Print Name:
(SEAL)
Individual
(SEAL) ---------------Title:----------------
The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation -provide Affidavit.
SECTION V Page 7 of 21 Updated: 1/10/2023
²
FIGURE 1Project Areas
LEGEND
Phase
Phase 2
Phase 4
Phase 5
Potable Water
V:\Projects\WSFL112\Proj1\072875.000\06_Project_Data\GIS\_MXDs\Council Map.mxd
0 3,000 6,000
Feet
Date: 2/2/2024
CITY OF CLEARWATER23-0011-UT TASK 12 PHASE 2,4, AND 5 WATER MAIN IMPROVEMENTS
No.Description Quantity Unit Unit Price
1 Mobilization (10%) 1 LS 845,000.00$
2 General Conditions (3%) 1 LS 252,000.00$
3 Temporary Traffic Control/Maintenance of Traffic 1 LS 520,000.00$
4 Complete Asphalt Removal and Replacement 2838 SY 233.00$
5 Asphalt Milling and Resurfacing 3646 SY 102.00$
6 3000 psi Concrete 14.8 CY 2,000.00$
7 Remove and Replace Concrete Curb 2170 LF 84.50$
8 Remove and Replace Concrete Sidewalk 746 SY 132.00$
9 Remove and Replace Concrete Driveway 1503 SY 130.00$
10 Remove and Replace Decorative Sidewalk 23 SY 250.00$
11 Sodding and Landscaping Restoration 1 LS 1,035,000.00$
12 2-inch HDPE Water Main by Open Cut, Inclusive of Fittings, Restraints, Etc. 85 LF 77.00$
13 4-inch PVC Water Main by Open Cut, Inclusive of Fittings, Restraints, Etc. 1121 LF 120.00$
14 6-inch PVC Water Main by Open Cut, Inclusive of Fittings, Restraints, Etc. 7553 LF 130.00$
15 6-inch Ductile Iron Water Main by Open Cut, Inclusive of Fittings, Restraints, Etc. 310 LF 187.00$
16 6-inch Ductile Iron Water Main by Jack and Bore, Inclusive of 16" OD Casing, Fittings,
Restraints, Etc. 99 LF 1,350.00$
17 6-inch Certalok PVC Water Main, Installed Via HDD, Inclusive of Fittings, Restraints, Etc. 977 LF 80.00$
18 6-inch HDPE Water Main, Installed Via HDD, Inclusive of Fittings, Restraints, Etc. 738 LF 145.00$
19 6-inch Flanged Ductile Iron Pipe (Inclusive of Fittings, Pipe Supports, etc). 100 LF 350.00$
20 8-inch HDPE Water Main, Installed Via HDD, Inclusive of Fittings, Restraints, Etc. 834 LF 155.00$
21 8-inch PVC Water Main, Installed Via Jack and Bore, Inclusive of 16" Steel Casing, Fittings,
Restraints, Etc. 47 LF 1,550.00$
22 8-inch PVC Water Main by Open Cut, Inclusive of Fittings, Restraints, Etc. 1267 LF 150.00$
23 8-inch Ductile Iron Water Main by Open Cut, Inclusive of Fittings, Restraints, Etc. 74 LF 350.00$
City of Clearwater
Potable Water Piping Improvements Phase 2, 4 and 5
23-0011-UT
Bid Form
KAMMINGA & ROODVOETS 3435 BROADMOOR
AVE SE GRAND RAPIDS, MI
24 12-inch Ductile Iron Water Main, Open Cut, Inclusive of Fittings, Restraints, Etc. 1688 LF 210.00$
25 16-inch Ductile Iron Water Main, Open Cut, Inclusive of Fittings, Restraints, Etc. 30 LF 550.00$
26 20-inch Ductile Iron Water Main, Open Cut, Inclusive of Fittings, Restraints, Etc. 766 LF 400.00$
27 20-inch Ductile Iron Water Main by Jack and Bore, Inclusive of 36-inch Casing, Fittings,
Restraints, Etc. 67 LF 1,900.00$
28 20-inch Ductile Iron Water Main, FLG, for Above Ground Assembly Inclusive of Fittings,
Restraints, Dismantling Joints, etc. 122 LF 575.00$
29 24-inch HDPE Water Main, Installed Via HDD, Inclusive of Fittings, Restraints, Etc. 1163 LF 260.00$
30 2-inch Temporary Bypass Water Service, Inclusive of Fittings, Temporary Water Main
Connections, Temporary Service Connections 2901 LF 58.00$
31 4-inch Gate Valve, RMJ and Valve Box 5 EA 1,300.00$
32 6-inch Gate Valve, RMJ and Valve Box 15 EA 1,600.00$
33 8-inch Gate Valve, RMJ and Valve Box 5 EA 2,280.00$
34 12-inch Gate Valve, RMJ and Valve Box 6 EA 3,750.00$
35 16-inch Gate Valve, RMJ and Valve Box 2 EA 6,450.00$
36 20-inch Gate Valve, RMJ, and Valve Box 2 EA 9,050.00$
37 20-inch Butterfly Valve, FLG 2 EA 6,100.00$
38 2-inch TEAM InsertValve and Valve Box 1 EA 5,000.00$
39 4-inch TEAM InsertValve and Valve Box 2 EA 10,000.00$
40 6-inch TEAM InsertValve and Valve Box 12 EA 12,700.00$
41 8-inch TEAM InsertValve and Valve Box 5 EA 14,500.00$
42 12-inch TEAM InsertValve and Valve Box 5 EA 29,000.00$
43 4-inch Joint Restraint for Existing Main 40 EA 550.00$
44 6-inch Joint Restraint for Existing Main 80 EA 600.00$
45 8-inch Joint Restraint for Existing Main 40 EA 650.00$
46 12-inch Joint Restraint for Existing Main 20 EA 750.00$
47 20-inch Joint Restraint for Existing Main 5 EA 1,200.00$
48 2" Line Stop 2 EA 5,000.00$
49 16" Line Stop 2 EA 12,500.00$
50 20" Line Stop 3 EA 24,000.00$
51 4" Tapping Sleeve with 4" Tapping Valve and Valve Box 2 EA 2,900.00$
52 6"x4" Tapping Sleeve with 4" Tapping Valve and Valve Box 5 EA 2,600.00$
53 6" Tapping Sleeve with 6" Tapping Valve and Valve Box 18 EA 3,200.00$
54 8"x6" Tapping Sleeve with 6" Tapping Valve and Valve Box 4 EA 3,250.00$
55 8" Tapping Sleeve with 8" Tapping Valve and Valve Box 2 EA 4,000.00$
56 12" Tapping Sleeve with 6" Tapping Valve and Valve Box 1 EA 3,600.00$
57 12"x8" Tapping Sleeve with 8" Tapping Valve and Valve Box 2 EA 4,400.00$
58 16" Tapping Sleeve with 6" Tapping Valve and Valve Box 1 EA 4,300.00$
59 16" Tapping Sleeve with 8" Tapping Valve and Valve Box 1 EA 5,100.00$
60 20" Tapping Sleeve with 20" Tapping Valve and Valve Box 2 EA 12,700.00$
61 Bollard 2 EA 500.00$
62 2-inch ARV Assembly 10 EA 6,350.00$
63 Fire Hydrant Assembly 10 EA 8,550.00$
64 20" Static Mixer 1 EA 41,000.00$
65 20" Magnetic Flow Meter, Panel and Electrical 1 EA 30,000.00$
66 Abovegrade Piping Accessories at RO1 1 LS 77,500.00$
67 1" Water Service including Saddle, Corporation Stop, Casing, Curb Stop, and Meter Box 263 EA 1,850.00$
68 2" Water Service including Saddle, Corporation Stop, Casing, Curb Stop, and Meter Box 3 EA 2,200.00$
69 Grout Fill and Abandon Pipe (<6") 7295 LF 12.50$
70 Grout Fill and Abandon Pipe (20") 870 LF 41.00$
71 Removal of Water Main (6" and smaller) 3613 LF 19.00$
72 Removal of Water Main (8" and Larger) 3904 LF 29.00$
73 Remove and Replace Existing Stormwater Structure 2 EA 12,955.00$
74 Slipline 8" Water Main in 20" Pipe 340 LF 130.00$
75 Rip Rap 3 CY 1,500.00$
76 Steel Beam 60 LF 180.00$
Owner's Contingency
Total
Subtotal
Total Price Unit Price Total Price
845,000.00$ 455,040.00$ 455,040.00$ 845,000.00$
252,000.00$ 286,511.00$ 286,511.00$ 252,000.00$
520,000.00$ 366,133.00$ 366,133.00$ 520,000.00$
661,254.00$ 143.00$ 405,834.00$ 661,254.00$
371,892.00$ 191.00$ 696,386.00$ 371,892.00$
29,600.00$ 1,162.00$ 17,197.60$ 29,600.00$
183,365.00$ 90.00$ 195,300.00$ 183,365.00$
98,472.00$ 122.00$ 91,012.00$ 98,472.00$
195,390.00$ 150.00$ 225,450.00$ 195,390.00$
5,750.00$ 100.00$ 2,300.00$ 5,750.00$
1,035,000.00$ 310,185.00$ 310,185.00$ 1,035,000.00$
6,545.00$ 100.00$ 8,500.00$ 6,545.00$
134,520.00$ 125.00$ 140,125.00$ 134,520.00$
981,890.00$ 160.00$ 1,208,480.00$ 981,890.00$
57,970.00$ 200.00$ 62,000.00$ 57,970.00$
133,650.00$ 1,125.00$ 111,375.00$ 133,650.00$
78,160.00$ 150.00$ 146,550.00$ 78,160.00$
107,010.00$ 96.00$ 70,848.00$ 107,010.00$
35,000.00$ 129.00$ 12,900.00$ 35,000.00$
129,270.00$ 140.00$ 116,760.00$ 129,270.00$
72,850.00$ 1,125.00$ 52,875.00$ 72,850.00$
190,050.00$ 180.00$ 228,060.00$ 190,050.00$
25,900.00$ 230.00$ 17,020.00$ 25,900.00$
ROWLANDKAMMINGA & ROODVOETS 3435 BROADMOOR
AVE SE GRAND RAPIDS, MI
354,480.00$ 245.00$ 413,560.00$ 354,480.00$
16,500.00$ 500.00$ 15,000.00$ 16,500.00$
306,400.00$ 400.00$ 306,400.00$ 306,400.00$
127,300.00$ 1,505.00$ 100,835.00$ 127,300.00$
70,150.00$ 785.00$ 95,770.00$ 70,150.00$
302,380.00$ 672.00$ 781,536.00$ 302,380.00$
168,258.00$ 40.00$ 116,040.00$ 168,258.00$
6,500.00$ 3,000.00$ 15,000.00$ 6,500.00$
24,000.00$ 3,500.00$ 52,500.00$ 24,000.00$
11,400.00$ 4,500.00$ 22,500.00$ 11,400.00$
22,500.00$ 7,200.00$ 43,200.00$ 22,500.00$
12,900.00$ 14,500.00$ 29,000.00$ 12,900.00$
18,100.00$ 32,000.00$ 64,000.00$ 18,100.00$
12,200.00$ 22,000.00$ 44,000.00$ 12,200.00$
5,000.00$ 7,930.00$ 7,930.00$ 5,000.00$
20,000.00$ 19,840.00$ 39,680.00$ 20,000.00$
152,400.00$ 22,000.00$ 264,000.00$ 152,400.00$
72,500.00$ 26,260.00$ 131,300.00$ 72,500.00$
145,000.00$ 61,300.00$ 306,500.00$ 145,000.00$
22,000.00$ 328.00$ 13,120.00$ 22,000.00$
48,000.00$ 364.00$ 29,120.00$ 48,000.00$
26,000.00$ 458.00$ 18,320.00$ 26,000.00$
15,000.00$ 835.00$ 16,700.00$ 15,000.00$
6,000.00$ 4,140.00$ 20,700.00$ 6,000.00$
10,000.00$ 9,000.00$ 18,000.00$ 10,000.00$
25,000.00$ 19,300.00$ 38,600.00$ 25,000.00$
72,000.00$ 23,500.00$ 70,500.00$ 72,000.00$
5,800.00$ 4,930.00$ 9,860.00$ 5,800.00$
13,000.00$ 5,000.00$ 25,000.00$ 13,000.00$
57,600.00$ 5,900.00$ 106,200.00$ 57,600.00$
13,000.00$ 6,600.00$ 26,400.00$ 13,000.00$
8,000.00$ 7,280.00$ 14,560.00$ 8,000.00$
3,600.00$ 9,000.00$ 9,000.00$ 3,600.00$
8,800.00$ 9,800.00$ 19,600.00$ 8,800.00$
4,300.00$ 10,000.00$ 10,000.00$ 4,300.00$
5,100.00$ 10,800.00$ 10,800.00$ 5,100.00$
25,400.00$ 47,250.00$ 94,500.00$ 25,400.00$
1,000.00$ 564.00$ 1,128.00$ 1,000.00$
63,500.00$ 9,090.00$ 90,900.00$ 63,500.00$
85,500.00$ 9,730.00$ 97,300.00$ 85,500.00$
41,000.00$ 55,000.00$ 55,000.00$ 41,000.00$
30,000.00$ 50,379.00$ 50,379.00$ 30,000.00$
77,500.00$ 17,000.00$ 17,000.00$ 77,500.00$
486,550.00$ 2,900.00$ 762,700.00$ 486,550.00$
6,600.00$ 4,400.00$ 13,200.00$ 6,600.00$
91,187.50$ 20.00$ 145,900.00$ 91,187.50$
35,670.00$ 40.00$ 34,800.00$ 35,670.00$
68,647.00$ 42.00$ 151,746.00$ 68,647.00$
113,216.00$ 42.00$ 163,968.00$ 113,216.00$
25,910.00$ 5,500.00$ 11,000.00$ 25,910.00$
44,200.00$ 120.00$ 40,800.00$ 44,200.00$
4,500.00$ 860.00$ 2,580.00$ 4,500.00$
10,800.00$ 638.00$ 38,280.00$ 10,800.00$
9,552,886.50$ 10,303,253.60$ 9,552,886.50$
500,000.00$ 500,000.00$ 500,000.00$
10,052,886.50$ 10,803,253.60$ 10,052,886.50$
10,052,886.50$
-$
Not prequalified at time of bid
submittal
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0656
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Public Utilities
Agenda Number: 8.2
SUBJECT/RECOMMENDATION:
Authorize purchase orders to CEC Motor and Utility Services of Palmetto, FL, Southeast Pump Specialist,
Inc. of Augusta, GA and Tampa Armature Works dba Integrated Power Services of Riverview, FL for
electric motor and pump repair services, in a cumulative annual not-to-exceed amount of $900,000.00 for
the initial term of June 18, 2024 through June 17, 2025, with the option for three, one-year renewals
pursuant to ITB 14-24 and authorize the appropriate officials to execute same. (consent)
SUMMARY:
Procurement released Invitation to Bid 14-24 for Electric Motor and Pump Repair Services on March 20,
2024, and received three responsive submissions by April 18, 2024. The aim of this bid was to engage
capable contractors who could deliver repair services for electric motors, pumps, drives, gearboxes,
compressors, centrifugal and positive displacement blowers as required. These services are essential for
the operation of the City's three Wastewater Reclamation Facilities (WRFs), associated Lift Stations, as
well as the three Water Production Facilities and their associated wells.
The Wastewater and Water utilities rely on an array of electric motors and pumps across their treatment
facilities and systems. These components play a pivotal role in ensuring the smooth operation of water
production and wastewater treatment across different stages of the process. With the passage of time,
these motors and pumps necessitate regular inspection and maintenance services. Often, we can
refurbish motors or pumps to prolong their operational lifespan and postpone the requirement for acquiring
new equipment. However, there are instances where the expense of repairs surpasses the value, making it
more cost-effective to replace the asset rather than refurbish the aging unit.
Authorization is requested to award to multiple contractors to ensure that Public Utilities secures the most
competitive pricing and prompt, efficient repair services for electric motors and pumps across wastewater
reclamation, water production, lift station, and well facilities.
APPROPRIATION CODE AND AMOUNT:
Budgeted funds are available in Public Utilities’ cost centers, cost code 550400 Operating Supplies and
materials, and 556200 Equipment Repairs & Maintenance.
STRATEGIC PRIORITY:
Establishing this contract meets the City’s strategic objective of Environmental Stewardship by ensuring
our plants and facilities are always operational and running at peak capacity and performance, guarding
against potential spills that could negatively impact our surrounding estuaries and community. It also
satisfies the strategic objective of High Performing Government by providing a high level of service to our
residents and maintaining vital infrastructure.
Page 1 City of Clearwater Printed on 6/10/2024
www.myclearwater.com
Page 1 of 1
TO: Lori Vogel, Procurement Manager
FROM: Rich Gardner, Public Utilities Director
DATE: May 6, 2024
SUBJECT: Intended Award of ITB # 14-24, Electric Motor and Pump Repairs
Invitation to Bid # 14-24, Electric Motor and Pump Repairs was released on March 19, 2024,
and three (3) submissions were received on April 18, 2024. Public Utilities Department has
completed their evaluation and determined that they are the lowest, most responsible bidder(s)
responsive to the requirements of the City. This award is being made to multiple vendors to
ensure a continuity of supply, flexibility to order product or services from the awarded vendors
listed above as a secondary source, or tertiarily from the open market may be used if needed.
For these reasons the Public Utilities is recommending award to three vendors as follows:
CEC Motor & Utility Services
Southeast Pump Specialist, Inc.
Tampa Armature Works, Inc.
dba. Integrated Power Services (IPS)
Public Utilities Department estimates the annual expense of this contract at $900,000.00 and
anticipates submitting the request for approval to the City Council at the June 6, 2024. Public
Utilities will ensure that all requirements, including insurance, will be met and an approved
purchase order is in place prior to initiating services with the vendors.
Note – once Purchasing receives the intent to award recommendation from your department,
within the 30 days, we will post the bid tab on our website and send notification to all bidders on
this solicitation. I will send notice to the intended vendor with reminder that their insurance
certificates will need to be submitted – and let them know the date the award is going before the
council and anticipated start date of the contract and to plan for pre-commencement
meeting/phone call with city staff (this would have to wait to be held until after the council
meeting).
CITY OF CLEARWATER
ITB #14-24, Electric Motor and Pump Repairs NOTE: Highlighted cell indicates lowest bidder
DUE DATE: April 18, 2024; 10:00 AM
BID TABULATION
Item No.Description Est. Quantity(UOM)Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price
1 Philadelphia Mixer Gearbox 4 $ 2,000.00 $ 8,000.00 $31,000.00 $ 124,000.00 $8,500.00 $ 34,000.00
2 WEG Motor 4 $ 600.00 $ 2,400.00 $605.40 $ 2,421.60 $600.00 $ 2,400.00
3 Philadelphia Mixer Gearbox 4 $ 2,000.00 $ 8,000.00 $28,000.00 $ 112,000.00 $9,500.00 $ 38,000.00
4 WEG Motor 4 $ 600.00 $ 2,400.00 $492.60 $ 1,970.40 $600.00 $ 2,400.00
5 Flender Corp 6 $ 2,500.00 $ 15,000.00 $36,000.00 $ 216,000.00 $9,500.00 $ 57,000.00
6 Reliance Motor 6 $ 6,000.00 $ 36,000.00 $8,000.00 $ 48,000.00 $4,400.00 $ 26,400.00
7 Sumitoma Paramax 5 $ 6,500.00 $ 32,500.00 $27,000.00 $ 135,000.00 $18,500.00 $ 92,500.00
8 GE Motor 5 $ 6,000.00 $ 30,000.00 $7,350.00 $ 36,750.00 $4,400.00 $ 22,000.00
9 Sew-Eurodrive INC. USA Gearbox 4 $ 2,000.00 $ 8,000.00 $2,400.00 $ 9,600.00 $2,500.00 $ 10,000.00
10 Eurodrive Motor 4 $ 1,000.00 $ 4,000.00 $3,400.00 $ 13,600.00 $450.00 $ 1,800.00
11 Moyno Pump 4 $ 2,500.00 $ 10,000.00 $6,654.00 $ 26,616.00 $12,500.00 $ 50,000.00
12 Baldor - Reliance 4 $ 1,900.00 $ 7,600.00 $2,354.20 $ 9,416.80 $800.00 $ 3,200.00
13 Nord Gearbox 4 $ 2,500.00 $ 10,000.00 $2,680.00 $ 10,720.00 $1,050.00 $ 4,200.00
14 Nord Motor 4 $ 1,200.00 $ 4,800.00 $900.00 $ 3,600.00 $450.00 $ 1,800.00
15 Allis-Chalmers Pump 1 $ - $ - $ - $ -
16 Marathon Electric Motor 1 $ 4,500.00 $ 4,500.00 $3,325.00 $ 3,325.00 $2,600.00 $ 2,600.00
17 Flyght 1 $ - $ - $ - $ -
18 Marathon Electric Motor 1 $ 4,500.00 $ 4,500.00 $3,325.00 $ 3,325.00 $2,600.00 $ 2,600.00
19 Peabody Floway Turbine Pump 3 $ 10,000.00 $ 30,000.00 $29,750.00 $ 89,250.00 $19,500.00 $ 58,500.00
20 US Motors 3 $ 4,500.00 $ 13,500.00 $5,125.00 $ 15,375.00 $3,100.00 $ 9,300.00
21 Allis-Chalmers Pump 3 $ 6,500.00 $ 19,500.00 $8,786.00 $ 26,358.00 $35,000.00 $ 105,000.00
22 US Motors 1 $ 7,500.00 $ 7,500.00 $9,900.00 $ 9,900.00 $4,600.00 $ 4,600.00
23 Continental Electric Motor 2 $ 7,500.00 $ 15,000.00 $9,900.00 $ 19,800.00 $4,600.00 $ 9,200.00
24 Peabody Floway Pump 3 $ 4,500.00 $ 13,500.00 $29,750.00 $ 89,250.00 $55,000.00 $ 165,000.00
25 US Electric Motors 3 $ 4,500.00 $ 13,500.00 $5,125.00 $ 15,375.00 $3,100.00 $ 9,300.00
26 Pentair Pump 3 $ 4,000.00 $ 12,000.00 $13,647.00 $ 40,941.00 $6,500.00 $ 19,500.00
27 US Electric Motors 2 $ 4,500.00 $ 9,000.00 $3,325.00 $ 6,650.00 $2,600.00 $ 5,200.00
28 Toshiba Motor 1 $ 4,500.00 $ 4,500.00 $2,617.20 $ 2,617.20 $2,600.00 $ 2,600.00
29 Johnston Pump 4 $ 100,000.00 $ 400,000.00 $29,750.00 $ 119,000.00 $46,000.00 $ 184,000.00
30 Johnston Pump 2 $ 100,000.00 $ 200,000.00 $27,704.00 $ 55,408.00 $38,000.00 $ 76,000.00
31 GE Motor 4 $ 8,000.00 $ 32,000.00 $12,400.00 $ 49,600.00 $5,000.00 $ 20,000.00
32 GE Motor 2 $ 7,500.00 $ 15,000.00 $7,400.00 $ 14,800.00 $4,200.00 $ 8,400.00
33 Hoffman Blower 2 $ - $ - $ - $ -
34 GE Motor 1 $ 7,500.00 $ 7,500.00 $9,900.00 $ 9,900.00 $4,600.00 $ 4,600.00
35 Westinghouse Motor 1 $ 7,500.00 $ 7,500.00 $9,900.00 $ 9,900.00 $4,600.00 $ 4,600.00
36 Vogelsang Rotary Lobe Pumps 2 $ 15,000.00 $ 30,000.00 $14,058.00 $ 28,116.00 $13,500.00 $ 27,000.00
37 Vogelsang Rotary Lobe Pumps 1 $ 15,000.00 $ 15,000.00 $14,058.00 $ 14,058.00 $13,500.00 $ 13,500.00
38 Nord Gearbox 2 $ 2,500.00 $ 5,000.00 $3,782.00 $ 7,564.00 $3,500.00 $ 7,000.00
39 Nord Gearbox 1 $ 2,500.00 $ 2,500.00 $3,782.00 $ 3,782.00 $3,500.00 $ 3,500.00
40 Baldor Motor 3 $ 2,500.00 $ 7,500.00 $2,625.00 $ 7,875.00 $1,250.00 $ 3,750.00
41 Vogelsang Roto Cutter Pumps 4 $ 15,000.00 $ 60,000.00 $1,100.00 $ 4,400.00 $14,500.00 $ 58,000.00
42 Nord Motors 4 $ 1,000.00 $ 4,000.00 $1,000.00 $ 4,000.00 $600.00 $ 2,400.00
43 Vaughan Roto Mix Pumps 4 $ 100,000.00 $ 400,000.00 $7,350.00 $ 29,400.00 $15,500.00 $ 62,000.00
44 Reliance Motors East & West 4 $ 7,500.00 $ 30,000.00 $7,100.00 $ 28,400.00 $4,200.00 $ 16,800.00
45 Moyno Pumps 2 $ 100,000.00 $ 200,000.00 $5,802.00 $ 11,604.00 $19,500.00 $ 39,000.00
46 Baldor Motor 2 $ 1,000.00 $ 2,000.00 $1,252.70 $ 2,505.40 $600.00 $ 1,200.00
47 Weir Vertical Turbine 2 $ 100,000.00 $ 200,000.00 $29,750.00 $ 59,500.00 $19,500.00 $ 39,000.00
48 Peerless Pump 2 $ 100,000.00 $ 200,000.00 $33,592.00 $ 67,184.00 $11,500.00 $ 23,000.00
49 US Motors 2 $ 2,500.00 $ 5,000.00 $1,925.00 $ 3,850.00 $950.00 $ 1,900.00
50 US Motors 3 $ 7,500.00 $ 22,500.00 $7,400.00 $ 22,200.00 $4,200.00 $ 12,600.00
CEC Motor & Utility Services Southeast Pump Specialist, Inc.
Tampa Armature Works, Inc.
dba: Integrated Power Services (IPS)
Page 1 of 3
CITY OF CLEARWATER
ITB #14-24, Electric Motor and Pump Repairs NOTE: Highlighted cell indicates lowest bidder
DUE DATE: April 18, 2024; 10:00 AM
BID TABULATION
CEC Motor & Utility Services Southeast Pump Specialist, Inc.
Tampa Armature Works, Inc.
dba: Integrated Power Services (IPS)
51 Sumitoma Gear Box 3 $ 2,500.00 $ 7,500.00 $6,500.00 $ 19,500.00 $5,500.00 $ 16,500.00
52 Floway Vertical Turbine 4 $ 100,000.00 $ 400,000.00 $29,750.00 $ 119,000.00 $19,500.00 $ 78,000.00
53 US Electric 4 $ 8,000.00 $ 32,000.00 $13,500.00 $ 54,000.00 $5,400.00 $ 21,600.00
54 Foway Staged Pump 2 $ 100,000.00 $ 200,000.00 $27,704.00 $ 55,408.00 $16,500.00 $ 33,000.00
55 US Motor 2 $ 7,500.00 $ 15,000.00 $7,475.00 $ 14,950.00 $4,400.00 $ 8,800.00
56 Goulds Vertical Turbine 2 $ 100,000.00 $ 200,000.00 $27,370.00 $ 54,740.00 $12,600.00 $ 25,200.00
57 US Electric 2 $ 5,000.00 $ 10,000.00 $3,000.00 $ 6,000.00 $1,800.00 $ 3,600.00
58 Weir Vertical Turbine 2 $ 100,000.00 $ 200,000.00 $27,704.00 $ 55,408.00 $18,500.00 $ 37,000.00
59 US Electric 2 $ 5,000.00 $ 10,000.00 $3,325.00 $ 6,650.00 $2,600.00 $ 5,200.00
60 Peerless Split-Case Pump 2 $ 7,500.00 $ 15,000.00 $13,647.00 $ 27,294.00 $8,600.00 $ 17,200.00
61 Floway Vertical Turbine 3 $ 100,000.00 $ 300,000.00 $27,704.00 $ 83,112.00 $18,500.00 $ 55,500.00
62 US Motors 3 $ 8,000.00 $ 24,000.00 $12,400.00 $ 37,200.00 $5,000.00 $ 15,000.00
Subtotal for Rebuilds: Items 1-62 $ 3,584,700.00
Subtotal for
Rebuilds $ 2,158,169.40
Subtotal for
Rebuilds $ 1,663,950.00
Page 2 of 3
CITY OF CLEARWATER
ITB #14-24, Electric Motor and Pump Repairs NOTE: Highlighted cell indicates lowest bidder
DUE DATE: April 18, 2024; 10:00 AM
BID TABULATION
CEC Motor & Utility Services Southeast Pump Specialist, Inc.
Tampa Armature Works, Inc.
dba: Integrated Power Services (IPS)1 Standard Hourly Rate Shop Laborer 600 95.00$ 57,000.00$ 55.00$ 33,000.00$ $75.00 45,000.00$ 2 Standard Hourly Rate Shop Machinists 25 $150.00 3,750.00$ $55.00 1,375.00$ $85.00 2,125.00$ 3 Standard Hourly Rate Shop Welder 25 $75.00 1,875.00$ $55.00 1,375.00$ $85.00 2,125.00$ 4 Standard Hourly Rate Field Foreman 25 $125.00 3,125.00$ $55.00 1,375.00$ $105.00 2,625.00$ 5 Standard Hourly Rate Field Laborer 25 $95.00 2,375.00$ $55.00 1,375.00$ $95.00 2,375.00$ 6 Standard Hourly Rate Field Welder 25 $95.00 2,375.00$ $55.00 1,375.00$ $95.00 2,375.00$ 7 Crane17-20 ton 15 $250.00 3,750.00$ $252.00 3,780.00$ $200.00 3,000.00$
8 Standard Hourly Rate Two Man Crane Crew 15 $100.00 1,500.00$ $55.00 825.00$ $150.00 2,250.00$
9 Crane 40-45 ton 15 $400.00 6,000.00$ $252.00 3,780.00$ $450.00 6,750.00$
Subtotal Standard Hourly Rates: Items 1-9 81,750.00$ Standard Hourly Rates 48,260.00$ Standard Hourly Rates 68,625.00$ 1 Overtime Hourly Rate Shop Laborer 25 $95.00 2,375.00$ $82.50 2,062.50$ $75.00 1,875.00$ 2 Overtime Hourly Rate Shop Machinists 25 $150.00 3,750.00$ $82.50 2,062.50$ $85.00 2,125.00$ 3 Overtime Hourly Rate Shop Welder 25 $75.00 1,875.00$ $82.50 2,062.50$ $85.00 2,125.00$ 4 Overtime Hourly Rate Field Foreman 15 $125.00 1,875.00$ $82.50 1,237.50$ $105.00 1,575.00$ 5 Overtime Hourly Rate Field Laborer 15 $95.00 1,425.00$ $82.50 1,237.50$ $95.00 1,425.00$ 6 Overtime Hourly Rate Field Welder 15 $95.00 1,425.00$ $82.50 1,237.50$ $95.00 1,425.00$ 7 Crane17-20 ton 10 $250.00 2,500.00$ $378.00 3,780.00$ $200.00 2,000.00$
8 Overtime Hourly Rate Two Man Crane Crew 10 $100.00 1,000.00$ $82.50 825.00$ $150.00 1,500.00$
9 Crane 40-45 ton 10 $1,000.00 10,000.00$ $378.00 3,780.00$ $450.00 4,500.00$
Subtotal Overtime Hourly Rates: Items 1-9 26,225.00$ Overtime Hourly Rates 18,285.00$ Overtime Hourly Rates 18,550.00$ 1 Emergency Hourly Rate Shop Laborer 25 $95.00 2,375.00$ $82.50 2,062.50$ $75.00 1,875.00$ 2 Emergency Hourly Rate Shop Machinists 25 $150.00 3,750.00$ $82.50 2,062.50$ $85.00 2,125.00$ 3 Emergency Hourly Rate Shop Welder 25 $75.00 1,875.00$ $82.50 2,062.50$ $85.00 2,125.00$ 4 Emergency Hourly Rate Field Foreman 15 $125.00 1,875.00$ $82.50 1,237.50$ $105.00 1,575.00$ 5 Emergecny Hourly Rate Field Laborer 15 $95.00 1,425.00$ $82.50 1,237.50$ $95.00 1,425.00$ 6 Emergency Hourly Rate Field Welder 15 $95.00 1,425.00$ $82.50 1,237.50$ $95.00 1,425.00$
Subtotal Emergency Hourly Rates: Items 1-6 12,725.00$ Emergency Hourly Rates 9,900.00$ Emergency Hourly Rates 10,550.00$ 1 Repair Components 10%25,000.00$ 10%25,000.00$ 10%25,000.00$ Repair Allowance 250,000.00$ 250,000.00$ 250,000.00$ 2 New Equipment 10%15,000.00$ 10%15,000.00$ 10%15,000.00$ New Equipment Allowance 150,000.00$ 150,000.00$ 150,000.00$
Subtotal Parts, New Equipment and Material Markup: Items 1-2 440,000.00$
Parts, New
Equipment 440,000.00$
Parts, New
Equipment 440,000.00$
Grandtotals 4,145,400.00$ 2,674,614.40$ 2,201,675.00$
Page 3 of 3
May 14, 2024
NOTICE OF INTENT TO AWARD
Public Utilities and the Procurement Division recommend award of ITB No. 14-24, Electric Motor and Pump
Repairs as follows:
CEC Motor & Utility Services
Southeast Pump Specialist, Inc.
Tampa Armature Works, Inc.
These vendors represent the lowest most responsible bidders overall, in accordance with the bid
specifications, in the estimated annual amount of $900,000.00, for a period of one (1) year, with three (3),
one (1) year renewal options.
This award is being made to multiple vendors to ensure a continuity of supply. Flexibility to order product
or services from the awarded vendors listed above as a secondary source.
This Award recommendation will be considered by the City Council at the June 3, 2024, Work Session (1:30
p.m.) and voted on at the June 6, 2024, Council Meeting (6:00 p.m.). These meetings are held at Clearwater
Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755.
Inquiries regarding this Intent to Award can be directed to Milisa Harris, Procurement Analyst, at
Milisa.Harris@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748,
Clearwater, FL 33758-4748.
Posted on this date by:
Milisa Harris
Milisa Harris
Procurement Analyst
1) CEC Motor & Utility Services 2) Southeast Pump Specialist, Inc.
1751 12th Street East 1864 Tobacco Rd.
Palmetto, Florida 34221 Augusta, GA 30906(941)845-1030 (863)456-7867
3) Tampa Armature Works, Inc.
dba: Integrated Power Services (IPS)
6312 78th Street
Riverview, Florida 33578
(813)612-2600
ADVERTISED: TAMPA BAY TIMES 03.20.2024
POSTED:myclearwater.com 03.19.2024-04.18.2024
FOR THE CITY OF CLEARWATER
Due/Opening: April 18, 2024; 10:00 a.m.
INVITATION TO BID No. 14-24
Electric Motor and Pump Repair Services
Solicitation Response Listing
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0676
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Public Utilities
Agenda Number: 8.3
SUBJECT/RECOMMENDATION:
Title
Authorize a purchase order to Florida ULS Operating LLC, dba United Land Services of Jacksonville,
Florida, for landscape maintenance services at designated Public Utilities facilities in the annual not-to
exceed amount of $175,000.00 for the period of June 21, 2024 through June 20, 2025, with two one-year
renewal options at the City’s discretion pursuant to ITB 24-24 and authorize the appropriate officials to
execute same. (consent)
Body
SUMMARY:
Purchasing issued Invitation to Bid (ITB) #24-24, Landscape Services Public Utilities on March 15, 2024,
and six submissions were received on April 16, 2024. Florida ULS Operating LLC, dba United Land
Services of Jacksonville, Florida is the lowest responsive, responsible bidder.
Public Utilities requires routine landscaping services at 13 sites totaling more than 115 acres. Public
Utilities and Procurement re-bid its landscaping services as a separate solicitation due to a termination of
contract with the vendor selected to service Public Utilities as a part of the Citywide Landscaping Services
contract which was established by Invitation to bid 35-22.
The initial contract period will be from June 21, 2024 through June 20, 2025, with the option for two
one-year term renewal terms available to the City. The low bidder, Florida ULS’s total for annual services
was calculated to be $156,597.20. Staff is requesting an additional $18,402.80 be added which brings the
total annual contract value to $175,000. The additional funds are desired if, and when additional work is
required to restore existing areas at our sites per the scope of the solicitation. Renewal Terms allow for
cost increases based on the US Department of Labor Consumer Price Index (CPI-U) for All Urban
Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL; renewal prices shall be firm for the respective
annual term.
APPROPRIATION CODE AND AMOUNT:
Budgeted funds for FY24 are available in various Public Utilities cost centers, cost code 530300 Other
Contractual Services:
Funding for future fiscal years (FY25 through FY27) will be requested within the contract calendar and
spending limits.
STRATEGIC PRIORITY:
In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public
infrastructure through systematic management efforts, approval for an agreement is requested.
Page 1 City of Clearwater Printed on 6/10/2024
April 29, 2024
NOTICE OF INTENT TO AWARD
Public Utilities Department and the Procurement Division recommend award of ITB No. 24-24,
Landscape Services Public Utilities to Florida ULS Operating LLC, dba United Land Services of
Jacksonville, Florida, the lowest most responsible bidder, in accordance with the bid specifications,
in the estimated annual amount $175,000.00, for a period of one (1) year, with two (2), one (1)
year renewal options.
This Award recommendation will be considered by the City Council at the June 3, 2024, Work
Session (1:30 p.m.) and voted on at the June 6, 2024, Council Meeting (6:00 p.m.). These meetings
are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755.
Inquiries regarding this Intent to Award can be directed to Milisa Harris, Procurement Analyst at
Milisa.Harris@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO
Box 4748, Clearwater, FL 33758-4748.
Posted on this date by:
Milisa Harris
Milisa Harris
Procurement Analyst
Property
Reference Type (A)
Annual Service Quantity
(B)
Per Service Cost
(AxB=C)
Annual Coast Per Property
(B)
Per Service Cost
(AxB=C)
Annual Coast Per Property
(B)
Per Service Cost
(AxB=C)
Annual Coast Per Property
(B)
Per Service Cost
(AxB=C)
Annual Coast Per Property
(B)
Per Service Cost
(AxB=C)
Annual Coast Per Property
(B)
Per Service Cost
(AxB=C)
Annual Coast Per Property
PU001 WET 40 $ 850.00 $ 34,000.00 $ 102.55 $ 4,102.00 $ 609.00 $ 24,360.00 $ 975.00 $ 39,000.00 $ 1,017.00 $ 40,680.00 $ 1,100.00 $ 44,000.00
PU002 WET 40 $ 70.00 $ 2,800.00 $ 539.64 $ 21,585.60 $ 149.00 $ 5,960.00 $ 81.00 $ 3,240.00 $ 188.00 $ 7,520.00 $ 100.00 $ 4,000.00
PU003 WET 40 $ 480.00 $ 19,200.00 $ 456.73 $ 18,269.20 $ 399.00 $ 15,960.00 $ 480.00 $ 19,200.00 $ 764.00 $ 30,560.00 $ 600.00 $ 24,000.00
PU005 WET 40 $ 480.00 $ 19,200.00 $ 325.93 $ 13,037.20 $ 289.00 $ 11,560.00 $ 480.00 $ 19,200.00 $ 310.00 $ 12,400.00 $ 350.00 $ 14,000.00
PU006 WET 40 $ 50.00 $ 2,000.00 $ 104.18 $ 4,167.20 $ 199.00 $ 7,960.00 $ 162.00 $ 6,480.00 $ 358.00 $ 14,320.00 $ 200.00 $ 8,000.00
PU007 Water 40 $ 380.00 $ 15,200.00 $ 412.58 $ 16,503.20 $ 289.00 $ 11,560.00 $ 480.00 $ 19,200.00 $ 358.00 $ 14,320.00 $ 400.00 $ 16,000.00
PU008 Public Svc 40 $ 520.00 $ 20,800.00 $ 464.93 $ 18,597.20 $ 299.00 $ 11,960.00 $ 802.50 $ 32,100.00 $ 563.00 $ 22,520.00 $ 500.00 $ 20,000.00
PU009 Public Svc 40 $ 220.00 $ 8,800.00 $ 293.09 $ 11,723.60 $ 299.00 $ 11,960.00 $ 322.50 $ 12,900.00 $ 346.00 $ 13,840.00 $ 360.00 $ 14,400.00
PU010 Water 40 $ 480.00 $ 19,200.00 $ 271.02 $ 10,840.80 $ 349.00 $ 13,960.00 $ 480.00 $ 19,200.00 $ 296.00 $ 11,840.00 $ 325.00 $ 13,000.00
PU011 Water 40 $ 100.00 $ 4,000.00 $ 118.91 $ 4,756.40 $ 199.00 $ 7,960.00 $ 162.00 $ 6,480.00 $ 201.00 $ 8,040.00 $ 200.00 $ 8,000.00
PU012 WET 40 $ 580.00 $ 23,200.00 $ 506.62 $ 20,264.80 $ 799.00 $ 31,960.00 $ 645.00 $ 25,800.00 $ 917.00 $ 36,680.00 $ 900.00 $ 36,000.00
PU013 Water 40 $ 100.00 $ 4,000.00 $ 155.11 $ 6,204.40 $ 159.00 $ 6,360.00 $ 162.00 $ 6,480.00 $ 193.00 $ 7,720.00 $ 200.00 $ 8,000.00
PU014 Water 40 $ 380.00 $ 15,200.00 $ 163.64 $ 6,545.60 $ 159.00 $ 6,360.00 $ 480.00 $ 19,200.00 $ 275.00 $ 11,000.00 $ 300.00 $ 12,000.00
Total 187,600.00$ Total 156,597.20$ Total 167,880.00$ Total 228,480.00$ Total 231,440.00$ Total 221,400.00$
NOTE:
Items with a star ( ) indicates intent to award.
ZONE TOTALS - PUBLIC UTILITIES
Earth Designs J&J Diversifieddba Diversified Landscape Maint Natural Designs Landscaping Yellowstone Landscape
CITY OF CLEARWATER
ITB #24-24, Landscaping Services - Public Utilities
DUE DATE: April 16, 2024; 10:00 AM
BID TABULATION
Russell LandscapeFlorida ULS Operating LLCdba United Land Services
Page 1 of 1
1) Earth Designs 2) Florida ULS Operating LLC
PO Box 4606 dba United Land Services
Clearwater, FL 33758 12276 San Jose Blvd, Ste 747
727.644.8677 Jacksonville, FL 32223
904.544.0648
3) J&J Diversified, LLC 4) NDL LLC
dba Diversified Landscape Maintenance dba Natural Designs Landscaping
PO Box 1883 1810 Clement Rd
Pinellas Park, FL 33780 Lutz, FL 33549
850-509-4800 813.949.4933
Certified: SBE
5) Russell Landscape Florida, LLC 6) Yellowstone Landscape - Southeast LLC
1002 E Shell Point Rd.dba Yellowstone Landscape
Ruskin, FL 33570 9506 N Trask St
770.446.3552 Tampa, FL 33624-5137
813.886.7755
ADVERTISED: TAMPA BAY TIMES 03.20.2024
POSTED:myclearwater.com 03.15.2024-04.16.2024
FOR THE CITY OF CLEARWATER
Due/Opening: April 16, 2024, 10:00 a.m.
INVITATION TO BID No. 24-24
Landscape Services - Public Utilities
Solicitation Response Listing
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0639
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Marine & Aviation
Agenda Number: 9.1
SUBJECT/RECOMMENDATION:
Approve an increase and proposal from Kokolakis Contracting, Inc., Of Tarpon Springs, FL., for the
construction of the Clearwater Beach Marina (21-0008-MA) in the amount of $43,469,475.00 bringing the
total to $43,568,739.00 pursuant to Request for Qualifications (RFQ) 19-22; approve a not to exceed loan
of $18,000,000.00 from the Capital Improvement Fund to the Marine Fund and authorize the appropriate
officials to execute same. (Consent)
SUMMARY:
The City of Clearwater has operated a marina at Clearwater Beach since the 1940’s. Historical aerials
confirm the Beach Marina was built prior to 1951 and was expanded by 1965 to essentially what exists
today. Over the past 50 years the marina has been repaired but never refurbished or fully replaced. In 2005,
the City considered a replacement of only the docks at an estimated cost of $8 million dollars. That project
was never initiated. The existing marina infrastructure has reached the end of its serviceable life and needs
to be replaced.
In October of 2021, due to the advanced age of all overwater structures and utilities, City Council
authorized Moffatt & Nichol, of Tampa, FL., to begin the design and permitting process to replace these
components and incorporate a vision that integrated Beach Walk with the Beach Marina, creating “Marina
Walk.”
Moffatt & Nichol gave a presentation to the City Council Work Session on October 3, 2022. The engineer’s
estimate of probable construction cost at the time of presentation was approximately $28 million dollars.
At that time, City Council recommended the design be completed with an emphasis on quality of form and
function including, but not limited to, a new seawall and a combination of fixed and floating docks.
Council also gave direction at the council meeting on October 6, 2022, for the addition of a Supplemental
Work Order for Moffatt & Nichole to research parking needs and for staff to consider a preliminary design
option for a parking garage to ensure coordination with the final marina design. The supplemental Work
Order was completed, and a pro-forma and design costs have been established. Staff are working on the
parking garage at the Beach Marina as a separate project but seeking to incorporate construction into the
phased construction of the Beach Marina and will present that option to Council at a later date. The
parking garage will provide the necessary parking and upland support needed for the commercial
operations at the Beach Marina.
On January 12, 2023, Council authorized the contract and pre-construction phase proposal with Kokolakis
to renovate the Beach Marina in the amount of $99,264.00 pursuant to Request for Qualifications (RFQ)
19-22.
On November 13, 2023, Moffat & Nichol gave the final design presentation to Council’s work session. The
reconstruction of the Beach Marina will include a wide variety of resiliency features including the raising of
the seawall, updating all utilities, dredging, floating dock structures, and the future ability to add boat
charging stations for electric boats. The engineer’s opinion of probable construction cost for the final
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0639
design was raised to $34.6 million dollars.
The Clearwater Beach Marina will maintain our current slip count of 165 slips (83 recreational slips, 59
commercial slips, and 23 transient slips). The fuel dock will be able to accommodate all tenants as well as
visitors and residents of Clearwater. Two (2) ferry slips are included, and they will be able to accommodate
the new ferry vessels that will be operational in early 2025. The Marina Walk will include 24 kiosks
available for the commercial fleet to lease and conduct sales from.
Construction of the Beach Marina is expected to begin in October 2024 and is scheduled to be completed
the spring of 2026. The construction GMP is $43,469,475.00, and the total project budget is estimated to
be $46.5 million. This project is currently underfunded with a total of $28,492,258.00 currently available.
The increase in budget is the result of labor (10-15% increase in last 18 months) and material cost
escalations exceeding that accounted for during the construction cost estimate exercises. For example,
the cost of concrete used for the floating docks and marina walk has risen sharply by 40% since 2020 as
reflected by the producer price index for cement and concrete. Similarly, the cost of electrical equipment
and conductors has risen drastically. The cost of aluminum and copper has increased by 25% and 26% in
the last 4 months. Other increases are the results of upgrading existing site grade conditions for
stormwater runoff, cost of phasing the project to allow continuity of commercial operations ($1,000,000),
and specialty marine products (cleats, pedestals, etc.) increased by 20-30% in the last 18 months.
Currently there is an outstanding grant application in process with the Tourist Development Council (TDC)
to help supplement the funding needed for this project. The remaining funding needed will be provided by a
10-20-year 0% interest not to exceed loan of $18 million from the Capital Improvement Fund, to be reduced
by the award of grant funding (payment structure TBD based upon amount of grant award). A 1-year
deferral of payment (from project completion) will allow time to implement new rates for slip rentals and to
reestablish revenue levels/profitability.
APPROPRIATION CODE AND AMOUNT:
A third quarter budget amendment will provide an increase of $18,000,000.00 in capital project C1905,
Beach Marina Upgrade, which will provide the remaining funding needed to establish the total project
budget. Once amended, sufficient funding/budget will be available in capital improvement project C1905,
Beach Marina Upgrade to fund this GMP proposal.
STRATEGIC PRIORITY:
High Performing Government
1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic
features through systematic management efforts.
Economic & Housing Opportunity
2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports
eco-friendly enterprises, and encourages high-quality job growth.
2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and
national sporting events.
Page 2 City of Clearwater Printed on 6/10/2024
CORONADO DR CAUSEWAY BLVD MEMORIAL CSWY
S GULFVIEW BLVD
MANDALAY AVE
Document Path: C:\Users\Kelsey.Troyer\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\21-0008-MA\21-0008-MA_Aerial.mxd
PROJECTLOCATION
AERIAL MAP
Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page 1 of 1
Beach Marina ReplacementProject Number 21-0008-MA ²
N.T.S.Scale:Date:8/27/2021Aerial Flown 2020KTMap Gen By:WDReviewed By:
Procurement Division
100 S Myrtle Ave
Clearwater FL 33756-5520
PO Box 4748, 33578-4748
727-562-4630 Tel
REQUEST FOR QUALIFICATIONS
#19-22
Construction Manager at Risk – Clearwater Beach Marina Dock Replacement
April 7, 2022
NOTICE IS HEREBY GIVEN that sealed Statements of Qualifications will be received by the City of
Clearwater (City) until 10:00 AM, Local Time, May 11, 2022 for Construction Manager at Risk -
Clearwater Beach Marina Dock Replacement.
Brief Description: The City of Clearwater is seeking a Construction Manager at Risk (CMAR) firm to join
the project team for the construction of the Clearwater Beach Marina Dock Replacement.
Responses must be in accordance with the provisions, specifications and instructions set forth herein and
will be received by the Procurement Division until the above noted time, when they will be publicly
acknowledged and accepted.
This Request for Qualifications, any attachments and addenda are available for download at
https://www.myclearwater.com/business/rfp
Please read the entire solicitation package and submit the response in accordance with the instructions.
This document (less this invitation and the instructions) and any required documents, attachments, and
submissions will constitute the response.
General, Process, or Technical Questions concerning this solicitation should be directed, IN
WRITING, to the Procurement Manager.
This Request for Qualifications is issued by:
Lori Vogel, CPPB
Procurement Manager
lori.vogel@myclearwater.com
INSTRUCTIONS
CMAR – CWT Bch Marina Dock Replacement 2 RFQ #19-22
i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation
process (including requests for ADA accommodations), shall be directed solely to the Contact
listed on Page One (1). Questions should be submitted in writing via letter, fax or email.
Questions received less than ten (10) calendar days prior to the due date and time may be
answered at the discretion of the City.
i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an
addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due
Date. Vendors are cautioned to check the Purchasing Website for addenda and
clarifications prior to submitting their response. The City cannot be held responsible if a
vendor fails to receive any addenda issued. The City shall not be responsible for any oral
changes to these specifications made by any employees or officer of the City. Failure to
acknowledge receipt of an addendum may result in disqualification of a response.
i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date: May 11, 2022
Time: 10:00 AM (Local Time)
The City will open all responses properly and timely submitted and will record the names and
other information specified by law and rule. All responses become the property of the City and
will not be returned except in the case of a late submission. Respondent names, as read at the
opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days
from day of opening elapses, whichever occurs earlier, responses are available for inspection by
contacting the Procurement Division.
i.4 SUBMIT RESPONSES TO: It is recommended that responses are submitted electronically
through our bids website at https://www.myclearwater.com/business/rfp.
Respondents may mail or hand-deliver responses to the address below. E-mail or fax
submissions will not be accepted. Use label at the end of this solicitation package
City of Clearwater
Attn: Procurement Division
100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520
or
PO Box 4748, Clearwater FL 33758-4748
Responses will be received at this address. Respondents may mail or hand-deliver proposals; e-
mail or fax submissions will not be accepted.
No responsibility will attach to the City of Clearwater, its employees or agents for premature
opening of a response that is not properly addressed and identified.
i.5 LATE RESPONSES. The respondent assumes responsibility for having the response delivered
on time at the place specified. All responses received after the date and time specified shall not
be considered and will be returned unopened to the respondent. The respondent assumes the
risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or
any private courier, regardless whether sent by mail or by means of personal delivery. It shall not
be sufficient to show that you mailed or commenced delivery before the due date and time. All
times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the
City’s Procurement Division as the official time.
i.6 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION.
From the time a competitive solicitation is posted until such time as the contract is awarded by the
city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees,
representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city
officers, city employees, and evaluation committee members.
INSTRUCTIONS
CMAR – CWT Bch Marina Dock Replacement 3 RFQ #19-22
Violation of this section may result in rejection/disqualification from award of the contract arising
out of the competitive solicitation.
All questions regarding the competitive solicitation must be directed to the procurement manager
or designee, who will respond in writing and post such response to ensure that all respondents
receive the same information during the No-Contact Period.
The penalty for violating the No-Contact Period may include suspension or debarment
i.7 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand
the solicitation will not excuse any failure to comply with the requirements of the solicitation or any
resulting contract, nor shall such failure be a basis for claiming additional compensation. If a
vendor suspects an error, omission or discrepancy in this solicitation, the vendor must
immediately and in any case not later than seven (7) business days in advance of the due date
notify the contact on page One (1). The City is not responsible for and will not pay any costs
associated with the preparation and submission of the response. Respondents are cautioned to
verify their responses before submission, as amendments to or withdrawal of responses
submitted after time specified for opening of responses may not be considered. The City will not
be responsible for any respondent errors or omissions.
i.8 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses
shall be submitted on the forms provided. An original and the designated number of copies of
each response are required. Responses, including modifications, must be submitted in ink, typed,
or printed form and signed by an authorized representative. Please line through and initial rather
than erase changes. If the response is not properly signed or if any changes are not initialed, it
may be considered non-responsive. The City may require that an electronic copy of the response
be submitted. The response must provide all information requested and must address all points.
The City does not encourage exceptions. The City is not required to grant exceptions and
depending on the exception, the City may reject the response.
i.9 DEBARMENT DISCLOSURE. If the respondent has been debarred, suspended, or otherwise
lawfully precluded from participating in any public procurement activity, including being
disapproved as a (sub)contractor with any federal, state, or local government, or if any such
preclusion from participation from any public procurement activity is currently pending, the
respondent shall include a letter with its response identifying the name and address of the
governmental unit, the effective date of this suspension or debarment, the duration of the
suspension or debarment, and the relevant circumstances relating to the suspension or
debarment. If suspension or debarment is currently pending, a detailed description of all relevant
circumstances including the details enumerated above must be provided. A response from a
respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public
procurement activity may be rejected.
i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof;
to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject
unbalanced responses; to reject responses where the terms and/or awards are conditioned upon
another event; to reject individual responses for failure to meet any requirement; to award by part
or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions,
technicalities or form errors in any response. The City may seek clarification of the response
from respondent at any time, and failure to respond is cause for rejection. Submission of a
response confers on respondent no right to an award or to a subsequent contract. The City is
responsible to make an award that is in the best interest of the City. All decisions on compliance,
evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor
the City. No binding contract will exist between the respondent and the City until the City
executes a written contract or purchase order.
i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a
respondent may not be acknowledged or accepted by the City. Award or execution of a contract
does not constitute acceptance of a changed term, condition or specification unless specifically
INSTRUCTIONS
CMAR – CWT Bch Marina Dock Replacement 4 RFQ #19-22
acknowledged and agreed to by the City. The copy maintained and published by the City shall be
the official solicitation document.
i.12 ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service,
professionalism, economy, and government by law in the Procurement process. The
responsibility for implementing this policy rests with each individual who participates in the
procurement process, including respondents and contractors.
To achieve the purpose of this Article, it is essential that respondents and contractors doing
business with the City also observe the ethical standards prescribed herein. It shall be a breach
of ethical standards to:
a. Exert any effort to influence any City employee or agent to breach the standards of ethical
conduct.
b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials
or Services not provided.
c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply
with any term, condition, specification or other requirement of a City Contract.
i.13 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or
prospective respondents and affiliates.
i.14 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder
who submitted a response to a competitive solicitation and was not selected may appeal the
decision through the bid protest procedures, a copy of which shall be available in the
Procurement Division. A protesting bidder must include a fee of one percent of the amount of the
bid or proposed contract to offset the City’s additional expenses related to the protest. This fee
shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the
protest be upheld. No partial refunds will be made.
ADDRESS PROTESTS TO:
City of Clearwater - Procurement Division
100 So Myrtle Ave, 3rd Fl
Clearwater FL 33756-5520
or
PO Box 4748
Clearwater FL 33758-4748
INSTRUCTIONS – EVALUATION
CMAR – CWT Bch Marina Dock Replacement 5 RFQ #19-22
i.15 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of
City employees and/or authorized agents. The City staff may or may not initiate discussions with
respondents for clarification purposes. Clarification is not an opportunity to change the response.
Respondents shall not initiate discussions with any City employee or official.
i.16 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of
information: responsiveness, responsibility, and the technical response. All responses must meet
the following responsiveness and responsibility criteria.
a) Responsiveness. The City will determine whether the response complies with the
instructions for submitting responses including completeness of response which
encompasses the inclusion of all required attachments and submissions. The City must
reject any responses that are submitted late. Failure to meet other requirements may result
in rejection.
b) Responsibility. The City will determine whether the respondent is one with whom it can or
should do business. Factors that the City may evaluate to determine "responsibility" include,
but are not limited to: past performance, references (including those found outside the
response), compliance with applicable laws, respondent's record of performance and
integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City,
whether the respondent is qualified legally to contract with the City, financial stability and the
perceived ability to perform completely as specified. A respondent must at all times have
financial resources sufficient, in the opinion of the City, to ensure performance of the
contract and must provide proof upon request. City staff may also use Dun & Bradstreet
and/or any generally available industry information. The City reserves the right to inspect
and review respondent’s facilities, equipment and personnel and those of any identified
subcontractors. The City will determine whether any failure to supply information, or the
quality of the information, will result in rejection.
c) Technical Response. The City will determine how well responses meet its requirements in
terms of the response to the solicitation and how well the offer addresses the needs of the
project. The City will rank offers using a point ranking system (unless otherwise specified)
as an aid in conducting the evaluation.
The criteria that will be evaluated and their relative weights are:
Evaluation Criteria (pgs. 11-13) Points
Qualifications, Experience, and References (Tab 2) 35
Project Approach (Tab 3) 30
Project Staff and Availability (Tab 4) 30
Construction Manager at Risk Fee and Safety Record (Tab 5) 5
i.17 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked
responses based on a preliminary evaluation against the evaluation criteria. Only those short-
listed responders would be invited to give presentations and/or interviews. The City will finalize
ranking of the firms upon conclusion of presentations/interviews.
i.18 PRESENTATIONS/INTERVIEWS. If requested, the respondent must provide a formal
presentation and/or interview. The location for these presentations and/or interviews will be
determined by the City and may be held virtually.
i.19 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondent must be prepared for the City
to accept the response as submitted. If respondent fails to sign all documents necessary to
successfully execute the final contract within a reasonable time as specified, or negotiations do
not result in an acceptable agreement, the City may reject response or revoke the award, and
may begin negotiations with another Respondent. Final contract terms must be approved or
INSTRUCTIONS – EVALUATION
CMAR – CWT Bch Marina Dock Replacement 6 RFQ #19-22
signed by the appropriately authorized City official(s). No binding contract will exist between the
respondent and the City until the City executes a written contract or purchase order.
i.20 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to
Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s
Purchasing website at https://www.myclearwater.com/business/rfp to view the Procurement
Division’s Intent to Award postings.
i.21 RFQ TIMELINE. All dates are tentative and subject to change.
Release RFQ: 04/07/2022
Advertise Tampa Bay Times: 04/13/2022
Responses due: 05/11/2022
Review responses/presentations: 05/11/2022-06/07/2022
Award recommendation: 06/07/2022
Council authorization: July 2022
Contract begins: July 2022
DETAILED SPECIFICATIONS
CMAR – CWT Bch Marina Dock Replacement 7 RFQ #19-22
1. PROJECT MISSION. The City of Clearwater is dedicated to providing superior services to its
customers in order to improve the quality of life for Clearwater residents, businesses and visitors.
The City is looking for vendors who share that dedication and will help the City meet that goal.
2. BACKGROUND & SITE DESCRIPTION: The Clearwater Beach Marina located at 25 Causeway
Blvd south of the beach round-about near the intersection of Coronado Dr. and Causeway Blvd.
was built in the early 1950’s. The marina’s utility infrastructure is outdated and at the end of its
operational lifespan. The dock layout and construction no longer meet the needs of the modern
boating market. The new replacement marina is required to be compliant with all local codes and
ordinances, the FL Building Code, Americans with Disability Act, FEMA and environmental
regulations.
3. SCOPE OF SERVICES. The City of Clearwater (City) intends to engage a Construction Manager
at Risk (CMAR) firm to provide management of the preconstruction and construction phase
services (collectively referred to as the Services) as described herein for the Clearwater Beach
Marina Dock Replacement, Project #21-0008-MA. The city anticipates the design to be
completed by Spring 2023 with construction to be completed by Fall/Winter 2024.
In conjunction with the new floating dock system, uplands work includes replacement of the
utilities, seawall maintenance and the construction of new marina sales kiosks. The existing
marina office building and restaurant will remain, but it is anticipated that some very minor
renovations of the building will be necessary.
The chosen CMAR firm will join the project team after the 30% design phase to provide pre-
construction phase services to the City under a purchase order for the negotiated pre-
construction phase fees providing construction cost estimates at the 60% and 90% phases at a
minimum, along with recommended value engineering options, constructability review, phasing
plans, construction schedules, and identification and solutions to anticipated challenges.
When the construction documents are sufficiently complete, the Construction Manager will
establish and submit in writing to the City for approval a final Guaranteed Maximum Price (GMP)
for the project. Once the GMP for construction of the project is agreed upon, the City staff may
recommend to City Council to award the CMAR firm the Construction Manager at Risk contract.
A CMAR Services Contract SAMPLE (Exhibit B) has been included with this solicitation. If a
GMP cannot be agreed upon, the City may negotiate with the next highest ranked CMAR firm.
The following documents are included with this RFQ:
Exhibit A_Aerial View of Project Limits
Exhibit B_CMAR Services Contract SAMPLE. Standard Construction Manager at Risk
Services contract to be entered into upon successful negotiation. Applicable terms for City
construction contracts referenced in Exhibit B are available at:
https://www.myclearwater.com/government/city-departments/engineering/documents-
publications/contract-specifications
Exhibit C_Forms. Truth in Negotiation, E-Verify and Scrutinized Companies forms required per
Florida Statute.
Exhibit D_Standard Terms and Conditions. Standard Terms and Conditions applicable to the
Purchase Order for pre-construction and construction phase services.
Exhibit E_Clearwater Beach Marina Dock Replacement Conceptual Design_Moffatt & Nichol
2022.
Exhibit F_Clearwater Beach Municipal Marina Expansion Feasibility Study_Wade Trim 2005
DETAILED SPECIFICATIONS
CMAR – CWT Bch Marina Dock Replacement 8 RFQ #19-22
Exhibit G_Clearwater Beach Marina Utilities and Drainage Improvements_URS 2015
Exhibit H_Clearwater Beach Marina Electrical Distribution Evaluation_Long & Assoc 2018
Exhibit I_Seawall Inspection Report Beach Marina_Reuben Clarson 2020
Exhibit J_Hydrographic_Topographic Marina Survey_George F Young 2020
Exhibit K_Optional Services
4. INSURANCE REQUIREMENTS. The Contractor (respondent) shall, at its own cost and
expense, acquire and maintain (and cause any subcontractors, representatives or agents to
acquire and maintain) during the term with the City, sufficient insurance to adequately protect the
respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best
Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible
or self-insured retention and to require that it be reduced or eliminated.
Specifically, the Contractor must carry the following minimum types and amounts of insurance on
an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis,
then coverage can be obtained on a claims-made basis with a minimum three (3) year tail
following the termination or expiration of this Agreement. Specific work may require additional
coverage on a case-by-case basis:
a. Commercial General Liability Insurance coverage, including but not limited to, premises
operations, products/completed operations, products liability, contractual liability, advertising
injury, personal injury, death, and property damage in the minimum amount of $1,000,000
(one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate.
b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or
borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars)
combined single limit.
c. Unless waived by the State of Florida, statutory Workers’ Compensation Insurance
coverage in accordance with the laws of the State of Florida, and Employer’s Liability
Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each
employee each accident, $100,000 (one hundred thousand dollars) each employee by
disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits
afforded under the laws of the State of Florida. Coverage should include Voluntary
Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage
where applicable. Coverage must be applicable to employees, contractors, subcontractors,
and volunteers, if any.
d. If the Contractor is using its own property, or the property of the City or other provider, in
connection with the performance of its obligations under this Agreement, then Contractor’s
Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost
coverage for property and equipment in the care, custody and control of others is required.
e. Professional Liability Insurance coverage appropriate for the type of business engaged in
by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a
claims made form of coverage is provided, the retroactive date of coverage shall be no later
than the inception date of claims made coverage, unless prior policy was extended
indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by
a supplemental extended reporting period (ERP) of as great a duration as available, and with
no less coverage and with reinstated aggregate limits, or by requiring that any new policy
provide a retroactive date no later than the inception date of claims made coverage.
DETAILED SPECIFICATIONS
CMAR – CWT Bch Marina Dock Replacement 9 RFQ #19-22
f. Contractor shall maintain Pollution Liability Insurance to respond to bodily injury, property
damage, and environmental damaged caused by a pollution incident. The minimum limits of
liability shall be $1,000,000 (one million dollars) per Occurrence/$2,000,000 (two million
dollars) Aggregate for the Project.
The above insurance limits may be achieved by a combination of primary and umbrella/excess
liability policies.
OTHER INSURANCE PROVISIONS.
a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of
the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the
Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD
certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the
coverage set forth above and naming the City as an “Additional Insured.” In addition, when
requested in writing from the City, Contractor will provide the City with certified copies of all
applicable policies. The address where such certificates and certified policies shall be sent or
delivered is as follows:
City of Clearwater
Attn: Procurement Division, RFQ #19-22
P.O. Box 4748
Clearwater, FL 33758-4748
b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal,
termination, material change or reduction in coverage.
c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for
Contractor’s negligence.
d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense,
for any and all claims that may arise related to Agreement, work performed under this
Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City
shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor
providing its defense as contemplated herein.
The stipulated limits of coverage above shall not be construed as a limitation of any
potential liability to the City, and failure to request evidence of this insurance shall not be
construed as a waiver of Contractor’s obligation to provide the insurance coverage
specified.
MILESTONES
CMAR – CWT Bch Marina Dock Replacement 10 RFQ #19-22
1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. July 2022 to December 2024
If the commencement of performance is delayed because the City does not execute the contract
on the start date, the City may adjust the start date, end date and milestones to reflect the
delayed execution.
2. EXTENSION. The City reserves the right to extend the term of this contract, provided however,
that the City shall give written notice of its intentions to extend this contract no later than thirty
(30) days prior to the expiration date of the contract.
RESPONSE FORMAT
CMAR – CWT Bch Marina Dock Replacement 11 RFQ #19-22
1. RESPONSE SUBMISSION. It is recommended that responses are submitted electronically
through our bids website at https://www.myclearwater.com/business/rfp.
For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified
as ORIGINAL) response, five (5) copies of the response and one (1) copy in an electronic format,
on a disc or thumb drive, in a sealed container using the label provided at the end of this
solicitation.
2. RESPONSE FORMAT - Qualifications shall be submitted in bound volumes on standard 8½" x
11" paper. A single 8½" x 11" sheet printed on both sides is two (2) pages. All information
must be assembled and indexed in the order indicated below. The page count shall not
exceed twenty-two (22) total pages, including typed text, graphics, charts and
photographs. The total page count does not include documents submitted for Tab 2 (c) Reference
Letters, Tab 6 and Tab 7, the tabbed separator pages, cover page, and back page.
TAB 1 – LETTER OF INTEREST (two [2] pages). The cover letter must include the full legal
name of the firm, the following information, and must be signed by an authorized
representative of the company, preferably the president. Offeror must attach proof to the
letter of signing authority for any representative who signs the cover letter other than the
president.
a. A brief summary of the proposing firm’s interest in the providing the requested services
b. A statement of the Offeror’s understanding of the Construction Manager at Risk (CMAR)
services with Guaranteed Maximum Price (GMP) to be provided
c. The address of the office conducting the CMAR services
d. The address of the office that would administer the agreement
e. A list of Corporate officers, partners, or owners of your organization with titles and
addresses. If the Offeror is a publicly held company list chairman of the board, chief
executive officer (CEO), and president.
f. The names(s) of the person(s) that will be authorized to make representations for the
Offeror, including their titles, addresses, telephone numbers, and e-mail addresses
TAB 2 – QUALIFICATIONS, EXPERIENCE, AND REFERENCES (eight [8] pages). Explain
related marine CMAR services for site development and construction experience. Include
examples of similar completed projects, particularly with floating dock marinas.
Provide a list of construction projects with construction value of $5 million or more, both
active and completed in the past seven (7) years. Include the project name, location, owner,
Architect/Engineer, description, dates services were performed for the project; color images
of projects; initial and final construction cost (explain deviations from GMP), including change
orders; initial and final contract duration (explain deviations); type of contract and the stage of
design or construction that the construction contract amount (GMP) was agreed upon.
Specify any marine related services self-performed.
Provide a minimum of three (3) references from similarly complex projects using a CMAR
with the GMP process with a value of $5 million or more within the past seven (7) years.
Reference projects must include:
a. Offeror’s project management team assigned to respective project who will be designated
for this RFQ’s project team
b. Client project manager name, title, email address, and telephone numbers
c. Reference letters from the project owner(s) must be specific to the referenced project (not
included in page count)
TAB 3 – PROJECT APPROACH (six [6] pages). Demonstrate the ability to provide the Concept
Review and Cost Analysis, Pre-construction and Construction Phase services. Expand on
items such as reporting systems, scheduling, construction phasing, cost estimating and value
RESPONSE FORMAT
CMAR – CWT Bch Marina Dock Replacement 12 RFQ #19-22
engineering (VE). Include examples of similar multi-phase projects where these processes
have been used.
a. Explain how the Offeror will provide the: (1) leadership; (2) management; and (3)
administration required to be successful in the development of this project.
b. Explain generally how Offeror will provide the Concept Review and Cost Analysis
Services.
c. Provide a summary of cost control methods for the (1) Pre-construction Phase; and (2)
Construction Phase of the Project.
d. Provide estimated duration of proposed construction phases.
e. Describe how firm will maintain quality control methods for the (1) Pre-construction
Phase; and (2) Construction Phase of the project.
f. Describe how firm will maintain schedule control methods for the (1) Pre-construction
Phase; and (2) Construction Phase of the project.
g. Explain firm’s team approach to resolve potential conflicts with the (1) trade contractors
and (2) City.
h. Provide a brief narrative outlining why your firm is the best qualified to perform the CMAR
services with GMP outlined in this RFQ.
TAB 4 – PROJECT STAFF AND AVAILABILITY (four [4] pages). Provide a list of key
personnel the Offeror will commit to the project for its duration. Identify specific roles for each
listed staff (such as project executive, project manager, on-site senior staff, superintendent
etc.). Confirm that no key staff changes will take place without written authorization of the
City. Identify prior similar projects the key personnel listed have worked on together as a
team on behalf of the Offeror. Demonstrate staff’s knowledge of local work force, permitting
processes, potential challenges on this project and solutions.
Explain how expert sub-contractors in their field will be selected in a cost compatible process.
Provide a list of key sub-contractors, their references, and a Memorandum of Understanding
(MOU) for their commitment to join your team. Identify prior projects the key sub-contractors
have worked on with your team.
TAB 5 – CONSTRUCTION MANAGER AT RISK FEE AND SAFETY RECORD (two [2] pages).
Provide Construction Manager at Risk fee percentage (not dollar amount) of the yet-to-be-
determined Guaranteed Maximum Price.
Provide data on the Offeror’s safety record of the past three (3) years as a percentage of
employees’ direct hire fixed work hours, rounded to the nearest 1,000’s. Data should include:
number of injuries and illness; number of lost time accidents; number of recordable cases;
number of fatalities. Provide number of direct hire fixed hours worked. List your
organization’s Workers’ Compensation Experience Modification Rate (EMR) for the last
seven (7) years as obtained from your insurance agent.
TAB 6 – Litigation. NOTE: this is not considered Confidential or Proprietary information –
any response indicating such may be deemed non-responsive to the RFQ.
a. Provide a complete listing of any convictions or fines incurred by the respondent firm or
any of its principals for violations of any state or federal law within the past three (3)
years. Identify firm’s executives who have current claims or who have participated in
litigation against the City of Clearwater while with another firm. Executives of firms
currently under litigation with the City may not be considered for this project.
b. Provide a complete listing of all litigation involving a construction project or contract
(excluding personal injury and workers’ compensation) whether currently pending or
concluded within the past three (3) years in which the respondent firm was a named
party.
c. Provide a complete listing of all administrative proceedings involving a construction
project or contract, whether currently pending or concluded within the past three (3)
years, in which the respondent firm was a named party. (NOTE: Administrative
RESPONSE FORMAT
CMAR – CWT Bch Marina Dock Replacement 13 RFQ #19-22
Proceedings shall include: (i) any action taken or proceeding brought by a governmental
agency, department, or officer to enforce any law, regulation, code, legal, or contractual
requirement, except for those brought in state or federal courts; (ii) any action taken by a
governmental agency, department, or officer imposing penalties, fines, or other sanctions
for failure to comply with any such legal or contractual requirement; or (iii) any other
matter before an administrative body.)
d. Provide a complete listing of all arbitrations involving a construction project or contract,
whether currently pending or concluded in the past three (3) years, in which the
respondent firm was a named party.
TAB 7 - Other Forms. The following forms should be completed and signed:
a. Exceptions, Additional Materials, Addenda form
b. Company Information form
c. Response Certification form
d. Exhibit C Forms
e. Copy of the firm’s current Florida Department of Business and Professional Regulation’s
License and Contractor License
f. If the firm is a corporation, a copy of the current Florida Corporation Registration
g. W-9 Form. All responses should include a fully completed, most current W-9 form. Failure
to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-pdf/fw9.pdf)
EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA
CMAR – CWT Bch Marina Dock Replacement 14 RFQ #19-22
Respondents shall indicate any and all exceptions taken to the provisions or requirements in this
solicitation document. Exceptions that surface elsewhere and that do not also appear under this section
shall be considered invalid and void and of no contractual significance.
Exceptions (mark one):
**Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a
Response non-responsive.
No exceptions
Exceptions taken (describe--attach additional pages if needed)
Additional Materials submitted (mark one):
No additional materials have been included with this response
Additional Materials attached (describe--attach additional pages if needed)
Addenda
Respondents are responsible for verifying receipt of any addenda issued by checking the City’s website
at https://www.myclearwater.com/business/rfp prior to the bid opening. Failure to acknowledge any
addenda issued may render a Bid Non-responsive.
Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable):
Addenda Number Initial to acknowledge receipt
Vendor Name__________________________________________________ Date__________________
COMPANY INFORMATION
CMAR – CWT Bch Marina Dock Replacement 15 RFQ #19-22
Company Legal/Corporate Name:
Doing Business As (if different than above):
Address:
City: State: Zip: -
Phone: Fax:
E-Mail Address: Website:
DUNS #
Remit to Address (if different than above): Order from Address (if different from above):
Address: Address:
City: State: Zip: City: State: Zip:
Contact for Questions about this response:
Name: Fax:
Phone: E-Mail Address:
Day-to-Day Project Contact (if awarded):
Name: Fax:
Phone: E-Mail Address:
Certified Small Business
Certifying Agency:
Certified Minority, Woman or Disadvantaged Business Enterprise
Certifying Agency:
Provide supporting documentation for your certification, if applicable.
RESPONSE CERTIFICATION
CMAR – CWT Bch Marina Dock Replacement 16 RFQ #19-22
By signing and submitting this Response, the Company certifies that:
a) It is under no legal prohibition to contract with the City of Clearwater.
b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well
as its attachments, and any referenced documents.
c) It has no known, undisclosed conflicts of interest.
d) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or
consultant who has or may have had a role in the procurement process for the services and or goods/materials
covered by this contract.
e) It understands the City of Clearwater may copy all parts of this response, including without limitation any
documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in
response to a public records request under Florida’s public records law (F.S. 119) or other applicable law,
subpoena, or other judicial process.
f) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”)
will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that
relate to their employees.
g) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not
debarred by any Federal or public agency.
h) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and
Rules if awarded by the City.
i) It is current in all obligations due to the City.
j) It will accept such terms and conditions in a resulting contract if awarded by the City.
k) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit
binding offers for the services as specified herein.
ACCEPTED AND AGREED TO:
Company Name:
Signature:
Printed Name:
Title:
Date:
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
CMAR – CWT Bch Marina Dock Replacement 17 RFQ #19-22
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
SEALED RESPONSE
Submitted by:
Company Name:
Address:
City, State, Zip:
RFQ #19-22, CMAR – CWT Beach Marina Replacement
Due Date: May 11, 2022, at 10:00 A.M.
City of Clearwater
Attn: Procurement Division
PO Box 4748
Clearwater FL 33758-4748
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
SEALED RESPONSE
Submitted by:
Company Name:
Address:
City, State, Zip:
RFQ #19-22, CMAR – CWT Beach Marina Replacement
Due Date: May 11, 2022, at 10:00 A.M.
City of Clearwater
Attn: Procurement Division
100 S Myrtle Ave 3rd Fl
Clearwater FL 33756
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------
1) Ajax Building Company, LLC 2) All American Concrete, Inc
109 Commerce Blvd 8770 Somerset Dr
Oldsmar, FL 34677 Largo, FL 33773
813.792.3900 727.524.8755
3) J Kokolakis Contracting, Inc
dba Kokolakis Contracting
202 E Center St
Tarpon Springs, FL 34689
727.942.2211
ADVERTISED: TAMPA BAY TIMES 4/13/2022
POSTED:myclearwater.com 04/07/2022-05/11/2022
Due/Opening: May 11, 2022; 10:00 a.m.
REQUEST FOR QUALIFICATIONS TO BID No. 19-22
Construction Manager at Risk - Clearwater Beach Marina Dock
Replacement
Solicitation Response Listing
FOR THE CITY OF CLEARWATER
TOTAL RANKING
100
JB CC EG MM JW AVG JB CC EG MM JW AVG JB CC EG MM JW AVG JB CC EG MM JW AVG points
1 Ajax Building Company 14 23 28 20 11 19.2 21 19 25 25 18 21.6 9 25 30 25 18 21.4 3 5 5 5 5 4.6 66.80 3
2 All American Concrete, Inc 14 25 35 30 22 25.2 22 23 25 25 22 23.4 15 25 25 25 24 22.8 3 3 1 1 3 2.2 73.60 2
3 J Kokolakis Contracting 14 25 30 30 18 23.4 23 24 30 25 20 24.4 4 26 30 30 21 22.2 3 4 5 5 5 4.4 74.40 1
Michael MacDonald
Jeffrey Walker
Committee Members:
Jeremy Brown
Catherine Corcoran
Eric Gandy
CMAR Fee and Safety Record
(Tab 5)
5 pointsRespondents
EVALUATION SCORING SUMMARY
Qualifications, Experience, and
References
(Tab 2)
35 points
Project Approach
(Tab 3)
30 points 30 points
Project Staff and Availability
(Tab 4)
19-22, CMAR - CWT BCH Marina Dock Replacement
Evaluation and Ranking Summary RFQ 19-22, CMAR-CWT BCH Marina Dock Replacement
Evaluator Name: �/,f.-v z �owt,....) �Ir/re. /
Respondents
11 . ·1d· IAJax Bu, mg Company, LLC
2 IA!i American Concrete, Inc
: I I i I I rl-1 III I 3 IJ Kokclakis Contracting, Inc
I I dba Kokolakis Contracting
C::va:uator Signature:
:/
Qualifications, Experience, 2nd
References
(Tab 2)
35 points
I
1- \
I iv
{'l
Project Approach
(Tab 3)
30 points
C\
)5
t-f
Project Staff anc;
(Tab 4)
30 poi:�,
-
Availability
ts
·-·
CMAR Fee and Safety Record
(Tab 5)
5 points
i
�
�
City of Clearwater
TOTAL RANKING -
.-100 points
11/f
�
ft-/
)
t,,)J{
Date: _____ _
Evaluation and Ranking Summary RFQ 19-22, CMAR -CWT BCH Marina Dock Replacement City of Clearwater
Evaluator Name: Cr;rt-bi-..£,·0£., Cereo~
I
Qualifications, Experience, and Project Approach Project Staff and Availability CMAR Fee and Safety Record References TOTAL RANKING (Tab 3} (Tab 4) (Tab 5)
(Tab 2)
I
Respondents 35 points 30 points 30 points 5 points 1:00 points
26 \ '1 2 5 5 12. 3
1 Ajax Building Company, LLC
25 23 25 3 -, lt, 2-
2 All American Concrete, Inc
2L.\ 2Lo L\ ,9 \
J Kokolakis Contracting, Inc 25 3 dba Kokolakis Contracting
'
Evaluator Signature: ~ ~ Date: 5 I 15 ! 20 2.'2-
Evaluation and Ranking Summary RFQ 19-22, CMAR -CWT BCH Marina Dock Replacement
Evaluator Name: __ E_· _r_·,_c.. __ \:)-=-A._N_J_:J....,_ _______ _
Respondents
1 Ajax Building Company, LLC
1--"\o '-I .. ( '°''S-'(
(\\t.~'o"''-
2 All American Concrete, Inc
3 J Kokolakis Contracting, Inc
dba Kokolakis Contracting
Qualifications, Experience, and
References
(Tab2/
35 points
Project Approach
(Tab3/
30 points
Project Staff and Availability
(Tab4/
30 points
CMAR Fee and Safety Record
(Tab SJ
5 points
s
City of Clearwater
TOTAL RANKING
100 points
3
Date: _____.!s~/ { +-1--1!1 {i:__i __ _
Evaluation and Ranking Summary RFQ 19-22, CMAR -CWT BCH Marina Dock Replacement City of Clearwater
Qualifications, Experience, and Project Approach Project Staff and Availability CMAR Fee and Safety Record References TOTAL RANKING
(TabZ) (Tab3/ (Tab •I (TabS)
Respondents 35 points 30 points 30 points 5 points 100 points
1 Ajax Building Company, LLC i.o ~ 7,.-~ ( -rr
""l--S 1..-r l 2 All American Concrete, Inc 3c <o\
3 J Kokolakis Contracting, Inc ~ 2-< )b ~ ~o
dba Kokolakis Contracting
Evaluation and Ranking Summary RFQ 19-22, CMAR -CWT BCH Marina Dock Replacement
Evaluator Name: --s e_:4 l , )r _ \ \-(-"-/' ==
Respondents
1 IAjax Building Company, LLC
2IAII American Concrete, Inc
31J Kokolakis Contracting, Inc
dba Kokolakis Contracting
Qualifications, Experience, and References
(Tab2)
35 points
'?-/1. "-' "" -
,
.
.
.
.
.
.
.
.
.
-
-
"
'
<
t
S
"
°
/
(
c-.......... ':> I "'I e � J -':>� ............ i) YL-- J Co.-)}
£.J--�.Jl_.1.....,c-(. .
u= -J. c. i t--0, f.. ?<f?
\ \ '.:-\ J
- M ......... 1..._._ e.. t f. •t ...... t. :. (':
-U"' 1 0 1-r._ ti, ( � t -D_,,l-; Z. ';,,V"• /c. - $,·t. r' J/..." ... --"1 e,,.-.
t".) ' {._. C �
/.,,._" I v..-' -,.. Ct:;;--�':.-/1. t,..., •• J,,"I!'" f ,' -� I • I £.,_ D W't.-1> f C rt
Gc:;,-2 C1 � £.,, r',
\
cv
4. ..,
-�
Project Approach
(Tab 3)
30 points
4:,t .... b,i,'\.o �e,. ... .,--h vc;,,.
'-�vt;l� ?f@...-�.
�\ h·, �Qc.._-1, ( � C.vt R e.._,_,J? <- � CJ c.,,. .... 1 s) _ 9 _...... f"'1c..... ..... �.:.. � ..... ___,,c. � ""'"' Re \.{ s�11 C\ .... � (t\--z..�
\� G
� c .... , .... '4'\ C.•.-. -p \ � ""-� y\(' s·i -L . k d ( '-"I , , ·• e-. ........ t ""· � '.1I Kvt .. ._, , - � ce. ) c ... ,
C. (::> �� V-'I I C '\ 1 / .... :, jct...,, �t::1..1_�1
2.2--z
�/... .... 0 tv� � '•·-""'·""-�I!--'_\
z_o
Evaluator Signature: ---------+__,.,......., ____ ...,.... __________ _
Project Staff and Availability
(Tab4)
30 points s �.,--� �c---�--V---. �\'-/,, (.-""!� I t;, �• l/.,...,; �l'"fC: ( .r--J\t--A I ""I� f.. "( #
Nt::> or L ,HI{ e..7/' �l j\ A�"'ll .... .:... s� b< /Vo M<eu. �
\�
/./\ C> \)-. II e $L ... "">0
a�
s +-·.--� v�-f-
1 .... J ._ __ ,A· yH (j ,.A,..., C
N;:;. �.__� /11';>1.A r
21
-c..
M�""'''I<:
...... v,�:. �
CMAR Fee and Safety Record
(Tab SJ
5 points
':>./.-_,A� ;1/u-.�••· ;, • <..
l\ /-r-e
s
Iv'., V1 r.....
µu:. 7:
.} \...,-
Vi''
3
<$_,-... J.-.
1. ..... J ._.><:;
';; �J
<:t 1,k
l,-,,.._�
-i'-.....
6 ., I-•� t.
5
TOTAL RANKING
100 points
:, 5 2.
7\
6� 2
City of Clearwater
2 G..
Date: -,, ,
€..-""
CMAR - Clearwater Beach Marina Replacement
GMP Proposal
0D\, 2024
`
05 202 E. Center Street
Tarpon Springs, FL 34689727.942.2211 ph • 727.937.5708 fax
Integrity@jkokolakis.com
www.jkokolakis.comPREPARED BY:Project Number: 21-0008-MA
RFQ Number: 19-22
TABLE OF CONTENTS
CITY OF CLEARWATER
CLEARWATER BEACH MARINA REPLACEMENT
Section One:
Section Two:
SectionThree:
Section Four:
6HFWLRQ)LYH
Summary of Work
GMP 6XPPDU\
&ODULILFDWLRQV
CPM Schedule
'RFXPHQW/LVW
SECTION ONE
SUMMARY OF WORK
City of Clearwater
Clearwater Beach Marina Replacement
Guaranteed Maximum Price
May 20, 2024
Page 1 of 3
May 20, 2024
City of Clearwater
Mr. Michael MacDonald
25 Causeway Blvd.
Clearwater Florida, 33767
RE: CLEARWATER BEACH MARINA REPLACEMENT (Project: 21-0008-MA / RFQ: 19-22)
Guaranteed Maximum Price (GMP)
Dear Mr. MacDonald,
Thank you for the opportunity to provide Construction Management Services for the new Clearwater Beach Marina
Replacement project. Below is an executive summary and all associated clarifications, assumptions and budget
values are attached.
PROJECT DESCRIPTION
The Clearwater Beach Marina is an existing 165-slip municipal marina located in the Pier 60 district. The City of
Clearwater has operated a Marina at this location since the 1940’s and historical aerials confirm the Marina was
built prior to 1951 and was expanded to how it essentially exists today by 1965. Over the past 50 years the Marina
has been repaired and rehabilitated but never fully replaced. Beach by Design for the Pier 60 District calls for the
beautification of this entire District in conjunction with the construction of the Roundabout and for the development
of a Pier 60 Plaza as a place of assembly on the Beach. The proposed replacement of the Beach Marina will
complete the final stage of this beautification process.
The existing marina offers slips for a variety of boating activities including recreational seasonal and annual leases,
commercial charters, and transient boaters and is home to the finest fishing charters, sightseeing tours, and water
sports activities. The marina property also offers some great amenities, including restaurants, retail, a mini-mart,
four popular restaurants, and marina-focused amenities such as restrooms, showers, and laundry facilities.
The Clearwater Beach Marina Replacement proposes to replace the existing, deteriorating timber docks and
associated utilities with a reconfigured and expanded footprint, providing a new timber boardwalk for the
commercial slips and sustainable and adaptable floating docks for the recreational and transient end users that will
continue to serve the visitors and residents of Clearwater Beach for years to come. The proposed marina
replacement maintains the existing slip count and balance between recreational, commercial, and transient end
users. In addition to the marina docks and utilities, 1300 linear feet of existing seawall will be replaced and raised to
the City’s minimum seawall height, and minor upland improvements are proposed to address the needs of the
commercial boaters, improve access along the City’s marina waterfront, and reduce pedestrian congestion along
Coronado Drive.
The project is located on City of Clearwater property and within submerged lands granted to the City by the State of
Florida in 1925. To maintain all existing activities at the Beach Marina and not lose any commercial, recreational, or
transient boat slips, the replacement must expand out to a larger footprint. The proposed footprint will
accommodate the state-of-the art concrete and aluminium floating docks that are designed to replace the transient
and recreational, slips. The original footprint of the Marina was restrained by the presence of a Federal Channel
that existed just to the south of the existing docks. That segment of the Federal Channel was successfully
deauthorized in December 2022 via a Congressional Act supported by the City of Clearwater. The United States
Army Corps of Engineers supported that deauthorization for the expansion of the marina footprint. The footprint of
the submerged lands deeded to the City in 1925 has never been fully built-out to its full potential. This is the first
opportunity for the Beach Marina to do so and become as world-renowned as its Beach.
City of Clearwater
Clearwater Beach Marina Replacement
Guaranteed Maximum Price
May 20, 2024
Page 2 of 3
The following improvements are proposed as part of the proposed Project:
x Replacement of the existing fixed dock marina with a combination of fixed docks for the commercial slips
and floating docks for the recreational, transient, fuel, and ferry slips.
x Replacement of the overwater marina utilities (water, sewer, fire water, electrical, fuel) with code-compliant
utilities serving the needs of modern recreational vessels.
x Seawall replacement along the west and north sides of marina basin and raising the seawall to be above
the City’s minimum seawall elevation of +5.12’ NAVD (+6.0’ NGVD, MSL).
x Sidewalk replacement and improvements along the northern edge of the marina property with landscaping,
hardscaping, and lighting to activate “Marina Walk” – a pedestrian-friendly waterfront promenade that
extends the full length of the marina’s northern shoreline, connecting Beach Walk to the restaurants and
retail along the marina property, and the commercial boating operations.
x Relocation of the existing overwater accessory buildings for the commercial fleets to the uplands in a plaza
style setting to address the code required removal of these structures from fixed overwater structures. The
creation of the plaza to support the new landward accessory buildings and the resulting reduced Coronado
Drive sidewalk congestion requires the reduction of 38 parking spaces within the existing marina parking
lot.
x Replacement of the existing over-water fuel office building with a floating building (code compliant) of
equivalent size.
x Rehabilitation of a storage room on the south face of the marina building for the marina’s new electrical
equipment.
x Reconfiguration and reduction of marina parking spaces to accommodate new upland amenities for
commercial users.
x ADA compliant docking facility in accordance with the Florida Building Code for Accessibility and the ADA
Guidelines for Recreational boating facilities.
x Additional trench drains will be placed where the exiting parking lot meets the new promenade to convey
storm water into the existing storm system.
x Additional landscaping to meet current City standards.
VALUE ENGINEERING
After final design documents were received, all major trades packages were formally issued for bid. Upon receipt of
all bids, they were carefully reviewed for accuracy and all specified qualification requirements were verified. The post-
bid budget, based on the initial design documents, was $49,037,675. Since this initial bid budget was significantly
over the anticipated budget, an extensive Value Engineering (VE) process was initiated. All aspects of the design
were analyzed and a total of 55 VE items were considered in excess of $7M. Through numerous VE discussions with
the City and design team members, $5.2M of the initial VE list was found to be acceptable. Some of the VE items
were found not to be in the City’s best interest as they sacrificed long-term durability and functionality.
FINAL GMP AMOUNT:$43,469,475 (Including all accepted Value Engineering)
Sincerely,
Roderick C. Voigt
Executive Vice President
City of Clearwater
Clearwater Beach Marina Replacement
Guaranteed Maximum Price
May 20, 2024
Page 3 of 3
Encl: Clarifications and Assumptions, GMP Division Summary, VE Summary, Project Schedule
For work performed, invoices shall be submitted to the City of Clearwater, Marine & Aviation Department, Attn:
Michael MacDonald, Marine and Aviation Operations Manager. 25 Causeway Blvd. Clearwater Florida, 33767.
J. KOKOLAKIS CONTRACTING, INC
DBA Kokolakis Contracting
BY: ____________________________________
Roderick C. Voigt
Executive VP
5/20/24
___________________________________
Date
CITY OF CLEARWATER, FLORIDA
Approved as to form: Attest:
_______________________________ By:_________________________________
David Margolis Rosmarie Call
City Attorney City Clerk
Countersigned:
_________________________________ _____________________________________
Bruce Rector Jennifer Poirrier
Mayor City Manager
_________________________________ _____________________________________
Date Date
SECTION TWO
GMP 6800$5<
Clearwater Beach Marina Replacement
Clearwater Beach, FL
May 20, 2024
CSI Division Description Total
010000.01 General Conditions & Staffing $1,084,651.00
010000.01 General Requirements- Temp. Provisions, MOT,Safety, Cleanup $450,016.00
030000.01 Concrete (In Div. 31 Sitework) in Div 31
040000.01 Masonry $26,495.00
050000.01 Metals $101,223.00
060000.01 Wood Framing- Structures $284,676.00
060000.02 Hardie Plank Siding $202,843.00
060000.03 Counter Tops $36,000.00
070000.01 Roofing & Insulation $57,299.00
080000.01 Doors and Windows $167,327.00
090000.01 Painting & Sealed Concrete $65,081.00
100000.01 Shade Structures $174,084.00
110000.01 Connections to Future Equipment $10,000.00
120000.01 Site Furnishings: benches, Planters and Waste Receptacles $377,274.00
130000.01 Monument Sign $50,000.00
210000.01 Fire Suppression (In Div. 35) In Div 35
220000.01 Plumbing (in Div. 35) In Div 35
230000.01 Heating, Ventilating, and Air Conditioning (In Div. 35) In Div 35
260000.01 Marine & Upland Electrical $5,571,075.00
310000.01 Sitework, Site Utilities, Concrete Plaza $1,463,297.00
310000.02 Temporary Causeway Parking $109,726.00
320000.01 Landscape, Irrigation & Public Art $103,126.00
320000.02 Public Art $200,000.00
350000.01 Marine Construction: Floating Docks, Piles and Seawall $27,326,651.00
350000.02 Overdredge Material $402,904.00
CMAR Contingency $1,000,000.00
Subtotal $39,263,748.00
Owner Contingency (2.3%)$1,000,000.00
Insurance $512,668.00
Performance and Payment Bonds $251,846.00
CM Fee $2,441,213.00
TOTAL $43,469,475.00
Guaranteed Maximum Price
1
Clearwater Beach Marina Replacement
City of Clearwater
May 17, 2024
Item
Number Description Amount
ELECTRICAL
E001 Dock A Cable Routing To Landside At Gangway ($62,884)
E002 Stainless To Polycarbonate Pedestals. On Aluminum
Docks Only ($9,812)
E004 Standard Shore Power & Water Configurations (no 30A
receptacles for 60' Slips)($43,707)
E005 Tier 21 To Tier 8 Handholes ($50,173)
E006 Remove Boat EV Charging Station ($128,221)
E007 Remove Boat EV Charging Station Conductors (install
Conduit)($73,086)
E008 SCH 40 PVC Underground / Under Docks w/G Cable in
lieu of SCH 80 ($18,118)
E009 3/0 & Larger CP XHHW To AL XHHW ($213,934)
E010
Remove the electrical circuits/conductors to the ice
machines since ice machines have been removed from
the project. Keep Conduit for One by Bldg.
($2,007)
KIOSKS
K002 Change SS Countertops to Solid Surface over 2 Layers
of 3/4" PT Plywood ($14,718)
K003 Change from marine-grade wood on buildings to PT.($59,692)
K004 Delete Permit Fees ($95,274)
K005
Shallow Foundations at Kiosks in lieu of deep. 4” slab
with a 24”x16” thickened edge and 8x16 CMU, filled
solid columns to replace wood posts.
($122,266)
K006 Change specified Fiberglass Kiosk Doors to Aluminum
with standard residential locksets.($98,289)
Approved Value Engineering
SITE
S001
Delete S-102 - Free Standing Benches (QTY 5)
Delete S-103 - Planter/Bench Combo Type A (QTY 3)
Delete S-107 - Multi Level Seating
Delete S-108 - Bulkhead Bench(ALL)
Delete S-109 - Apex Receptacle (Qty 1)
Delete W-101 - Destination Node Seating
($249,702)
S002 Delete Shade Structures- QTY- 3EA (keep foundations)($63,776)
S003 Change Plaza sidewalk from as-designed to exposed
aggregate.($5,613)
S004 Delete Ice Machines ($222,993)
S006 Remove Walkway and Destination Node ($119,200)
MARINE
M001 Alt 1 (Orange) - Width and Member Size Reduction ($57,686)
M002 Alt 2 (Blue) - Removing Finger Piers Between Docks B
& D, Add Mooring Piles ($190,664)
M005 Timber Pile Diameter Reduction from 14" to 12" at
Boardwalk Only ($36,040)
M006 Timber Pile Length Reduction from Drilled to Refusal
at Boardwalk Only ($340,644)
M007 Hardware Downgrade from grade 316 to 304 ($83,545)
M010 Delete Allowance for Existing Dock Repairs ($334,490)
M012 Delete Fish Cleaning Stations as noted ($68,102)
M013 Reduce Base Dredge Amounts by 623 CY per drawing.($60,533)
M014 Reduce Overdredge Amounts by 346CY per drawing.($60,567)
Recreational Floating Docks - B, C and D -
ALUMINUM:
Dock BCD-001 Change Docks B, C & D Docks from concrete to heavy
duty aluminum. ($1,916,681)
Dock BCD-002 Alt. 3 (Green) - Remove Timber Fender Piles ($277,594)
Dock BCD-003 Reduce Dock Lengths per Drawing ($71,712)
Fuel Dock - A Dock:
Dock A-007 Dock-A: Remove 4ea jet ski Docks ($5,575)
Dock A-008 Dock-A: Change hardware from 316L to 304 stainless ($11,150)
TOTAL ($5,168,447)
CAUSEWAY BOULEVARDEXISTING DOCK (TYP)SOUTHERN BOUNDARY OF THEF.S. CH 11050 SUBMERGED LANDSGRANTED TO THE CITYBCORONADO DREXISTINGMARINA BUILDINGEXISTINGRESTAURANT62' OFFSETLIMITS OF SEAGRASS6'DREDGE TO -8.0' NAVD(-6.72 MLW)DREDGE TO -10.0' NAVD(-8.72 MLW)ADREDGING TRANSITIONBASELINEEXISTING BAIT HOUSERESTAURANTMANDALAY CHANNELEXISTINGOVERWATERDECKLIMITS OF DREDGINGDREDGE TO-6.0' NAVD(-4.72 MLW)6' CLEAR FROM WATERSIDEFACE OF BULKHEADCLEAR WATERRETURN LINE0+00
1+00
2+00
3+00
4+00
5+00
6+00
7+00
8+00
9+00
10+00
11+0012+0013+0013+22CSFSFSFSFSFSF SFSFSFSFDREDGE MATERIALCONTAINMENT AREA50'200'REVISIONBY DATEDATE DRAWN:DESIGNED BY:DRAWN BY:REVIEWED BY:CITY PROJECT NO.:CITY OF CLEARWATER, FLORIDAENGINEERING DEPARTMENT100 S. MYRTLE AVE.CLEARWATER, FL 33756CLEARWATER BEACH MARINA REPLACEMENTM&N JOB NO.: CHECKED BY:SHEET REFERENCE NO.INDEX: OF 100% DRAWINGSISSUED: 2024-03-04----SUBMITTED BY:CITY PLAN SET NO.:21-0008-MA2021015211223NORIGINAL DREDGING QUANTITIESAREA (SF) VOLUME (CY)DREDGE MATERIAL68,792 3,7141' OVERDREDGEALLOWANCE68,792 2,548LEGENDDREDGING AREA CITY OWNED SUBMERGED LANDSLIMITS OF DREDGINGSILT FENCEEXISTING SEAGRASSDREDGING PLANCG1012023-11-17JPMDNCKTNMS17NICOLE M SHAW, PENOTES1. DREDGING SHALL NOT COMMENCE PRIOR TOINSTALLATION OF PROPOSED BULKHEADREPLACEMENT.2. SEDIMENT SAMPLING TEST RESULTS INDICATEDREDGING MATERIAL CONCENTRATIONS EXCEEDFDEP SOIL CLEANUP TARGET LEVELS. CONTRACTORSHALL DISPOSE OF DREDGE MATERIAL AT ANAPPROVED LANDFILL IN ACCORDANCE WITHENVIRONMENT PERMITS AND TECHNICALSPECIFICATIONS.50' 0'50'100'SCALE: 1''=50'SFREDUCED DREDGING QUANTITIESAREA (SF) VOLUME (CY)DREDGE MATERIAL59,463 3,0911' OVERDREDGEALLOWANCE59,463 2,202~17% decrease inbase dredge quantity~14% decrease inoverdredge allowancequantityoriginal dredgefootprintupdated dredgefootprintDREDGE DEPTH REDUCED TO -7' NAVD (-5.72' MLW)
~417'26.5'25'slight angle shift(updated to 60' slips)~37'60'18'remove jetski dock
8'8'70'keep the 90' slip (undersized FP)
20'298'8'8'17'91.5'
SECTION THREE
&/$5,),&$7,216
Clearwater Beach Marina Replacement
GMP Proposal
May 20, 2024
Page 1 of 3
Clarifications
This GMP proposal incorporates the following clarifications and assumptions regarding the project that
further explains the scope, responsibility, and allowance amounts. The following is a summary of these
clarifications.
General Clarifications
1. This GMP Proposal is based on the Clearwater Beach Marina Replacement 100% Bid Documents
issued by Moffatt Nichol, dated December 20, 2023 and all accepted Value Engineering (list
attached).
2. The cost for Builder’s Risk insurance is excluded as this will be provide by the City of Clearwater.
3. Premiums for Construction Manager General Liability, Automobile and Excess Liability have been
allocated to this project and are included as a Lump Sum.
4. Performance and Payment Bond premiums have been included. The premium allocation will be
included with the first requisition for payment.
5. Building Permit and Impact Fee costs of any kind are not included as they are to be paid directly
by the Owner or will be treated as a reimbursable outside of the cost of the GMP. Permits
associated with Water Management Districts, Florida Department of Environmental Protection
(including air quality, water, sanitary sewer, Asbestos Abatement or Lead Abatement) are to be
procured by others.
6. A lump Sum Owners Contingency in the amount of $1,000,000 is included in this GMP budget.
There is no CM Fee applied to this value. Release of funds shall be by formal City approval.
7. All warranties commence on the date of project substantial completion or beneficial use.
8. The cost for temporary water and electric usage fees are not included as they are available on site.
9. The cost for temporary CMAR field management trailers is excluded as there is available office
space on site.
10. The project schedule assumes that the work will take place in (2) phases to maintain slips available
for the Commercial Fleet to remain in the Marina during Construction. The city is responsible for
coordinating all moves and notices to the existing slip customers.
11. Estimate and schedule does not include excessive material price increases or excessive supply
chain disruption should an unusual event occur.
Clearwater Beach Marina Replacement
GMP Proposal
May 20, 2024
Page 2 of 3
12. Excludes any City of Clearwater parking fees as there will be fenced areas for construction
operations to park.
13. The City has granted use of the City lot on Sand key for the staging and storage of construction
related materials.
14. Includes temporary parking along the causeway that will have two distinct sections for CMAR
operations and for City use. The City use area shall be under City Insurance not by CMAR.
Preliminary layout attached.
Scope Clarifications
The following items were specifically included as part of the GMP Design Document Estimate:
1. Shop Drawings for docks shall be stamped by a registered professional engineer licensed in the
State of Florida as indicated in the bid documents.
2. GMP includes Bid Alternate #1: Aluminum Floating Docks (B,C,D)
3. Excludes underground fuel tank modifications – all fuel line connections and modifications will begin
at the seawall.
4. Excludes repairs to the existing dock system for temporary use.
5. Excludes the cost to modify or relocate the existing 16” watermain.
6. Currently there are no existing below water utilities known to conflict with the areas of work on this
project. Work shall is budgeted based on clear access.
7. Includes sales tax.
8. Includes an allowance of $200,000 for Public Art.
9. Includes an allowance of $50,000 for a Monument Sign not yet designed.
10. Includes an allowance of $15,000 for the additional 100A of capacity to the Tour Boat pedestal.
11. Includes an allowance of $35,000 for the additional 300A to the Tour Boat slip.
12. Includes and allowance for over-dredge: 2,202 CY @ $157/cy= $345,714
Clearwater Beach Marina Replacement
GMP Proposal
May 20, 2024
Page 3 of 3
13. General Exclusions:
x Geotechnical investigations.
x Underwater lighting.
x Manatee monitoring.
x Seagrass Monitoring
x Temporary fueling services.
x Hazardous material testing.
x Directional Boring
x Any modifications to existing lift stations.
x Installation of low voltage items shall be by others. Conduit rough-in with pull string will be
provided as indicated on the drawings.
x Primary Power.
x Concrete Duct Banks.
x Vending Machines.
x Ice machines
x Cathodic Protection.
x Painting of Conduit or Piping.
x UNDERGROUND FUEL TANK MODIFICATIONS Excluded – all fuel line connections and
modifications will begin at the seawall.
x Modification or relocation of unknown existing underground utilities to facilitate the work.
x Epoxy coated rebar is excluded.
End of Clarifications and Assumptions
Approved2024-K-799-00032Chris M. Gregory5/8/20247HPSRUDU\3DUNLQJ
SECTION FOUR
&306&+('8/(
SECTION F,9(
'2&80(17
/,67
WĂŐĞϭŽĨϳ
'RFXPHQW/LVW
%LG3ODQ6HW
3DJH 'HVFULSWLRQ 'DWH 5HYLVLRQ
* &29(56+((7
* '5$:,1*,1'(;
* *(1(5$/127(62)
* *(1(5$/127(62)
* *(1(5$/$55$1*(0(173/$1
* 3+$6,1*3/$13+$6(
* 3+$6,1*3/$13+$6(
9 (;,67,1*&21',7,216 6859(<3/$1
9 (1/$5*('(;,67,1*&21',7,2163/$1
% %25,1*/2&$7,213/$1
% %25,1*/2*62)
% %25,1*/2*62)
% %25,1*/2*62)
% %25,1*/2*62)
' '(02/,7,213/$1
' '(02/,7,216(&7,216 3+2726
&* '5('*,1*3/$1
&* 7<3,&$/'5('*,1*&52666(&7,216
&* '5('*,1*&52666(&7,2162)
&* '5('*,1*&52666(&7,2162)
6 6758&785$/127(62)
6 6758&785$/127(62)
6 29(5$//0$5,1$3/$1 6/,30,;
6 %8/.+($'.(<3/$1
6 %8/.+($'3/$12)
6 %8/.+($'3/$12)
6 0$5,1$.(<3/$1
6 0$5,1$3/$12)
6 0$5,1$3/$12)
6 0$5,1$3/$12)
6 0$5,1$3/$12)
6 (1/$5*(')/2$7,1*'2&.3/$1
6 7<3,&$/%2$5':$/.)5$0,1*3/$1$1'6(&7,21
6 :(67%2$5':$/.)5$0,1*3/$1 $''
6 *$1*:$<3/$7)2503/$1$1'6(&7,21
6 7<3,&$/%2$5':$/.6(&7,2162)
6 7<3,&$/%2$5':$/.6(&7,2162)
6 7<3,&$/%2$5':$/.6(&7,2162)
&OHDUZDWHU0DULQD5HSODFHPHQW
*03
May 20
*The above list of Documents do not reflect the approved VE Items in the Project.
WĂŐĞϮŽĨϳ
3DJH 'HVFULSWLRQ 'DWH 5HYLVLRQ
6 )7:,'(),1*(53,(53/$16(&7,21 (/(9$7,21
6 )7:,'(),1*(53,(53/$16(&7,21 (/(9$7,21
6 )7:,'(),1*(53,(53/$16(&7,21 (/(9$7,21
6 )7:,'(),1*(53,(53/$16(&7,21 (/(9$7,21
6 &21&5(7('2&.3/$1(/(9$7,21 6(&7,21
6 %8/.+($''(7$,/62)
6 %8/.+($''(7$,/62)
6 &21&5(7()/2$7,1*'2&.'(7$,/6
6 *$1*:$<'(7$,/6
6 7,0%(5'(7$,/62) $''
6 7,0%(5'(7$,/62)
6 7,0%(5'(7$,/62)
6 7,0%(5'(7$,/62)
6 &21&5(7('2&.'(7$,/6
6 0,6&(//$1(286'(7$,/62)
6 0,6&(//$1(286'(7$,/62)
6 6,*1$*('(7$,/6
0 0(&+$1,&$/*(1(5$/127(6$1'$%%5(9,$7,216
0 29(5$//0$5,1$0(&+$1,&$/3/$1
0' 0$5,1$327$%/( ),5(:$7(5'(02/,7,213/$1
0' 0$5,1$6(:$*( )8(/'(02/,7,213/$1
0 0$5,1$0(&+$1,&$/.(<3/$1
0 0$5,1$0(&+$1,&$/3/$12) $''
0 0$5,1$0(&+$1,&$/3/$12) $''
0 0$5,1$0(&+$1,&$/3/$12) $''
0 0$5,1$0(&+$1,&$/3/$12) $''
0 0(&+$1,&$/'(7$,/62) $''
0 0(&+$1,&$/'(7$,/62)
0 0(&+$1,&$/'(7$,/62)
0 0(&+$1,&$/'(7$,/62)
0) 0(&+$1,&$/)8(/6<67(0127(6
0) 0(&+$1,&$/)8(/6<67(06,7(3/$1
0) 0(&+$1,&$/)8(/6<67(03/$1
0) 0(&+$1,&$/)8(/'(7$,/62)
0) 0(&+$1,&$/)8(/'(7$,/62)
( (/(&75,&$/127(6
( (/(&75,&$/127(6/(*(1'$1'$%%5(9,$7,216
(' 0$5,1$(/(&75,&$/'(02/,7,213/$1
(' 0$5,1$&200'(02/,7,213/$1
(' (/(&75,&$/'(02/,7,213+272*5$3+6
( 29(5$//0$5,1$(/(&75,&$/3/$1
( 0$5,1$(/(&75,&$/3/$12)
&OHDUZDWHU0DULQD5HSODFHPHQW
*03
May20
*The above list of Documents do not reflect the approved VE Items in the Project.
WĂŐĞϯŽĨϳ
3DJH 'HVFULSWLRQ 'DWH 5HYLVLRQ
( 0$5,1$(/(&75,&$/3/$12)
( 0$5,1$(/(&75,&$/3/$12)
( 0$5,1$(/(&75,&$/3/$12)
( 29(5$//0$5,1$&2003/$1
( 0$5,1$&20081,&$7,213/$12)
( 0$5,1$&20081,&$7,213/$12)
( 0$5,1$&20081,&$7,213/$12)
( 0$5,1$&20081,&$7,213/$12)
( (/(&75,&$/'(7$,/62) $''
( (/(&75,&$/'(7$,/62)
( (/(&75,&$/'(7$,/62)
( (/(&75,&$/'(7$,/62)
( (/(&75,&$/'(7$,/62)
( (/(&75,&$/'(7$,/62)
( (/(&75,&$/6,1*/(/,1(',$*5$0
( &$%/(6&+('8/(2)
( &$%/(6&+('8/(2)
( &$%/(6&+('8/(2)
( &$%/(6&+('8/(2)
( &$%/(6&+('8/(2)
( 3$1(/6&+('8/(62)
( 3$1(/6&+('8/(62)
( 3$1(/6&+('8/(62)
( 3$1(/6&+('8/(62)
& &,9,/*(1(5$/127(6
& ,1'(;2)6+((76
& 67250:$7(532//87,2135(9(17,213/$1
& (526,21&21752/3/$1
& (526,21&21752/3/$1
& &,9,/'(02/,7,213/$1
& &,9,/'(02/,7,213/$1
& 6,7(3/$1
& 6,7(3/$1
& *5$',1*$1''5$,1$*(3/$1
& *5$',1*$1''5$,1$*(3/$1
& &52666(&7,216
& 87,/,7<3/$1
& 87,/,7<3/$1
& &,7<2)&/($5:$7(5'(7$,/6
& &,7<2)&/($5:$7(5'(7$,/6
& &,7<2)&/($5:$7(5'(7$,/6
& &,7<2)&/($5:$7(5'(7$,/6
Clearwater Marina Replacement
GMP
May 20, 2024
*The above list of Documents do not reflect the approved VE Items in the Project.
WĂŐĞϰŽĨϳ
3DJH 'HVFULSWLRQ 'DWH 5HYLVLRQ
70 75((0,7,*$7,21,1'(;
70 75((0,7,*$7,213/$1
70 75((0,7,*$7,213/$1
70 75((0,7,*$7,21127(6$1''(7$,/6
+ +$5'6&$3(,1'(;
+ +$5'6&$3(3/$1
+ +$5'6&$3(3/$1
+ +$5'6&$3('(7$,/6
+ +$5'6&$3('(7$,/6
/ /$1'6&$3(,1'(;
/ /$1'6&$3(3/$1
/ /$1'6&$3(3/$1
/ /$1'6&$3(63(&,),&$7,216
/ /$1'6&$3('(7$,/6
,5 ,55,*$7,21,1'(;
,5 ,55,*$7,213/$1
,5 ,55,*$7,213/$1
,5 ,55,*$7,2163(&,),&$7,216
,5 ,55,*$7,21'(7$,/6
/, /,*+7,1*,1'(;
/, /,*+7,1*3/$1
/, /,*+7,1*3/$1
/, /,*+7,1*'(7$,/6
$ '5$:,1*/(*(1'*(1(5$/127(6$1',1'(;
$ '5$:,1*/(*(1' &2'($1$/<6,6
$ &2'($1$/<6,6
$ 02817,1*+(,*+76
$ 8//,67,1*6
$ 8//,67,1*6
% /,)(6$)(7<3/$1.,26.
% /,)(6$)(7<3/$16725$*(5220 $''
% /,)(6$)(7<3/$1)8(/%8,/',1*
$' $5&+,7(&785$/6,7('(02/,7,213/$1
$' (;,67,1*%8,/',1*6'(02/,7,213/$1
$' (;,67,1*%8,/',1*6'(02/,7,213/$1
$' 6725$*(5220'(02/,7,213/$1 $''
$ 29(5$//$5&+,7(&785$/6,7(3/$1
$ 6,7(3/$1:(67(1'
$ 6,7(3/$1($67(1'
$ .,26.
$
)/225$1'',0(16,213/$1 $''
$ .,26.
%
)/225$1'',0(16,213/$1 $''
$ .,26.
$
5&3$1'522)3/$1
&OHDUZDWHU0DULQD5HSODFHPHQW
*03
May 20
*The above list of Documents do not reflect the approved VE Items in the Project.
WĂŐĞϱŽĨϳ
3DJH 'HVFULSWLRQ 'DWH 5HYLVLRQ
$ .,26.
%
5&3
$ 6725$*(52203/$16 $''
$ )8(/%8,/',1*)/225 ',0(16,213/$1
$ )8(/%8,/',1*5&3 522)3/$1 $''
$ 60$//6+$'(6<67(0
$ .,26.
$
(;7(5,25(/(9$7,216 $''
$ .,26.
$
),1,6+(/(9$7,216 $''
$ .,26.
%
(;7(5,25(/(9$7,216 $''
$ .,26.
%
),1,6+(/(9$7,216
$ .,26.6(&7,216 $''
$ 6725$*(5220(;7(5,25(/(9$7,216 $''
$ )8(/%8,/',1*(;7(5,25(/(9$7,21 $''
$ )8(/%8,/',1*),1,6+(/(9$7,21
$ )8(/%8,/',1*%8,/',1*6(&7,216 $''
$)8(/%8,/',1*(1/$5*('3/$16 ,17(5,25(/(9$7,216
$ 7<3.,26.(1&/2685('(7$,/6 $''
$ 7<3)8(/%8,/',1*(1&/2685('(7$,/6 $''
$ 3$57,7,217<3(6
$ '2256&+('8/(66725()5217'(7$,/6 $''
$ '225'(7$,/6 $''
$ :,1'2:(/(9$7,216 '(7$,/6
,' .,26.),1,6+3/$1
,' 6725$*(5220),1,6+3/$1
,' )8(/%8,/',1*),1,6+3/$1
$6 *(1(5$/6758&785$/127(6
$6 29(5$//3/$1
$6 .,26.3/$16
$6 6725$*(%8,/',1*3/$16 $''
$6 )8(/%8,/',1*3/$16
$6 6816+$'(3/$16
$6 7<3,&$/'(7$,/6
$0 +9$&/(*(1'127(6$1'6<0%2/6
$0 +9$&)/2253/$16725$*(%8,/',1*$1''(7$,/6 $''
$0+9$&)/2253/$1)8(/%8,/',1*6&+('8/(6$1'&21752/6
$3 3/80%,1*/(*(1'127(66&+('8/(6$1''(7$,/6
$33/80%,1*)/2253/$1)8(/%8,/',1*$1',620(75,&',$*5$06
$( (/(&75,&$/6<0%2/6/,67$1'63(&,),&$7,216
$( .,26.(/(&75,&$/3/$1
$( 6725$*(5220(/(&75,&$/3/$1 $''
$( )8(/%8,/',1*(/(&75,&$/3/$1
$( 6<0%2/6/,67$1'63(&,),&$7,216
&OHDUZDWHU0DULQD5HSODFHPHQW
*03
May20
*The above list of Documents do not reflect the approved VE Items in the Project.
WĂŐĞϲŽĨϳ
%LG6SHFLILFDWLRQV±'DWHG-DQXDU\
0DULQH6SHFLILFDWLRQV
6SHF1XPEHU 7LWOH
3LHU7LPEHUZRUN
&RDWLQJRI6WHHO:DWHUIURQW6WUXFWXUHV
6ZLWFKERDUGV
0DULQD(OHFWULFDO:RUN
([WHULRU/LJKWLQJ
6WHHO6KHHW3LOLQJ
6WHHO3LSH3LOHV
:RRG0DULQH3LOHV
0DULQD3LSLQJDQG(TXLSPHQW6\VWHPV
)XHO3LSLQJDQG(TXLSPHQW6\VWHPV
8QGHUJURXQG(OHFWULFDO
'UHGJLQJ
&RQFUHWH)ORDWLQJ'RFN6\VWHPV
$OXPLQXP)ORDWLQJ'RFN6\VWHPV%LG$OWHUQDWH
$UFKLWHFWXUDO6SHFLILFDWLRQV
6SHF1XPEHU 7LWOH
0DWHULDO7HVWLQJ
$VEHVWRV$VVHVVPHQW
%XLOGLQJ'HPROLWLRQ
6HOHFWLYH'HPROLWLRQ
8QGHU6ODE9DSRU%DUULHU5HWDUGHU
&DVWLQ3ODFH&RQFUHWH
6WUXFWXUDO$OXPLQXP)UDPLQJ
5RXJK&DUSHQWU\
6KHDWKLQJ
%XLOGLQJ,QVXODWLRQ
)RDPHG,Q3ODFH,QVXODWLRQ
1RQELWXPLQRXV6HOI$GKHULQJ6KHHW$LU%DUULHUV
,QVXODWHG0HWDO5RRI3DQHOV
)LEHU&HPHQW6LGLQJ
7KHUPRSODVWLF3RO\ROHILQ7325RRILQJ
&OHDUZDWHU0DULQD5HSODFHPHQW
*03
May 20
*The above list of Documents do not reflect the approved VE Items in the Project.
WĂŐĞϳŽĨϳ
6SHF1XPEHU 7LWOH
6KHHW0HWDO)ODVKLQJDQG7ULP
-RLQW6HDODQWV
+ROORZ0HWDO'RRUDQG)UDPHV
)LEHUJODVV'RRUV
$OXPLQXP)UDPHG(QWUDQFHVDQG6WRUHIURQW
9LQ\O:LQGRZV
'RRU+DUGZDUH
*OD]LQJ
)ORRG9HQWV
*\SVXP%RDUG
$FRXVWLFDO3DQHO&HLOLQJV
3DLQWLQJ
6LJQV
7RLOHW$FFHVVRULHV
3UH(QJLQHHUHG)DEULF6KDGH3URGXFWV
6ROLG6XUIDFH&RXQWHUWRSV
5ROOHU6KDGHV
(QGRI'RFXPHQW/LVW
&OHDUZDWHU0DULQD5HSODFHPHQW
*03
May20
*The above list of Documents do not reflect the approved VE Items in the Project.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0638
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 10.1
SUBJECT/RECOMMENDATION:
Award purchase orders to Performance Wrapz, LLC dba Wraps Direct and Sign-Age of Tampa Bay, Inc.
for city-wide purchase and installation of aluminum signage in the cumulative annual amount of
$275,000.00 for initial term of July 1, 2024 through June 30, 2025, with two, one year renewal options
pursuant to Invitation to Bid 31-24 and authorize the appropriate officials to execute same. (consent)
SUMMARY:
Invitation to Bid #31-24 Purchase and Installation of Aluminum Signage was released on March 29, 2024,
and the city received four responsive responses on April 30, 2024. The Parks & Recreation Department
and the City’s Procurement Division evaluated each of the four submissions and determined that the two
noted companies meet the requirements of the city.
The recommended award is as follows:
Performance Wrapz, LLC d/b/a Wraps Direct: Primary for:
Segment 1: Parks & Recreation Signage No Installation/Installation 1.A - 1.U
Segment 2: Other City Signage w/Installation 2.A - 2.P
Segment 2: Other City Signage No Installation/Installation 2.AA - 2.PP
Segment 3: Miscellaneous w/Installation 3.A - 3.C
Sign-Age of Tampa Bay, Inc: Primary for:
Segment 2: Other City Signage No Installation 2.A - 2.P
Segment 2: Other City Signage No Installation/Installation 2.Q
Segment 2: Other City Signage No Installation 2.QQ
Segment 3: Miscellaneous No Installation 3.A - 3.C
These vendors represent the lowest most responsive and responsible bidders in accordance with this
solicitation. To ensure a continuity of supply and flexibility in the ordering of product and/or services from
the above listed vendors as a secondary source.
This contract will be used to provide parks informational signage, ID signs, and rule signs, and other
city-wide facilities and projects among other departments as needed.
The Parks & Recreation Department estimates the annual expense of this contract at $200,000.00 from
Parks & Recreation funding, and $75,000.00 from other city departments with two one-year renewal
options. The Parks & Recreation Department will ensure that all requirements, including any applicable
provision of insurance, will be met.
APPROPRIATION CODE AND AMOUNT:
Funding for Parks and Recreation sign purchases will come from the Operating Supplies Fund
#0101867-550400. Funding for other City Departments will come from various appropriated funds.
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0638
N/A
STRATEGIC PRIORITY:
Approval of the purchase order supports several Strategic Plan Objectives, including:
·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and
historic features through systematic management efforts.
·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and
national sporting events.
·3.3: Promote marketing and outreach strategies that encourage stake holder engagement, enhance
community education, and build public trust.
·4.2: Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current
and future generations.
Page 2 City of Clearwater Printed on 6/10/2024
CITY OF CLEARWATER
ITB #31-24 Purchase and Installation of Aluminum SignageDUE DATE: April, 30, 2024; 10:00 AM
BID TABULATION
Item
No.DESCRIPTION OF SIGN UNIT OF
MEASURE
LEAD
TIME(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
ONLY
PRICE PER
ITEM: TOTAL INSTALLED
LEAD
TIME(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
LEAD
TIME(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
LEAD
TIME(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
1.A
SINGLE SIDED FACE PARK IDENTIFICATION SIGN NO MAP
30 inches tall X 78 inches wide single face made from 1/8 inches thick aluminum.4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
$EA 56 5,365.00$ 907.00$ 6,272.00$ 49 4,250.00$ 7,995.00$ 60 $3,948.58 $4,348.58 10 1,624.00$ $1,824.00
1.B
SINGLE SIDED FACE PARK IDENTIFICATION SIGN WITH MAP48 inches tall X 48 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 3,996.00$ 907.00$ 4,903.00$ 49 3,995.00$ 7,750.00$ 60 2,728.56$ $3,128.56 10 1,041.00$ $1,241.00
1.C
DOUBLE SIDED FACE PARK IDENTIFICATION SIGN NO MAP
30 inches tall X 78 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legsSolid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 5,902.00$ 907.00$ 6,809.00$ 49 4,625.00$ 7,995.00$ 60 4,890.58$ $5,290.58 10 3,448.00$ $3,648.00
1.D
DOUBLE SIDED FACE PARK IDENTIFICATION SIGN WITH MAP
48 inches tall X 48 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legsSolid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 4,396.00$ 907.00$ 5,303.00$ 49 4,800.00$ 8,900.00$ 60 3,105.86$ $3,505.86 10 2,282.00$ $2,482.00
1.E
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum. 4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
EA 56 1,998.00$ 528.00$ 2,526.00$ 49 2,000.00$ 3,675.00$ 60 1,766.58$ $2,166.58 10 985.00$ $1,124.00
Allen Industries, Inc
PARK SIGNS WITH LEG SUPPORTS INCLUDED
NOTE: Highlighted Cell indicates a calculation correction.
NOTE: Highlighted Cell indicates no bid.
Segment 1 - Parks & Recreation Signage
Forge Signworks Sign-Age of Tampa Bay, Inc Performance Wrapz, LLC
d/b/a Wraps Direct
1.F
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
EA 56 2,198.00$ 528.00$ 2,726.00$ 49 2,400.00$ 3,880.00$ 60 1,948.58$ $2,348.58 10 1,562.00$ $1,762.00
1.G
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
48 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 2,368.00$ 602.00$ 2,970.00$ 49 2,420.00$ 3,890.00$ 60 1,884.58$ $2,284.58 10 1,054.00$ $1,254.00
1.H
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
48 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legsSolid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 2,605.00$ 602.00$ 3,207.00$ 49 2,995.00$ 4,115.00$ 60 2,124.45$ $2,524.45 10 1,634.00$ $1,834.00
1.I
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
72 inches tall X 18 inches wide single face made from 1/8 inches thick aluminum. 4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
EA 56 2,768.00$ 718.00$ 3,486.00$ 49 2,875.00$ 4,000.00$ 60 2,604.58$ $3,004.58 10 1,489.00$ $1,689.00
1.J
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP72 inches tall X 18 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 3,053.00$ 718.00$ 3,771.00$ 49 3,455.00$ 4,060.00$ 60 2,882.58$ $3,282.58 10 1,950.00$ $2,150.00
1.K
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
78 inches tall X 30 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legsSolid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 5,735.00$ 833.00$ 6,568.00$ 49 4,375.00$ 7,500.00$ 60 3,474.58$ $3,874.58 10 1,762.00$ $1,962.00
1.L
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
78 inches tall X 30 inches wide single face made from 1/8 inches thick aluminum. 4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA 56 6,309.00$ 833.00$ 7,142.00$ 49 4,625.00$ 7,995.00$ 60 4,282.58$ $4,682.58 10 2,204.00$ $2,408.00
1.M
SINGLE SIDED FACE CUSTOM PARK SIGN (PRICED BY SQUARE INCH)
1 inch tall X 1 inch wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legsSolid/closed aluminum bottom, sides, and tube. Digitally printed vinyl graphics to be 3M MCS (match component system)2-
part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the
paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink graphics
provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
S.Q. Inch 56 2.00$ 0.55$ 2.55$ 49 1.87$ 3.21$ N/A N/A N/A 10 4.00$ $6.25
1.N
DOUBLE SIDED FACE CUSTOM PARK SIGN (PRICED BY SQUARE INCH)
1 inch tall X 1 inch wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
S.Q. Inch 56 2.25$ 0.55$ 2.80$ 49 1.98$ 3.42$ N/A N/A N/A 10 6.00$ $8.25
1.M
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP6 inches tall X 12 inches wide single face made from 1/8 inches thick aluminum. Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
EA 56 100.00$ 132.00$ 232.00$ 49 210.00$ 425.00$ 15 148.13$ 348.13$ 10 78.00$ 98.00$
1.O
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP18 inches tall X 12 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA 56 200.00$ 132.00$ 332.00$ 49 380.00$ $465.00 15 460.17$ $660.00 10 104.00$ 114.00$
1.P
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
24 inches tall X 18 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA 56 296.00$ 132.00$ 428.00$ 49 500.00$ 575.00$ 15 310.95$ 610.95$ 10 168.00$ 178.00$
1.Q
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum. Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
EA 56 668.00$ 190.00$ 858.00$ 49 725.00$ 735.00$ 15 531.29$ 831.00$ 10 219.00$ 229.00$
1.R
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA 56 668.00$ 190.00$ 858.00$ 49 725.00$ 735.00$ 15 531.29$ 831.00$ 10 219.00$ 229.00$
PARK SIGNS WITHOUT LEG SUPPORTS
1.S
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
24 inches tall X 36 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA 56 668.00$ 190.00$ 858.00$ 49 725.00$ 735.00$ 15 531.29$ 831.00$ 10 219.00$ 229.00$
1.T
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
24 inches tall X 60 inches wide single face made from 1/8 inches thick aluminum. Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
EA 56 999.00$ 190.00$ 1,189.00$ 49 725.00$ 735.00$ 15 818.93$ 1,119.00$ 10 382.00$ 392.00$
1.U
SINGLE SIDED FACE CUSTOM PARK SIGN (PRICED BY SQUARE INCH)1 inch tall X 1 inch wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA 56 0.95$ 0.65$ 1.60$ 49 0.84$ 0.97$ N/A N/A N/A 10 4.00$ 6.25$
Item
No.DESCRIPTION OF SIGN UNIT OF
MEASURE
LEAD TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
PRICE PER ITEM: TOTAL
INSTALLED
LEAD TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
LEAD TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
LEAD TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
2.A 18" X 24" Digital print - Reflective W/Anti Graffiti Coating EA 42 195.00$ 157.00$ 352.00$ 30 500.00$ 575.00$ 15 40.50$ 190.50$ 10 88.00$ 98.00$
2.B 18" X 24" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 223.00$ 157.00$ 380.00$ 30 425.00$ 500.00$ 15 45.00$ 195.00$ 10 79.00$ 89.00$
2.C 18" X 36" Digital print - Reflective W/Anti Graffiti Coating EA 42 248.00$ 157.00$ 405.00$ 30 650.00$ 700.00$ 15 60.76$ 235.76$ 10 105.00$ 115.00$
2.D 18" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 296.00$ 157.00$ 453.00$ 30 530.00$ 580.00$ 15 67.50$ 242.50$ 10 86.00$ 96.00$
2.E 24" X 36" Digital print - Reflective W/Anti Graffiti Coating EA 42 312.00$ 239.00$ 551.00$ 30 700.00$ 890.00$ 15 81.00$ 256.00$ 10 115.00$ 125.00$
2.F 24" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 370.00$ 239.00$ 609.00$ 30 580.00$ 625.00$ 15 90.00$ 265.00$ 10 105.00$ 115.00$
2.G 23" X 45" Digital print - Reflective W/Anti Graffiti Coating EA 42 350.00$ 239.00$ 589.00$ 30 805.00$ 995.00$ 15 97.04$ 272.04$ 10 135.00$ 145.00$
2.H 23" X 45" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 414.00$ 239.00$ 653.00$ 30 700.00$ 890.00$ 15 107.82$ 282.82$ 10 125.00$ 135.00$
2.I 18" X 24" Digital print - Reflective W/Anti Graffiti Coating EA 42 207.00$ 157.00$ 364.00$ 30 550.00$ 632.50$ 15 46.50$ 197.00$ 10 99.00$ 109.00$
2.J 18" X 24" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 266.00$ 157.00$ 423.00$ 30 467.50$ 550.00$ 15 51.00$ 201.00$ 10 89.00$ 99.00$
2.K 18" X 36" Digital print - Reflective W/Anti Graffiti Coating EA 42 259.00$ 157.00$ 416.00$ 30 715.00$ 770.00$ 15 69.76$ 245.00$ 10 115.00$ 125.00$
2.L 18" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 272.00$ 157.00$ 429.00$ 30 583.00$ 638.00$ 15 76.50$ 252.00$ 10 105.00$ 115.00$
2.M 24" X 36" Digital print - Reflective W/Anti Graffiti Coating EA 42 324.00$ 239.00$ 563.00$ 30 770.00$ 979.00$ 15 93.00$ 268.00$ 10 125.00$ 135.00$
2.N 24" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 371.00$ 239.00$ 610.00$ 30 638.00$ 687.50$ 15 102.00$ 277.00$ 10 115.00$ 125.00$
2.O 23" X 45" Digital print - Reflective W/Anti Graffiti Coating EA 42 366.00$ 239.00$ 605.00$ 30 885.50$ 1,094.50$ 15 111.42$ 286.00$ 10 145.00$ 155.00$
2.P 23" X 45" Cut Vinyl - Reflective W/Anti Graffiti Coating EA 42 415.00$ 239.00$ 654.00$ 30 770.00$ 979.00$ 15 122.20$ 297.00$ 10 135.00$ 145.00$
ALUMINUM SIGNS .080
ALUMINUM SIGNS .063
REFLECTIVE VINYL SIGN
Segment 2 - Other City Signage
2.Q 12" X 30" Full color digital print graphics on reflective 3M IJ5100 vinyl or equal quality vinyl. Includes Anti Graffiti laminate.
For replacement on existing panel.EA
42 98.00$ 74.00$ 172.00$ 30 825.00$ 600.00$ 15 160.00$ 175.00$ 10 525.00$ 545.00$
Item
No.DESCRIPTION OF SIGN UNIT OF
MEASURE
LEAD
TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
PRICE PER
ITEM: TOTAL
INSTALLED
LEAD
TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
LEAD
TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
LEAD
TIME
(Days)
PRICE PER
ITEM:NO
INSTALLATION
PRICE PER
ITEM:
INSTALLATION
2.AA 18" X 24" Digital print - Non-reflective W/Anti Graffiti Coating EA 42 187.00$ 157.00$ 344.00$ 30 500.00$ 575.00$ 15 137.40$ 287.00$ 10 68.00$ 78.00$
2.BB 18" X 24" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 210.00$ 157.00$ 367.00$ 30 425.00$ 500.00$ 15 181.75$ 332.00$ 10 60.00$ 70.00$
2.CC 18" X 36" Digital print - Non-reflextive W/Anti Graffiti Coating EA 42 229.00$ 157.00$ 386.00$ 30 650.00$ 700.00$ 15 172.79$ 348.00$ 10 98.00$ 108.00$
2.DD 18" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 272.00$ 157.00$ 429.00$ 30 530.00$ 580.00$ 15 237.98$ 413.00$ 10 79.00$ 89.00$
2.EE 24" X 36" Digital print - Non-reflective W/Anti Graffiti Coating EA 42 322.00$ 239.00$ 561.00$ 30 700.00$ 890.00$ 15 227.59$ 403.00$ 10 108.00$ 118.00$
2.FF 24" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 338.00$ 239.00$ 577.00$ 30 580.00$ 625.00$ 15 311.71$ 487.00$ 10 98.00$ 108.00$
2.GG 23" X 45" Digital print - Non-reflective W/Anti Graffiti Coating EA 42 325.00$ 239.00$ 564.00$ 30 805.00$ 995.00$ 15 275.07$ 150.00$ 10 98.00$ 108.00$
2.HH 23" X 45" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 400.00$ 239.00$ 639.00$ 30 700.00$ 890.00$ 15 377.51$ 553.00$ 10 115.00$ 125.00$
2.II 18" X 24" Digital print - Non-reflective W/Anti Graffiti Coating EA 42 190.00$ 157.00$ 347.00$ 30 550.00$ 632.50$ 15 150.60$ 301.00$ 10 78.00$ 88.00$
2.JJ 18" X 24" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 221.00$ 157.00$ 378.00$ 30 467.50$ 550.00$ 15 177.66$ 328.00$ 10 70.00$ 80.00$
2.KK 18" X 36" Digital print - Non-reflective W/Anti Graffiti Coating EA 42 229.00$ 157.00$ 386.00$ 30 715.00$ 770.00$ 15 189.35$ 364.00$ 10 108.00$ 118.00$
2.LL 18" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 282.00$ 157.00$ 439.00$ 30 583.00$ 638.00$ 15 206.14$ 381.00$ 10 88.00$ 98.00$
2.MM 24" X 36" Digital print - Non-reflective W/Anti Graffiti Coating EA 42 317.00$ 239.00$ 556.00$ 30 770.00$ 979.00$ 15 241.04$ 416.00$ 10 118.00$ 128.00$
2.NN 24" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 413.00$ 239.00$ 652.00$ 30 638.00$ 687.50$ 15 254.84$ 430.00$ 10 108.00$ 118.00$
2.OO 23" X 45" Digital print - Non-reflective W/Anti Graffiti Coating EA 42 338.00$ 239.00$ 577.00$ 30 885.50$ 1,094.50$ 15 291.19$ 466.00$ 10 108.00$ 118.00$
2.PP 23" X 45" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA 42 413.00$ 239.00$ 652.00$ 30 770.00$ 979.00$ 15 351.97$ 527.00$ 10 125.00$ 135.00$
2.QQ 12" X 30" Full color digital print graphics on non-reflective 3M vinyl. Includes Anti Graffiti laminate. For replacement on
existing panel.EA 42 80.00$ 74.00$ 154.00$ $$15 141.02$ 175.00$ 10 422.00$ 432.00$
ItemNo.DESCRIPTION OF SIGN UNIT OF MEASURE
LEAD
TIME
(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:INSTALLATION
PRICE PER
ITEM: TOTAL
INSTALLED
LEAD
TIME
(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:INSTALLATION
LEAD
TIME
(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:INSTALLATION
LEAD
TIME
(Days)
PRICE PER
ITEM:
NO
INSTALLATION
PRICE PER
ITEM:INSTALLATION
72"56 430.00$ 379.00$ 809.00$ 44 440.00$ 2,000.00$ 15-20 688.00$ 988.00$ 10 668.00$ 718.00$
84"56 445.00$ 379.00$ 824.00$ 44 595.00$ 2,595.00$ 15-20 726.00$ 1,026.00$ 10 765.00$ 815.00$
96"56 460.00$ 379.00$ 839.00$ 44 610.00$ 2,610.00$ 15-20 764.00$ 1,064.00$ 10 930.00$ 980.00$
72"56 510.00$ 379.00$ 889.00$ 44 1,200.00$ 3,700.00$ 15-20 792.00$ 1,112.00$ 10 1,242.00$ 1,292.50$
3.A
4" x 4" X 1/4" aluminum post
Painted 2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. post color Brown PMS 464C.
6" x 6" X 1/4" aluminum post
NON-REFLECTIVE VINYL SIGN
ALUMINUM SIGNS .063
ALUMINUM SIGNS .080
NON-REFLECTIVE VINYL SIGN
Segment 3 - Miscellaneous
SIGN POSTS
84"56 535.00$ 379.00$ 914.00$ 44 1,400.00$ 3,900.00$ 15-20 846.00$ 1,166.00$ 10 1,452.00$ 1,502.50$
96"56 559.00$ 379.00$ 938.00$ 44 1,500.00$ 4,000.00$ 15-20 904.00$ 1,224.00$ 10 1,665.00$ 1,715.00$
72"56 43.00$ 264.00$ 307.00$ 44 100.00$ 750.00$ 15-20 32.00$ 207.00$ 10 90.00$ 101.25$
96"56 90.00$ 264.00$ 354.00$ 44 150.00$ 800.00$ 15-20 37.00$ 212.00$ 10 107.00$ 117.50$
120"56 113.00$ 264.00$ 377.00$ 44 200.00$ 950.00$ 15-20 38.00$ 213.00$ 10 187.00$ 198.68$
Item
No.Description
4.A MANUFACTURING PER MAN-HOUR RATE
4.B INSTALLATION PER 2-MAN CREW-HOUR RATE
4.C INSTALLATION REMOVAL PER MAN-HOUR RATE
Item
No.Description
4.A FORMAN
4.B JOURNEYMAN
4.C LABORER
4.A INSTALLATION AND/OR REMOVAL GROUND LEVEL
4.B INSTALLATION AND/OR REMOVAL LADDER NEEDED
4.C TRAVEL/DELIVERY TIME
4.D ART TIME
4.E PERMIT
4.A INSTALL AND REMOVAL OF ANY POST SIGNS 4.B INSTALL AND REMOVAL OF ANY FREE HANGING SIGNS
4.C DELIVERY
4.D TRAVEL FEE'S NOT ASSOCIATED WITH THE ORIGINAL INSTALLMENT DATE
225.00$ 95.00$
178.00$
145.00$
185.00$
160.00$ 120.00$
Sign-Age of Tampa Bay, Inc
98.00$
Segment 4 - Miscellaneous Labor Rates
Provide a list of hourly labor rates for miscellaneouse sevices associated with signange (removal, install, delivery, etc.) Proper
Insurance will be required for any services. Installation/Removal services will be on an as-needed basis and will not be a primary basis
of an award.
Allen Industries, Inc
Rate Per Hour
110.00$
98.00$
1,400.00$
Performance Wrapz, LLC
d/b/a Wraps Direct
112.00$
98.00$
Forge Signworks
Rate Per
Hour
297.00$
155.00$
3.B
/ p
Painted 2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard).
9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. post color Brown PMS 464C.
3.C Heavy Duty Galvanized U-Channel post with 1 3/8" channel depth. All U-Channel posts must meet MUTCD standards, and mave 3/8" holes on 1 inch centers.
1) Allen Industries, Inc 2) Forge Signworks
6434 Burnt Poplar Road 4100 N Powerline Rd, Suite L-2
Greensboro, NC 27409 Pompano Beach, FL 33073336-668-2791 954-957-9961
3) Sign-Age of Tampa Bay, Inc 4) Performance Wrapz, LLC
4400 140th Ave N, Suite 250 d/b/a Wraps Direct
Clearwater, FL 33762 8725 Youngerman Ct, Suite 306
727-536-9400 Jacksonville, FL 32244
904-294-3659
ADVERTISED: TAMPA BAY TIMES 4/3/2024
POSTED:myclearwater.com 3/29/2024
FOR THE CITY OF CLEARWATER
Due/Opening: April 30, 2024; 10:00 a.m.
INVITATION TO BID No. 31-24
Purchase and Installation of Aluminum Signage
Solicitation Response Listing
May 23, 2024
NOTICE OF INTENT TO AWARD
The Parks and Recreation Department and the Procurement Division recommend award of ITB No. 31-24,
Purchase and Installation of Aluminum Signage, to Performance Wrapz, LLC d/b/a Wraps Direct of
Jacksonville, FL, and Sign-Age of Tampa Bay, Inc of Clearwater, FL the lowest most responsible bidders,
in accordance with the bid specifications, in the estimated annual amount of $275,000.00, for the term of
one-year with two (2), one (1) year renewal options. The recommended award is as follows:
Performance Wrapz, LLC d/b/a Wraps Direct: Primary for:
Segment 1: Parks & Recreation Signage No Installation/Installation 1.A – 1.U
Segment 2: Other City Signage w/Installation 2.A – 2.P
Segment 2: Other City Signage No Installation/Installation 2.AA – 2.PP
Segment 3: Miscellaneous w/Installation 3.A – 3.C
Sign-Age of Tampa Bay, Inc: Primary for:
Segment 2: Other City Signage No Installation 2.A – 2.P
Segment 2: Other City Signage No Installation/Installation 2.Q
Segment 2: Other City Signage No Installation 2.QQ
Segment 3: Miscellaneous No Installation 3.A – 3.C
This award is being made to multiple vendors to ensure a continuity of supply and flexibility in the ordering
of product and/or services from the above listed vendors as a secondary source.
This Award recommendation will be considered by the City Council at the June 17, 2024, Work Session
(1:30 p.m.) and voted on at the June 20, 2024, Council Meeting (6:00 p.m.). These meetings are held at
Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755.
Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at
Kelly.rogers@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748,
Clearwater, FL 33758-4748.
Posted on this date by:
Kelly Rogers
Kelly Rogers
Procurement Analyst
v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4630
INVITATION TO BID #31-24 Purchase and Installation of Aluminum Signage
March 29, 2024
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, April 30, 2024, to provide the Purchase and Installation of Aluminum Signage.
Brief Description: The City of Clearwater seeks an experienced sign fabricator/manufacturer for the provision of replacement and new signage as needed.
Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged
and accepted.
Bid packets, any attachments and addenda are available for download at:
https://www.myclearwater.com/business/rfp
Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid.
General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Kelly Rogers Procurement Analyst Kelly.Rogers@myclearwater.com
This Invitation to Bid is issued by:
Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com
INSTRUCTIONS
Purchase and Installation of Aluminum Signage 2 ITB #31-24
i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City.
i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an
addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. The
conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date: April 30, 2024 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be
returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening
Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to
INSTRUCTIONS
Purchase and Installation of Aluminum Signage 3 ITB #31-24
the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 BID SUBMITTAL TO:
It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package.
City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748
No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling
of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All
times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees,
representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk.
i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the
preparation and submission of the bid. Bidders are cautioned to verify their bids before submission,
INSTRUCTIONS
Purchase and Installation of Aluminum Signage 4 ITB #31-24
as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an
authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending
on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates
will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics.
Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received
by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner
as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the
forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or
otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such
preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the
effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid
the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual
bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or
form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to
a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder
may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document.
INSTRUCTIONS
Purchase and Installation of Aluminum Signage 5 ITB #31-24
i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality,
integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to:
a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct.
b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided.
c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract.
i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder
who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement
Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed
$5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made.
ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748
INSTRUCTIONS – EVALUATION
Purchase and Installation of Aluminum Signage 6 ITB #31-24
i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request.
City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final
contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: March 29, 2024 Advertise Tampa Bay Times: April 3, 2024 Bids due: April 30, 2024
Review bids: April 30 – May 10, 2024 Award recommendation: May 10, 2024 Council authorization: June 2024 Contract begins: June 2024
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 7 ITB #31-24
S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”,
“City, Clearwater”, “bid, proposal, response, quote”.
S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees.
Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City
from all such claims.
S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its
provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein.
S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from
any of its obligations and liabilities under the Agreement.
S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and
inure to the benefit of the parties and their respective permitted successors and assigns.
S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the
parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties.
S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No
exclusive rights are encompassed through this Agreement.
S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be
modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor.
S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement.
S.10 COMPLIANCE WITH APPLICABLE LAWS.
a. General. Contractor must procure all permits and licenses, and pay all charges and fees
necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and
regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and
providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any
programs, procedures, and other activities used to ensure compliance.
b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy
establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will
require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 8 ITB #31-24
in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties.
c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration
Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States.
(i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually
obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”).
(ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this
Agreement at the sole discretion of the City.
(iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide
services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City
in regard to any such inspections.
(iv) The City may, at its sole discretion, conduct random verification of the employment records
of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification
performed.
(v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and
274B of the Federal Immigration and Nationality Act.
d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against
any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it
complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of
Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and
applicable rules in performance under this Agreement.
S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including
federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social
Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of
the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest,
and penalties imposed upon the City.
The City is exempt from paying state and local sales/use taxes and certain federal excise taxes
and will furnish an exemption certificate upon request.
S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due
to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City.
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 9 ITB #31-24
S.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-562-4092 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following:
a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder.
b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law.
c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency.
d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in
possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the
contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology
systems of the public agency.
e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the
requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be
inspected or copied within a reasonable time.
f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions
in accordance with the contract.
g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes.
h) If a civil action is filed against a contractor to compel production of public records relating to a
public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if:
1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 10 ITB #31-24
2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor.
i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public
records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format.
A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement.
S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to
inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of
business or at City offices, as determined by the City.
S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested
background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law.
S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor
personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove
any such individual from performance of services under this Agreement.
S.17 DEFAULT.
a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any
similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii)
conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement.
b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in
accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity.
c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The
defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period
may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-
defaulting party to provide notice of the default does not waive any rights under the Agreement.
d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 11 ITB #31-24
assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default:
a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party.
b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance
due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining
reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs.
c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it.
d. Neither party will be liable for incidental, special, or consequential damages.
S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the
parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or
obligated to cease performance by other provisions in this Agreement.
S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice.
S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its
execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of
Contractor.
S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole
discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for
which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date.
S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of
termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its
appraisal of the materials and services provided and received Contractor’s properly prepared final invoice.
S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or
remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the
Agreement and will not be deemed a waiver of any such rights or remedies.
S.25 INDEMNIFICATION/LIABILITY.
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 12 ITB #31-24
a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor
personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in
harmony with F. S. § 725.06.
b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification.
c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided
supplies or services.
d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity,
to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties.
S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or
services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance
with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will
be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in
accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06.
S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property,
and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of
instruments of assignment in favor of the City in obtaining recovery.
S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver
any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as
needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not
bind the City to purchase, accept, or pay for materials or services which exceed its actual needs.
S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City
pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared
in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City.
S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City.
S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed.
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 13 ITB #31-24
S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release
Contractor from any obligation hereunder.
S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees.
S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or
hindrance from Contractor or third parties.
S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual
property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final
judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense
and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount
will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as
a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by
third parties.
S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing
Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be
written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s).
S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the
public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance
notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent
such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such
additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one
hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties.
S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor.
Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders
placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others.
STANDARD TERMS AND CONDITIONS
Purchase and Installation of Aluminum Signage 14 ITB #31-24
S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s
Procurement Division.
S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v)
sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof.
S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this
Agreement will be Pinellas County, Florida.
S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed.
S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it.
S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or
unenforceability.
S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of
this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party
from any liability or obligation arising prior to the date of termination.
DETAILED SPECIFICATIONS
Purchase and Installation of Aluminum Signage 15 ITB #31-24
1. INTRODUCTION. The City of Clearwater (City) is a coastal community on the West Coast of Florida and the third largest city in the Tampa Bay region with an estimated 118,904 residents. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually and was selected as the “Number One Beach in America” in the 2018 and 2019 TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both domestic and international publications. An ideal year-round destination for travelers of all ages and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation, and release. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community. 2. PURPOSE AND INTENT. The City of Clearwater (City) is seeking bids from vendor(s) experienced in the fabrication and manufacturing of aluminum signage for new and replacements signs throughout the City on an as-needed basis. The City expects to retain vendor(s) that can meet the challenges of a dynamic City capable of providing reliable and expedient response times to meet project deadlines, staff requests, as well as provide outstanding service delivery. In addition, the awarded vendors(s) shall be able to provide technical assistance and maintain industry best practices throughout the Contract. 3. SCOPE OF WORK. The awarded vendor(s) shall furnish all materials, accessories, designing (if requested), tools, equipment, incidentals, supervision, and potential installation of multiple types and sizes of aluminum signage throughout the City as described in these specifications. 4. PROCESS FOR QUOTING SIGNS AFTER BID AWARD. a. GENERAL:
A quote shall be requested.
Signage and/or posts noted in Exhibit A - Bid Pricing may be requested by the City at their discretion.
Vendor(s) shall produce proofs for each job and obtain City approval of proof prior to fulfilling an order. b. WORK ORDER PROCEDURES:
Individual quotations shall be provided per project and will include, but not be limited to:
reference to the City contract #31-24
an identifying (work order/quotation) number
itemization of signage and/or services with complete description
price per item and a summary of total cost for work order
date of request, requestor name, email, and phone number
ship to/delivery location and contact person
proof for review and approval
It is the responsibility of the Vendor(s) to verify approval of the project proof by the ordering department designee either online or by email for each project.
Only upon written approval by the ordering department of the project proof and the corresponding itemized quotation should the work be performed.
Change orders shall be agreed upon by Vendor and City and shall be approved by the City in writing (email).
DETAILED SPECIFICATIONS
Purchase and Installation of Aluminum Signage 16 ITB #31-24
c. TURN AROUND TIME:
The Vendor shall respond to requests for quote received from the City within three (3) business days from the date of receipt.
The turn-around time for projects that involve multiple specialized services will be mutually agreed upon by the Vendor and City. d. INSPECTION AND APPROVAL: The City reserves the right to refuse poor quality work and shall require the Vendor to reproduce substandard work at no additional cost to the City. The City shall define “poor quality” work to include, but not be limited to substandard material, errors in terms of angle or installation, or improper printing. Determination of error shall be made solely by the City. 5. ARTWORK. The majority of signage artwork shall be provided by the City. Packaged Adobe InDesign files, vector Adobe Illustrator/EPS files, or press-quality PDF files can be provided for each order. Any and all artwork developed (all or in part), by either the Vendor or the City for items under this contract are the property of the City. 6. COLOR PROOF. A PDF color proof, sent by email, shall be required for the City to approve before going into final production. Please acknowledge on Bid Pricing form, page 22 if the bidder can provide PDF color proofs and specify any parameters or special conditions required to provide a color proof. 7. SAMPLES. Samples may be requested by the City prior to an intent to award or at any time during the contract term. If requested, samples shall be provided within ten (10) days of request. Failure to provide samples prior to award of the contract will disqualify a bidder from consideration. Samples shall adhere to the following.
Samples shall be representative of the quality of products to be produced and shall meet all mandatory requirements as specified in the solicitation to be considered.
Samples shall be submitted at no additional cost to the City.
Samples shall not be returned to the Vendor by the City. Unsuccessful bidders may provide return postage if products are to be returned once an award has been made. 8. SIGNAGE EXAMPLES. The City has provided general examples of signage and color palettes that may be requested during the contract term. The examples provided are from the Parks and Recreation department.
Exhibit B - Standard Signage Sizes and Placements
Exhibit C - Color Palette
Exhibit D – Del Oro Park ID Sign
Bidders may visit Del Oro Park to examine a recently completed Park ID sign 401 McMullen Booth Rd, Clearwater, FL 33759 9. DELIVERY/LEAD TIME. Delivery shall be made to the designated location in accordance with each individual work order created. Standard lead times shall be used as estimates for each sign size and type. The Vendor shall be required to initiate work upon receiving the artwork and/or approval to proceed. The completion of finished materials shall be furnished at a time mutually agreed upon by the City and the Vendor. 10. PRICING. Pricing shall be submitted on the Excel worksheet provided as Exhibit A – Bid Pricing; no other pricing format shall be accepted. Per the City’s Greenprint 2.0 plan, it is the City’s preference to purchase goods that best align with the City’s environmental values and sustainability, in this case, signs made with 100% recycled aluminum. Please acknowledge on Bid Pricing form, page 22 if bidder can provide 100% aluminum
DETAILED SPECIFICATIONS
Purchase and Installation of Aluminum Signage 17 ITB #31-24
products, and if so, is there an additional charge. 11. PERSONNEL REQUIREMENTS. Vendor personnel shall be required to wear some form of company-issued identification or uniform, use appropriate Personal Protection Equipment (PPE), abide by any and all company and Occupational Safety and Health Act (OSHA) safety standards, and behave in a well-mannered, orderly fashion while performing work on behalf of the City.
The Vendor shall supply competent and capable employees and provide appropriate supervision to the work. All personnel shall be skilled in the field in which they work; unskilled laborers are not permitted to perform any work for the City.
12. SIGN MATERIAL WARRANTY. The warranty period for coating shall be a minimum of nine (9) years. Vendor shall guarantee
against all chipping, pealing, fading of powder coat material.
The new sign pole, label, decal, adhesive, sheeting retroreflective prismatic material shall be guaranteed to meet all Florida Department of Transportation (FDOT) regulations and standards.
As part of this bid specification, selected Vendor(s) agree to replace/refurbish all poles, signs and sign components which do not hold up during warranty period. Warranty period shall protect against
fading, chipping, cracking, pealing, pealing adhesive and shall include ultraviolet radiation (UV) protection for durability. All signs shall be digitally printed by a certified converter and provide a durability warranty
All poles, sign components and signs shall be warranted at a minimum for the duration stated
above. Full product terms and conditions are as established by each sheeting manufacturer and may contain certain limitations based on sheeting and ink colors. Vendor shall supply with their bid
submittal a copy of the warranty documents with complete details of terms and conditions.
All signs to remain vibrant and the retro reflectivity of sign remain in full affect without UV degradation. Signs must remain fully adhered and intact without fading, chipping, or pealing. If a
problem occurs, the Vendor shall be fully responsible for all costs associated with the replacement of the sign.
All items by the Vendor shall include at a minimum, a nine (9) year warranty covering
manufacturing, services, parts and/or labor for all items being welded, manufactured, or fabricated including the manufacturing of all new decal/adhesive material as part of this solicitation. The
warranty shall cover a full nine (9) year warranty period, the signs shall remain vibrant with zero fading and the sign adhesion shall remain as initially installed without fading, pealing, or cracking
and the black glossy color shall remain vibrant without pealing, chipping or cracking, etc.
Vendor shall meet minimum the warranty requirements as stated within this solicitation through the duration of the contract.
13. MULTIPLE AWARDS. It is the purpose of this ITB to help navigate the breadth of options available to the City for the provision of furnishing multiple types of signage. If it is in the best interest of the City, the City may award contracts to multiple vendors, providing a variety of options, to maximize service availability with the intent to distribute purchases as best meets the needs of the City. Vendors are not required to bid on segmented items listed in Exhibit A – Bid Pricing however, all
items within a segment shall be bid in order to be considered.
DETAILED SPECIFICATIONS
Purchase and Installation of Aluminum Signage 18 ITB #31-24
14. ADDITIONAL SERVICES AND CHANGES IN SCOPE OF WORK. The City may require additional items or services of similar nature but not specifically listed in the agreement. The Vendor agrees to provide such items or services and shall provide the City prices on such additional items or services based upon the formula or methods, which is the same or similar to that used in establishing the prices in his bid. If the prices(s) offered are not acceptable to the City, and the situations cannot be resolved to the satisfaction of the City, the City reserves the right to procure those items or services from other vendors. The City reserves the right to make changes as deemed necessary in the scope of work at any time during the term of the contract. Changes include, but are not limited to the following:
Deletion or alteration of any portion of the work;
Changes in design or specification; and
Addition of new work Any changes to the scope of work shall be mutually agreed upon by both City and Vendor(s). Work not approved by the City that has been performed by the vendor will not be reimbursed by the City 15. MINIMUM QUALIFICATIONS. Prior to contract award, and at any time during the contract period, bidder/awarded Vendor(s) may be required to show that the company has the necessary facilities, equipment, and ability to perform the work specified in a satisfactory manner and within the time specified. Awarded vendor(s) shall maintain a local office with a competent company representative that can be reached during normal working hours Monday through Friday, 8:00 a.m. to 5:00 p.m. and authorized to discuss matters pertaining to this contract with the City, and to facilitate order placement and delivery. References. Minimum of three (3) references within the last three (3) years are required for whom the Vendor has performed similar work, preferably for a public agency of similar size, in the Tampa Bay region.
16. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then
coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement:
a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one
million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit.
c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee
DETAILED SPECIFICATIONS
Purchase and Installation of Aluminum Signage 19 ITB #31-24
by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies.
Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, ITB #31-24 P.O. Box 4748 Clearwater, FL 33758-4748
b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified.
MILESTONES
Purchase and Installation of Aluminum Signage 20 ITB #34-24
1. BEGINNING AND END DATE OF INITIAL TERM. June 2024 through May 2025
If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution.
2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30)
days prior to the expiration date of the contract.
3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewals are possible at the City’s option.
4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid.
The Contractor certifies that the prices offered are no higher than the lowest price the Contractor
charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after
award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions.
During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve month change in the Producer Price Index Final Demand Commodity #10 74 Structural, architectural, and pre-engineered metal products not Seasonally Adjusted as
published by the U.S. Department of Labor, Bureau of Labor Statistics ( http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld.
At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph.
No fuel surcharges will be accepted.
BID SUBMISSION
Purchase and Installation of Aluminum Signage 21 ITB #31-24
1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp
For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation.
2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested)
Bid container properly labeled Bid pricing form Completed Exhibit A – Bid Pricing Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required
E-Verify Eligibility form as required Offer Certification form Minimum of three (3) customer references Copy of Warranty policy
W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf)
BID PRICING
Purchase and Installation of Aluminum Signage 22 ITB #31-24
Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Aluminum Signage and Installation Services to the City of Clearwater at the price(s) stated in Exhibit A – Bid Pricing. No other format shall be accepted. Does your company have the capability of providing a PDF color proof?
YES:
NO: If yes, please specify any specific parameters or special conditions required to provide.
Does your company offer 100% recycled aluminum?
YES:
NO: If so, please indicate if there’s an additional charge.
DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges
PAYMENT TERMS:
• City of Clearwater’s standard payment terms are NET30
• Electronic Funds Transfer (EFT) / Automated Clearing House (ACH
Vendor: _________________________________________ Date: _______________________________
EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA
Purchase and Installation of Aluminum Signage 23 ITB #31-24
Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one):
Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive.
No exceptions
Exceptions taken (describe--attach additional pages if needed)
Additional Materials submitted (mark one):
No additional materials have been included with this bid
Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable):
Addenda Number Initial to acknowledge receipt
Vendor Name: Date: ____
VENDOR INFORMATION
Purchase and Installation of Aluminum Signage 24 ITB #31-24
Company Legal/Corporate Name: Doing Business As (if different than above):
Address: City: State: Zip: - Phone: Fax:
E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above):
Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this bid: Name: Fax: Phone: E-Mail Address:
Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address:
Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable.
SCRUTINIZED COMPANIES FORM
Purchase and Installation of Aluminum Signage 25 ITB #31-24
SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel.
__________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by ______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ Notary Public ____________________________________ Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
SCRUTINIZED COMPANIES FORM
Purchase and Installation of Aluminum Signage 26 ITB #31-24
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities
in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the
Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and
3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning,
selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days
after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business
operations in Cuba and Syria.
__________________________________________ Authorized Signature __________________________________________
Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________
_ Notary Public ____________________________________ Printed Name
My Commission Expires: __________________ NOTARY SEAL ABOVE
E-VERIFY ELIGIBILITY FORM
Purchase and Installation of Aluminum Signage 27 ITB #31-24
VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM
PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF
ALL NEWLY HIRED EMPLOYEES.
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.
2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system.
4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien.
5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be
awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this
Contract.
__________________________________________ Authorized Signature
__________________________________________ Printed Name
__________________________________________ Title
__________________________________________ Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
OFFER CERTIFICATION
Purchase and Installation of Aluminum Signage 28 ITB #34-24
By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that:
a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature:
Printed Name: Title: Date:
REFERENCES
Purchase and Installation of Aluminum Signage 29 ITB #31-24
Instructions: Vendor shall provide with bid a minimum of three references within the last three (3) years for whom the Vendor has performed similar work, preferably for a public agency of similar size, in the Tampa Bay region. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1
Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Email:
Phone: Fax:
Notes:
Reference # 2
Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Email:
Phone: Fax:
Notes:
Reference # 3
Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Email:
Phone: Fax:
Notes:
Vendor Name: Date:
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
Purchase and Installation of Aluminum Signage 30 ITB #31-24
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID
Submitted by: Company Name:
Address:
City, State, Zip: ITB #31-24, Purchase and Installation of Aluminum Signage Due Date: April 30, 2024, at 10:00 A.M. City of Clearwater
Attn: Procurement
PO Box 4748
Clearwater FL 33758-4748
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
SEALED BID
Submitted by:
Company Name:
Address:
City, State, Zip:
ITB #31-24, Purchase and Installation of Aluminum Signage Due Date: April 30, 2024, at 10:00 A.M.
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
City of Clearwater
Attn: Procurement
100 S Myrtle Ave 3rd Fl
Clearwater FL 33756-5520
Item
No.DESCRIPTION OF SIGN UNIT OF
MEASURE
LEAD TIME
(Days)
PRICE PER ITEM:
NO INSTALLATION
PRICE PER
ITEM:
INSTALLATION
PARK SIGNS WITH LEG SUPPORTS INCLUDED
1.A
SINGLE SIDED FACE PARK IDENTIFICATION SIGN NO MAP
30 inches tall X 78 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.B
SINGLE SIDED FACE PARK IDENTIFICATION SIGN WITH MAP
48 inches tall X 48 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.C
DOUBLE SIDED FACE PARK IDENTIFICATION SIGN NO MAP
30 inches tall X 78 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
Segment 1 - Parks & Recreation Signage
Page 1 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
1.D
DOUBLE SIDED FACE PARK IDENTIFICATION SIGN WITH MAP
48 inches tall X 48 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.E
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.F
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.G
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
48 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
Page 2 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
1.H
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
48 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.I
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
72 inches tall X 18 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.J
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
72 inches tall X 18 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.K
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
78 inches tall X 30 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
Page 3 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
1.L
DOUBLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
78 inches tall X 30 inches wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
EA
$$
1.M
SINGLE SIDED FACE CUSTOM PARK SIGN (PRICED BY SQUARE INCH)
1 inch tall X 1 inch wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube. Digitally printed vinyl graphics to be 3M MCS (match component system)2-
part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the
paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink graphics
provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided graphics.
S.Q. Inch
$$
1.N
DOUBLE SIDED FACE CUSTOM PARK SIGN (PRICED BY SQUARE INCH)
1 inch tall X 1 inch wide single face made from 1/8 inches thick aluminum.
4” x 4” x ¼” wall, aluminum tube support legs
Solid/closed aluminum bottom, sides, and tube.
Digitally printed vinyl graphics to be 3M MCS (match component system)
2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on
the paint from peeling, fading, discoloring, cracking, etc. Support legs to be colored Brown PMS 464C. Digital custom ink
graphics provided by customer at time of order. Blue sign base from City of Clearwater color palette to match provided
graphics.
S.Q. Inch
$$
PARK SIGNS WITHOUT LEG SUPPORTS
1.M
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
6 inches tall X 12 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
Page 4 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
1.O
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
18 inches tall X 12 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
1.P
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
24 inches tall X 18 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
1.Q
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
1.R
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN WITH MAP
36 inches tall X 24 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
Page 5 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
1.S
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
24 inches tall X 36 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
1.T
SINGLE SIDED FACE PARK INFORMATIONAL OR RULE SIGN NO MAP
24 inches tall X 60 inches wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
1.U
SINGLE SIDED FACE CUSTOM PARK SIGN (PRICED BY SQUARE INCH)
1 inch tall X 1 inch wide single face made from 1/8 inches thick aluminum.
Digitally printed vinyl graphics to be 3M MCS (match component system)2-part, polyurethane paint plus clear coat.
(Mathews or Akzo Nobel outdoor grip guard). 9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc. Digital custom ink graphics provided by customer at time of order. Blue sign base from City of Clearwater color
palette to match provided graphics.
EA
$$
DIRECTORY SIGN - Panel Only
1.V Panel Face size is 36"x 41.25"; material is 1/4" polycarbonite, with printed directory information and various
logos. Sign is electric.EA $$
Page 6 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
Item
No.DESCRIPTION OF SIGN UNIT OF
MEASURE
LEAD TIME
(Days)
PRICE PER ITEM:
NO INSTALLATION
PRICE PER
ITEM:
INSTALLATION
ALUMINUM SIGNS .063
2.A 18" X 24" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.B 18" X 24" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
2.C 18" X 36" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.D 18" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
2.E 24" X 36" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.F 24" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
2.G 23" X 45" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.H 23" X 45" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
ALUMINUM SIGNS .080
2.I 18" X 24" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.J 18" X 24" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
2.K 18" X 36" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.L 18" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
2.M 24" X 36" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.N 24" X 36" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
2.O 23" X 45" Digital print - Reflective W/Anti Graffiti Coating EA $$
2.P 23" X 45" Cut Vinyl - Reflective W/Anti Graffiti Coating EA $$
REFLECTIVE VINYL SIGN
2.Q 12" X 30" Full color digital print graphics on reflective 3M IJ5100 vinyl or equal quality vinyl. Includes Anti Graffiti laminate.
For replacement on existing panel.EA
$$
Segment 2 - Other City Signage
Page 7 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
Item
No.DESCRIPTION OF SIGN UNIT OF
MEASURE
LEAD TIME
(Days)
PRICE PER ITEM:
NO INSTALLATION
PRICE PER
ITEM:
INSTALLATION
ALUMINUM SIGNS .063
2.AA 18" X 24" Digital print - Non-reflective W/Anti Graffiti Coating EA $$
2.BB 18" X 24" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
2.CC 18" X 36" Digital print - Non-reflextive W/Anti Graffiti Coating EA $$
2.DD 18" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
2.EE 24" X 36" Digital print - Non-reflective W/Anti Graffiti Coating EA $$
2.FF 24" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
2.GG 23" X 45" Digital print - Non-reflective W/Anti Graffiti Coating EA $$
2.HH 23" X 45" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
ALUMINUM SIGNS .080
2.II 18" X 24" Digital print - Non-reflective W/Anti Graffiti Coating EA $$
2.JJ 18" X 24" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
2.KK 18" X 36" Digital print - Non-reflective W/Anti Graffiti Coating EA $$
2.LL 18" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
2.MM 24" X 36" Digital print - Non-reflective W/Anti Graffiti Coating EA $$
2.NN 24" X 36" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
2.OO 23" X 45" Digital print - Non-reflective W/Anti Graffiti Coating EA $$
2.PP 23" X 45" Cut Vinyl - Non-reflective W/Anti Graffiti Coating EA $$
NON-REFLECTIVE VINYL SIGN
2.QQ 12" X 30" Full color digital print graphics on non-reflective 3M vinyl. Includes Anti Graffiti laminate. For replacement on
existing panel.EA $$
NON-REFLECTIVE VINYL SIGN
Page 8 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
Item
No.DESCRIPTION OF SIGN UNIT OF
MEASURE
LEAD TIME
(Days)
PRICE PER ITEM:
NO INSTALLATION
PRICE PER
ITEM:
INSTALLATION
72"$$
84"$$
96"$$
72"$$
84"$$
96"$$
72"$$
96"$$
120"$$
3.C Heavy Duty Galvanized U-Channel post with 1 3/8" channel depth.
All U-Channel posts must meet MUTCD standards, and mave 3/8" holes on 1 inch centers.
4" x 4" X 1/4" aluminum post
Painted 2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard).
9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. post color Brown PMS 464C.
6" x 6" X 1/4" aluminum post
Painted 2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip guard).
9-year manufacturer warranty on the paint from peeling, fading, discoloring, cracking, etc. post color Brown PMS 464C. 3.B
Segment 3 - Miscellaneous
SIGN POSTS
3.A
Page 9 of 10
Invitation to Bid 31-24, Purchase and Installation of Aluminum Signage
Exhibit A - Bid Pricing
Item
No.Description
4.A
4.B
4.C
4.D
4.E
4.F
4.G
$
$
$
$
$
$
$
Segment 4 - Miscellaneous Labor Rates
Provide a list of hourly labor rates for miscellaneouse sevices associated with signange (removal, install, delivery, etc.) Proper Insurance will be
required for any services. Installation/Removal services will be on an as-needed basis and will not be a primary basis of an award.
Rate Per Hour
Page 10 of 10
30”
78”72”
36”
36”
36”
6”
24”
48”
48”
78”
30”
60”
48”
24”
24”24”
24”24”18”
12”
18”
18”
12”
PARK NAME
SUBTITLEText text text text text text text text text text text text text text text texttext text text text text text text texttext text text text text text text texttext text text text text text text text SUBTITLEText text text text text text text text text text text text text text text texttext text text text text text text texttext text text text text text text texttext text text text text text text text
PARK NAME
TITLE
Text text text text text text text text text text text text text text text text text text text text text
Text text text text text text text text text text text text text text text text text text
PARK NAME
TEXT INFORMATION
INFO
Text text text text text text text text text
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
SUBTITLEText text text text text text text text text text text text text text text text text text text text text text text text text
Text text text text text text text text text
INFORMATION
INFORMATION INFORMATION
Text text text text text text text text text text text text text text text text text text
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
PARK MAP GUIDE1 Parking Lot 6 Open spaces2 Restroom 7 Pickball courts3 Picnic tables 8 Tennis court 4 Playground 9 Pavilion with tables 5 Basketball court 10 Ream Wilson Trail
TITLE Text text text text text text text text text text text text
INFO
Text text text text text text text text text text text text
Text text text text text text text text text text text text
SUBTITLEText text text text text text text text text text text text text text text texttext text text text text text text texttext text text text text text text texttext text text text text text text text
INFORMATION
INFORMATION
Text text text text text text text text text text text text text text text text
PRIMARY PALETTE SECONDARY PALETTE
PANTONE SOLID COATED PANTONE SOLID COATEDPANTONE CMYK COATED
PANTONE 115-5 C
C 51
C 41 / Y 85
C 37 / M 29 / Y 40
Y 31 / K 16
6acff6
a1ce57
a8a798
dccba2
PANTONE 157-7 C
PANTONE 178-4 C
PANTONE 9-2 C
PANTONE CMYK COATED
PANTONE 107-7 C
C 92 / M 48 / K 23
M 87 / Y 36
M 50 / Y 100
M 18 / Y 100
005f9b
ef4871
f7941d
ffcf01
PANTONE P 65-7 C
PANTONE 20-8 C
PANTONE 7-8 C
PANTONE 297 C PANTONE 3015 C
PANTONE 367-C PANTONE 191 C
PANTONE 7536 C PANTONE 137 C
PANTONE 7500 C PANTONE 116 C
EXHIBIT D 1
Size: 78 inches tall x 30 inches wide made from 1/8” aluminum
Requirements:
▪4” x 4” x ¼” wall, aluminum tube support legs
▪Solid/closed aluminum bottom, sides, and tube.
▪Digitally printed vinyl graphics to be 3M MCS (match component system)
▪2-part, polyurethane paint plus clear coat. (Mathews or Akzo Nobel outdoor grip
guard).
▪9-year manufacturer warranty on the paint from peeling, fading, discoloring,
cracking, etc.
Exhibit D - Del Oro Park ID Sign
Park ID Sign at Del Oro Park
401 McMullen Booth Rd, Clearwater, FL 33759
Project Completed February 2023
EXHIBIT D 2
Example: FRONT
EXHIBIT D 3
Example: REAR
IMPORTANT: Some signs may require double sided illustration
EXHIBIT D 4
Example: SIDE
EXHIBIT D 5
Example: WIDTH
EXHIBIT D 6
Example: HEIGHT
EXHIBIT D 7
Example: DEPTH
EXHIBIT D 8
Example: HEIGHT INSTALLED approximate
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0649
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 10.2
SUBJECT/RECOMMENDATION:
Approve an increase to purchase order with CAA ICON for consulting services in connection with
negotiations with the Philadelphia Phillies for a new use agreement of BayCare Ballpark and the Carpenter
Complex in the amount of $140,000.00 bringing the total to $371,000.00 and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
On May 15, 2023, the City Council approved the selection committee’s rankings of Professional Services
Proposal (RFP 31-23) for Negotiation Services between the City and the Philadelphia Phillies Major League
Baseball Team.
On July 20, 2023, City Council approved a purchase order to CAA ICON, for Negotiation Services in the
amount of $210,000.00 as it was determined that CAA ICON had the necessary negotiation expertise and
skills needed to provide a contract between the City and the Phillies that is fair to all parties.
Negotiation services provided include the following:
Phase 1: Negotiation Strategy Development
Phase 2: Deal Structure/Lease Analysis
Phase 3: Negotiation Advisory and Support
Phase 4: Document Execution Support
On August 24, 2023, City Manager approved an increase of 10% ($21,000.00) for reimbursable expenses
(i.e. travel, hotel, meals, etc.) that was overlooked when the initial approval was taken to Council bringing
the new total to $231,000.00.
The contract stipulated that if, at the end of the initial three months, the services were not completed, the
consultant would continue the work on a month-to-month basis at $35,000.00 per month, for up to an
additional three months. CAA ICON has been fulfilling their obligations pursuant to the scope of services
outlined in the contract however, to complete the negotiations staff is requesting an additional $140,000.00
to pay CAA ICON on a month-to-month basis at $35,000 per month. If for some reason the negotiations
and contracts are not completed within the next several months additional funding for this contract may be
required.
APPROPRIATION CODE AND AMOUNT:
Funds are available in non-departmental cost code 0107010-530100 (professional services) to fund this
contract.
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0649
STRATEGIC PRIORITY:
Approval of the purchase order supports several Strategic Plan Objectives, including:
·1.1: Provide evidence-based measurement tools to continually guide municipal performance and
promote accountable governance.
·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and
historic features through systematic management efforts.
·2.2: Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports
Eco-friendly enterprises, and encourages high-quality job growth. and
·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and
national sporting events.
Page 2 City of Clearwater Printed on 6/10/2024
THIS NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES AND
SHIPPING PAPERS.
Purchase
Order #
Purchase Order is subject to standardTermsand Conditions posted atwww.myclearwater.com/purchaseorder-TandC
BILL
TO
Purchase Order
VENDOR
SHIP
TO
Vendor Email Delivery Contact
Date Ordered Date Required Contract Number Department/Location
Vendor No.
Payment Terms
Item#Description/PartNo QTY UOM Unit Price Extended Price
By:Procurement Manager
Page 1 of 1
23000992PARKS& RECREATION - ADMIN100 S MYRTLE AVE1ST FLOORCLEARWATER, FL 33756Phone: 727-562-4800
ICON VENUE GROUP LLC
CAA ICON5075 S SYRACUSE ST, STE 700DENVER, CO 80237
PARKS & RECREATION - ADMIN
100 S MYRTLE AVE1ST FLOORCLEARWATER, FL 33756
Phone: 727-562-4800
08/24/2023 PKS & REC
205581
0
>FOB DESTINATION unless otherwise indicated>DISCOUNT (if shown) reflects payment terms
1 EA6.0 $210,000.00$35,000.00NEGOTIATION SERVICES BETWEEN THE CITY AND THEPHILADELPHIA PHILLIES MLB TEAM RFP# 31-23PHASE1: NEGOTIATION STRATEGY DEVELOPMENTPHASE2: DEAL STRUCTURE/LEASE ANALYSISPHASE3: NEGOTIATION ADVISORY AND SUPPORTPHASE4: DOCUMENT EXECUTION SUPPORT
2 EA21,000.0 $21,000.00$1.00REIMBURSABLE EXPENSES
Total Ext. Price $231,000.00PO TOTAL $231,000.00
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0675
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 10.3
SUBJECT/RECOMMENDATION:
Authorize Guaranteed Maximum Price proposal to Keystone Excavators, Inc. of Oldsmar, FL, for
renovations and improvements of McKay Park located at 610 Mandalay Avenue in the amount of
$1,337,048.04 pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk Services
Continuing Contracts; a third quarter budget amendment transfer of $301,015.00 from M2206 Parks and
Recreation R&R, $99,039.59 from C2210 Sailing Center Dock Repairs, $47,405.50 from C2213 Shade
structures, and $53,469.97 from 315-93667, to C2304 McKay Park Improvements and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
On September 17, 2020, Council approved the use of thirteen firms to serve as Construction Managers at
Risk (CMAR) for Continuing Contracts under RFQ 40-20 and Keystone Excavators, Inc. was selected as
one of the approved firms.
Keystone Excavators, Inc. was selected from the approved CMAR Continuing Contracts List based on
past reliability, professionalism, prevalent on-site supervisory personnel, and their ability to put together a
team of various disciplines to complete this project, as well as their past performances with other
pickleball court projects within the City of Clearwater’s Parks portfolio. Their ability to deliver quality
services, expedite designated timelines, and communicate clearly with the client makes them the CMAR
to be considered for this project.
McKay Park is a neighborhood park (1.68 acres) that has served the recreational needs of the Clearwater
Beach residential community for over 40 years, first as an open grass playfield area for youth activities and
later with a playground, parking lot, outdoor exercise equipment, picnic grills, and two boccie ball courts.
Just recently half of the park was used as a temporary location for Fire Station 46 while it was being
reconstructed at the southwest corner of Mandalay Avenue and Bay Esplanade.
Recreational amenities for residents and visitors on Clearwater Beach are limited to just a few small park
areas of which McKay Park is one. The sport of pickleball has become the fastest growing sport in the
country and with that there has been a tremendous demand to provide pickleball courts for the residents of
Clearwater. Currently there are no dedicated pickleball courts on Clearwater Beach and enthusiasts are
using the basketball and tennis courts at the Clearwater Beach Recreation Complex to play their sport.
This is certainly not an ideal situation as it prevents basketball and tennis players the opportunity to play
their sports on courts designed for them.
This project includes the construction of six new pickleball courts which should solve this problem. In
addition, the remainder of the park will be redeveloped with new playground equipment, exercise
equipment, bocce ball court, shade structures, sidewalks, lighting, retention pond and other miscellaneous
park amenities.
Staff has worked closely with the Clearwater Beach Civic Association and citizens advocating for new
pickleball courts at McKay Park in the development of a plan for the park.
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0675
Keystone Excavators Inc. will be responsible for most of the work which includes all sitework needed for
the project, construction of stormwater improvements, pickleball courts, sidewalks, bocce ball court,
fencing, irrigation, and landscaping. Installation of playground will be done by Landscape Structures Inc.
and future installation of LED lights for the pickleball courts by Musco Lighting.
The total project budget is estimated to be $1.9 million. The following funding is identified in the McKay
Park project and available to be transferred from other Parks capital projects:
General Fund Revenue: $1,100,000
Donations: $200,000
General Fund from M2206: $301,015 (for playground)
General Fund from other closed projects: $199,915
Approximately $100,000 will still be needed to fund the installation of lighting at a future date. Staff is
currently reaching out for additional donation opportunities.
Staff is recommending the transfer of $301,015.00 from capital project M2206, Parks and Recreation R&R,
as this is the fund used for playground replacements. The balance of funds needed will come from closing
out other completed capital projects. The transfer of these funds will not have an impact on other planned
projects. Additional personnel are not required for this project as the park is currently being maintained
by existing staff. Operating budgets will increase by approximately $12,000.00 for the cost of utilities and
supplies.
This is a 180-day contract from notice to proceed which is anticipated to begin in July and be completed
by late December 2024.
APPROPRIATION CODE AND AMOUNT:
A third quarter budget amendments will transfer $301,015.00 of general fund revenue from M2206 Parks
and Recreation R&R, $99,039.59 form C2210 Sailing Center Dock Repairs, $47,405.50 from C2213 Shade
structures; $53,469.97 from 315-93667 Del Oro Park to project C2403, McKay Park Improvements to
provide total project funding.
USE OF RESERVE FUNDS:
N/A
STRATEGIC PRIORITIES:
Funding the purchase of the new playground equipment aligns with the following City of Clearwater
Strategic Plan Objectives:
·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and
historic features through systematic management efforts.
·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources
required to sustain that level of service.
·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all
our customers; and
·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and
national sporting events.
·3.2: Preserve community livability through responsible development standards, proactive code
compliance, and targeted revitalization.
Page 2 City of Clearwater Printed on 6/10/2024
PROPOSAL
Project: MCKAY PARK R2
DescripƟon: McKay Park Site Improvements
Bid LocaƟon: Clearwater Beach, FL
From:Keystone Excavators, Inc.
371 Scarlet Blvd.
Oldsmar, FL 34677 USA
Contact: Marcus M. Epling
Phone: 813 854 2342
Email: marcus@keystoneexcavators.com
ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT
100
MobilizaƟon
1.000 LS $57,500.00$57,500.00
200
Maintenance of Traffic
1.000 LS $6,500.00$6,500.00
300
Survey and Layout & As-Builts
1.000 LS $23,485.00$23,485.00
400
Bond
1.000 LS $26,850.00$26,850.00
500
Silt Fence
1,000.000 LF $3,250.00$3.25
510
Inlet ProtecƟon
3.000 EA $885.00$295.00
520
Tree Barricade
665.000 LF $6,151.25$9.25
PROPOSAL
ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT
540
Install Temporary Chain Link Fencing - Furnished
to Site by City
1,200.000 LF $7,500.00$6.25
530
Soil Tracking PrevenƟon Device (Install, Maintain,
Remove)
1.000 EA $4,750.00$4,750.00
600
Clearing and Grubbing
1.000 LS $121,500.00$121,500.00
610
Tree Removal (Tree #s: 707 , 728 , 729 , 732 , 740
, 745 , 767 , 768)
8.000 EA $0.00$0.00
630
Demo Nothmost Bocce Ball Pit's Retaining Wall
1.000 LS $4,050.00$4,050.00
640
Onsite Cuts & Fills
200.000 CY $5,400.00$27.00
660
ExcavaƟon and Disposal
600.000 CY $31,200.00$52.00
670
Grading
1.000 LS $10,250.00$10,250.00
700
Precast Control Strucure W/ Skimmer
1.000 EA $12,500.00$12,500.00
PROPOSAL
ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT
710
16" DucƟle Iron Storm Pipe
45.000 LF $15,300.00$340.00
720
Precast JuncƟon Box
1.000 EA $16,250.00$16,250.00
730
Connect ExisƟng Pipe to New Structure
2.000 EA $3,700.00$1,850.00
740
Encapsule Water W/ Flowable Fill at Storm
Crossing LocaƟon
1.000 LS $3,750.00$3,750.00
750
Asphalt Road RestoraƟon (Storm Trench)
1.000 LS $8,800.00$8,800.00
800
3/4" Water & Appurtenances (for drinking
fountain)
1.000 LS $9,850.00$9,850.00
920
Concrete Sidewalk
4,800.000 SF $90,480.00$18.85
925
Tree PreservaƟon Sidewalk
200.000 SF $5,150.00$25.75
930
Header Curb (Pickleball Courts)
620.000 LF $42,160.00$68.00
PROPOSAL
ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT
935
8" Reveal Concrete Curb (Bocce Ball Court)
170.000 LF $11,560.00$68.00
940
8" Crushed Concrete Base (Pickelball Courts)
1,280.000 SY $66,240.00$51.75
945
3" Asphalt - SP 9.5 (Pickleball Courts)
1,280.000 SY $72,000.00$56.25
950
4" Concrete Bench Slab (7' x 4')
7.000 EA $3,689.00$527.00
955
20' x 20' Concrete Bike Pad
1.000 EA $7,540.00$7,540.00
1000
Resurface ExisƟng Bocce Ball Court
1.000 LS $26,500.00$26,500.00
1010
Pickleball Courts (Surfacing, Nets, Posts)
1.000 LS $106,000.00$106,000.00
1020
8' Tall Black Vinyl Coated Fence (Pickelball Courts)
344.000 LF $13,760.00$40.00
1030
4' Tall Black Vinyl Coated Fence (Pickelball Courts)
332.000 LF $8,964.00$27.00
PROPOSAL
ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT
1040
6' Tall Black Vinyl Coated Fence (Pickelball Courts)
180.000 LF $6,030.00$33.50
1050
4' Wide x 6' Tall Athlete Gate (Pickleball Courts)
6.000 EA $6,150.00$1,025.00
1060
8' Entry Gates (Pickleball Courts)
6.000 EA $6,960.00$1,160.00
1070
4' Tall Black Vinyl Coated Fence (Playground)
226.000 LF $6,102.00$27.00
1080
6' Wide x 4' Maintenance Gate (Playground)
2.000 EA $2,050.00$1,025.00
1090
4' Wide x 4' Access Gate (Playground)
2.000 EA $2,050.00$1,025.00
1100
LighƟng / Electrical Package, Complete per Bid
Docs
1.000 LS $230,250.00$230,250.00
1110
CoordinaƟon W/ City's Contracted LighƟng
Contractor
1.000 LS $2,500.00$2,500.00
1200
Design Build IrrigaƟon System
1.000 LS $75,250.00$75,250.00
PROPOSAL
ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT
1210
Site Landscaping
1.000 LS $48,000.00$48,000.00
1220
Tree and Root Pruning
300.000 LF $2,250.00$7.50
CONT - 1
ConƟngency
1.000 LS $115,991.79$115,991.79
TOTAL BID: $1,337,048.04
Project Comments
Project Notes /Exclusions:
No permits, fees, or testing of any kind figured unless explicitly stated within this proposal's notes or
bid line items.
It is assumed that the City will deliver temporary fencing materials to the site for Keystone's use.
Keystone will set up and tear down the fence as necessary for construction.
Site furniture is not included (shade canopys, trash receptacles, benches, signage, playground
equipment).
Bike station repair is not included.
Undercutting of unsuitable soils and backfill with suitable materials has not been figured.
All fills required to bring site to proposed subgrade shall be accomplished with on-site material,
imported fills have not been figured.
Pricing does not figure encountering underground obstructions such as rock, unmarked utilities or
utilities not clearly marked on the bid plans.
Rerouting, fixing, or replacement of encountered existing utilities in the way of proposed work has not
been figured.
Pickleball Court Surfacing Notes:
PROPOSAL
(1) coat of Deco Acrylic Surfacing and (2) coats of Deco Color MP for surfacing. Courts will be flooded and
patched as necessary prior to surfacing coats. Windscreen curtains not included. Windscreen logo not
included. Warranty on all workmanship and materials is 1 year. Included equipment: (6) aluminum court
number signs, (6) clean court units, and (1) court sponge unit. Total area: 90' x 64' x 2 EA surfaces (6 total
regulation-sized pickleball courts).
Bocce Ball Court Resurfacing Notes:
This item includes the removal of existing Bocce Ball Couty synthetic turf and installation of new green
synthetic turf material installed to manufacturer specifications. 12' x 70' total area.
Permanent fencing notes:
3" terminal / gate post, 2.5" line post (8' ht fence), 2" line post (6' & 4' ht. fence), 1-5/8" top rail, 2" x 9
guage wire, tension wire, all posts set in concrete.
Electrical /Lighting Notes:
INCLUDED:
Supply and installation of (7) specified sight lighting direct buried poles and LED fixtures
Supply and installation of (2) stanchion mount monument lights and concrete base
Supply and install conduit only for pickleball court lighting
Supply and install conduit and conductors for site lighting
Supply and install conduit and conductors for monument sign lights
Supply and install service conduit and conductors for 100A service
Supply and install conduit and conductors for court receptacle circuit
Supply and install empty 1-1/2” conduit for future data
Supply and install empty 2” conduit to service rack for communication
Supply and install electrical service rack as specified
Supply and install single phase electrical service as specified
Supply and install lighting controls for site lighting and monument sign
Supply and install courtside receptacles for general purpose use as specified
EXCLUDED:
Supply or installation of Musco Lighting or Musco Controls
Electrical drawings, if required
Electrical - Related Permitting fees
Bid Item 1100 for coordination with City's lighting contractor is for office and field time to ensure
efficient and smooth construction process between our electrician and the City's selected contractor. Price
does not include Keystone assisting by providing materials, equipment, manpower, etc.
Maintenance of traffic has been priced in minimal fashion. The price does not include detour setups,
VMBs, or any major "project-long" rental setup. Only standard MOT items have been included to facilitate
the on site construction work with minimal off-site setup and minimal flagging operations where necessary.
PROPOSAL
The intent is to utilize temporary chain link construction fencing (furnished by The City) to enclose the
work site during construction.
bocce ball pitbocce ball pittabletablebe
n
c
h
benchvalley curbvalley curbvalley curbvalley curbvalley curb
valley curb
valley curb
valley curb
straight curbstraight curbstraight curbstraight curbstraight curbstraight curb straight curbstraight curbstraight curb 4' concrete sidewalk5' concrete sidewalk4' concrete sidewalk
4' concrete sidewalk5' concrete sidewalk5' concrete sidewalk5' concrete sidewalkstraight curb6' wood fence
10' chainlink fenceconcrete driveexisting asphaltparking lotconcrete driveconcrete driveconcrete driveconcrete driveconcrete driveconcrete driveconcrete slabconcrete slabc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sMCKAY PARKCITY PARKINGLOT #396' wood fenceRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCW RCW RCW RCW RCW RCW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW W W W W W W W
WWWWWWW W W W W W W W W12" di reclaimed water12" di reclaimed water12" di reclaimed water12"di reclaimed water4" pvc reclaimed water 12" potable water12" potable water8" potable water8" potable water6" potable water
12" potable water8" potable water6" potable water
6" di potable water6' concrete sidewalk3' hedgeconcreteconcrete
concreteEXISTING 5'CONCRETE SIDEWALK
bocce ball pittabletablebe
n
c
h
benchvalley curbvalley curbvalley curbvalley curbvalley curb
valley curb
valley curb
valley curb
straight curbstraight curbstraight curbstraight curbstraight curbstraight curb straight curbstraight curbstraight curb
5' concrete sidewalk5' concrete sidewalk4' concrete sidewalk
4' concrete sidewalk5' concrete sidewalk5' concrete sidewalk5' concrete sidewalkstraight curb6' wood fence
10' chainlink fenceconcrete driveexisting asphaltparking lotconcrete driveconcrete driveconcrete driveconcrete driveconcrete driveconcrete driveCONCRETE SLABc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sc/sMCKAY PARKCITY PARKINGLOT #396' wood fenceRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCWRCW RCW RCW RCW RCW RCW RCW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW W W W W W W W
WWWWWWW W W W W W W W W12" di reclaimed water12" di reclaimed water12" di reclaimed water12"di reclaimed water4" pvc reclaimed water 12" potable water12" potable water8" potable water8" potable water6" potable water
12" potable water8" potable water6" potable water
6" di potable water6' concrete sidewalk3' hedgeconcrete
concreteEXISTING 5'CONCRETE SIDEWALKEXISTINGCONCRETE SLABEXISTING
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0640
Agenda Date: 6/17/2024 Status: Approval ReviewVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 10.4
SUBJECT/RECOMMENDATION:
Approve First Amendment to the Agreement between the City and Ruth Eckerd Hall Inc. for the
management and operation of The BayCare Sound. A venue license agreement between the City and Ruth
Eckerd Hall Inc. (REH) was entered into in December 2022 to manage, program, and operate the venue.
SUMMARY:
SUMMARY:
A venue license agreement between the City and Ruth Eckerd Hall Inc. (REH) was entered into in
December 2022 to manage, program, and operate the venue now known as The BayCare Sound. The
grand opening of the park and The BayCare Sound occurred on June 28, 2023, and has been in operation
for almost a year.
During the first year of operation both the City and REH have recognized the need to amend the original
agreement to provide for certain clarifications as well as add new language to strengthen the agreement
between the city and REH. These changes and additions to the agreement will allow for REH and the city
to provide for more effective and efficient operations of The BayCare Sound.
Amendments to the agreement are as follows:
“Section 2.2 (e) - Property Security for events” - Amends title to “Safety of Attendees at Events” and adds
a paragraph to clarify when REH is to notify city about a confirmed event; capacity of the green, deadlines
to increase or decrease attendance estimates; standard seating configurations and modifications if
needed. Also adds language regarding the city’s Severe Weather policy and responsibility of each party.
“Section 2.2 (h) - Operational Services” - Amends section by adding language to clarify responsibility for
the payment of operational expenses including electricity, water, sewer, wastewater, trash compaction,
stormwater, and reclaimed water; removal of seats and cleaning of turf area; providing portable or
temporary restroom facilities for crowds over 4,000 persons; and keeping public areas open during private
events at the View.
“Section 2.2 (g) - Parking Facility at the Venue” - Amends section by adding a sentence to clarify the use
of the south side of Drew Street during an event.
“Section 2.2 (l) - Compliance with Laws” - Amends section by adding language to clarify monitoring of
sound levels by REH; proposing amendments to the city’s noise ordinance to allow for sound checks;
continued compliance with existing sound ordinance; providing hotline for neighbors and citizens regarding
real-time issues; and provide method for responding to citizen complaints.
“Section 2.2 (o) - Maintenance” - Amends section on maintenance to include REH responsibility for Wi-Fi;
city responsibility for maintenance between 7:00 am and 4:00 pm; maintenance after these hours; and
requirements for notification of repairs or maintenance completed.
“Section 2.2 (r) - Venue Management” - Amends section by adding paragraph to address vendor or REH
responsibility to cover damage to park property and adds paragraph regulating public waterfront access
Page 1 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0640
during concerts.
Create a new Section entitled “Section 2.2 (t) - Temporary Fencing and Other Equipment Setup and
Removal” - The new section addresses the timing of the setup for events, public access to the venue
during sound checks and repairs, access to the public restrooms up to three hours before events and time
when set up for events are to be removed.
Create a new Section entitled “Section 2.2 (u) - Modifications and Upgrades to the Venue” - The new
section addresses improvements or modifications to the Venue by REH.
“Section 3.3 - Securing the Venue” - Allows for the licensee to be responsible for securing the venue rather
than the city and provides for additional permanent fencing and gates for the venue; provides for a new
exhibit F depicting location of permanent and temporary fencing.
“Section 3.5 - Venue Sponsorships and Associated Benefits” - Amends this section to clarify pouring
rights locations in the park; acknowledges the City’s Naming Rights Agreement with BayCare; recognizes
the relationship of REH and city to work together on other Venue and Park Sponsorships.
“Section 3.5 (b)- Venue Sponsorships and Associated Benefits” - Provides for REH to donate ten tickets to
the Venue Sponsor rather than the city or sponsor having to compensate REH for them.
“Section 3.5 (f) - Venue Sponsorships and Associated Benefits” - Allows the Vendor Sponsor the ability to
purchase two additional front section or highest price tickets if available.
Create new subsections for “Section 3.5 - Venue Sponsorships and Associated Benefits” - These new
subsections below are needed to address issues relating to the City’s Naming Rights Agreement with
BayCare.
Subsection 3.5 (g) - addresses the use of logos in marketing and media buys and Style Guide for logos.
Subsection 3.5 (h) - addresses the depletion of old logo inventory and replenishment of new inventory.
Subsection 3.5 (i) - addresses use of the VIP area aka the View.
Subsection 3.5 (j) - addresses minimum obstruction or concealment of the facility logo.
Subsection 3.5 (k) - addresses new domain name.
Subsection 3.5 (l) - addresses staff uniforms and logos and compliance to Style Guide.
Subsection 3.5 (m) - addresses using facility logo on digital tickets.
“Section 3.8 - City Assets and Maintenance” - Created a new subsection 3.8 (e) that addresses the
stocking of paper products, soap and cleaning supplies for the restrooms and responsibilities for cleaning
shared restrooms between REH and the city.
“Section 3.11 - City Events” - Amends section to allow the City to schedule the use of the venue from 365
days to 180 days prior to the event and details process for scheduling and securing venue dates;
established provisions for the use of professional venue management services used for City Events;
provides for the use of professional event management services if the city event ticket price exceeds
twenty-five ($25.00) for a city event; provides language to address provisions for how the city can use and
reserve the unshaded lawn portion of the Venue for city lawn events.
“Section 3.12 - Additional Events” - Amends section to eliminate programming of the Venue by REH during
Jazz Holiday if Jazz Holiday is held in Coachman Park rather than the Venue.
“Section 5.2 - Profit Sharing” - Amends section to change annual payment from calendar year to fiscal
year.
“Section 5.5 - City Information Rights” - This section is deleted in its entirety and replaced with new
language regarding records and right to audit as provided by the City auditor.
Page 2 City of Clearwater Printed on 6/10/2024
File Number: ID#24-0640
“Section 9.3 - Order of Precedence” - This section is deleted in its entirety and replaced with new
language. This amendment is needed to reflect the new relationship between all parties. In the event of
any unforeseen conflict between the City Naming Rights Agreement with BayCare and this First
Amendment the Naming Rights Agreement shall supersede and control.
Section 3.11 of the Venue Agreement between the City and Ruth Eckerd Hall, Inc. addresses the City’s
right to use The BayCare Sound without payment of rental or usage fees, on July 4, July 5, and up to ten
additional dates per calendar year.
To address the scheduling and cost for these ten events they have been included in this agenda item for
discussion and approval.
The events and costs recommended are as follows:
1.October 2024 Hispanic Heritage Festival $50,000
2.December 2024 Holiday Event $50,000
3.January 2025 Martin Luther King Jr. Rally $15,000
4.February 2025 Sea Blues Festival Day 1 $30,000
5.February 2025 Sea Blues Festival Day 2 $30,000
6.May 2025 Memorial Day Event $15,000
7.May 2025 High School Graduation(s)$25,000
8.November 2025 Veterans Day Event $15,000
9.August 2025 BayCare Sound Silver Screen Movie $15,000
10.September 2025 Clearwater’s Live, Love, Local Celebration $25,000
Total $270,000
There is no requirement to use any or all the ten days allocated by the agreement with REH but, if the city
chooses to use the venue for these events the total costs is estimated to be $270,000 which would be
included in the special events budget for FY 2024/25 budgeting purposes.
APPROPRIATION CODE AND AMOUNT:
N/A
USE OF RESERVE FUNDS:
N/A
STRATEGIC PRIORITIES:
Approval of this amendment supports several Strategic Plan Objectives, including:
·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all
our customers.
·2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors.
·2.2: Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports
Eco-friendly enterprises, and encourages high-quality job growth. and
·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and
national sporting events.
Page 3 City of Clearwater Printed on 6/10/2024
Page 1 of 14
FIRST AMENDMENT TO VENUE LICENSE AGREEMENT
This First Amendment to the Venue License Agreement (“First Amendment”) is made
as of the ____ day of _______________, 2024 by and between the City of Clearwater, Florida, a
municipal corporation herein referred as “City” and Ruth Eckerd Hall, Inc., a Florida not-for-
proflt corporation “Licensee” and collectively with the City, the “Parties”.
WHEREAS, the City and Licensee entered into that certain Venue License Agreement
dated December 12, 2022 for the Licensee to manage and operate an Amphitheater located
within Coachman Park described therein, and commonly known as The Sound; and
WHEREAS, the Licensee has successfully operated The Sound since June 2024, and
has met all parameters of the lease ; and
WHEREAS, during the flrst 8 months of operation both the Licensee and the City have
determined that there are some portions of the agreement that need clariflcation; and
WHEREAS, the Licensee and City also agree that there are some additional portions
of the agreement that need to be modifled and strengthened; and
WHEREAS, the Parties desire to amend the Agreement to refiect the terms as
provided for in this First Amendment.
NOW THEREFORE, in consideration of the mutual covenants contained herein, the
Parties agree to amend the Venue License Agreement as follows:
Recitals. The foregoing recitals are true and correct and are hereby incorporated in and
form a part of this First Amendment.
“Section 2.2(e) – Property Security for events” is hereby amended in title to say, “Section
2.2(e) – Safety of Attendees at Events,” and add the following language after the flnal
sentence in that section:
Clearwater Police, Fire and Parks and Recreation Departments representatives
will be notifled via email by Licensee immediately when an event is conflrmed.
Capacity for ticketed events using the green lawn east of the covered seats shall
be determined by City safety officials. The deadline to increase or decrease
attendance capacity shall be no later than twenty-one (21) calendar days before
the event unless otherwise agreed to by the parties. The parties have agreed to
standard seating conflgurations depicted in composite Exhibit “G”. The Licensee
may use any of these standard seating conflgurations for its events. In the event
the Licensee desires to use a different seating conflguration, or increase the
number of seats, the Licensee will submit the request to the City for approval
Page 2 of 14
prior to selling tickets for the event. The City will review the request and, within
the applicable law and ordinances, determine in the exercise of reasonable
discretion whether the request can be granted. City will respond to such
requests in a timely manner.
The City’s standard operating procedure for Severe Weather is included as
Exhibit E, and both parties have agreed to follow the City’s policy regarding
Severe Weather. The City shall not be responsible for any costs, loss of revenue,
incidental, or consequential damages as a result of an event the Licensee
cancels or is required to cancel as a result of the Severe Weather policy.
“Section 2.2(h) – Operational Services” is hereby amended to add the following language
after the flnal sentence in that section:
Licensee shall be billed on a quarterly basis for electricity at the Venue, including without
limitation the main building and north restroom building. Concerning allocation of other
costs, Licensee also shall be billed and shall pay: 100% of the cost of water, sewer, and
wastewater for the 1½ inch meter that services the north restroom building (which is open
for Licensee or city events only); 50% of the costs of water, sewer, and wastewater for the 2
inch meter that services the public restrooms and main building at the Venue; and 50% of
the costs of water, sewer, and wastewater for the 1½ inch meter that services the vendor
areas in the plaza and in the green (the grassy area beyond the venue fencing near South
Gate 2). The Licensee shall also be billed and pay 25% of solid waste and trash compaction
services, which will be billed to the Licensee by the City on a quarterly basis. The City shall
pay 100% of stormwater fees, along with 100% of any gas fees incurred as a result of the gas
torches affixed to the Venue, and not seek reimbursement from the Licensee for either
expense. The gas torches shall be separately metered. Any future utilities installed by or at
the request of the Licensee, such as dedicated Wi-Fi for the Venue or cable television for the
Venue, shall be paid 100% by the Licensee, or the City shall be reimbursed 100% for those
costs.
All removable seats may remain throughout the year, apart from twice a year when all
seats are removed for turf maintenance and deep cleaning (typically Summer and
Winter). The City shall notify the Licensee at least thirty (30) days in advance of
scheduled maintenance and deep cleaning. In addition, the Licensee shall remove
some or all seats at the City’s request and Licensee’s expense prior to scheduled City
Events.
The parties recognize that the Venue was designed to accommodate 4,000 persons
seated under the canopy. The Licensee may hold larger events by issuing tickets for
customers to sit in the lawn area, in addition to the 4,000 persons who can be
accommodated under the canopy. However, the total occupancy of the Venue shall
be determined by the City in compliance with the Florida Building Code and Florida
Fire Prevention Code, as amended from time to time. The Venue was designed for
public restroom facilities in the building and adjacent freestanding facility in the lawn
Page 3 of 14
seating area serving the structure and up to 4,000 persons seated under canopy. If
the Licensee elects to hold larger events, exceeding 4,000 people, the Licensee shall
provide any portable or temporary restroom facilities the Licensee deems
appropriate, at the Licensee’s sole cost.
Licensee will include small or private event rentals on the event calendar for City
reference. When a private event is held solely at or within The View, the public
restrooms and other public areas will remain accessible to the public using
Coachman Park.
“Section 2.2(j) -- Parking Facility at the Venue” is hereby amended to add the following
language after the flnal sentence in that section:
Prior to and during an event, the south side of Drew Street adjacent to the Venue is
reserved for public safety vehicles and equipment; Licensee will utilize the north side
of Drew Street for operational use.
“Section 2.2(1) -- Compliance with Laws” is hereby amended to add the following language
after the flnal sentence in that section:
In the operation of the Venue, the Licensee shall materially comply with all laws,
ordinances, and regulations applicable to it with respect to operation of the Venue,
including noise ordinances, as amended from time to time. Sound levels will be
monitored and recorded by Licensee and all records regarding sound must be
retained for a period of one year from performance date.
The parties have agreed to propose amendments to the City’s noise ordinance that,
if adopted by the City Council, will expressly allow the Licensee to conduct sound
checks within a flve-hour window before gates open for a scheduled event; however,
the proposed ordinance will not allow any sound check prior to 10:00 AM unless an
exception is approved in writing by the City Manager or designee. The parties agree
that unless and until the noise ordinance is revised by the City Council, the Licensee
shall continue to comply with the City’s existing noise ordinance.
Regardless of whether the City’s noise ordinance is amended, the Licensee will
maintain a community hotline for neighbors and citizens to report real-time issues
during the events including noise mitigation. Licensee will contact the complainant
within a period of two (2) business days from the complaint; keep a record of all
complaints; assist the City with complaints reported to City Council or other City
officials within two (2) business days; and provide reports upon request from the City
regarding the number, type and resolution of the complaints received from the
hotline.
“Section 2.2(o) – Maintenance” is hereby amended to read as follows:
Page 4 of 14
Licensee shall be responsible for maintenance of all assets owned by the Licensee,
including any Wi-Fi used for operational purposes, and shall keep such assets in good
repair, normal wear and tear excepted, and shall report any known issues related to
the Venue or any other City Assets to the City’s Venue Manager. The City is
responsible for general building maintenance and repairs throughout the Venue and
Coachman Park, including, without limitation, HVAC, Plumbing, Electrical and other
licensed tradeswork, and will perform these functions on weekdays between the
hours of 7:00AM and 4:00PM. If a repair is needed outside of these times, the
Licensee shall utilize one of the City’s approved Mechanical, Electrical, and Plumbing
contractors from a list provided by the City’s Building and Maintenance department.
For minor repairs and during emergencies, Licensee may utilize their own staff or
vendors to make the necessary repairs. The Licensee shall notify the City’s Venue
Manager of such repairs as soon as practical after the repair commences . Licensee
shall, in consultation with the City, conduct periodic risk management inspections.
If and to the extent that any maintenance or repairs are performed on the City Assets,
for or on behalf of the City, such maintenance or repairs shall be performed in a good
and workmanlike manner and in material compliance with applicable laws. Any
repairs made to City Assets for and on behalf of the City, shall be reimbursed within
Thirty (30) days of written request to the City.
“Section 2.2(r) -- Venue Management” is hereby amended to add the following language after
the flnal sentence in that section:
Licensee may stage vendors in the food court or any location within the boundaries
of the Venue, as well as other locations requested and approved by the City Manager
or their designee. Licensee shall fully reimburse the City for any damage caused by
Licensee vendors to City assets, including without limitation irrigation, electrical
boxes, plant material or other foliage, fences, or other City-owned equipment. Any
damage caused by Licensee vendors must be reported to the City as soon as
possible.
Waterfront access will be available to the public during concerts unless approved
otherwise by the City Manager or their designee. As stated in Section 2.2(h), when a
private event is held at The View, the park and main building restrooms will remain
open to the public.
A new section is hereby created in the contract, to be titled, “Section 2.2(t) – Temporary
Fencing and Other Equipment Setup and Removal.” This new Section 2.2(t) shall read as
follows:
(t) -- Beginning at 7:00AM the day before a Licensee event, the Licensee may utilize
the Venue in a non-exclusive capacity to set up equipment such as tents, barricades,
tables, temporary fencing, and green privacy screening. The green privacy screening
Page 5 of 14
may be affixed to the fence. However, the Licensee shall not be allowed to “stake” or
otherwise inert any fencing, barricade, or other equipment into City property, such as
the City’s landscape or hardscape, without advance written permission from the City.
In addition, while engaging in setup activities the day before an event, the Licensee
shall allow public access to the Venue except for the seating area located under the
canopy.
Notwithstanding the previous paragraph, the Licensee may restrict access to the
Venue the day before a scheduled event for the express purpose of conducting sound
checks or performing or supervising necessary repairs. The parties intend for such
restrictions to be used infrequently, and for public access to be restricted only to the
extent absolutely necessary for the Licensee to perform these functions.
Access to the main public restrooms will be accessible until three (3) hours prior to
the scheduled gate opening, except in the event of emergency closure.
After an event concludes, any privacy screening erected by the Licensee shall be
removed by the Licensee at its own expense within twenty-four (24) hours, unless a
different performer is scheduled by the Licensee to perform within flve (5) days of the
event that most recently concluded. If a different performer is scheduled by the
Licensee within that flve (5) day period, the Licensee may allow the privacy screening
to remain in place.
A new section is hereby created in the contract, to be titled, “Section 2.2(u) – Modifications
and Upgrades to the Venue.” This new Section 2.2(u) shall read as follows:
(u) -- Licensee shall submit to the City in writing any requested or desired
improvements or modiflcations to the Venue. The City will determine on a case-by-
case basis whether to authorize the Licensee to perform the work at its own expense,
whether the City shall perform the work at Licensee expense, whether the City shall
participate or contribute flnancially to any upgrade, or whether to disapprove the
modiflcation in whole or in part. Any modiflcations or upgrades to the Venue
performed by the Licensee must receive proper permits from the City.
“Section 3.3 – Securing the Venue” is hereby amended to read as follows:
Securing the Venue. The Licensee may, in its sole discretion, take reasonable and
necessary actions to secure the stage and the covered seating area when not in use
for events or preparation therefor. Such actions shall include, but not be limited to,
locking doors, fencing, and otherwise restricting access to the public as necessary
to ensure the physical security of all City Assets and Licensee Assets at the Venue.
Notwithstanding the previous paragraph, all agreed upon and allowed locations of
temporary and permanent fencing is depicted in Exhibit F. Any permanent and
Page 6 of 14
temporary fencing shall be purchased and provided by the City. The Licensee shall
only use fencing provided by the City, or expressly approved in writing by the City. Any
physical alteration of the Venue other than fencing, such as the installation of new
doors, shall be requested by the Licensee pursuant to the process described in
Section 2.2(u) of this First Amendment.
“Section 3.5 – Venue Sponsorships and Associated Benefits” is hereby amended to read as
follows:
Venue Sponsorships and Associated Beneflts. The City shall negotiate, administer,
and execute in the City' s name, all Venue Sponsorships and Park Sponsorships. For
purposes of this Agreement, " Venue Sponsorships" means sponsorships for naming
rights for the Venue and any portion thereof, including suites, sections, concession
areas, etc., pouring rights for all areas of Coachman Park and the City (except for the
Venue), and any other sponsorship associated with the physical Venue and flxed
infrastructure to the extent owned by the City.
As one example of a Venue Sponsorship, the parties acknowledge the City’s Naming
Rights Agreement with BayCare approved by the City Council on March 7, 2024. The
phrase “Venue Sponsor,” as utilized in this First Amendment or elsewhere in the
original Venue License Agreement, shall now refer to BayCare, and may be used
interchangeably with BayCare.
While recognizing that the City owns the entire Venue, along with Coachman Park,
the City and, if applicable, its third-party sponsorship marketing entity, shall continue
to work in good faith with the Licensee in the negotiation, administration and
execution of any Venue Sponsorships or Park Sponsorships. The beneflts available to
the Venue Sponsor, and compensation owed to the Licensee, shall be governed by
the following terms:
“Section 3.5 – Venue Sponsorships and Associated Benefits” is hereby amended as to
subsections 3.5(b) and 3.5(f), with those subsections now reading as follows:
(b) – The Licensee shall donate the ten (10) tickets described in subsection 3.5(a) to
the Venue Sponsor at no cost to either the City or the Venue Sponsor.
(f) – In addition to the ten (10) donated tickets described in Subsection 3.5(b), but
subject to ticket availability, the Licensee shall afford the Venue Sponsor an
opportunity to purchase at least two (2) additional front section or highest price
seating tickets, as determined by the Licensee (the “Additional Tickets”). The timing
of this opportunity shall coincide with a pre-sale period determined by the Licensee,
in the exercise of reasonable discretion. Any Additional Tickets purchased by the
Venue Sponsor pursuant to this provision shall be paid by the Venue Sponsor at full
Page 7 of 14
retail price, including any fees, surcharges, and taxes that would normally be
assessed to any other retail purchaser.
“Section 3.5 – Venue Sponsorships and Associated Benefits” is hereby amended to create
new subsections 3.5(g), 3.5(h), 3.5(i), 3.5(j), 3.5(k), and 3.5(1), which shall add the following
new language:
(g) – When the Licensee creates or publishes marketing materials or media buys
relating to the Venue, and said marketing materials or media buys contain a logo, the
logo shall be an approved Facility Logo, as that term is deflned in that Naming Rights
Agreement between the City and BayCare approved by the City on March 7, 2024. In
addition, and without limiting the foregoing, the Licensee shall comply with the Style
Guide once flnalized. The Licensee may propose a variance or departure from the
Style Guide, but the Licensee must flrst submit the proposal to the Venue Sponsor for
approval. Throughout this amended agreement, the phrase “Facility Logo” shall carry
the same meaning.
(h) -- Licensee shall have sixty (60) days past the effective date of an agreement
between the City and Venue Sponsor to deplete any inventory with the Old Facility
Logo, as deflned in that Naming Rights Agreement between the City and BayCare
approved by the City on March 7, 2024. The Licensee shall allow the Venue Sponsor,
at the Venue Sponsor’s sole discretion, to purchase any inventory for destruction.
Said purchase, should the Venue Sponsor make this election, is intended solely to
reimburse the Licensee’s actual costs; therefore, the purchase shall be without
markup. Any and all inventory purchased by the Licensee after the effective date of
this agreement shall, if appropriate for the inventory item purchased, include the full
name of the Venue, a Facility Logo, or both. As provided in the naming rights
agreement between the City and BayCare, approved by the City Council on March 7,
2024 (“Naming Rights Agreement”), BayCare (the “Venue Sponsor”) will be
responsible for all costs associated with the creation and distribution of staff
uniforms bearing a Facility Logo.
(i) -- Licensee shall allow the Venue Sponsor to reserve the VIP area – which is referred
to interchangeably as the View – to the extent provided in the Naming Rights
Agreement, upon request to Licensee, and if agreed to by Licensee, in its sole
discretion. Should the Venue Sponsor opt for use during a Licensee event, Licensee
will be compensated at the prevailing rate. To be clear, Licensee is not required to
forego revenue associated with the View during or in connection with a Licensee
event.
(j) -- Licensee will use best efforts, including supervision of its contractors and
performers, to minimize obstruction or concealment of any stage-adjacent signage
displaying a Facility Logo.
Page 8 of 14
(k) – The Licensee shall acquire and use the new domain name
www.TheBayCareSound.com as the primary website from which customers can view
upcoming events at the Venue and purchase tickets. The Licensee shall be
responsible for hosting or contracting with a third party to host and maintain the
website.
(l) -- Licensee agrees that all Licensee staff uniforms shall include a Facility Logo if
said uniforms are designed and produced at BayCare’s expense pursuant to the City’s
Naming Rights Agreement with BayCare approved on March 7, 2024. The City and
Licensee recognize the Licensee’s authority to set uniform and dress code standards
for its employees, but the Licensee shall not withhold authorization or prohibit its
staff from wearing uniforms bearing a Facility Logo if the costs were paid by BayCare
and the uniforms otherwise conform to Licensee standards. The Licensee shall
ensure that any and all use of the Facility Logo complies with the Style Guide referred
to in the City’s Naming Rights Agreement with BayCare approved on March 7, 2024
(m) – Licensee agrees that if the Licensee’s technology allows, a Facility Logo will
appear on any and all digital tickets sold by or issued by the Licensee. In such cases,
the Licensee shall in the exercise of reasonable discretion determine the location and
size of the Facility Logo on each digital ticket. If the Licensee’s technology does not
allow a Facility Logo to appear, “The BayCare Sound” shall appear on the digital ticket
in lieu of a Facility Logo.
“Section 3.8 – City Assets and Maintenance” is hereby amended to create a new subsection
3.8(e), which shall read as follows:
(e) -- The City shall pay for and stock the supply closets at the Venue with paper
products, hand soap and cleaning supplies. The City is responsible for cleanliness of
the restroom facilities on the south side of the Venue until four (4) hours prior to a
Licensee’s event, at which time the Licensee becomes responsible for cleaning and
supplying the restrooms. The Licensee will ensure that all restrooms are cleaned and
restocked at the conclusion of a Licensee event, regardless of when the next Licensee
event is scheduled to occur. The Licensee may utilize the City’s stock supply located
in the supply closet to perform the restock, but the Licensee shall be responsible for
its own labor costs in performing its required cleaning and restocking.
“Section 3.11 – City Events” is hereby amended to read as follows:
The City shall have the right to use the Venue, or any portion thereof, for governmental
purposes hosted by the City or staffed by City personnel, without payment of any
rental or usage fees, on July 4, July 5, and up to ten (10) additional dates per calendar
year during the Term (such events, “City Events”). For any City Event occurring on or
before July 1, 2024, the City shall provide at least one hundred and twenty (120) days’
notice to the Licensee prior to scheduling the City Event.
Page 9 of 14
For any City Event occurring after July 1, 2024, the City shall provide at least one
hundred eighty (180) days' notice to Licensee prior to scheduling the event. The
Licensee shall then have flve (5) business days to conflrm that a performer is already
contractually obligated to perform on the day(s) of the requested City event. If a
performer is contractually obligated to perform on the date(s) in question, and the
Licensee identifles that performer or artist for the City’s information, the City shall
select a different date for its City Event(s). However, if flve (5) business days elapse
after the City notifles the Licensee of its planned City Event, and the Licensee has not
by the end of the flve (5) day period advised the City of a confiicting contractually
conflrmed performance, the City Event shall be held on the date identifled by the City.
For the avoidance of doubt, a temporary " hold" shall not be considered a letter of
agreement or scheduling confiict for purposes of this section.
Any unused City Events shall expire at the end of each calendar year and shall not be
subject to rolling forward to the next calendar year if unused.
The City shall act in good faith to avoid scheduling a City Event promoted by a person
or entity that competes with the Licensee, unless agreed by the Licensee that such
event would not be a confiict.
In regard to the use of professional venue management services at City Events, the
following provisions shall govern:
• The City Manager shall determine on a case-by-case basis, in the exercise of
reasonable discretion, whether professional venue management is required for
the City Event. If a determination is made that professional venue management
is not required, the City shall not use any Licensee services or any competing or
alternative vendors providing concession, stagehand, stage management, or
ticketing services. However, this section shall not preclude the City from using
in-house staff, in-house software, or other in-house resources the City Manager
deems appropriate for the City Event.
• If the City Manager determines that professional venue management is required
for the City Event, the Licensee shall have the exclusive right to sell both
alcoholic and non-alcoholic concessions of its choosing at the City Event. The
City shall not hire or utilize any third-party vendor to sell concessions at City
Events, but the City may, in its sole discretion, distribute its own concessions
free of charge at City Events. The City shall not be charged or assessed any fees
by the Licensee for concession services, but the Licensee shall collect and retain
all concession revenues from City Events in the same manner and to the same
extent provided in Section 2.2(g) of the Venue License Agreement.
Page 10 of 14
• The Licensee shall, upon request of the City, provide the City a quote for any
additional professional venue management services (other than concession
services, which are described in the previous paragraph) that either party
requests or suggests in support of the City Event. This paragraph applies, without
limitation, to stagehands, stage management, backstage catering, equipment
maintenance staff, cleaning services, and private security staff. The City may
accept the Licensee’s proposal or, in the exercise of reasonable discretion,
select an alternative or different vendor or provider for any or all of the services
quoted.
• The City retains the right to determine the appropriate number of Licensee’s
security staff for a City Event, and Licensee may opt to waive exclusivity to permit
City to engage temporary security staff.
• The City retains the right to determine appropriate number of event staff for
customer service when there is open seating and, may opt to supplement with
City staff.
• The City acknowledges that when engaging other vendors, use of Licensee’s
equipment by the City or its vendor may be restricted, limited and/or require
supervision, at Licensee’s sole discretion.
For City Events in which Licensee services are used, the City shall reimburse the
Licensee for any hourly labor, supplies, catering, and other documented out of
pocket costs and expenses approved in advance by the City in support of the City
Event, along with any emergency or unforeseeable costs reasonably incurred by the
Licensee during the event or on the day of the event. Said reimbursement shall be
without markup or profit, and such reimbursement shall be due and payable upon
receipt of a reasonably detailed invoice from Licensee documenting each cost for
which reimbursement is sought.
The parties intend for the vast majority of City Events to be free to the public, or
offered to the public at minimal cost of admission. In the event the City partners
with a for-profit entity to host or perform at a specific City Event, and the for-profit
entity sells any individual admission tickets to such City Event, and the face value of
any ticket to such City Event exceeds twenty-five dollars ($25.00), the City shall use
the Licensee for professional event management, notwithstanding the previous
paragraphs or any other provision in this First Amendment. Should the Licensee’s
services be utilized pursuant to this paragraph, the City will pay Licensee (if required
by Licensee) a facility rental fee equal to fifty percent (50%) of its regular facility
rental fee. This fee will be billed to the City in a detailed, itemized invoice.
In addition to the ten (10) City Events and July 4, July 5, and July 6 (collectively, “the
Fourth of July events”), the City reserves the right to reserve the unshaded lawn
Page 11 of 14
portion of the Venue at no cost to the City when no scheduling confiicts exist (“Lawn
Events”). To reserve a Lawn Event, the City must notify the Licensee of the City’s
intended or tentative date. The tentative Lawn Event date must occur within sixty (60)
days of the City’s notiflcation to the Licensee. If the Licensee has been properly
notifled, the Licensee shall notify the City within three (3) business days whether the
Licensee has contractually conflrmed a confiicting performance occurring on the
tentative date of the Lawn Event. In the event of such confiict, the Lawn Event shall
not occur. In the event that no confiict exists, or the Licensee fails to respond to the
tentative Lawn Event within the allotted time-frame, the unshaded lawn portion shall
be reserved for the Lawn Event.
During Lawn Events, the City may, in its discretion, either utilize in-house staff or a
third party vendor of its choosing to provide food and beverage or other services that
may be desired by the City for the Lawn Event. Similar to City Events, the parties
intend for the vast majority of Lawn Events to be available at no cost to the general
public, or at minimal cost. However, the City will use the Licensee for relevant
services in support of the Lawn Event if the City or a for-proflt partner sells any
admission ticket to a Lawn Event which carries a ticket face value exceeding twenty-
flve dollars ($25.00).
Unlike City Events, Lawn Events shall not be limited in number or by date. The City’s
only restriction(s) on Lawn Events shall be the notification and conflict provisions
described in the previous paragraph.
The City shall not schedule any City Event or Lawn Event promoted by a person
or entity that competes with the Licensee, unless Licensee agrees in writing prior to the
scheduling of such City Event or Lawn Event.
“Section 3.12 – Additional Events” is hereby amended to read as follows:
Licensee will reserve the traditional dates for Jazz Holiday festival on an annual
basis, contingent upon mutually agreeable terms between Licensee and the event
organizer. In addition, the Licensee will use reasonable efforts to work with other
third parties to organize certain community events on mutually agreeable terms.
Remuneration and contracting for Jazz Holiday and these additional events shall be
separately negotiated between the Licensee and the entity hosting the event
without the City’s involvement. In the event that Jazz Holiday and the Licensee are
unable to agree on satisfactory terms, and the City decides to host or allow Jazz
Holiday elsewhere in Coachman Park (other than the Venue), then no portion of the
Venue shall be used by the Licensee or any of its contractors or private event guests
during Jazz Holiday scheduled performance days in the park. However, Jazz Holiday
may notify the Licensee at least one hundred and eighty (180) days prior to the first
day of the third week in October that the Jazz Holiday event for that year will occur
on a different week. If such notification is made, the revised dates shall serve as the
Page 12 of 14
Jazz Holiday event dates for purposes of this section. For the avoidance of doubt,
the City shall not be responsible for any payment to Licensee in support of Jazz
Holiday or any other third-party event unless the City expressly agrees otherwise.
“Section 5.2 – Profit Sharing” is hereby amended to read as follows:
Provided that its operations from the venue generates at least an eight percent (8%)
proflt margin to the Licensee, the Licensee shall make an annual payment to the
City, no later than one hundred twenty (120) days following the end of the City’s prior
flscal year, (the “Proflt Share”), equal to twenty-flve percent (25%) of the proflts in
excess of the 8% proflt margin.
“Section 5.5 – City Information Rights” is hereby stricken and deleted in its entirety, and
replaced with the following:
Records and Right to Audit. The Licensee will provide the City with a quarterly report
listing the aggregated number of tickets sold for all events held during the prior
calendar quarter and the number of free tickets provided, and the number of tickets
refunded and chargebacks suffered related to ticket sales during that prior quarter.
In addition, the Licensee agrees to keep all books, accounts, records, and other
documents covering all transactions relating to this Agreement in accordance with
generally accepted accounting principles for a period of flve (5) years and for such
additional reasonable period as the City may request.
The City shall have the right, up to four (4) times per calendar year, with said dates
determined in the City’s discretion upon at least ten (10) calendar days’ notice to the
Licensee, to fully examine such books, accounts, and records and all other
documents and material in Licensee's possession or under its control, with respect
to the City Ticket Allocation, City Ticket Rebate, Proflt Sharing, including gross sales
and associated expenses, in addition to Program, Venue and Park Sponsorships, in
accordance with the terms of this Agreement for the purpose of validating the
documentation and calculations that support all payments to the City.
The City reserves the right to conduct or cause to be conducted an independent audit
of any flnancial transaction under this Agreement, or other terms of this Agreement,
and such audit may be performed by the City's audit staff, a certifled public
accountant flrm, or other auditors designated by the City and will be conducted in
accordance with applicable professional standards and practices.
The acceptance by the City of any statement by Licensee, or of any payment, shall
not be deemed a waiver of the right of the City to claim additional payment after a
review and inspection of Licensee's books and records nor shall such acceptance
Page 13 of 14
constitute a waiver by the City of any claim for a refund from Licensee for any
overpayment.
“Section 9.3 – Order of Precedence,” is hereby stricken and deleted in its entirety, and
replaced with the following:
Except as specifled in this First Amendment, the parties intend for the Venue License
Agreement to remain unchanged and in full effect. The parties also acknowledge,
however, that the City Council on March 7, 2024, approved a Naming Rights
Agreement with BayCare. The Licensee has been given a full opportunity to review
and provide input regarding any terms in the Naming Rights Agreement that may
impact the Licensee. In the event of an unforeseen confiict or ambiguity between the
City’s Naming Rights Agreement with BayCare and this First Amendment, the Naming
Rights Agreement shall supersede and control.
CITY OF CLEARWATER, FLORIDA Countersigned:
___________________________ ________________________
Jennifer Poirrier Bruce Rector
City Manager Mayor
Approved as to form: Attest:
_________________________
David Margolis Rosemarie Call
City Attorney City Clerk
REH, INC.
Page 14 of 14
19675022v1
WITNESS: By: _______________________________
Susan M. Crockett
President and CEO
_________________________________
Signature
_________________________________
Print Name
_________________________________
Address
_________________________________
City, State, Zip Code
_________________________________
Signature
_________________________________
Print Name
_________________________________
Address
_________________________________
City, State, Zip Code
Map ID Map Name Total Capacity Pit Cap Reserved Cap Lawn Cap G/A Cap Lawn Bike Rike Notes
1a Full Reserved 4258 0 4258 0 0 No Covered/Pavilion seating only
1b Full Reserved + Small Lawn Up to 5,000 0 4258 Up to 1,000 0 No Covered Reserved seats plus up 2,000 tickets sold on the lawn
1c Full Reserved + Medium Lawn Up to 7,000 0 4258 Up to 2,500 0 Yes- single Covered Reserved seats plus between 2,000 and 4,700 tickets sold on lawn
1d Full Reserved + Large Lawn Up to 9,000 0 4258 Up to 4,700 0 Yes All reserved seats plus full lawn is open
2a Reserved Only + Pit 4290 500 3790 0 0 No Entirely under cover- need crash barricade
2b Reserved + Pit + Small Lawn Up to 5,000 500 3790 Up to 1,000 0 No Lawn open but most seats are under the canopy
2c Reserved + Pit + Medium Lawn Up to 7,000 500 3790 Up to 2,500 0 Yes-Single Lawn open but most seats are under the canopy
2d Reserved + Pit + Large Lawn Up to 9,000 500 3790 Up to 4,700 0 Yes GA Pit, Reserved full seating template + full lawn with double egress lanes
3a G/A Standing Medium Up to 7,000 0 0 0 7,000 Yes Standing room only under pavilion and lawn- single bike rack center lawn
3b G/A Standing Large Up to 9,000 0 0 0 9,000 Yes Whole venue standing room only
4a G/A- Seated Combo Up to 5,000 0 0 0 Up to 5,000 No Sections 201,202,203,204,205 10 ROWS remain (GA Seating). 8 ft emergency lanes in the lower bowl with bike rike behind the steps down into 100 sections
4b G/A Seated Combo Medium Up to 7,000 0 0 0 Up to 7,000 Yes Sections 201,202,203,204,205 rows 10 ROWS remain (GA Seating). 8 ft emergency lanes in the lower bowl with bike rike behind the steps down into 100 sections
4c G/A Seated Combo Large Up to 9,000 0 0 0 Up to 9,000 Yes Whole venue G/A with 1000 APPROX seats available fcfs Rows in 200s
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9753-24
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Public Works
Agenda Number: 11.1
SUBJECT/RECOMMENDATION:
Approve to vacate city right-of-way (ROW) and alley as requested by the adjoining parcel landowner First
Baptist Church of Clearwater, Inc., as shown on Exhibit A, a part of Kentucky Avenue, a 60’ foot platted
right of way, Michigan Avenue a 60’ foot platted right of way, and the Platted 16-foot alley in Block 4, all
being contiguous with Block 4 of Bayview City Subdivision as recorded in Official Records Book 9, Page
43, Public Records of Pinellas county, Florida, and pass Ordinance 9753-24 on first reading.
SUMMARY:
The landowner has requested the City to vacate its platted ROW and alley interest in Kentucky Ave, a
non-named 16-foot alley, and Meadow Lark Lane/Michigan Blvd for their proposed parcel assemblage into
sporting fields.
The requesting landowner by virtue of owning both sides of said ROW’s and Alley shall assume the full
vacated width.
During the initial city site plan review, a vehicle turn-around was requested. The proposed plan did not
support this use, with all lands used as fields, public seating, and supporting maintenance structures.
In response to avoid this request, the landowner extended their ROW vacation area to include and develop
all owned parcels. Extending said use ended the need for a turn-around since no vehicles will be permitted
within the field area except for sports use. The existing roadway section of Meadow Lark Ln. being
vacated, will not remain as a road.
To approve this elimination, the landowner agreed to barricade with signage and close off all vehicular traffic
at dead end of Meadow Lark Ln., where vacated portion transitions to city ROW.
The existing homes at the new road terminus do not need a turn-around as their existing driveway and
street access are sufficient.
The City has multiple utilities within this vacated area with the landowner by Ordinance to execute all
necessary easements.
City staff have approved this request.
STRATEGIC PRIORITY:
Embrace a culture of innovation that drives continuous improvement and successfully serves all our
customers.
Support neighborhood identity through services and programs that empower community pride and
belonging.
Page 1 City of Clearwater Printed on 6/10/2024
2999301330403070300430653016407 3040309
30143017323
30603093007 3075301830183000302130363059224 227
30003078308030092990300430013006307
225 3042300630873096201
1503059
200
400
210
120
3035N McMULLENBOOTH RD S McMULLEN BOOTH RD CHERRY LN S BAYVIEW AVE N BAYVIEW AVE KENTUCKY AVE
GULF TO BAY BLVD
BAYSIDE BRG BAY ST CAROLINA AVE MEADOW LARK LN VIRGINIA AVE
TENNESSEE AVE
CLEVELAND ST
Document Path: C:\Users\Michael.Koter\City of Clearwater\Engineering Geographic Technology - Location Maps\VAC2024-03\VAC2024-03.aprx
Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2023
VAC2024-03
First Baptist Church of Clearwater
N.T.S.Scale:MDMap Gen By:RKReviewed By:4/18/2024Date:
AERIAL MAP
Clearwater City Council
Agenda Cover Memorandum
Work Session Item #:
Final Agenda Item #:
Meeting Date:
SUBJECT/RECOMMENDATION:
Approve to vacate City Right Of Way and Alley as requested by the adjoining parcel landowner First Baptist Church
of Clearwater, Inc., as shown on Exhibit “A” to be a part of Kentucky Avenue a 60’ foot platted right of way, Michigan
Avenue a 60’ foot platted right of way, and the Platted 16’ foot alley in Block 4, all being contiguous with Block 4 of
Bayview City Subdivision as Recorded in Official Records Book 9, Page 43, Public Records of Pinellas county,
Florida, and pass Ordinance 9753-24 on first reading.
SUMMARY:
The landowner has requested the City to vacate its platted ROW & Alley interest in Kentucky Ave, a non-named 16’
foot Alley, and Meadow Lark Lane/Michigan Blvd for their proposed parcel assemblage into sporting fields.
The requesting landowner by virtue of owning both sides of said ROW’s & Alley shall assume the full vacated width.
During the initial City site plan review a vehicle turn-around was requested. The proposed plan did not support this
use with all lands to be used as fields, public seating, and supporting maintenance structures.
In response to bypass this request, the landowner extended their ROW vacation area to include and develop all
owned parcels. By extending said use ended the need for a turn-around since no vehicles will be permitted within
the fields area except for sports use.
The existing corner unaffected homes do not need a turn-around with having driveways and street access.
The City has multiple utilities within this vacated area with the landowner by Ordinance to execute all necessary
easements.
City staff have approved this request.
[RE15-1313-080/286621/1] 2
Block 4
Block 1
Block 4
Block 3
Block 2
Block 3
Kentucky Ave (P) (V)
(60' Right-of-way)Meadow Lark Lane (F)Michigan Boulevard (P)(60' Right-of-way)DRAWN BY CHECKED BY
DATE DRAWN
SECT-TWNSP-RNG
SHEETDWG. NO.
OF
--
CITY OF CLEARWATER
DEPARTMENT OF PUBLIC WORKS -
ENGINEERING Easement Retention
NF TM 05/29/2024
Lgl_2024-05 1 1
16 29S 16E
This is not a survey
Legal Description
SCALE: 1" =
0'
GRAPHIC SCALE (IN FEET)
100' 200'
100'
Exhibit "B"
Exhibit "A"
1
Ordinance No. 9753-24
ORDINANCE NO. 9753-24
AN ORDINANCE OF THE CITY OF CLEARWATER
FLORIDA, VACATING A PART OF KENTUCKY AVENUE,
A 60’ FOOT PLATTED RIGHT OF WAY, MICHIGAN
BOULEVARD, A 60’ FOOT PLATTED RIGHT OF WAY,
AND THE PLATTED 16’ FOOT ALLEY IN BLOCK 4, ALL
BEING CONTIGUOUS WITH BLOCK 4 OF BAYVIEW
CITY SUBDIVISION AS RECORDED IN PLAT BOOK 9,
PAGE 43, PUBLIC RECORDS OF PINELLAS COUNTY,
FLORIDA; PROVIDING AN EFFECTIVE DATE.
WHEREAS, The City of Clearwater holds the subject right of way named as Kentucky
Avenue and Meadow Lark Lane/Michigan Blvd by plat dedication as well as a non-named
alley as connected thereto, to which the First Baptist Church of Clearwater, Inc., has
requested the City to vacate its interests located therein; and,
WHEREAS, the City Council of the City of Clearwater, Florida (“City”) finds said Right
of Way and Alley described herein and as shown on Exhibit “A” are no longer necessary for
municipal use subject to the conditions stated herein, and it is deemed to be in the best interest
of the City, and the general public that the same be vacated; and,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA:
Section 1. The Right of Way & Alley as described in the attached sketch and legal:
See Exhibit “A”
Is hereby vacated, closed, and released, and the City of Clearwater releases all rights
title, and interest thereto, subject to the conditions stated below.
Section 2. This vacation is conditioned upon the reservation or conveyance of
public utility easements under, over, across, and through the described Property
(sketch and legal attached hereto and incorporated herein), for the installation,
maintenance, repair and replacement of all public utilities within the following described
area:
See Exhibit “B”
Section 3. This vacation is further conditioned upon the applicant, First Baptist
Church of Clearwater, Inc., within thirty (30) days of project completion, no longer allowing
vehicular access to Meadow Lark Lane/Michigan Blvd in the areas described herein, and
further, shall barricade and mark this point as closed to traffic with appropriate signage.
2
Ordinance No. 9753-24
Section 4. The City Clerk shall record this Ordinance in the Public Records of Pinellas
County, Florida, following adoption.
Section 5. This Ordinance shall take effect immediately upon adoption.
PASSED ON FIRST READING ________________________________
PASSED ON SECOND AND FINAL
READING AND ADOPTED ________________________________
________________________________
Bruce Rector
Mayor
Approved as to form: Attest:
________________________________ ________________________________
Jerrod Simpson Rosemarie Call
Senior Assistant City Attorney City Clerk
Ordinance No. 9753-24
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9767-24
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Public Works
Agenda Number: 11.2
SUBJECT/RECOMMENDATION:
Approve to vacate a 5-foot portion of a 10-foot drainage utility easement by request of landowner Eisen
Joven located at 1317 Melonwood Ave, Clearwater as shown on Exhibit A, as further defined the Westerly
5 feet of a rear Northern 10-foot drainage utility easement in Lot 10, Block 4, Woodvalley Unit No. 5, a
subdivision according to a recorded Plat Book 68, Page 32, in the Public Records of Pinellas County,
Florida, and pass Ordinance 9767-24 on first reading.
SUMMARY:
The current northern drainage utility easement is 10 feet in width.
The proposed 5 foot W portion of the 10-foot N easement is to accommodate a pool and deck installation.
There are no other utilities within this vacated area.
City staff have reviewed and approved this request.
STRATEGIC PRIORITY:
Provide evidence-based measurement tools to continually guide municipal performance and promote
accountable governance.
Page 1 City of Clearwater Printed on 6/10/2024
1438
1317
145
6
29121446
146
0
1300
12252916 1448
1325
1454
145
8
1224
1308 1309
1442
1301
1462
29081440
1444
1316
1452 1450
2908EDENWOODST
ARROWHEAD CIR
MELONWOOD AVEMISSION DR WDocument Path: C:\Users\Michael.Koter\City of Clearwater\Engineering Geographic Technology - Location Maps\1317 Melonwood Easement Vacation\1317_Melonwood_Prop_Vacation_Easement\1317_Melonwood_Prop_Vacation_Easement - Copy.aprx
Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2023
VAC2024-07
Proposed Drainage/Utility Easement Vacation
1317 Melonwood Ave
N.T.S.Scale:MDMap Gen By:RKReviewed By:4/11/2024Date:
AERIAL MAP
Legend
Proposed Easement
Vacation
Drainage/Utility
Easement
10'
5'
ORDINANCE# 9767-24
VAC2024-07 – 1317 Melonwood Ave, Clearwater, FL 33759
PARCEL ID# 08-29-16-99103-004-0100
FIRST READING: MAY 16, 2024
SECOND READING: JUNE 6, 2024
DESCRIPTION: VACATION OF A 5’ FOOT PORTION OF A DRAINAGE UTILITY
EASEMENT.
Approve to vacate a 5’ foot portion of a drainage utility easement located at 1317 Melonwood
Ave, Clearwater as shown on Exhibit “A” and as further defined the Westerly 5’ feet of a rear
drainage utility easement in Lot 10, Block 4, Woodvalley Unit No. 5, a subdivision according to
a recorded Plat Book 68, Page 32, in the Public Records of Pinellas County, Florida, and pass
Ordinance 9767-24 on first reading.
APPLICANT NAME:
Eisen Jover
1317 Melonwood Ave
Clearwater, FL 33759
AFFECTED PROPERTY ADDRESS:
1317 Melonwood Ave
Clearwater, FL 33759
APPLICANT MAILING ADDRESS:
110 S MYRTLE AVE
CLEARWATER, FL 33756
ATTN: ROBERT J. KASMER PW/E.
ADJACENT PROPERTY OWNERS
Ronald Johnson
1325 Melonwood Ave
Clearwater, FL 33759
Jessee Martin
2916 Edenwood St
Clearwater, FL 33759
Bruce Moir
2912 Edenwood St
Clearwater, FL 33759
Tammy Adams
2908 Edenwood St
Clearwater, FL 33759
Elaiza Rivera
2904 Edenwood St
Clearwater, FL 33759
Gail Reviere
2900 Edenwood St
Clearwater, FL 33759
Charles Hart
1317 Kingswood Dr
Clearwater, FL 33759
Juan Quintero
1316 Melonwood Ave
Clearwater, FL 33759
Laura Dempsey
1308 Melonwood Ave
Clearwater, FL 33759
Maria Segui
1309 Kingswood Dr
Clearwater, FL 33759
Dennia Beeker
1301 Kingswood Dr
Clearwater, FL 33759
Nabor Quiahua
1300 Melonwood Ave
Clearwater, FL 33759
Richard Janiak
1233 Kingswood Dr
Clearwater, FL 33759
Willie Vidal
1224 Melonwood Ave
Clearwater, FL 33759
Eddie Wilburn
1216 Melonwood Ave
Clearwater, FL 33759
Thongsoun Saysomvag
1309 Melonwood Ave
Clearwater, FL 33759
David Cunningham
1301 Melonwood Ave
Clearwater, FL 33759
Joseph Raffo
1225 Melonwood Ave
Clearwater, FL 33759
Ella Curtis
1217 Melonwood Ave
Clearwater, FL 33759
Felliciano Escamilla
1209 Melonweed Ave
Clearwater, FL 33759
Exhibit "A"
ORDINANCE NO. 9767-24
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A 5’ FOOT PORTION OF
A 10' FOOT DRAINAGE UTILITY EASEMENT AS SHOWN ON EXHIBIT “A” AND FURTHER DEFINED THE WESTERLY 5’ FEET OF A REAR DRAINAGE UTILITY EASEMENT IN LOT 10, BLOCK 4, WOODVALLEY
UNIT NO. 5, A SUBDIVISION ACCORDING TO A RECORDED PLAT BOOK 68, PAGE 32, IN THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, PROVIDING AN EFFECTIVE DATE.
WHEREAS, Eisen Jover is the owner in fee simple title of real property located at 1317 Melonwood Ave, Clearwater, FL 33759, to which have requested the City to vacate a
portion of said easement located therein: and
WHEREAS, the City Council of the City of Clearwater, Florida finds this portion of the easement not necessary for municipal use, and it is deemed to be in the best interest of
the City and the general public that the same be vacated; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER,
FLORIDA:
Section 1. The following:
The portion of the easement described as follows:
See Exhibit "A"
Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and
interest thereto; however, this vacation is in no way intended to impact the City's ownership
of the remainder of the easement, which is reserved and remains unaffected by this vacation.
Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption.
Section 3. This ordinance shall take effect immediately upon adoption.
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
1
Ordinance No. 9767-24
(Signature Page Follows)
Bruce Rector
Mayor
Approved as to form:
Jerrod Simpson Senior Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
2
Ordinance No. 9767-24
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9768-24
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Public Works
Agenda Number: 11.3
SUBJECT/RECOMMENDATION:
Approve to vacate a 10 foot utility easement by request of Landowner AnnMarie Maier located at 1760
Catherine Drive, Clearwater as shown on Exhibit A and further defined as the South 5-foot utility easement
of Lot 31, Block C and the North 5-foot utility easement, of Lot 32, Block C, as recorded in Plat Book 66
Page 16, Sall’s Lake Park, of the Public Records of Pinellas County, Florida, and pass Ordinance 9768-24
on first reading.
SUMMARY:
This 10-foot utility easement was initially plat recorded parallel to the sides of each parcel.
The landowner purchased half of the adjoining parcel, overlapping the utility easement.
No utilities were ever placed within this parcel's side easement during development.
Exhibit “A” shows the encroaching platted easements to now vacate.
There are no other utilities within this vacated area.
City staff have reviewed and approved this request.
STRATEGIC PRIORITY:
Provide evidence-based measurement tools to continually guide municipal performance and promote
accountable governance.
Page 1 City of Clearwater Printed on 6/10/2024
CLEARWATER
Prepared by: Department of Public Works -Engineering Geographic Technology Division 100 S. Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755 www.MyClearwater.com
AERIAL MAP
VAC2024-06
Proposed Utility Easement Vacation
1760 Catherine Drive
Map Gen By: KF Reviewed By: RK Aerial Flown 2022 Date: 2/8/2023 Page: 1 of 1
s
Scale: N.T.S.
Document Path: C:\Users\Kevin.Flynn\City of Clearwater\Engineering Geographic Technology -Documents\GIS\Engineering\Location Maps\VAC2023-1760\VAC2023-1760.aprx
ORDINANCE NO. 9768-24
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, VACATING A 10’ FOOT UTILITY EASEMENT
SHOWN ON EXHIBIT “A” AS FURTHER DEFINED AS THE
SOUTH 5’ FOOT UTILITY EASEMENT OF LOT 32, BLOCK
C, AND THE NORTH 5’ FOOT UTILITY EASEMENT, OF
LOT 31, BLOCK C, SALL’S LAKE PARK, AS RECORDED IN
PLAT BOOK 66, PAGE 16, OF THE PUBLIC RECORDS OF
PINELLAS COUNTY, FLORIDA; PROVIDING AN
EFFECTIVE DATE.
WHEREAS, AnnMarie Maier is the owner in fee simple title of real property located
at 1760 Catherine Drive, Clearwater, FL 33759, to which have requested the City to vacate
said easement located therein: and
WHEREAS, the City Council of the City of Clearwater, Florida finds this easement not
necessary for municipal use, and it is deemed to be in the best interest of the City and the
general public that the same be vacated; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER,
FLORIDA:
Section 1. The following:
This easement is further described as follows:
See Exhibit "A"
Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and
interest thereto.
Section 2. The City Clerk shall record this ordinance in the Public Records of
Pinellas County, Florida, following adoption.
Section 3. This ordinance shall take effect immediately upon adoption.
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
1
Ordinance No. 9768-24
(Signature Page Follows)
Bruce Rector
Mayor
Approved as to form:
Jerrod Simpson
Senior Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
2
Ordinance No. 9767-24
ORDINANCE# 9768-24
VAC2024-06 – 1760 Catherine Dr, Clearwater, FL 33759
PARCEL ID# 05-29-16-78577-003-0310
FIRST READING: JUNE 20, 2024
SECOND READING: JULY 18, 2024
DESCRIPTION: VACATING A 10’ FOOT OVERLAPING UTILITY EASEMENT.
Approve to vacate a 10’ foot utility easement by request of Landowner AnnMarie Maier
located at 1760 Catherine Drive, Clearwater as shown on Exhibit “A” and further defined as
the South 5’ foot utility easement of Lot 31, Block C, and the North 5’ foot utility easement,
of Lot 32, Block C, as recorded in Plat Book 66 Page 16, Sall’s Lake Park, of the Public
Records of Pinellas County, Florida, and pass Ordinance 9768-24 on first reading.
APPLICANT NAME:
AnnMarie Maier
1760 Catherine Dr
Clearwater, FL 33759
AFFECTED PROPERTY ADDRESS:
1760 Catherine Dr
Clearwater, FL 33759
APPLICANT MAILING ADDRESS:
110 S MYRTLE AVE
CLEARWATER, FL 33756
ATTN: ROBERT J. KASMER PW/E.
ADJACENT PROPERTY OWNERS
Richard Fischer
1768 Catherine Dr
Clearwater, FL 33759
Robert Belfsky
1756 Catherine dr
Clearwater, FL 33759
Greg Graham
1752 Catherine Dr
Clearwater, FL 33759
Filadelfo Bertrand
1748 Catherine Dr
Clearwater, FL 33759
Nicholas Ruiz
1744 Catherine Dr
Clearwater, FL 33759
Victor Miranda
1740 Catherine Dr
Clearwater, FL 33759
Melissa Geiger
1749 Catherine Dr
Clearwater, FL 33759
Angelo Randazzo
2851 Sarah Dr
Clearwater, FL 33759
Private Owner
2850 Sarah Dr
Clearwater, FL 33759
Philip Hoffman
1767 Catherine Dr
Clearwater, FL 33759
Kent Baumgartner
2843 St Croix Dr
Clearwater, FL 33759
Scott Sudbury
1773 St Anthony Rd
Clearwater, FL 33759
Fanor Montoya
1767 St Anthony Dr
Clearwater, FL 33759
Karen Townsend
1761 St Anthony Dr
Clearwater, FL 33759
Jonathan Fitts
1755 St Anthony Dr
Clearwater, FL 33759
Richard Manolan
1751 St Anthony Dr
Clearwater, FL 33759
Catherine Drive(60' Right-of-way)Block C
DRAWN BY CHECKED BY
DATE DRAWN
SECT-TWNSP-RNG
SHEETDWG. NO.
OF
--
CITY OF CLEARWATER
DEPARTMENT OF PUBLIC WORKS -
ENGINEERING
Proposed
10' Utility Easement
VacationNFRK 06/03/2024
Lgl_2024-06 1 1
5 19S 16E
This is not a survey
N.T.S.
Legal Description
Exhibit "A"
Sketch & Legal Description:
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9769-24
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Public Works
Agenda Number: 11.4
SUBJECT/RECOMMENDATION:
Continue to a date uncertain: Approve to vacate a city storm sewer easement located at 1000 Lakeview
road, Clearwater as shown on Exhibits A and B and further defined as the Northern 10 feet of Lots 12 and
13, Block 19, Milton Park replat as recorded in Plat book 10, page 28 and under O.R. Book 3750, Page
354, of the Public records of Pinellas County, FL, and pass Ordinance 9769-24 on first reading.
SUMMARY:
This storm sewer line was city maintained to now become private.
Turning this line into private reduces the City’s maintenance costs.
There are no other utilities within this easement area.
City staff have reviewed and approved this request.
STRATEGIC PRIORITY:
Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic
features through systematic management efforts.
Page 1 City of Clearwater Printed on 6/10/2024
!
!
!
!
!
!
!!
!
!
!!
!
!
!1012917102091992092011019169161000100010151285
1295920 1/2SMARTINLUTHERKING,JR.AVELAKEVIEW RDEWING AVETUSKAWILLA ST
EWING AVEDocument Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\1000 Lakeview Road\1000 Lakeview Road.aprx
Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2023
Proposed Storm Sewer Vacation
1000 Lakeview Rd
VAC2024-08 ²
N.T.S.Scale:KFMap Gen By:RKReviewed By:4/3/2024Date:
AERIAL MAP
PROPOSED
STORM SEWER
EASEMENT VACATION
10' Easement
Vacation
(O.R. 3750 PG 354)
Milton Park
Block 19
Plat Book 10 Page 28
LAKEVIEW ROAD
60' Right-of-Way SOUTH M.L.K. JR AVE60' Right-of-WayEWING AVE60' Right-of-WayTUSKAWILLA STREET
60' Right-of-Way
DRAWN BY CHECKED BY
DATE DRAWN
SECT-TWNSP-RNG
SHEETDWG. NO.
OF
- -
CITY OF CLEARWATER
DEPARTMENT OF PUBLIC WORKS -
ENGINEERING 1000 Lakeview Road
Legal Description & Sketch
NF TM 3/28/2024
Lgl_2024-02 1 1
22 29S 15E
This is not a survey
N.T.S.
Legal Description
PURSRVHG 6WRUP 6HZHU (DVHPHQW 9DFDWLRQ
O.R. BK 3750 PG 354
7KH 1RUWK 0 IHHW RI /RWV DQG 3 BORFN 0LOWRQ PDUN RHSODW RI BORFNV 3 DQG 0LOWRQ PDUN 6XEGLYLVLRQ DFFRUGLQJ WR WKH PDS RU SODW
WKHUHRI DV UHFRUGHG LQ PODW BRRN 0 PDJH RI WKH PXEOLF RHFRUGV RI PLQHOODV &RXQW\ )ORULGD.
Exhibit "A"
ORDINANCE NO. 9769-24
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, VACATING A CITY STORM SEWER EASEMENT
AS SHOWN ON EXHIBITS “A” & “B” FURTHER DEFINED
THE NORTHERN 10 FEET OF LOTS 12 &13, BLOCK 19,
MILTON PARK REPLAT OF BLOCKS 13 AND 19, MILTON
PARK SUBDIVISION, AS RECORDED IN PLAT BOOK 10,
PAGE 28 AND UNDER O.R. BOOK 3750, PAGE 354, OF
THE PUBLIC RECORDS OF PINELLAS COUNTY,
FLORIDA, PROVIDING AN EFFECTIVE DATE.
WHEREAS, the Alternative Capital Qualified Opportunity Zone Fund, LLC., are the
owners in fee simple title of real property located at 1000 Lakepark Road, Clearwater, Florida
33756, to which have requested the City to vacate said easement located therein; and
WHEREAS, the City Council of the City of Clearwater, Florida finds this easement not
necessary for municipal use, and it is deemed to be in the best interest of the City and the
general public that the same be vacated; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER,
FLORIDA:
Section 1. The following:
This easement is further described as follows:
See Exhibit’s "A" & "B"
Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and
interest thereto, however, this vacation is in no way intended to impact the City's ownership,
which is reserved and remains unaffected by this vacation.
Section 2. The City Clerk shall record this ordinance in the Public Records of
Pinellas County, Florida, following adoption.
Section 3. This ordinance shall take effect immediately upon adoption.
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
1
Ordinance No. 9769-24
Bruce Rector
Mayor
Approved as to form:
Jerrod Simpson
Senior Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
Exhibit "B"
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0704
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: ReportIn Control: Council Work Session
Agenda Number: 14.1
SUBJECT/RECOMMENDATION:
Sign Ordinance Enforcement - Councilmember Teixeira
SUMMARY:
Page 1 City of Clearwater Printed on 6/10/2024
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#24-0553
Agenda Date: 6/17/2024 Status: Agenda ReadyVersion: 1
File Type: Presentation(s) for
Council Meeting
In Control: Council Work Session
Agenda Number: 18.1
SUBJECT/RECOMMENDATION:
June Service Awards
SUMMARY:
5 Years of Service:
Lester McVicker Solid Waste
Philip Evans Public Utilities
Nicole Hernandez Parks & Recreation
Samarre Perez Police
Karmyn Watson Solid Waste
Sherrick Cuffie Solid Waste
10 Years of Service:
Rashard Young Public Utilities
Kyle Brotherton Planning & Development
Marina Kiriyeva Information Technology
Timothy Simecek Information Technology
20 Years of Service:
Barry Slack Public Utilities
James Hawkins Public Utilities
Jeffrey Walker Public Utilities Public Works
25 Years of Service:
Chancee Anderson Parks & Recreation
30 Years of Service:
Julie Schultz Parks & Recreation
Steven Baginski Police
STRATEGIC PRIORITY:
The city of Clearwater celebrates its employees and the Superior Public Service they provide to our
citizens. The city strives to attract and retain top-quality personnel through the maintenance of a
competitive compensation program. The service awards are a testament to the city and our high performing
government.
Page 1 City of Clearwater Printed on 6/10/2024