Loading...
HomeMy WebLinkAboutsheriff's memoDATE: October 2, 2005 TO: ALL PROSPECTIVE PARTICIPANTS FROM: Gary E. Perkins Executive Director FLORIDA SHERIFFS ASSOCIATION P. O. Box 12519 • Tallahassee, FL 32317-2519 PHONE (850) 877-2165 • FAX (850) 878-8665 WEB SITE: http://www.flsheriffs.org Lynn Meek Peggy Goff Vehicle Bid Coordinator Vehicle Contract Manager RE: SHERIFFS' OFFICES & LOCAL GOVERNMENTAL AGENCIES OF THE STATE OF FLORIDA COOPERATIVE BID FOR PURSUIT, ADMINISTRATIVE NON -PURSUIT, UTILITY VEHICLES, TRUCK & VANS, & OTHER FLEET EQUIPMENT Bid No. 04-12-0823 We are pleased to announce that the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association has successfully conducted its eleventh statewide competitive bid for vehicles which includes police pursuit, administrative non -pursuit, utility vehicles, trucks & vans, baclthoes, motorgraders and agriculture type tractors. Bids will be extended and guaran- teed to any and all units of local governments/political subdivisions including but not limited to county, local county board of public instructionmunicipalities and/or police agencies, other local public or public safety agencies or authorities within the State of Florida and in accordance with the provisions of Chapter 287, F.S„ and 60A, Florida Administrative Code, any state agency includ- ing the Division of Universities, Department of Children and Family Services, Department of Health, Department of Juvenile Justice and Department of Corrections which elects and is authorized to purchase from a source other than the State of Florida contract. In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this contract by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. This contract is good from October 1, 2004 thru September 30, 2005 - as long as vehicles are available thru fleet. All interested parties who wish to purchase from this contract may do so by following these simple procedures: ORDERING INSTRUCTIONS 1. Contact the designated dealership (see pages 37-40) listed in the zone from which you wish to purchase and advise them of your interest to purchase from the Sheriffs' Offices & Local Governmental Agencies of the State of Florida Bid No. 04-12-0823. They will assist you with the placement of your order and answer any questions you may have regarding the vehicles purchased through this program. I0 Bid Award Announcement (04-I2-08231 IMPORTANT NOTE: All agencies ordering any FORD, GENERAL MOTORS, or CHRYSLER product, please be advised that you must use the appropriate FIN CODE/FAN CODE for the Florida Sheriffs Association In order to obtain the manufacturer's concessions. Also, you must use your FIN CODE/ FAN CODE as a secondary number. For futher assistance call the Fleet Customer Information Center for your appropriate manufacturer. Manufacturer Type Code FSA Code Fleet Center Contact Numbers FORD FIN CODE QE065 1-800-34-FLEET (1-800-343-5338) GENERAL MOTORS FAN CODE 917872 1-800-FLEET OP (1-800-353-3867) CHRYSLER FAN CODE 49313 1-800-999-FLEET (1-800-999-3533) 2. you MUST send a copy of the ORIGINAL PURCHASE ORDER (including FSA's Contract No. 04-12-08231 you submitted to the participating dealer to: Florida Sheriffs Association P. O. Box 12519 Tallahassee, Florida 32317-2519 ATTN: Lynn Meek, Cooperative Bid Coordinator 3. Dasic information requira4 on all purchase orders is listed on Page 42 of this Bid Award Announcement. Purchase orders lacking the required basic information listed may result in the delay of placement and/or confirmation of orders. NOTE: Purchasers are reminded that the issuance of a Purchase Order does not in itself guarantee the placement of an order. The agency is responsible for filling in the requested information on the "Confirmation of Order" and sub- mitting it along with your purchase order to the respective dealership. Dealers are required to fill in the bottom section of the "Confirmation of Order" and send it to the purchaser within seven (7) calendar days after receipt of purchase order. Purchasers are encouraged to contact the dealer if a "Confirmation of Order" has not been received within a reasonable time frame and request its issuance. 4. Agencies which elect to purchase off this contract will incur the following Administrative Fees: • Pursuit, Administrative Non -Pursuit, Utility Vehicles, Trucks & Vans (Specifications 1- 27) — Due to numerous requests from various purchasing agencies, the $50.00 administra- tive fee per vehicle formerly paid to the FSA by purchasing agencies will now be paid to the FSA by the contracting dealerships. Dealers have included the $50.00 per unit fee in their bid prices and made it a part of the base unit's purchase price. This will eliminate the need for purchasing agencies to have to prepare two purchase orders and cut two checks, thereby reducing their workload. • Road Tractor, Backhoe, Motorgrader and Agriculture Tractor Units (Specifications 28- 31) — Dealers are to charge purchasing agencies an administrative fee of 1/2 percent (.005) of the total invoice amount (base unit plus options) to be collected and paid to the FSA by the contracting dealers/manufacturer's. Administrative fees for road tractors, backhoes, motorgraders and agriculture tractor units will not be included or made a part of the bidders base unit purchase price. This will be a separate line item on the agency's purchase order. The dealers/manufacturer's will be responsible for calculating and advising the prospective purchasing agencies of the 1/2 percent (.005) administrative fee to be charged and included in the total invoice amount at the time of order, The purchasing agencies will include the FSA administrative fee as a part of their purchase order request. Again, this will eliminate the need for purchasing agencies to have to prepare two separate purchase orders and checks. This program is designed to provide participating agencies with the most economically priced patrol, Bid Award Announcement (04-12-0823) 11 administrative non -pursuit, utility vehicles, trucks & vans, and other fleet equipment tailored to their specific needs, in a prompt and timely manner. One of the unique characteristics incorporated into this program which distinguishes it from others is that this Bid Contract is awarded to the lowest responsible bidder by manufacturer by specifi- cation by zone for all police package vehicles and to each of the lowest responsible bidder(s) by manufacturer by specification by zone for all non -police package vehicles. Whereas, under the State Contract the bid is awarded only to the single lowest bidder by zone. The Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association realize that Sheriffs' Offices, Police Agencies and other units of local governments differ from the state in that they must provide economically based maintenance and stocked parts for their fleets. They must consider overall operational cost of their vehicles instead of just considering "Low Bid" on the purchase of the vehicle. This program's bid award system not only provides the purchaser with the means to make sound decisions on dedicated fleet needs, but also offers the convenience of shopping and purchasing from a single contract. IMPORTANT NOTES The manufacturer's have announced that they would be producing limited quantities of pursuit vehicles this year and that orders would be processed on a first come first serve basis while quantities last. To be on the safe side, we are advising all agencies to place their orders for pursuit vehicles as soon as possible to ensure delivery of product. On a final note, prospective purchasers are reminded that pursuant to Florida State Statute all fees (title, application plate transfer, etc.) are included in the base price for each vehicle. Purchasing agencies which elect to do their own title work, may wish to consider seeking reimbursement from the dealership for those transfer fees already included in the base price of each vehicle. The Florida Sheriffs Associations, Florida Association of Counties' and Florida Fire Chiefs' Association's bid award for full size (pursuit and administrative), mid size (pursuit and administrative), utility vehicles, trucks and vans, and other fleet equipment are as follows (zones indicated with a * specification low bid): p'ULL SIZE PURSUIT VEHICLES - RWD (Specification #011: Name of Dealership Type Vehicle Orville Beckford Ford -Mercury Duval Ford Don Reid Ford Duval Ford Ford Crown Victoria Ford Crown Victoria Ford Crown Victoria Ford Crown Victoria FULL SIZE PURSUIT VEHICLES -FWD (Specification #021; Classic Chevrolet Classic Chevrolet Classic Chevrolet Classic Chevrolet Chevrolet Impala Chevrolet Impala Chevrolet Impala Chevrolet Impala Base Zone Unit Price *Western $ 18,873.00 *Northern $ 18,723.00 *Central $ 18,758,00 *Southern $ 18,872.00 * Western * Northern * Central * Southern FULL5IZE UTILITY VEHICLES - RWD (Police Package) (Specification #03): Garber Chevrolet, Inc. Garber Chevrolet, Inc. Classic Chevrolet Maroone Chevrolet, LLC Chevrolet Tahoe 1500 Chevrolet Tahoe 1500 Chevrolet Tahoe 1500 Chevrolet Tahoe 1500 *Western *Northern * Central *Southern $ 16,223.00 $ 16,195.00 $ 16,120.00 $ 16,154.00 $ 24,440.00 $ 24,440.00 $ 24,399.00 $ 24,345.00 12 Bid Award Announcement (04-12-0823) VEHICLE: DEALER: ZONE: BASE PRICE: Sterling Acterra Atlantic Western $34,275.00 Order Code Delete Options 342-1CA 342-072 342-1CA 342-072 018-002 700-002 311-00 409-004 Provide 6 speed manual with Provide 7 speed manual with Provide 6 speed manual with Specify engine: MBE 190hp Provide 7 speed manual with Specify engine: MBE 190hp Provide 6 speed manual with Air brakes if compatible with Air conditioning Daytime running lights Wheel seals Order Code Add Options Sterling Acterra Atlantic Northern $33,975.00 base engine base engine 190HP 190HP Cummins 185HP transmission Sterling Acterra Atlantic Central $33,975.00 342-582 Engine/Transmission: CAT 230hp 342-582 Engine/Transmission: MBE 280hp 3000 RDS 342-582 Engine/Transmission: Cummins 240hp 3000 RDS 342-582 Engine/'transmission: CAT 275hp 3000 RDS 595-046 Allison authorized synthetic oil, TES 295 or equivalent (required for extended warranty) 206-192 Dual 45 gallon tanks 654-001 Power windows 655-005 Power door locks Speed control 532-011 Tilt steering wheel 622- IMG Auxiliary rear springs AM/FM radio with single CD 3K Third key 480-009 Air dryers 477-006 Moisture ejectors 629-004 Front stabilizer bars 545-450 108" CA 545-480 120E CA 545-525 138E CA 545-570 156E CA 545-645 186" CA 101-13H 33,000 GVWR Pck. - 230HP, 6 speed automatic transmission (MD 3060WR) , or approved equivalent - see optional wheelbase prices 33,000 GVWR Pck. -- 230HP, 6 speed automatic transmission (MD 3560WR) , or approved equivalent - see optional wheelbase prices 33,000 GVWR factory approved 4WD Sterling Acterra Atlantic Southern $33, 975.00 All Zones $ 1,650.00 $ 655.00 $ 1,650.00 $ 655.00 N/A $ 540.00 $ 410.00 $ 21.00 $ 30.00 All Zones $ 7,980.00 $ 6,920.00 $ 10,480.00 $ 8,990.00 $ 587.00 • $ 650.00 $ 234.00 $ 450.00 STD $ 263.00 $ 175.00 N/A N/A $ 490.00 $ 90.00 $ 369.00 $ 116.00 $ 210.00 $ 365.00 $ 410.00 $ 680.00 $ 8,965.00 $ 8,965.00 $ 39,900.00 994 Bid Award Announcement (04-12-082SJ VEHICLE: Sterling Sterling Sterling Sterling Acterra Acterra Acterra Acterra DEALER: Atlantic Atlantic Atlantic Atlantic ZONE: Western Northern Central Southern BASE PRICE: $34,275.00 $33,975.00 $33,975.00 $33,975.00 Order Code Add Options (cont'd) All Zones 33,000 GVWR 108" CA $ 8,081.00 33,000 GVWR 120" CA $ 8,175.00 33,000 GVWR 156" CA $ 8,375.00 33,000 GVWR 186" CA $ 8,645.00 DST Full size spare tire & rim $ 910.00 722-001 Safety kit, fire ext. & triangles $ 65.00 794-001 12 ton jack cab mounted, if available $ 198.00 Engine hour meter, oil activated STD 864-001 Trans oil temp meter $ 77.00 748-080 Fender or cowl mounted convex mirrors '$ 90.00 Convex mirrors mounted below standard mirrors STD 439-001 Rear shock absorbers $ 190.00 727-500 Airhorn "�$ 71.00 Side air bags, if available N/A 721-021 Backup alarm ,' $ 95.00 BUC Back up camera with 3.5" LCD (rear mounted camera to provide $ 1,490.00 wide angle field of vision at rear of vehicle Premium hoses STD 275/80R22.5H (14 PR) tires Cutaway cab N/A 022-013 Crew cab (84" CA) $ 15,890.00 FMC Super cab (84" CA) $ 13,450.00 Cab steps STD K6132 Knapheide 6132 utility body or approved equivalent (requires 84" CA) $ 8,950.00 H2-3 Heil 2-3 yd. dump body with manual tarp $ 9,950.00 or approved equivalent (requires 84" CA) K-TB Knapheide under body tool boxes $ 790.00 or approved equivalent MF Mud flaps " $ 150.00 122-079 Heated fuel water separator $ 327.00 2LG 2,000 lb, lift gate $ 4,500.00 3LG 3,000 lb. lift gate $ 4,950.00 AC 50K-22 Auto Crane 50K-22 crane body with shelf package, 24" bumper with $ 19,980.00 crank outriggers AC-HO Auto Crane hydraulic outriggers $ 5,940.00 AC6406 Auto Crane 6406 hydraulic crane, reservoir, PTO and pump, boom $ 21,950,00 support & chassis springs AC8406 Auto Crane 8406 hydraulic crane, reservoir, PTO and pump, boom $ 24,950.00 support & chassis springs 10 ft. 5 yd dump with manual tarp (requires 84" CA) $ 10,900.00 12 ft. contractors dump with manual tarp (requires 84" CA) $ 9,950.00 12 ft. stake body (requires 84" CA) $ 4,850.00 14 ft. stake body (requires 108" CA) $ 5,350.00 14 ft. contractors dump with manual tarp (requires 108" CA) $ 10,500.00 16 ft. stake body (requires 120" CA) $ 5,690.00 Bid Award Announcement (04-I 2-0823) 995 VEHICLE: Sterling Sterling Sterling Sterling Acterra Acterra Acterra Acterra DEALER: Atlantic Atlantic Atlantic Atlantic ZONE: Western Northern Central Southern BASE PRICE: $34,275.00 $33,975.00 $33,975.00 $33,975.00 Order Code Add Options (cont'cd) A11 Zones 16 ft. contractors dump with manual tarp (requires 120" CA) "$ 10,900.00 18 ft. stake body (requires 138" CA) $ 6,600.00 19 ft. rollback wrecker with wheel lift (requires 120" CA) N/A 20 ft. stake body (requires 156" CA) $ 6,350.00 20 ft. van roll up door (requires 156" CA) $ 7,990.00 24 ft. stake body (requires 186" CA) $ 6,950.00 24 ft. van roll up door (requires 186" CA) $ 9,950.00 SIL Spray -in liner (Rhino or approved equivalent) $ 1,250.00 GS Grill strobes (Whelen, Federal or approved equivalent) $ 775.00 LED-GS LED grill flashing lights (Whelen, Federal or approved equivalent) $ 890.00 RVS Rear view mirror strobes (Whelen, Federal or approved equivalent) N/A LED-RVS LED rear view mirror flashing lights N/A (Whelen, Federal or approved equivalent) RMS Roof -mount single amber strobe beacon $ 490.00 (Whelen, Federal or approved equivalent) RMD Roof -mount dual amber strobe beacon $ 490.00 (Whelen, Federal or approved equivalent) 4-CS 4 corner strobe amber bar (Whelen, Federal or approved equivalent) $ 590.00 4-CLED 4 corner LED amber bar (Whelen, Federal or approved equivalent) $ 790.00 CSP60 Corner Strobe Kits - Whelen Kit with 4 clear tubes, 6 outlet CSP 60w $ 1,290.00 power supply, 2-15' cables, 2-30' cables CSP90 Corner Strobe Kits - Whelen Kit with 4 clear tubes, 6 outlet CSP 90w $ 1,290.00 power supply, 2-15' cables, 2-30' cables SPS6J Corner Strobe Kits - Federal Kit with 4 clear tubes, 6 outlet SPS6J power $ 1,350.00 supply, 2-15' cables, 2-30' cables RICH Corner Strobe Kits - Federal Kit with 4 clear tubes, 6 outlet RICHOCHET $ 1,350.00 power supply, 2-15' cables, 2-30' cables NEB Corner Strobe Kits - Soundoff Kit with 4 clear tubes, 6 outlet, 60w Nebula N/A power supply, 2-15', 2-30' cables GEM Corner Strobe Kits - Soundoff Kit with 4 clear tubes, 6 outlet, 110w N/A Gemini power supply, 2-15', 2-30' cables DSM Complete set of shop manuals ONIT $ 390.00 5/75 Manufacturer's Extended Base Care $ 1,752.00 Warranty ($0 deductible) See Page 1050 996 Bid Award Announcement (04-12-0824)