Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-0241 Temp. Reso. # 10893 February 22, 2006 Page 1 of 3 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2006 - A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF REPLACEMENT HEAVY EQUIPMENT UTILIZING VARIOUS GOVERNMENTAL PURCHASING AGREEMENTS INCLUDING FLORIDA SHERIFF'S ASSOCIATION AND FLORIDA DEPARTMENT OF TRANSPORTATION, AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $281,694; AUTHORIZING BUDGET TRANSFERS AS NEEDED FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Adopted Fiscal Year 2006 Capital Improvement Program Budget authorized the purchase of replacement heavy equipment for the Public Works Department; and WHEREAS, the timely replacement of City equipment is necessary in order to ensure the effective and efficient delivery of services by City departments; and WHEREAS, City of Tamarac Code, §6-155 allows the Purchasing Officer the authority to waive purchasing procedures and purchase equipment which is the subject of contracts with other governmental agencies; and WHEREAS, the Director of Public Works and Purchasing and Contracts Manager have determined that it is in the City's economic interests to purchase replacement equipment utilizing existing governmental purchasing agreements, hereto attached as Exhibit 1"; and WHEREAS, per the attached purchasing agreements, the heavy equipment replacements purchased will be awarded to various vendors at the costs indicated in the Bid Award Announcement as shown in the "FY06 Heavy Equipment Replacement Temp. Reso. # 10893 February 22, 2006 Page 2 of 3 Summary", hereto attached as Exhibit "2"; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that replacement heavy equipment be purchased utilizing the existing purchasing agreements as attached. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The purchase of replacement heavy equipment utilizing the various purchasing agreements is hereby approved, copies of said agreements are attached as Exhibit 1 ". SECTION 3: Replacement heavy equipment shall be awarded to the vendors shown for each specific item in the existing purchase agreement at the cost indicated in the agreement, as summarized in the "FY06 Heavy Equipment Replacement Summary" attached hereto as Exhibit "2". SECTION 4: An expenditure in the amount of $281,694 for said purpose is hereby authorized. SECTION 5: All budget transfers required for proper accounting purposes are hereby authorized. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions 1 1 1 Temp. Reso. # 10893 February 22, 2006 Page 3 of 3 or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this o?a day of 2006. JOE SCHREIBER MAYOR ATTEST: MARION M NSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SAMUEL S. #6REN CITY ATT RNEY RECORD OF COMMISSION V TE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Temporary Reso, No. 1.0893 — Exhibit 1 January 12,1666 fivaff Tf PAX 2. City of Tamarac John Deere 450 J Dozer l~lorida Sheriffs Association Florida Associatiori of Counties Contract Number 05-13-0822 Expires October 31,2006 Nortrax Equipment Co. is pleased to quote you the following equipment: One NEW 2006 John Deere 450J Dozer with a 70 HP Diesel engine.. Includes all standard equipment and features per the contract specifications: • Deere 70 HP Diesel Engine • Full Underside Guards • Open ROPS Canopy • All Hydraulic Dozer — 97" Six way blade • Suspension Seat • One set of Operator's and Parts Manuals Standard Warranty 6 Months Full Machine • Track Pads-16" Base $id. Contract Price: $ 59,423.76 Stated Options From Contract: Front Sweeps AT312406 S 1,635.00 Draw Aar 045 180.00 CanopyWork lights 9167 392.00 Radiator Sandblast grid 9055 493.00 Total Options from Contract: $ 2,700.00 S 2,700.00 Non -Stated Options.: Fnviromental Drain Package S 224.00 Retrieval Hitch with Pin L4.00 Sub total Options: $ 408,Q0 Contract Discount 25 % 1_102.00 Total Non -Stated Options: $ 306.00 $ 306.00 Pat McGurk 4343 NW 76thAvenue Miami, Florida 33168 Cell Phone: 305-481-6592 Fax:305-513-4353 :rc b TRAX r �5 -,:r s rr; ! Total with all rohn Deere options $62,429.76 Sherifrs Fee %z % $ 312,14, T6TAL FUB Tamarac $ 62,741." TWADS Track Pads,complcte set 80 pads installed with Two bolts per track, additional freight $ 7,700.00 Extended Wu ty 200OHour/60Month - Full Machine Coverage $ .1,529.00 GR Manufacturing Options: Rear Screen For CanpoyA.T 221071 $ W-00 Side Screens for Canopy AT312408 0j.QQ . TOTAL PRICE 4301 DOZER WITH PADS $ 73,975.90 Enpjj;]-2ALmgMgk@Mrft-ax.com Web Site: www.nornax.com Cell Phone:106481.6592 Pat McGurk 4343 NW 76thAvenue Miami, Florida 33166 Fax:305-513.4353 FLORIDA FIRE CHIEFS' ASSOCIATION Base Specif cations SPECIFICATION #41 - 74 HP_ TRACK TYPE CANOPY TRACTOR STANDARD TRACK -- WIDE TRACK OPTIONAL CASE 65OK; CATERPILLAR D3GXL; JOHN DEERE 45W ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED a. Minimum 4 cylinder 70 Net HP a. Hydrostatic, infinitely variable speed b. Constantly variable a. Minimum 5 rollers b. Standard grouser minimum of 16" C. Top roller, each side 9I9YAD) a. Minimum 96" wide b. Minimum 36" high C. Minimum 1.88 cyd blade capacity d. Power, angle, tilt (PAT) In addition to equipment specified, unit shall 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 Safety Standards as established by the U.S. Department of Transportation regarding the manufacture of motor vehicles. Bid Award Announcement (05-13-0822) 497 Base Specifications #41 - 70 BP Track Type Canopy Tractor The successful bidder shall be responsible for delivering unit properly services, clean and in first class condition. Pre -delivery service, at a minimum, shall include the following: a. complete lubrication b, check all fluid levels C. inflate tires to proper pressure d. check to assure proper machine operation and all accessories 498 Bid Award Announcement (05-13-0822) FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION 2006 JOHN DEERS 450J Specification #41 70 HP Track Type Canopy Tractor The John Deere 450J track type canopy tractor purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. ZONE: Western Northern Central 9outhers,. BASE PRICE: $59,423-00 $59,423.00 $59,423.00 $59,423.00 Purchasers are advised that the above referenced vehicle specification comes equipped as a base unit only. The Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have identified and equipped the base unit with those specifications and equipment items required to meet National Standards. Since equipment needs and preferences are going to vary from agency to agency - any additional options required or changes to the base unit desired by the purchaser shall be made through the vendor listed. NOTE: An official listing of all add/delete options and their prices should be obtained from the awarded vendor. Customers may select from any published optional items within this bid contract, or from any unpublished options submitted to the purchaser by the manufacturer. A 25% discount off manufacturer's current published retail prices for non -specified options and any optional models bid. (The discount is applied to the manufacturer's current published retail prices.) Date of current published price book: 08-01-04 Discounts will apply to the Deere 450J & 550J Dozers. LEGEND FOR DELLIM/.ADD OMON$ Every line will require a DOLLAR VALUE or one of the following abbreviations: std. = manufacturer's standard equip. Inel. - included with base specs. NC = no additional charge NA = not applicable to the vehicle — = option not bid by vendor Bid Award Announcement (05-13-0822) 501 VEHICLE: John Deere John Deere John Deere John Deere 450H 450H 450H 450H DEALER: Nortrax Nortrax Nortrax Nortrax ZONE: Western Northern Central Southern BASE PRICE: $56,660.00 $56,660.00 $56,660.00 $56,660.00 Order All Zones Cade Delete Options Standard track NA NA Standard dozer blade Order All Zones Code Add Options $ 2,050.00 1075 Wide track 24" minimum $ 1,415.00 7075 Wide track dozer blade, FAT $ 10,675.00 5085 Cab with air conditioning $ 11,532.00 AT317078 Winch $ 321.00 9165 Cab mounted lights $ 1,635.00 AT312406 Cab mounted sweeps $ 392.00 9167 Canopy mounted lights $ 1,635.00 AT312406 Canopy mounted sweeps $ 897.00 AT221071 Canopy rear screen $ 1,023.00 AT221075 Cab rear screen $ 180.00 9345 Draw bar $ 985.00 9325 Heavy duty grill $ 493.00 9055 Radiator sandblast grid NA Laster/GPS ready option $ 3,530.00 5 year/7500 extended powertrain warranty PLEASE NOTE: These option prices also apply to the Deere 450J and 550J. 502 Bid. Award Announcement (05-13-0822) ANNOUNCEMENT 05,w 1 3-0822 PURSUIT, ADMINISTRATIVE NON -PURSUIT, UTILITY VEHICLES, TRUCKS & VANS, & OTHER FLEET EQUIPMENT Participating Sheriff's Offices & Local Governmental Agencies of the State of Florida Coordinated By The Florida Sheriffs Association, Florida Association of Counties & Florida Fire Chiefs' Association FLORIDA NSS C1111:1,1 N C)az COUNTIE; ,+ill About n, oridia TABLE OF CONTENTS ORDERINGINSTRUCTIONS......................................................................................... 10 Overview of Awarded Specifications............................................................................... 12 DesignatedDealers........................................................................................................ 37 Basic Information REQUIRED for Purchase Orders ...................................................... 41 DistrictMap................................................................................................................... 42 Specification #01 --- Full Size Vehicles RWD - (Police Package) ..................................... 43 FordCrown Victoria (RO)................................................................................. 45 DodgeCharger................................................................................................. 46 DodgeMagnum................................................................................................ 54 Specification #02 - Full Size Vehicles FWD - (Police Package) ..................................... 62 ChevroletImpala (RO)...................................................................1.............I.... 64 Specification #03 - Full Size Utility Vehicles RWD - (Police Package) .......................... 65 Chevrolet Tahoe 1500 (RO).............................................................................. 67 Specification #04 - Full Size Vehicles (Administrative)................................................. 68 Ford Crown Victoria (RO)................................................................................. 70 Mercury Grand Marquis (RO).......................................................................... 71 ChevroletImpala (RO)...................................................................................... 72 Chrysler300 (RO)............................................................................................ 73 DodgeCharger................................................................................................. 74 DodgeMagnum (RO)........................................................................................ 76 Specification 405 - Mid Size Vehicles (Administrative).................................................. 77 FordFusion ........................ .......................... ................................ I ......... ......... 79 FordTaurus (RO)............................................................................................. 81 Ford500 (RO).................................................................................................. 82 ChevroletMalibu (RO)...................................................................................... 83 PontiacG6....................................................................................................... 84 Chrysler Sebring (RO)...................................................................................... 86 DodgeStratus (RO).......................................................................................... 87 HondaAccord.......................................................... ...................................... 88 ToyotaCamry ................................................................................................... 90 Specification #06 - Compact Vehicles (Non -Pursuit) ..................................................... 92 FordFocus (RO)............................................................................................... 94 Chevrolet Cobalt (RO)....................................................................................... 95 ChevroletHHR................................................................................................. 96 2 Bid Award Announcement (05-13-0822) Specification #06 -- Compact Vehicles (Non -Pursuit) - (continued) Chrysler PT Cruiser (RO)................................................................................. 98 HondaCivic...................................................................................................... 99 ToyotaCorolla................................................................................................ 101 Specification #07 - Compact Vehicles (Hybrid).........................................................1. 103 HondaAccord................................................................................................. 105 HondaCivic (RO)........................................................................................... 107 Toyota Prius.................................................................................. ... 108 .............. Specification #08 - Small 4 Passenger Electric Vehicle .............................................. 110 GEM(RO)....................................................................................................... 112 Specification #09 - Off Road Utility Vehicle................................................................ 113 John Deere Gator (RO).... ..................................................... I........................ 114 Specification # 10 & # 11 - BMW Police Motorcycles.................................................... 115 NO LONGER ON BID Specification. # 12 -- Harley-Davidson Police Motorcycles .............................................. 120 HD Road King (RO)................................................................. . 123 HD Electra Glide (RO).................................................................................... 124 Specification #13 - Harley-Davidson. Police Motorcycles .............................................. 125 HDSportster (RO).......................................................................................... 128 Specification # 14 --- Small Size Utility Vehicles (Hybrid) .............................................. 129 Ford Escape (4x2)........................................................................................................ 131 (4x4)........................................................................................................ 134 Mercury Mariner (4x2)........................................................................................................ 137 Specification #15 - Small Size Utility Vehicles............................................................. 139 Ford Escape (4x2) (RO)................................................................................................ 141 (4x4) (RO)................................................................................................ 1.42 Chevrolet Equinox (4x2) (RO)................................................................................................ 143 (4x4) (RO)................................................................. • .............................. 144 Jeep Liberty (4x2) (RO)......................... ... ......... ....................................................... I... 145 (4x4) (RO) .............................. ...............................................:.................. 146 Honda CR-V (4x2)............................................................................I...........I............... 147 (4x4)........................................................................................................ 153 Honda Element (4x2) (RO)................................................................................................ 159 (4x4) (RO)................................................................................................ 160 Bid Award Announcement (05-13-0822) 3 Specification # 16 - Mid Size Utility Vehicles.............................................................. 161 Ford Explorer (4x2) (RO).....................................................................I.......................... 1.63 (4x4) (RO)................... ...................... .............. .................. ................ I...... 164 Chevrolet Trail Blazer (4x2) (RO)................................................................................................ 165 (4x4) (RO).............................................................. ............ I .......... ........... 166 GMC Envoy (4x2) (RO)...........................................................................I.................... 167 (4x4) (RO)............................................................ ........................... :........ 168 Hummer H3 (4x4)........................................................................................................ 169 Jeep Grand Cherokee Laredo (4x2) (RO)................................................................................................ 176 (4x4) (RO)................................................................................................ 177 Specification # 17 - Full Size Utility Vehicles.............................................................. 178 Ford Expedition (4x2) (RO)................................................................................................ 180 (4x4) (RO)................................................................................................ 181 Chevrolet Avalanche 1500 (4x2) (RO)................................................................................................ 182 (4x4) (RO)................................................................................................ 183 Chevrolet Tahoe 1500 (4x2) (RO)................................................................................................ 184 (4x4) (RO)...................................... ........................................................... 185 GMC Yukon 1500 (4x2) (RO)................................................................................................ 186 (4x4) (RO)................................................................................................ 187 Jeep Commander (4x2)........................................................................................................ 188 (4x4).................................................................................................... 195 Dodge Durango (4x2) (RO)................................................................................................ 202 (4x4) (RO)................................................................................................ 203 Specification # 18 - 1 /2 Ton Extended Wheelbase Utility Vehicles ............................. 204 Chevrolet Suburban 1500 (4x2) (RO)................................................................................................ 206 (4x4) (RO)................................................................................................ 207 GMC Yukon 1500 (4x2) (RO)................................................................................................ 208 (4x4) (RO)................................................................................................ 209 Specification # 19 - 3/4 Ton Extended Wheelbase Utility Vehicles ............................. 210 Chevrolet Suburban 2500 (4x2) (RO)................................................................................................ 212 (4x4) (RO)................................................................................................ 213 4 Bid Award Announcement (05-13-0822) Specification # 19 - 3/4 Ton. Extended Wheelbase Utility Vehicles - (continued) GMC Yukon 2500 (4x2) (RO)................................................... ................. I ......... I ................ . 214 (4x4) (RO).......................... ..... ....... .......... ............................. I ... ... I........... 215 Specification #20 - 7 Passenger Mini Van (FWD) ....................................................... 216 Ford Freestar (RO)......................................................................................... 218 Chevrolet Uplan.der (RO)................................................................................ 219 Chrysler Town & Country (RO)................... ....................... I ....................... .... 220 DodgeCaravan (RO)....................................................................................... 221 Specification #21 - 8 Passenger Van (RWD)............................................................... 222 Ford E-150 Club Wagon (RO).............................................. ............ 224 Chevrolet Express 1500 (RO).........................................................I.............1. 225 GMC Savana 1500 (RO)................................................................................. 226 DodgeSprinter............................................................................................... 227 Freightliner Sprinter....................................................................................... 233 Specification #22 - 12 Passenger Van........................................................................ 236 Ford E-350 Club Wagon (RO)........................................................................ 238 Chevrolet Express 2500 (RO)......................................................................... 239 GMC Savana 2500 (RO)................................................................................ 240 Specification #23 - 15 Passenger Van ........................................................................ 241 Ford E-350 Club Wagon Extended (RO)........................................................ 243 Chevrolet Express 3500 (RO)......................................................................... 244 GMC Savana 3500 (RO)................................................................................. 245 Specification #24 - Utility Cargo Van......................................................................... 246 Ford E-250 Cargo Van (RO)........................................................................... 248 Chevrolet Express Cargo Van (RO)................................................................ 249 GMC Savana Cargo Van (RO).................... ................................ ........ I........... 250 DodgeSprinter............................................................................................... 251 Freightliner Sprinter....................................................................................... 259 Specification #25 - Compact Pickup Truck................................................................. 263 Ford Ranger (4x2) (RO)................................................................................................ 265 (4x4) (RO)................................................................................................ 266 Chevrolet Colorado (4x2) (RO)................................................................................................ 267 (4x4) (RO)...................... ............................................ I............................. 268 GMC Canyon (4x2) (RO)................................................................................................ 269 (4x4) (RO)...................................................................................I............ 270 Dodge Dakota Club Cab (4x2)........................................................................................................ 271 (4x4) (RO)................................................................................................ 275 Bid Award Announcement (05-13-0822) 5 Specifications #26 - 1 /2 Ton Extended Cab Pickup Truck (Hybrid) ............................ 276 Chevrolet Silverado 1500 (4x2) (RO)..................... .............................................. I .......... I .............. ... 278 (4x4) (RO)................................................................................................ 279 GMC Sierra 1500 (4x2) (RO).................................... ............... ................ I. ........ - ............ I... 280 (4x4) (RO)................................................................................................ 281 Specification #27 - 1 /2 Ton Pickup Truck................................................................. 282 Ford F-150 (4x2) (RO)................................................................................................ 284 (4x4) (RO)................................................................................................ 285 Chevrolet Silverado 1500 (4x2) (RO).......................... .............. ......................... I ............... ............... 286 (4x4) (RO)................................................................................................ 287 GMC Sierra 1500 (4x2) (RO)................................................................................................ 288 (4x4) (RO)................................................................................................ 289 Dodge Ram 1500 (4x2)........................................................................................................ 290 (4x4) (RO)................................................................................................ 293 Toyota Tundra (4x2)........................................................................................................ 294 (4x4)........................................................................................................ 297 Specification. #28 - 3/4 Ton Pickup Truck................................................................. 300 Ford F-250 SD (4x2) (RO).........................................................................................1...... 302 (4x4) (RO).......................................................................... ...................... 303 Chevrolet Silverado 2500 HD (4x2) (RO)...................................................... I .................................. ....... 304 (4x4) (RO)................................................................................................ 305 GMC Sierra 2500 HD (4x2) (RO)........................................ ................ .... ............ ............ I........... 306 ... (4x4) (RO)............................................................. ............. I.................. 307 Dodge Ram 2500 (4x2) (RO)................................................ ...................................... I......... 308 (4x4) (RO)............................................................ .................................... 309 Specification #29 - 1 Ton Pickup Truck..................................................................... 310 Ford F-350 SD (4x2) (RO)........................................ ................ .... ........... I ............ I ......... .. 312 (4x4) (RO)........................................... .................. ............. ...................... 313 Chevrolet Silverado 3500 (4x2) - Ext. Cab (RO).............................................................................. 314 (4x4) -- Reg. Cab (RO)............................................................................. 315 GMC Sierra 3500 (4x2) - EA. Cab (RO)............................................................................. 316 (4x4) - Reg. Cab (RO)........:............................................... 317 6 Bid Award Announcement (05-13-0822) Specification #29 - 1 Ton Pickup Truck - (continued) Dodge Ram 3500 (4x2) (RO)................................................................................................ 318 (4x4) (RO)................................................................................................ 319 Specification #30 - 1 Ton Cab & Chassis................................................................... 320 Ford F-350 (4x2) (RO)................................................................................................ 322 (4x4 (RO))................................................................................................ 323 Chevrolet Silverado 3500 (4x2) (RO)................................................................... ........... 324 (4x4) (RO)................................................................................................ 325 GMC Sierra 3500 (4x2) (RO).................................. ......................................................... 326 (4x4) (RO)................................................................................................ 327 Dodge Ram 3500 (4x2) (RO)............................................................... .............................. 328 (4x4) (RO)..................................................... ............................... I........... 329 Dodge Sprinter (4x2)........................................................................................................ 330 Freightliner Sprinter (4x2)........................................................................................................ 334 Specification #31 -- Minimum 12,000 lb. GVWR'nit Cab & Chassis ......................... 338 Ford LCF 645A.............................................................................................. 340 Chevrolet W3500 (RO)................. ....... .............. .............................................. 343 GMCW3500 (RO........................................................................................... 344 Isuzu NB 154 (RO)..................................................................................... I .... 345 International CF500....................................................................................... 346 Specification #32 - 15,000 lb. GVWR Cab & Chassis ................................................ 350 Ford F-4.50 (4x2) (RO)................................................................................................ 352 (4x4) (RO)................................................................................................ 353 Chevrolet Kodiac 4500 (4x2) (RO)................................................................................................ 354 (4x4) (RO)............... ........................................... .................... I................. 355 GMC Top Kick 4500 (4x2) (RO)................................................................................................ 356 (4x4) (RO)................................................................................................ 357 Specification #33 -- 17,500 lb. GVWR Cab & Chassis ................................................ 358 Ford F-550 (4x2) (RO)....................................................... (4x4) (RO)................................................................................................ 361 Chevrolet Kodiac 4500 (4x2) (RO)................................................................................................ 362 (4x4) (RO)................................................................................................ 363 Bid Award Announcement (05-13-0822) 7 Specification #33 - 17,500 lb. GVWR Cab & Chassis - (continued) GMC Top Kick 4500 (4x2) (RO)...............................................................................I................ 364 (4x4) (RO)................................................................................................ 365 Freightliner M2 (4x2).................................................................................1...................... 366 Specification #34 - 25,500 lb. GVWR Cab & Chassis (4x2)....................................... 370 FordF-650 (RO)............................................................................................. 372 ChevroletCC7500.......................................................................................... 373 GMCTC7500................................................................................................. 377 FreightlinerM2.............................................................................................. 381 Hino268A...................................................................................................... 385 International4200 SBA................................................................................. 389 IsuzuH7500.................................................................................................. 393 KenworthT300............................................................................................... 397 Peterbilt335................................................................................................... 401 Sterling Acterra (RO)...................................................................................... 405 Specification #35 - 30,000 lb. GVWR Cab & Chassis (4x2)....................................... 406 FordF-750 (RO)............................................................................................. 408 ChevroletCC7500.......................................................................................... 409 GMCTC7500................................................................................................. 413 FreightlinerM2.............................................................................................. 417 Hino338...................... ..................................................................... I ....... I.... 421 International 4200 SBA................................................................................. 425 IsuzuH7500.................................................................................................. 429 KenworthT300............................................................................................... 433 Peterbilt335................................................................................................... 437 SterlingActerra (RO)...................................................................................... 441 Specification #36 - 52,000 lb. GVWR 4x6 Tandem Axle Truck/Tractor Cab& Chassis (4x2)................................................................................................. 442 AutocarWX64................................................................................................ 445 FreightlinerM2.............................................................................................. 448 International 7600 SFA.................................................................................. 451 KenworthT800B............................................................................................ 454 MackC Series................................................................................................ 456 Peterbilt385................................................................................................... 459 SterlingLT9500.............................................................................................. 462 VolvoV Series................................................................................................ 464 WesternStar 4900SA..................................................................................... 467 Specification #37 - 4x4 Loader Backhoe with Canopy ................................................ 469 Case580M Series I1....................................................................................... 471 Caterpillar416............................................................................................... 473 JohnDeere 310............................................................................................. 475 8 Bid Award Announcement (05-13-0822) Specification #38 - 3.0 Cu. Yd. Wheel Loader............................................................ 477 Case621D..................................................................................................... 479 Caterpillar928G............................................................................................. 481 JohnDeere 544J........................................................................................... 483 Specification #39 -- Motorgrader.................................................................................. 485 Caterpillar12H.............................................................................................. 487 JohnDeere 670D........................................................................................... 489 Specification #40 - Agriculture Type Tractor (4x2)..................................................... 491 Challenger MT455S........................................................................................ 493 John Deere 5525 Canopy ....................................................... ................... 495 Specification #41 - 70 HP Track Type Canopy Tractor ............................................... 497 CaterpillarD3GXL.......................................................................................... 499 JohnDeere 450J........................................................................................... 501 Specification #42 - 90 HP Track Type Canopy Tractor ............................................... 503 CaterpillarD5GXL.......................................................................................... 505 John Deere 650J XLT.................................................................................... 507 Manufacturer's Extended Vehicle Warranty................................................................. 509 MearsMotor Leasing................................................................................................... 511 Bid Award Announcement (05-13-0822) 9 FLORIDA SHERIFFS ASSOCIATION P, O. Box 1.2519 • Tallahassee, FL 32317-251.9 PHONE (850) 877-2165 • FAX (850) 878-8665 WEB SITE: http://www.flsheriffs.org DATE: September 29, 2005 TO: ALL PROSPECTIVE PARTICIPANTS FROM: Gary E. Perkins Lynn Meek Peggy Goff Executive Director 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. 05-13-0822 We are pleased to announce that. the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association has successfully conducted its twelfth statewide competitive bid for vehicles which includes police pursuit, administrative non -pursuit, utility vehicles, trucks & vans, backhoes, motorgraders and agriculture type tractors. Bids will be extended and guaranteed to any and all units of local governments/political subdivisions including but not limited to county, local county board of public instruction municipalities and/or police agencies, other local public or public safety agencies or authorities within the State of Florida and in accordance with the provi- sions of Chapter 287, F.S., and 60A, Florida Administrative Code, any state agency including the Division of Universities, Department of Children and Family Services, Department of Health. Depart- ment 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, 2005 thru September 30, 2006 - 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 Contact the designated dealership (see pages 37-39) 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. 05-13-0822. They will assist you with 10 Bid Award Announcement (05-13-0822) the placement of your order and answer any questions you may have regarding the vehicles purchased through this program. 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 W Type Code FSA Code Fleet Center Contact Numbers FIN CODE GENERAL MOTORS FAN CODE CHRYSLER FAN CODE gE065 1-800-34-FLEET (1-800-343-5338) 917872 1-800-FLEET OP (1-800-353-3867) 49313 I -800-999-FLEET (1-800-999-3533) 2. YOU MUST send a copy of the ORIGINAL PURCHASE ORDER (including FSA's Contract No. 05-13-08221 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. Basic __Information _required- on all purchase orders is listed on Page 41 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- 35) -- Dealers have included the administrative fee of $75.00 per unit in their bid prices and made it a part of the base unit's purchase price. • Truck/Tractor, Backhoe, Motorgrader and Agriculture Tractor Units (Specifications 36- 42) - 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 truck/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 (05-13-0822) 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 neets. 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. IMPQRIANT N TE: 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. Vehicles indicated with an (RO) have been rolled over from Bid 04-12-0823, The 2006 model will be offered at the 2005 pricing. All vehicles that are new or did not rollover on the04- - 823 bid are indicate n bold print. The Florida Sheriffs Association's, 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): FULL SIZ PURSUIT VEHIC ES -RWD [Speciiicati_ n #O1 Base Name of Dealership Type Vehicle Zone Unit Price Orville Beckford Ford -Mercury Ford Crown Victoria (RO) * Western $ 18,873.00 Duval Ford Ford Crown Victoria (RO) * Northern $ 18,723.00 Don Reid Ford Ford Crown Victoria (RO) * Central $ 18,758.00 Duval Ford Ford Crown Victoria (RO) * Southern $ 18,872.00 Hill -Kelly Dodge, Inc. Dodge Charger Western $ 20,915.00 Beck Auto Sales, Inc. Dodge Charger Northern $ 20,994.00 Hill -Kelly Dodge, Inc. Dodge Charger Central $ 21,065.00 Beck Auto Sales, Inc. Dodge Charger Southern $ 21,175.00 Hill -Kelly Dodge, Inc. Dodge Magnum Western $ 22.349.00 Hill -Kelly Dodge, Inc. Dodge Magnum Northern $ 22,433.00 Hill -Kelly Dodge, Inc. Dodge Magnum Central $ 22,499.00 Maroone Dodge, LLC Dodge Magnum Southern $ 22, 571.00 12 Bid Award Announcement: (05-13-0822) FULL _SIZE PURSUIT VEHICLES - FWD (Specification #02: Name of Dealership Type Vehicle Base Zone Unit Price Classic Chevrolet Chevrolet Impala (RO) 7k Western $ 16,223.00 Classic Chevrolet Chevrolet Impala (RO) 7k Northern $ 16,195.00 Classic Chevrolet Chevrolet Impala (RO) Central $ 16,120.00 Classic Chevrolet Chevrolet Impala (RO) * Southern $ 16,154.00 FULL SIZE UTILITY VEHICLES - RWD (Police Package) (Specification #031: Garber Chevrolet, Inc. Chevrolet Tahoe 1500 (RO) Western $ 24,440.00 Garber Chevrolet, Inc. Chevrolet Tahoe 1500 (RO) Northern $ 24,440.00 Classic Chevrolet Chevrolet Tahoe 1500 (RO) * Central $ 24,399.00 Maroone Chevrolet, LLC Chevrolet Tahoe 1500 (RO) *Southern $ 24,345.00 FULL SIZE ADMINISTRATIVE VEHICLES (Specification #04): Orville Beckford Ford -Mercury Ford Crown Victoria (RO) Western $ 19,340.00 Duval Ford Ford Crown Victoria (RO) Northern. $ 19,258.00 Don Reid Ford Ford Crown Victoria (RO) Central $ 19,275.00 Don Reid Ford Ford Crown Victoria (RO) Southern $ 19,395.00 Orville Beckford Ford -Mercury Mercury Grand Marquis (RO) Western $ 20,200.00 Orville Beckford Ford -Mercury Mercury Grand Marquis (RO) Northern $ 20,250.00 Orville Beckford Ford -Mercury Mercury Grand Marquis (RO) Central $ 20,300.00 Orville Beckford Ford -Mercury Mercury Grand Marquis (RO) Southern $ 20,350.00 Garber Chevrolet, Inc. Chevrolet Impala (RO) Western $ 14,698.00 Garber Chevrolet, Inc. Chevrolet Impala (RO) * Northern $ 14,698.00 Garber Chevrolet, Inc. Chevrolet Impala (RO) Central $ 14,698.00 Garber Chevrolet, Inc. Chevrolet Impala (RO) yk Southern $ 14,698.00 Caruso Chrysler/Jeep Chrysler 300 (RO) Western $ 18,855.00 Caruso Chrysler/Jeep Chrysler 300 (RO) Northern $ 18,805.00 Maroone Chrysler -Jeep Chrysler 300 (RO) Central $ 18,802.00 Maroone Chrysler -Jeep Chrysler 300 (RO) Southern $ 18,802,00 Hill -Kelly Dodge, Inc. Dodge Charger Western $ 16,391.00 Hill -Kelly Dodge., Inc. Dodge Charger Northern $ 16,481.00. Hill -Kelly Dodge, Inc. Dodge Charger Central $ 16,541.00 Maroone Dodge, LLC Dodge Charger Southern $ 16,674.00 Hill -Kelly Dodge, Inc. Dodge Magnum (RO) Western $ 17,207.00 Hill -Kelly Dodge, Inc. Dodge Magnum (RO) Northern $ 17,372.00 Hill -Kelly Dodge, Inc. Dodge Magnum (RO) Central $ 17,427.00 Maroone Dodge, LLC Dodge Magnum (RO) Southern $ 17,487.00 MID SIZE ADMINISTRATIVE VEHICLES, (Specification #05): Orville Beckford Ford -Mercury Ford Fusion Western $ 18,200.00 Orville Beckford Ford -Mercury Ford Fusion Northern $ 18,250.00 Orville Beckford Ford -Mercury Ford. Fusion Central $ 18,300.00 Orville Beckford Ford -Mercury Ford Fusion Southern $ 18,350.00 Bid Award Announcement (05-13-0822) 13 MID SIZE ADMINISTRA= VEHICLES (Specification (continued) Base Name of Dealership Type Vehicle Zone Unit Price Orville Beckford Ford -Mercury Ford Taurus (RO) * Western $ 12,050.00 Duval Ford Ford Taurus (RO) * Northern $ 12,021.00 Don Reid Ford Ford Taurus (RO) * Central $ 11,975.00 Don Reid Ford Ford Taurus (RO) * Southern $ 12,040.00 Orville Beckford Ford -Mercury Ford 500 (RO) Western $ 19,275.00 Duval Ford Ford 500 (RO) Northerni $ 19,211.00 Don Reid Ford Ford 500 (RO) Central $ 19,170.00 Don Reid Ford Ford 500 (RO) Southern $ 19,220.00 Garber Chevrolet, Inc. Chevrolet Malibu (RO) Western $ 13,120.00 Garber Chevrolet, Inc. Chevrolet Malibu (RO) Northern $ 13,120.00 Garber Chevrolet, Inc. Chevrolet Malibu (RO) Central $ 13,120.00 Garber Chevrolet, Inc. Chevrolet Malibu (RO) Southern $ 13,120.00 Proctor GM Pontiac G6 Western $ 16,472.00 Proctor GM Pontiac G6 Northern $ 16,472.00 Garber Chevrolet, Buick, Pontiac, GMC Pontiac G6 Central $ 16,496.00 Garber Chevrolet, Buick, Pontiac, GMC Pontiac G6 Southern $ 16,496.00 Beck Auto Sales, Inc. Chrysler Sebring (RO) Western $ 12,668,00 Beck Auto Sales, Inc. Chrysler Sebring (RO) Northern $ 12,618,00 Caruso Chrysler/deep Chrysler Sebring (RO) Central $ 12,635.00 Maroon Chrysler -deep Chrysler Sebring (RO) Southern $ 12,636.00 Hill -Kelly Dodge, Inc. Dodge Stratus (RO) Western $ 12,287.00 Hill -Kelly Dodge, Inc. Dodge Stratus (RO) Northern $ 12,452.00 Maroone Dodge, LLC Dodge Stratus (RO) Central $ 1.2,462.00 Maroon Dodge, LLC Dodge Stratus (RO) Southern $ 12,462.00 Proctor Honda Honda Accord Western $ 22,935.00 Proctor Honda Honda Accord Northern $ 22,935.00 Proctor Honda Honda Accord Central $ 22,960.00 Proctor Honda Honda Accord Southern $ 22,985.00 Bob Tyler Toyota Toyota Camry Western $ 19,190.00 Bob Tyler Toyota Toyota Camry Northern $ 19,190.00 Bob Tyler Toyota Toyota Camry Central $ 19,190.00 Bob Tyler Toyota Toyota Camry Southern $ 19,190.00 COMPACT MINISTRATIVE VEHICLES (S�ecific,a ion #061: Orville Beckford Ford -Mercury Ford Focus (RO) * Western $ 10,600.00 Duval Ford Ford Focus (RO) * Northern $ 10,623.00 Orville Beckford Ford -Mercury Ford Focus (RO) * Central $ 10,700.00 Orville Beckford Ford -Mercury Ford Focus (RO) * Southern $ 10,750.00 14 Bid Award Announcement (05-13-0822) COMPACT ADMINISTRATIVE VEHICLES (Specification #06); (continued) Base Name of Dealership Type Vehicle Zone Unit Price Garber Chevrolet, Inc. Chevrolet Cobalt (RO) Western $ 10,912.00 Garber Chevrolet, Inc. Chevrolet Cobalt (RO) Northern $ 10,912.00 Garber Chevrolet, Inc. Chevrolet Cobalt (RO) Central $ 10,912.00 Garber Chevrolet, Inc, Chevrolet Cobalt (RO) Southern $ 10,912.00 Cindy Chevrolet, Inc. Chevrolet HHR Western $ 14,612.00 Classic Chevrolet Chevrolet HHR Northern $ 14,600.00 Classic Chevrolet Chevrolet HHR Central $ 14,529.00 Classic Chevrolet Chevrolet HHR Southern $ 14,600.00 Caruso Chrysler/Jeep Chrysler PT Cruiser (RO) Western $ 12,570.00 Caruso Chrysler/Jeep Chrysler PT Cruiser (RO) Northern $ 12, 520.00 Maroone Chrysler -Jeep Chrysler PT Cruiser (RO) Central $ 11,861.00 Maroone Chrysler -Jeep Chrysler PT Cruiser (RO) Southern $ 11,861.00 Proctor Honda Honda Civic Western $ 18,165.00 Proctor Honda Honda Civic Northern $ 18,165,00 Proctor Honda Honda Civic Central $ 18,190.00 Proctor Honda Honda Civic Southern $ 18,215.00 Bob Tyler Toyota Toyota Corolla Western $ 13,449.00 Bob Tyler Toyota Toyota Corolla Northern $ 13,449.00 Bob Tyler Toyota Toyota Corolla Central $ 13,449.00 Bob Tyler Toyota Toyota Corolla Southern $ 13,449.00 COMPACT ADMINISTRATIVE HYBRID VEHICLES (Specification Maroone Honda Honda Accord Western $ 28,799.00 Maroon Honda Honda Accord Northern $ 28,749.00 Maroone Honda Honda Accord Central $ 28,729.00 Maroone Honda Honda Accord Southern $ 28,579.00 Proctor Honda Honda Civic (RO) Western $ 20,485.00 Maroone Honda Honda Civic (RO) Northern $ 20,443.00 Maroone Honda Honda Civic (RO) Central $ 20,443.00 Maroone Honda Honda Civic (RO) Southern $ 20,443.00 Bob Tyler Toyota Toyota Prius * Western $ 19,503.00 Bob Tyler Toyota Toyota Prius * Northern $ 19,503.00 Bob Tyler Toyota Toyota Prius * Central $ 19,503.00 Bob Tyler Toyota Toyota Prius * Southern $ 19,503.00 SMALL 4 PASSENGER ELECTRIC VEHICLE_LSRecificatiQn #0l: Beck Auto Sales, Inc. GEM (RO) Western $ 8,205.00 Beck Auto Sales, Inc. GEM (RO) * Northern $ 8,130.00 Beck Auto Sales, Inc. GEM (RO) * Central $ 8,180.00 Beck Auto Sales, Inc. GEM (RO) * Southern $ 8,205.00 Bid Award Announcement (05-13-0822) 15 F EgMUTILITY yEHICLE (Specification #09 : Base Name of Dealership Type Vehicle Zone Unit Price Highland Tractor Company John Deere Gator (RO) * Western $ 7,156.00 Highland Tractor Company John Deere Gator (RO) * Northern $ 7,156,00 Highland Tractor Company John Deere Gator (RO) * Central $ 7,106.00 Highland Tractor Company John Deere Gator (RO) * Southern $ 7,156.00 BMW POLICE MOTORCYCLES (Specification # 10_ # 11 : NO LONGER ON BID HARLEY-DAVIDSON POLI E MOTO CYCLES ification # Ft. Lauderdale Harley-Davidson HD Road King (RO) 7k Western $ 13,665,00 Ft. Lauderdale Harley-Davidson HD Road King (RO) * Northern $ 13,665.00 Ft. Lauderdale Harley-Davidson HD Road King (RO) * Central $ 13,665.00 Ft, Lauderdale Harley-Davidson HD Road King (RO) * Southern $ 13,665.00 Ft, Lauderdale Harley-Davidson HD Electra Glide (RO) Western $ 13,865,00 Ft. Lauderdale Harley-Davidson HD Electra Glide (RO) Northern $ 13,865.00 Ft. Lauderdale Harley-Davidson HD Electra Glide (RO) Central $ 13,865.00 Ft. Lauderdale Harley-Davidson HD Electra Glide (RO) Southern $ 13,865.00 R&RIML-DAVIDSON POLICE MOTORCYCLES (Sifi ation # Ft. Lauderdale Harley-Davidson HD Sportster (RO) * Western $ 6,441.00 Ft. Lauderdale Harley --Davidson HD Sportster (RO) * Northern $ 6,441.00 Ft. Lauderdale Harley-Davidson HD Sportster (RO) * Central $ 6,441,00 Ft. Lauderdale Harley-Davidson HD Sportster (RO) * Southern $ 6,441.00 SMALL SIZE UTILITY HYBRID VEHICLE (4 x 2) (Specification # 14): Orville Beckford Ford -Mercury Ford Escape * Western $ 24,400.00 Orville Beckford Ford -Mercury Ford Escape * Northern $ 24,450.00 Don Reid Ford Ford Escape * Central $ 24,380.00 Don Reid Ford Ford Escape * Southern $ 24,490.00 Orville Beckford Ford -Mercury Mercury Mariner Western $ 26,900.00 Orville Beckford Ford -Mercury Mercury Mariner Northern $ 26,950.00 Orville Beckford Ford -Mercury Mercury Mariner Central $ 27,000.00 Orville Beckford Ford -Mercury Mercury Mariner Southern $ 27,050.00 SMALL UTILITY HYBRID VEHICLES 4 x 4(Specification -SIZE Orville Beckford Ford -Mercury Ford Escape * Western $ 25,800.00 Orville Beckford Ford -Mercury Ford Escape * Northern $ 25,850.00 Don Reid Ford Ford Escape * Central $ 25,793.00 Don Reid Ford Ford Escape * Southern $ 25,893.00 16 Bid Award Announcement (05-13-0822) SMALL SIZE UTILITY VEHICLES (4 x 2) (Specification # 15j: Base Name of Dealership Type Vehicle Zone Unit Price Orville Beckford Ford -Mercury Ford Escape (RO) * Western $ 13,870.00 Duval Ford Ford Escape (RO * Northern $ 13,848.00 Don Reid Ford Ford Escape (RO) * Central $ 13,738.00 Don Reid Ford Ford Escape (RO) * Southern $ 13,899.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Western $ 18, 521.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Northern $ 18,470.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Central $ 18,470.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Southern $ 18,521.00 Hill -Kelly Dodge, Inc. Jeep Liberty (RO) Western $ 15,181.00 Hill -Kelly Dodge, Inc. Jeep Liberty (RO) Northern $ 15,290.00 Maroone Chrysler -Jeep Jeep Liberty (RO) Central $ 15,258.00 Maroone Chrysler -Jeep Jeep Liberty (RO) Southern $ 15,258.00 Proctor Honda Honda CR-V Western $ 20,065.00 Proctor Honda Honda CR-V Northern $ 20,065.00 Proctor Honda Honda CR-V Central $ 20,090.00 Proctor Honda Honda CR-V Southern $ 20,115.00 Proctor Honda Honda Element (RO) Western $ 19,385.00 Proctor Honda Honda Element (RO) Northern $ 19,385.00 Proctor Honda Honda Element (RO) Central $ 19,410.00 Proctor Honda Honda Element (RO) Southern $ 19,435.00 SMALL SIZE UTILITY VEHICLES 4 x 41 fSlRecification # 1: All American Ford Ford Escape (RO) * Western $ 15,435.00 Duval Ford Ford Escape (RO) 7k Northern $ 15,378.00 Don Reid Ford Ford Escape (RO) * Central $ 15,274.00 Don Reid Ford Ford Escape (RO) * Southern $ 15,394.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Western $ 19,895.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Northern $ 19,875.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Central $ 19,874.00 Garber Chevrolet, Inc. Chevrolet Equinox (RO) Southern $ 19,920.00 Hill -Kelly Dodge, Inc. Jeep Liberty (RO) Western $ 15,858.00 Hill -Kelly Dodge, Inc. Jeep Liberty (RO) Northern $ 16,023.00 Maroone Chrysler -Jeep Jeep Liberty (RO) Central $ 16,020.00 Maroone Chrysler -Jeep Jeep Liberty (RO) Southern $ 16,020.00 Proctor Honda Honda CR-V Western $ 21,165.00 Proctor Honda Honda CR-V Northern $ 21,165.00 Proctor Honda Honda CR-V Central $ 21,190.00 Proctor Honda Honda CR-V Southern $ 21,215.00 Proctor Honda Proctor Honda Honda Element (RO) Honda Element (RO) Western $ 20,585.00 Northern $ 20,585.00 Bid Award Announcement (05-13-0822) 17 SMALL SIZE UTILITY VEHICLES(4 x 41 (Specification 1.5)_ (continued) Base Name of Dealership Type Vehicle Zone Unit Price Proctor Honda Honda Element (RO) Central $ 20,610.00 Proctor Honda Honda Element (RO) Southern $ 20,635.00 ID SIZE UTILITY VE](I)< LES 4 x ecifica # 16 Orville Beckford Ford -Mercury Ford Explorer (RO) Western $ 18,360.00 Duval Ford Ford Explorer (RO) Northern $ 18,399.00 Don Reid Ford Ford Explorer (.RO) Central $ 18,341.00 Don Reid Ford Ford Explorer (RO) Southern $ 18,498.00 Alan Jay Chevrolet. Cadillac, Inc. Chevrolet Trail Blazer (RO) Western $ 19,249.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Trail Blazer (RO) Northern $ 19,129.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Trail Blazer (RO) Central $ 19.1.14.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Trail Blazer (RO) Southern $ 19,129.00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Western $ 20,775.00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Northern $ 20,655.00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Central $ 20,639.00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Southern $ 20,655.00 Caruso Chrysler/Jeep Jeep Grand * Western $ 18,063.00 Cherokee Laredo (RO) Caruso Chrysler/Jeep Jeep Grand * Northern $ 18,013.00 Cherokee Laredo (RO) Caruso Chrysler/Jeep Jeep Grand * Central $ 18,028.00 Cherokee Laredo (RO) Maroone Chrysler -Jeep Jeep Grand * Southern $ 18,034.00 Cherokee Laredo (RO) MID SIZE UTILITY VEHICLES (4 x 4) (Specification__# -6-h Orville Beckford Ford -Mercury Ford Explorer (RO) Western $ 20,500.00 Duval Ford Ford Explorer (RO) Northern $ 20, 517.00 Don Reid Ford Ford Explorer (RO) Central $ 20,448.00 Don Reid Ford Ford Explorer (RO) Southern $ 20,598,00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Trail Blazer (RO) Western $ 21,449.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet. Trail Blazer (RO) Northern $ 21,329.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Trail Blazer (RO) Central $ 21,314.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Trail Blazer (RO) Southern $ 21,329.00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Western $ 22,975,00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Northern $ 22,855.00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Central $ 22,839.00 Alan Jay Pontiac Buick GMC, Inc. GMC Envoy (RO) Southern $ 22,855.00 Proctor GM Hummer H3 Western $ 25,713.00 Proctor GM Hummer H3 Northern $ 25,713.00 18 Bid Award Announcement (05-13-0822) M ITY VEHICLES 4 x 4) (Specification # 6 (continued) Name of Dealership Proctor GM Proctor GM Beck Auto Sales, Inc. Beck Auto Sales, Inc. Maroone Chrysler -Jeep Maroone Chrysler -Jeep Type Vehicle Hummer H3 Hummer H3 Jeep Grand Cherokee Laredo (RO) .jeep Grand Cherokee Laredo (RO) Jeep Grand Cherokee Laredo (RO) Jeep Grand Cherokee Laredo (RO) FULL SIZE UTILITY VEHICLES 14 x 21 (Specification # 171: Orville Beckford Ford -Mercury Duval Ford Don Reid Ford Don Reid Ford Maroone Chevrolet, LLC Maroone Chevrolet, LLC Ford Expedition (RO) Ford Expedition (RO) Ford Expedition (RO) Ford Expedition (RO) Chevrolet Avalanche 1500 (RO) Chevrolet Avalanche 1500 (RO) Champion Chevrolet, Inc. Chevrolet Tahoe 1500 (RO) Alan Jay Chevrolet Cadillac, Inc. Chevrolet Tahoe 1500 (RO) Alan Jay Chevrolet Cadillac, Inc. Chevrolet Tahoe 1500 (RO) Alan Jay Chevrolet Cadillac, Inc. Chevrolet Tahoe 1500 (RO) Alan Jay Pontiac Buick GMC, Inc. GMC Yukon 1500 (RO) Alan Jay Pontiac Buick GMC, Inc. GMC Yukon 1500 (RO) Alan Jay Pontiac Buick GMC, Inc. GMC Yukon 1500 (RO) Alan Jay Pontiac Buick GMC, Inc. GMC Yukon 1500 (RO) Beck Auto Sales, Inc. Beck Auto Sales, Inc. Beck Auto Sales, Inc. Beck Auto Sales, Inc. Hill -Kelly Dodge, Inc. Hill -Kelly Dodge, Inc. Maroone Dodge, LLC Maroone Dodge, LLC Jeep Commander Jeep Commander Jeep Commander Jeep Commander Dodge Durango (RO) Dodge Durango (RO) Dodge Durango (RO) Dodge Durango (RO) FULL SIZE UTILITY VEHICLES (4 x 4) (Specification # 17): Orville Beckford Ford -Mercury Ford Expedition (RO) Duval Ford Ford Expedition (RO) Zone Central Southern * Western * Northern * Central * Southern Western Northern Central Southern Western Northern Central Southern Western Northem Central Southern Western Northern Central Southern Western Northern Central Southern 7k Western �t Northem * Central * Southern Western Northern Base Unit Price $ 25,763.00 $ 25,788.00 $ 19,196.00 $ 19,146.00 $ 19,123.00 $ 19,123.00 $ 21, 750.00 $ 21,753.00 $ 21,720.00 $ 21,890.00 - NB - - --NB-- $ 24,090.00 $ 23,940.00 $ 23,587.00 $ 23,470.00 $ 23,455.00 $ 23,470.00 $ 23,448,00 $ 23,328.00 $ 23,313.00 $ 23,328.00 $ 25,781.00 $ 25,731.00 $ 25,756.00 $ 25,781.00 $ 19,118.00 $ 19,283.00 $ 19,332.00 $ 19,332.00 $ 24,030.00 $ 24,054,00 Bid Award Announcement (05-13-0822) 19 FXTU SIZE UTILITY VEHICLES (4 x 4) (Specification # 17 (continued) Name of Dealership Don Reid Ford Orville Beckford Ford -Mercury Maroone Chevrolet, LLC Maroone Chevrolet, LLC Alan Jay Chevrolet Cadillac, Inc. Garber Chevrolet, Inc. Alan Jay Chevrolet Cadillac., Inc. Alan Jay Chevrolet Cadillac, Inc. Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Base Type Vehicle Zone Unit Price Ford Expedition (RO) Central $ 24,020.00 Ford Expedition (RO) Southern $ 24,180.00 Western - - NB - - Northem - - NB - - Chevrolet Avalanche 1500 (RO) Central $ 26,875.00 Chevrolet Avalanche 1500 (RO) Southern $ 26,725.00 Chevrolet Tahoe 1500 (RO) Western $ 26,182.00 Chevrolet Tahoe 1500 (RO) Northern $ 26,025.00 Chevrolet Tahoe 1500 (RO) Central $ 26,047.00 Chevrolet Tahoe 1500 (RO Southern $ 26.062.00 GMC Yukon 1500 (RO) Western $ 26,009.00 GMC Yukon. 1500 (RO) Northern $ 25,889.00 GMC Yukon 1500 (RO) Central $ 25,874.00 GMC Yukon 1500 (RO) Southern $ 25,889.00 Beck Auto Sales, Inc. Jeep Commander Western $ 28,019.00 Beck Auto Sales, Inc. Jeep Commander Northern $ 27,969.00 Beck Auto Sales, Inc. Jeep Commander Central $ 27,994.00 Beck Auto Sales, Inc. Jeep Commander Southern $ 28,019.00 Hill -Kelly Dodge, Inc. Dodge Durango (RO) 7k Western $ 21,216.00 Hill -Kelly Dodge, Inc. Dodge Durango (RO) * Northern $ 21,381.00 Hill -Kelly Dodge, Inc. Dodge Durango (RO) 7k Central $ 21,436.00 Maroon Dodge, LLC Dodge Durango (RO) Southern $ 21,464.00 1 2 TON EXTENDED WHEELBASE UT I ITY VEHICL (Specification Garber Chevrolet, Inc. Alan Jay Chevrolet Cadillac, Inc. Classic Chevrolet Alan Jay Chevrolet Cadillac, Inc. Garber Buick, Pontiac GMC Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Chevrolet Suburban 1500 (RO) Western $ 25,497.00 Chevrolet Suburban 1500 (RO) Northern $ 25,444.00 Chevrolet Suburban 1500 (RO) Central $ 25,300.00 Chevrolet Suburban 1500 (RO) Southern $ 25,444.00 GMC Yukon 1500 (RO) Western $ 25,360.00 GMC Yukon 1500 (RO) * Northern $ 25,289.00 GMC Yukon 1500 (RO) Central $ 25,274.00 GMC Yukon 1500 (RO) Southern $ 25,289.00 112 TON EXTENDED WHEELBASE UTILITY VEHICLES (4 x 4) (Specification # 18): Garber Chevrolet, Inc. Alan Jay Chevrolet Cadillac, Inc. Classic Chevrolet Alan Jay Chevrolet Cadillac, Inc. Chevrolet Suburban 1500 (RO) Chevrolet Suburban 1500 (RO) Chevrolet Suburban 1500 (RO) Chevrolet Suburban 1500 (RO) Western $ 28,124.00 Northern $ 28,083.00 Central $ 27,910.00 Southern $ 28,083.00 20 Bid Award Announcement (05-13-0822) 112 TON EXTENDED WHEELBASE UTILITY VEHICLES 4 x 41 (Specification # 18): (continued) Name of Dealership Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Alan Jay Pontiac Buick GMC, Inc. Base Type Vehicle Zone Unit Price GMC Yukon 1500 (RO) * Western $ 28,022.00 GMC Yukon 1500 (RO) * Northern $ 27,902.00 GMC Yukon 1500 (RO) * Central $ 27,887.00 GMC Yukon 1500 (RO) * Southern $ 27,902.00 314 TON EXTENDED_WHEELBASE UTILITY VEHICLES (4 x 21 (Specification # 19).: Champion Chevrolet, Inc. Garber Chevrolet, Inc. Garber Chevrolet, Inc. Alan Jay Chevrolet Cadillac, Inc Garber Buick, Pontiac GMC Garber Buick, Pontiac GMC Garber Buick, Pontiac GMC Alan Jay Pontiac Buick GMC, Inc. Chevrolet Suburban 2500 (RO) Western $ 26,387.00 Chevrolet Suburban 2500 (RO) Northern $ 26,300.00 Chevrolet Suburban 2500 (RO) Central $ 26,270.00 Chevrolet Suburban 2500 (RO) Southern $ 26,315.00 GMC Yukon 2500 (RO) * Western $ 26.289.00 GMC Yukon 2500 (RO) * Northern $ 26,152.00 GMC Yukon 2500 (RO) * Central $ 26,150.00 GMC Yukon 2500 (RO) * Southern $ 26,185.00 ON EXTENDED WHEELBASE -UTILITY VEHICLES 4 x 4 (Specification # 19): Champion Chevrolet, Inc. Chevrolet Suburban 2500 (RO) Western $ 29,057.00 Garber Chevrolet, Inc. Chevrolet Suburban 2500 (RO) Northern $ 28,990.00 Garber Chevrolet, Inc. Chevrolet Suburban 2500 (RO) Central $ 28,960.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Suburban 2500 (RO) Southern $ 28,994.00 Garber Buick, Pontiac GMC GMC Yukon 2500 (RO) * Western $ 28,970.00 Alan Jay Pontiac Buick GMC, Inc. GMC Yukon 2500 (RO) * Northern $ 28,856.00 Garber Buick, Pontiac GMC GMC Yukon 2500 (RO) * Central $ 28,830.00 Alan Jay Pontiac Buick GMC, Inc. GMC Yukon 2500 (RO) * Southern $ 28,856.00 7 PASSENGER MINIVAN FWD (Specification #20): Orville Beckford Ford -Mercury Ford Freestar (RO) Western $ 15,600.00 Orville Beckford Ford -Mercury Ford Freestar (RO) Northern $ 15,650.00 Don Reid Ford Ford Freestar (RO) Central $ 1.5,547.00 Don. Reid Ford Ford Freestar (RO) Southern $ 15,697.00 Western - - NB - - Northern - - NB - -- Maroone Chevrolet, LLC Chevrolet Uplander (RO) Central $ 16.820.00 Maroone Chevrolet, LLC Chevrolet Uplander (RO) Southern $ 16,670.00 Caruso Chrysler/Jeep Chrysler Town & Country (RO) Western $ 16,125,00 Caruso Chrysler/Jeep Chrysler Town & Country (RO) Northern $ 16,075.00 Caruso Chrysler/Jeep Chrysler Town & Country (RO) Central $ 16,090.00 Caruso Chrysler/Jeep Chrysler Town & Country (RO) Southern $ 16,125.00 Bid Award Announcement (05-13-0822) 21 7 PASSENGER MINI V -- FWD (Specification #20 : (continued) Base Name of Dealership Type Vehicle Zone Unit price Hill -Kelly Dodge, Inc. Dodge Caravan (RO) * Western $ 15,144.00 Hill -Kelly Dodge, Inc. Dodge Caravan (RO) Northern $ 15,309.00 Hill -Kelly Dodge, Inc. Dodge Caravan (RO) * Central $ 15,364.00 Jack Caruso's Regency Dodge Dodge Caravan (RO) Southern $ 15,482.00 8 PASSENGER VAN -- (Specification #21 : Orville Beckford Ford -Mercury Ford E-150 Club Wagon (RO) * Western $ 14,570.00 Duval Ford- Ford E-150 Club Wagon (RO) * Northern $ 14,597.00 Don Reid Ford Ford. E-150 Club Wagon (RO) * Central $ 14,510.00 Don Reid Ford Ford E-150 Club Wagon (RO) Southern $ 14,690.00 Champion. Chevrolet, Inc. Chevrolet Express 1500 (RO) Western $ 15.953.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Express 1500 (RO) Northern $ 15,91.9.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Express 1500 (RO) Central $ 15,904.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Express 1500 (RO) Southern $ 15,919.00 Alan Jay Pontiac Buick GMC, Inc. GMC Savana 1500 (RO) Western $ 16,046.00 Alan Jay Pontiac Buick GMC, Inc. GMC Savana 1500 (RO) Northern $ 15,926.00 Alan Jay Pontiac Buick GMC, Inc. GMC Savana 1500 (RO) Central $ 15,911.00 Alan Jay Pontiac Buick GMC, Inc. GMC Savana 1500 (RO) Southern $ 15,926.00 Beck Auto Sales, Inc. Dodge Sprinter Western $ 27,439.00 Beck Auto Sales, Inc. Dodge Sprinter Northern $ 27,389.00 Beck Auto Sales, Inc. Dodge Sprinter Central $ 27,414.00 Beck Auto Sales, Inc. Dodge Sprinter Southern $ 27,439.00 Freightliner of Tampa, LLC Freightliner Sprinter Western $ 29,190.00 Freightliner of Tampa, LLC Freightliner Sprinter Northern $ 29,090.00 Freightliner of Tampa, LLC Freightliner Sprinter Central $ 29,090.00 Freightliner of Tampa, LLC Freightliner Sprinter Southern $ 29,190.00 12 l..ASSENGER VAN (Svecificatai _n #22): All American Ford Ford E-350 Club Wagon (RO) * Western $ 17,050.00 Duval Ford Ford E-350 Club Wagon (RO) * Northern $ 17,050.00 Don Reid Ford Ford E-350 Club Wagon (RO) * Central $ 16,970.00 Don Reid Ford Ford E-350 Club Wagon (RO) * Southern $ 17,170.00 Champion Chevrolet, Inc. Chevrolet Express 2500 (RO) Western $ 19,287.00 Champion Chevrolet, Inc. Chevrolet Express 2500 (RO) Northern $ 19,307.00 Classic Chevrolet Chevrolet Express 2500 (RO) Central $ 19,350.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Express 2500 (RO) Southern $ 19,423.00 Proctor Pontiac-GMC Trucks GMC Savana 2500 (RO) Western $ 19,379.00 Proctor Pontiac-GMC Trucks GMC Savana 2500 (RO) Northern $ 19,379.00 Proctor Pontiac-GMC Trucks GMC Savana 2500 (RO) Central $ 19,404.00 Alan Jay Pontiac Buick GMC, Inc. GMC Savana 2500 (RO) Southern $ 19,429.00 22 Bid Award Announcement (05-13-0822) 15 PASSENGER VAN (Specification #23): Name of Dealership Orville Beckford Ford -Mercury Orville Beckford Ford -Mercury Don Reid Ford Orville Beckford Ford -Mercury Champion Chevrolet, Inc. Champion Chevrolet, Inc. Garber Chevrolet, Inc. Garber Chevrolet, Inc. Proctor Pontiac-GMC Trucks Proctor Pontiac-GMC Trucks Proctor Pontiac-GMC Trucks Proctor Pontiac-GMC Trucks Type Vehicle Ford E-350 Club Wagon Extended (RO) Ford E-350 Club Wagon Extended (RO) Ford E-350 Club Wagon Extended (RO) Ford E-350 Club Wagon Extended (RO) Chevrolet Express 3500 (RO) Chevrolet Express 3500 (RO) Chevrolet Express 3500 (RO) Chevrolet Express 3500 (RO) GMC Savana 3500 (RO) GMC Savana 3500 (RO) GMC Savana 3500 (RO) GMC Savana 3500 (RO) UTILITY CARGO VAN (Specification #24), Garber Ford Mercury, Inc Duval Ford Don Reid Ford Duval Ford Champion. Chevrolet, Inc Classic Chevrolet Classic Chevrolet Classic Chevrolet Ford E-250 Cargo Van (RO) Ford E-250 Cargo Van (RO) Ford E-250 Cargo Van (RO) Ford E-250 Cargo Van (RO) Chevrolet Express Cargo Van (RO) Chevrolet Express Cargo Van (RO) Chevrolet. Express Cargo Van (RO) Chevrolet Express Cargo Van RO) Zone * Western * Northern * Central * Southern Western Northern Central Southern Western Northern Central Southern * Western * Northern * Central * Southern Western Northern Central Southern Alan Jay Pontiac Buick GMC, Inc. GMC Savana Cargo Van (RO) Western Garber Buick, Pontiac GMC GMC Savana Cargo Van (RO) Northern Alan Jay Pontiac Buick GMC, Inc. GMC Savana Cargo Van (RO) Central Alan Jay Pontiac Buick GMC, Inc. GMC Savana Cargo Van (RO) Southern Beck Auto Sales, Inc. Dodge Sprinter Western Beck Auto Sales, Inc. Dodge Sprinter Northern Beck Auto Sales, Inc. Dodge Sprinter Central Beck Auto Sales, Inc. Dodge Sprinter Southern Freightliner of Tampa, LLC Freightliner Sprinter Freightliner of Tampa, LLC Freightliner Sprinter Freightliner of Tampa, LLC Freightliner Sprinter Freightliner of Tampa, LLC Freightliner Sprinter Base Unit Price $ 17, 750.00 $ 17, 800.00 $ 17,787.00 $ 17.900.00 $ 20,097.00 $ 20,117.00 $ 20,150.00 $ 20,170.00 $ 20,063.00 $ 20,063.00 $ 20,088,00 $ 20,113.00 $ 12,694.00 $ 12, 687.00 $ 12,685.00 $ 12,705.00 $ 13,737.00 $ 13,629.00 $ 13,559,00 $ 13,629.00 $ 13, 774.00 $ 13,650.00 $ 13,639.00 $ 13,654.00 $ 24,805.00 $ 24,755.00 $ 24,780.00 $ 24,805.00 Western $ 27,436.00 Northern $ 27,336.00 Central $ 27,336.00 Southern $ 27,436.00 Bid Award Announcement (05-I 3-0822) 23 COMPACT PICMP TRUCK 4 x 2) (Specification #25 : Base Name of Dealership Type Vehicle Zone Unit Price Garber Ford Mercury, Inc. Ford Ranger (RO) * Western $ 10,748,00 Garber Ford Mercury, Inc. Ford Ranger (RO) * Northern $ 10,748,00 Don Reid Ford Ford Ranger (RO) * Central $ 1.0,742.00 Garber Ford Mercury, Inc. Ford Ranger (RO) * Southern $ 10,798.00 Champion Chevrolet, Inc. Chevrolet Colorado (RO) Western $ 1.1,197.00 Garber Chevrolet, Inc. Chevrolet Colorado (RO) Northern $ 11,045.00 Garber Chevrolet, Inc. Chevrolet Colorado (ROY Central $ 11,045.00 Classic Chevrolet Chevrolet Colorado (RO) Southern $ 11,098.00 Garber Buick, Pontiac GMC GMC Canyon (RO) Western $ 11,200.00 Garber Buick, Pontiac GMC GMC Canyon (RO) Northern $ 11,045,00 Garber Buick, Pontiac GMC GMC Canyon (RO) Central $ 11,045.00 Garber Buick, Pontiac GMC GMC Canyon (RO) Southern $ 11,100.00 Hill -Kelly Dodge, Inc. Dodge Dakota Club Cab Western $ 13,687.00 Jack Caruso's Regency Dodge Dodge Dakota Club Cab Northern $ 13,670.00 Jack Caruso's Regency Dodge Dodge Dakota Club Cab Central $ 13,685.00 Maroon Dodge, LLC Dodge Dakota Club Cab Southern $ 13,706.00 COMPACT PICKUP TRUCK (4 x 4) (Specification #25): Garber Ford Mercury, Inc. Ford Ranger (RO) * Western $ 13,205.00 Garber Ford Mercury, Inc. Ford Ranger (RO) * Northern $ 13,205.00 Don Reid Ford Ford Ranger (RO) * Central $ 13,085.00 Garber Ford Mercury, Inc. Ford Ranger (RO) * Southern $ 13,275.00 Champion Chevrolet, Inc. Chevrolet Colorado (RO) Western $ 13,937.00 Garber Chevrolet, Inc. Chevrolet Colorado (RO) Northern $ 13,840.00 Garber Chevrolet, Inc. Chevrolet Colorado (RO) Central $ 13,840.00 Classic Chevrolet Chevrolet Colorado (RO) Southern $ 13,850.00 Garber Buick, Pontiac GMC GMC Canyon (RO) Western $ 14,289.00 Garber Buick, Pontiac GMC GMC Canyon (RO) Northern $ 14,180.00 Garber Buick, Pontiac GMC GMC Canyon (RO) Central $ 14,130.00 Garber Buick, Pontiac. GMC GMC Canyon (RO) Southern $ 14,250.00 Hill -Kelly Dodge, Inc. Dodge Dakota Club Cab (RO) Western $ 15,722.00 Hill -Kelly Dodge, Inc. Dodge Dakota Club Cab (RO) Northern $ 15,887.00 Hill -Kelly Dodge, Inc. Dodge Dakota Club Cab (RO) Central $ 15,942.00 Beck Auto Sales, Inc. Dodge Dakota Club Cab (RO) Southern $ 16,041.00 112 TONE ENDED CAB HYBRID PICKUP TRUCKU x 2(Specification # Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Western $ 22,639.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Northern $ 22,519.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Central $ 22.499.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Southern $ 22,519.00 24 Bid Award Announcement (05-13-0822) 1/2 TON EXTENDED CAB HYBRID PICKUP TRUCK (Specification #26 : (continued) Name of Dealership Type Vehicle Base Zone Unit Price Proctor Pontiac-GMC Trucks GMC Sierra 1500 (RO) Western $ 23,197.00 Proctor Pontiac-GMC Trucks GMC Sierra 1500 (RO) Northern $ 23,197.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 1500 (RO) Central $ 23,199.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 1500 (RO) Southern $ 23,214.00 112 -TON- ENDED CAB HYBRID PICKUP 4 x 4) (Specification #2 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Western $ 25,423.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Northern $ 25,303.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Central $ 25,288.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 1500 (RO) * Southern $ 25,303.00 Proctor Pontiac-GMC Trucks GMC Sierra 1500 (RO) Western $ 26,277.00 Proctor Pontiac-GMC Trucks GMC Sierra 1.500 (RO) Northern $ 26,277.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 1500 (RO) Central $ 26.297.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 1500 (RO) Southern $ 26,31.2.00 1 /2 TON PICKUP TRUCK (4 x 21 (Svecification Garber Ford Mercury, Inc. Ford F-150 (RO) * Western $ 10, 718.00 Duval Ford Ford F-150 (RO) * Northern $ 10,708.00 Don Reid Ford Ford F-150 (RO) * Central $ 10,695.00 Garber Ford Mercury, Inc. Ford F-150 (RO) * Southern $ 10,768.00 Garber Chevrolet, Inc. Chevrolet Silverado 1500 (RO) Western $ 11,520.00 Garber Chevrolet, Inc. Chevrolet Silverado 1500 (RO) Northern $ 11,430.00 Garber Chevrolet, Inc. Chevrolet Silverado 1500 (RO) Central $ 11,410.00 Classic Chevrolet Chevrolet Silverado 1500 (RO) Southern $ 11,449.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Western $ 11,520.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Northern $ 11,430.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Central $ 11,410.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Southern $ 11,460.00 Jack Caruso's Regency Dodge Dodge Ram 1500 Western $ 13,657.00 Jack Caruso's Regency Dodge Dodge Ram 1500 Northern $ 13,602.00 Jack Caruso's Regency Dodge Dodge Rain. 1500 Central $ 13,612.00 Jack Caruso's Regency Dodge Dodge Ram 1500 Southern $ 13,657.00 Bob Tyler Toyota Toyota Tundra Western $ 15,700.00 Bob Tyler Toyota Toyota Tundra Northern $ 15,700.00 Bob Tyler Toyota Toyota Tundra Central $ 15,700.00 Bob Tyler Toyota Toyota Tundra Southern $ 15,700.00 1/2 TON PICKUP _TRUCK _(4,x-4j_(Specification #27): Garber Ford Mercury, Inc. Ford F-150 (RO) Western $ 15,291.00 Duval Ford Ford F-150 (RO) Northern $ 15,273.00 Bid Award Announcement (05-13-0822) 25 112 TON PIC P TRUCK 4 x 41 (Specification #27 : (continued) Base Name of Dealership Type Vehicle Zone Unit Price Don Reid Ford Ford F-150 (RO) Central $ 15,278.00 Garber Ford Mercury, Inc. Ford F-150 (RO) Southern $ 15,366.00 Champion Chevrolet, Inc. Chevrolet Silverado 1500 (RO) * Western $ 14,477.00 Garber Chevrolet, Inc. Chevrolet Silverado 1500 (RO) * Northern $ 14,448.00 Garber Chevrolet, Inc. Chevrolet Silverado 1500 (RO) * Central $ 14,448.00 Garber Chevrolet, Inc. Chevrolet Silverado 1500 (RO) * Southern $ 14,510.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Western $ 14,643.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Northern $ 14,542.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Central $ 14,538.00 Garber Buick, Pontiac GMC GMC Sierra 1500 (RO) Southern $ 14,610.00 Hill -Kelly Dodge, Inc. Dodge Ram 1500 (RO) Western $ 14,759.00 Hill -Kelly Dodge, Inc. Dodge Ram 1500 (RO) Northern $ 14,924.00 Hill -Kelly Dodge, Inc. Dodge Ram 1.500 (RO) Central $ 14,979.00 Beck Auto Sales, Inc. Dodge Ram 1500 (RO) Southern $ 15,042.00 Alan Jay Toyota Toyota Tundra Western $ 19,198.00 Alan Jay Toyota Toyota Tundra Northern $ 19,073.00 Alan Jay Toyota Toyota Tundra Central $ 18,998.00 Alan Jay Toyota Toyota Tundra Southern $ 19,073.00 3/4 TON ICKUP TRUCK (4 x 2) (Specification_ #28): Garber Ford Mercury, Inc. Ford F-250 SD (RO) * Western $ 14.647,00 Duval Ford Ford F-250 SD (RO) * Northern $ 14,418.00 Duval Ford Ford F-250 SD (RO) * Central $ 14,494.00 Duval Ford Ford F-250 SD (RO) * Southern $ 14,539.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 2500 HD (RO) Western $ 15,334.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 2500 HD (RO) Northern $ 15,214.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet. Silverado 2500 HD (RO) Central $ 15,199.00 Maroone Chevrolet, LLC Chevrolet Silverado 2500 HD (RO) Southern $ 15,197.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 2500 HD (RO) Western $ 15,192.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 2500 HD (RO) Northern $ 15,072.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 2500 HD (RO) Central $ 15,057.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 2500 HD (RO) Southern $ 15,072.00 Jack Caruso's Regency Dodge Dodge Ram 2500 (RO) Western $ 15,262.00 Jack Caruso's Regency Dodge Dodge Ram 2500 (RO) Northern $ 15,212.00 Jack Caruso's Regency Dodge Dodge Ram 2500 (RO) Central $ 15,227.00 Maroone Dodge, LLC Dodge Ram 2500 (RO) Southern $ 15,282.00 26 Bid Award Announcement (05-13-0822) 4 TON PICKU 4 S ecification # 8 Name of Dealership Garber Ford Mercury, Inc. Duval Ford Don Reid Ford Garber Ford Mercury, Inc. Alan Jay Chevrolet Cadillac, Inc Garber Chevrolet, Inc. Garber Chevrolet, Inc Garber Chevrolet, Inc Garber Buick, Pontiac GMC Garber Buick, Pontiac GMC Garber Buick, Pontiac GMC Garber Buick, Pontiac GMC Type Vehicle Ford F-250 SD (RO) Ford F-250 SD (RO) Ford F-250 SD (RO) Ford F-250 SD (RO) Chevrolet Silverado 2500 HD (RO) Chevrolet Silverado 2500 HD (RO) Chevrolet Silverado 2500 HD (RO) Chevrolet Silverado 2500 HD (RO) GMC Sierra 2500 HD (RO) GMC Sierra 2500 HD (RO) GMC Sierra 2500 HD (RO) GMC Sierra 2500 HD (RO) Hill -Kelly Dodge, Inc. Dodge Ram 2500 (RO) Hill -Kelly Dodge, Inc. Dodge Rama 2500 (RO) Maroone Dodge, LLC Dodge Ram 2500 (RO) Maroone Dodge, LLC Dodge Ram 2500 (RO) 1 TON PICKUP TRUCK (4 x 2) (fpeci ication #29): Duval Ford Duval Ford Duval Ford Duval Ford Classic Chevrolet Classic Chevrolet Classic Chevrolet Classic Chevrolet Ford F-350 SD (RO) Ford F-350 SD (RO) Ford F-350 SD (RO) Ford F-350 SD (RO) Chevrolet Silverado 3500 Ext. Cab (RO) Chevrolet Silverado 3500 Ext. Cab (RO) Chevrolet Silverado 3500 Ext. Cab (RO) Chevrolet Silverado 3500 Ext. Cab (RO) Zone * Western * Northern * Central �k Southern Western Northern Central Southern Western Northern Central Southern Western Northern Central Southern * Western * Northern * Central Southern Western Northern Central Southern Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 Ext. Cab (RO) Western Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 Ext. Cab (RO) Northern Alan Jay Pontiac Buick GMC. Inc. GMC Sierra 3500 Ext. Cab (RO) Central Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 Ext. Cab (RO) Southern Hill -Kelly Dodge, Inc. Dodge Ram 3500 (RO) Western Hill -Kelly Dodge, Inc. Dodge Ram 3500 (RO) Northern Maroone Dodge, LLC Dodge Ram 3500 (RO) Central Maroone Dodge, LLC Dodge Ram 3500 (RO) Southern Base Unit Price $ 17,441.00 $ 17,220.00 $ 17,290.00 $ 17,337.00 $ 18,026.00 $ 17,808.00 $ 17,808.00 $ 17,819.00 $ 17,800.00 $ 17,690.00 $ 17,690.00 $ 17, 709.00 $ 17, 870.00 $ 18,035.00 $ 17,775,00 $ 17,775,00 $ 15,912.00 $ 15, 642.00 $ 15,718.00 $ 15,763.00 $ 18,850.00 $ 18, 730.00 $ 18,675,00 $ 18, 730.00 $ 18,929.00 $ 18,809.00 $ 18, 794.00 $ 18, 809.00 $ 17,247.00 $ 17,412.00 $ 17,154.00 $ 17,154.00 Bid Award Announcement (05-13-0822) 27 1 TON PICKUP TRUCK 4 X 41 fSpecificatiQn #291: Base Name of Dealership Type Vehicle Zone Unit Price Duval Ford Ford F-350 SD (RO) * Western $ 18,414.00 Duval Ford Ford F-350 SD (RO) * Northern $ 18,144.00 Duval Ford Ford F-350 SD (RO) * Central $ 18,220.00 Duval Ford Ford F-350 SD (RO) * Southern $ 18,265.00 Champion Chevrolet, Inc. Chevrolet Silverado Western $ 19,687.00 3500 Reg. Cab (RO) Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado Northern $ 19,668.00 3500 Reg. Cab (RO) Classic Chevrolet Chevrolet Silverado Central $ 19,649.00 3500 Reg. Cab (RO) Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado Souther? $ 19,668.00 3500 Reg. Cab (RO) Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 Reg. Cab (RO) Western $ 19,614.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 Reg. Cab (RO) Northern $ 19,494.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 Reg. Cab (RO) Central $ 19,479.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 Reg. Cab (RO) Southern $ 19,494.00 Hill -Kelly Dodge, Inc. Dodge Ram 3500 (RO) Western $ 19,504.00 Hill -Kelly Dodge, Inc. Dodge Ram 3500 (RO) Northern $ 19,669.00 Maroone Dodge, LLC Dodge Ram 3500 (RO) Central $ 19,409.00 Maroone Dodge, LLC Dodge Ram 3500 (RO) Southern $ 19,409,00 N CAB & CHASSIS 4 ecifica # 0 : Garber Ford Mercury, Inc. Ford F-350 (RO) * Western $ 20,143.00 Garber Ford Mercury, Inc. Ford F-350 (RO) * Northern $ 20,1.43.00 Garber Ford Mercury, Inc.. Ford F-350 (RO) * Central $ 20,143.00 Garber Ford Mercury, Inc. Ford F-350 (RO) * Southern $ 20,1.43.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 3500 (RO) Western $ 21,123.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 3500 (RO) Northern $ 20,998.00 Alain Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 3500 (RO) Central $ 20,988.00 Maroone Chevrolet, LLC Chevrolet Silverado 3500 (RO) Southern $ 20,960.00 Alan Jay Pontiac Buick GMC, Inc.. GMC Sierra 3500 (RO) Western $ 21,1.23.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 (RO) Northern $ 21,003.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 (RO) Central $ 20,988.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 (RO) Southern $ 21,003.00 Maroone Dodge, LLC Dodge Ram 3500 (RO) Western $ 21,417.00 Dodge Ram 3500 (RO) Northern --- - NB - - Maroone Dodge, LLC Dodge Ram 3500 (RO) Central $ 21,267.00 Maroone Dodge, LLC Dodge Ram 3500 (RO) Southern $ 21,267.00 Maroone Dodge, LLC Dodge Sprinter Western $ 25,297.00 Maroone Dodge, LLC Dodge Sprinter Northern $ 25,293.00 Maroone Dodge, LLC Dodge Sprinter Central $ 25,243.00 28 Bid Award Announcement (05-13-0822) 1 TON CAB & CHASSIS (4 x 2) (Specification #30): (continued) Base Name of Dealership Type Vehicle Zone Unit Price Maroone Dodge, LLC Dodge Sprinter Southern $ 25,193.00 Freightliner of Tampa, LLC Freightliner Sprinter Western $ 26,816.00 Freightliner of Tampa, LLC Freightliner Sprinter Northern $ 26,716.00 Freightliner of Tampa, LLC Freightliner Sprinter Central $ 26,716.00 Freightliner of Tampa, LLC Freightliner Sprinter Southern $ 26,816.00 Garber Ford Mercury, Inc. Ford F-350 (RO) it Western $ 23,050.00 Garber Ford Mercury, Inc. Ford F-350 (RO) Northern $ 23,050.00 Garber Ford Mercury, Inc. Ford F-350 (RO) Central $ 23,050.00 Garber Ford Mercury, Inc. Ford F-350 (RO) ,k Southern $ 23,050.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 3500 (RO) Western $ 23,831.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 3500 (RO) Northern $ 23,696.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 3500 (RO) Central $ 23,696.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Silverado 3500 (RO) Southern $ 23,696.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 (RO) Western $ 23,794.00 Alan Jay Pontiac Buick GMC, Inc, GMC Sierra 3500 (RO) Northern $ 23,674.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 (RO) Central $ 23,659.00 Alan Jay Pontiac Buick GMC, Inc. GMC Sierra 3500 (RO) Southern $ 23,674.00 Maroone Dodge, LLC Dodge Ram 3500 )RO) Western $ 24,023.00 Dodge Rarn 3500 (RO) Northern - - NB - - Maroone Dodge, LLC Dodge Ram 3500 (RO) Central $ 23,848.00 Maroone Dodge, LLC Dodge Ram 3500 )RO) Southern $ 23,848.00 MINIMUM 12,000 GVWR1h,_TILT CAB & CHASSIS(4 x 2) (Specification #31): Orville Beckford Ford -Mercury Ford LCF 645A Western $ 27,000.00 Orville Beckford Ford -Mercury Ford LCF 645A Northern $ 27,050.00 Orville Beckford Ford -Mercury Ford LCF 645A Central $ 27,100.00 Orville Beckford Ford -Mercury Ford LCF 645A Southern $ 27,150.00 Classic Chevrolet Chevrolet W3500 (RO) Western $ 25,148.00 Classic Chevrolet Chevrolet W3500 (RO) Northern $ 24,850.00 Maroone Chevrolet, LLC Chevrolet: W3500 (RO) Central $ 24,563.00 Maroone Chevrolet, LLC Chevrolet W3500 (RO) Southern $ 24,413.00 Nextran Truck Center - Tampa GMC W3500 (RO) Western $ 25,507.00 Nextran Truck Center -- Tampa GMC W3500 (RO) Northern $ 25,337,00 Nextran Truck Center - Tampa GMC W3500 (RO) Central $ 25,337-00 Nextran Truck Center - Tampa GMC W3500 (RO) Southern $ 25,337.00 Deland Truck Center, Inc,. Isuzu NB 154 (RO) Western $ 25,263,11 Deland Truck Center, Inc. Isuzu NB 154 (RO) Northern $ 24,903.11 Bid Award Announcement (05-I 3-0822) 29 MINIMUIVI 12 000 GVWR Lb. TILT CAB & CHASSIS (4 x 21 (Specification #31): (continued) Base Name of Dealership Type Vehicle Zone Unit Price Deland Truck Center, Inc. Isuzu NB154 (RO) Central $ 24,903.11 Deland Truck Center, Inc. Isuzu NB 154 (RO) Southern $ 25,1.75.11 Maudlin International Trucks, Inc. International CF500 Western $ 29,925.00 Maudlin International Trucks, Inc. International CF500 Northern $ 29,725.00 Rechtien International Trucks, Inc. International CF500 Central $ 29,442.00 Rechtien International Trucks, Inc. International CF500 Southern $ 28,800.00 15.0001b. GVWR CAB.& CHASSIS 21 (Specification # 2 : Garber Ford Mercury, Inc. Ford F-450 (RO) Western $ 23,750.00 Garber Ford Mercury, Inc. Ford F-450 (RO) * Northern $ 23,710.00 Garber Ford Mercury, Inc. Ford F-450 (RO) Central $ 23,710.00 Garber Ford Mercury, Inc. Ford F-450 (RO) Southern $ 23,750.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Western $ 27, 712.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Northern $ 27,592.00 Maroone Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Central $ 27,434.00 Maroon Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Southern $ 27,285.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Western $ 27,712.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Northern $ 27,592,00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Central $ 27,577.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Southern $ 27,592.00 15,000 lb GVWR CAB &CHASSIS (4 x 4] (Specification #32]: Garber Ford Mercury, Inc. Ford F-450 (RO) * Western $ 27,493.00 Garber Ford Mercury, Inc. Ford F-450 (RO) * Northern $ 27,440.00 Don Reid Ford Ford F-450 (RO) * Central $ 27,398.00 Garber Ford Mercury, Inc. Ford F-450 (RO) * Southern $ 27,493.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Western $ 34,022.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Northern $ 33,922.00 Maroone Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Central $ 33,726.00 Maroone Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Southern $ 33,577,00 Alan Jay Pontiac Buick. GMC, Inc. GMC Top Kick 4500 (RO) Western $ 34,042.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Northern $ 33,922.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Central $ 33,907.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Southern $ 33,922.00 17,500 lb. GVWR CAB & CHASSIS (4 x 2 Specification #33� Garber Ford Mercury, Inc. Ford F-550 (RO) * Western $ 25,497.00 Garber Ford Mercury, Inc. Ford F-550 (RO) * Northern $ 25,400,00 Don Reid Ford Ford F-550 (RO) * Central $ 25,399.00 Garber Ford Mercury, Inc. Ford F-550 (RO) * Southern $ 25,400.00 30 Bid Award Announcement (05-13-0822) 17 lb. GVWR C I x 21 ftecification (continued) Name of Dealership Type Vehicle Base Zone Unit Price Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Western $ 28,433.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Northern $ 28,313.00 Maroon Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Central $ 28,104.00 Maroone Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Southern $ 27,954.00 Alan Jay Pontiac. Buick GMC, Inc. GMC Top Kick 4500 (RO) Western $ 28,433.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Northern $ 28,313.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Central $ 28,298.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Southern $ 28,313.00 Freightliner of Tampa, LLC Freightliner M2 Western $ 38,482.00 Freightliner of Tampa, LLC Freightliner M2 Northern $ 38,482.00 Freightliner of Tampa, LLC Freightliner M2 Central $ 38,457.00 Freightliner of Tampa, LLC Freightliner M2 Southern $ 38,582.00 17,500 lb. GVWR CAB & CHASSIS (4 x 4) (Specification #33): Garber Ford Mercury, Inc. Ford F-550 (RO) * Western $ 29,118.00 Garber Ford Mercury, Inc. Ford F-550 (RO) * Northern $ 29,085.00 Don Reid Ford Ford F-550 (RO) * Central $ 29,080.00 Garber Ford Mercury, Inc. Ford F-550 (RO) * Southern $ 29,118.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Western $ 33,977.00 Alan Jay Chevrolet Cadillac, Inc. Chevrolet Kodiac 4500 (RO) Northern $ 33,857.00 Maroone Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Central $ 33,726.00 Maroone Chevrolet, LLC Chevrolet Kodiac 4500 (RO) Southern $ 33,577.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Western $ 33,976.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Northern $ 33,856.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Central $ 33,841.00 Alan Jay Pontiac Buick GMC, Inc. GMC Top Kick 4500 (RO) Southern $ 33,856.00 25.500 lb. GVWR CAB & CHASSIS (4 x 21 (Specification #341: Atlantic Truck Center Ford F-650 (RO) * Western $ 33,750.00 Atlantic Truck Center Ford F-650 (RO) * Northern $ 33,520.00 Atlantic Truck Center Ford F-650 (RO) * Central $ 33,520.00 Atlantic Truck Center Ford F-650 (RO) Southern $ 33,520.00 Classic Chevrolet Chevrolet CC7500 Western $ 37,333.00 Classic Chevrolet Chevrolet CC7500 Northern $ 37,330.00 Maroone Chevrolet, LLC Chevrolet CC7500 Central $ 36,662.00 Maroone Chevrolet, LLC Chevrolet CC7500 Southern $ 36,512.00 Nextran Truck Center - Tampa GMC TC7500 Western $ 37,417.00 Nextran Truck Center - Tampa GMC TC7500 Northern $ 37,267.00 Nextran Truck Center - Tampa GMC TC7500 Central $ 37,267.00 Nextran Truck Center - Tampa GMC TC7500 Southern, $ 37,417.00 Bid Award Announcement (05-13-0822) 31 25,500 VWR CAB & CHA I 4 x 2 S ecificat # 4 (continued) Name of Dealership Type Vehicle Freightliner Sterling & Western Star Freightliner M2 Freightliner Sterling & Western Star Freightliner M2 Freightliner Sterling & Western Star Freightliner M2 Freightliner Sterling & Western Star Freightliner M2 Great Southern Peterbilt, Inc. Hino 268A Great Southern Peterbilt, Inc. Hino 268A Great Southern Peterbilt, Inc. Hino 268A Great Southern Peterbilt, Inc. Hino 268A Maudlin International Trucks, Inc. International 4200 SSA Maudlin International Trucks, Inc. International 4200 SBA Maudlin International Trucks, Inc. International 4200 SBA Maudlin International Trucks, Inc. International 4200 SBA Deland Truck Center, Inc Deland Truck Center, Inc Deland Truck Center, Inc Deland Truck Center, Inc Kenworth of Central Florida Kenworth of Central Florida Kenworth of Central Florida Kenworth of Central Florida Isuzu H7500 Isuzu H7500 Isuzu H7500 Isuzu H7500 Kenworth T300 Kenworth T300 Kenworth T300 Kenworth T300 Great Southern Peterbilt, Inc. Peterbilt 335 Great Southern Peterbilt, Inc. Peterbilt 335 Great Southern Peterbilt, Inc. Peterbilt 335 Great Southern Peterbilt, Inc. Peterbilt 335 Zone Western Northern Central Southern Western Northern Central Southern Western Northern Central Southern Western Northern Central Southern Western Northern Central Southern Western Northern Central Southern Base Unit Price $ 38,443.00 $ 38,443.00 $ 38,618.00 $ 38,818.00 $ 41,300.00 $ 40,775.00 $ 40.800.00 $ 40,999.00 $ 37, 340.00 $ 37.140.00 $ 37,140.00 $ 37,440.00 $ 38,998.00 $ 38,396.00 $ 38,328.00 $ 38,656.00 $ 51,059.00 $ 51,059.00 $ 51,059.00 $ 51,059.00 $ 52,050.00 $ 51,693.00 $ 52,000.00 $ 52,050.00 Atlantic Truck Center Sterling Acterra (RO) Western $ 34,560.00 Atlantic Truck Center Sterling Acterra (RO) Northern $ 34,360.00 Atlantic Truck Center Sterling Acterra (RO) Central $ 34,360.00 Atlantic Truck Center Sterling Acterra (RO) Southern $ 34,360.00 30.000 lb. GVWR CAB & CHASSIS14 x 21 (Svecification_#35): Atlantic Truck Center Ford F-750 (RO) * Western $ 32,800.00 Atlantic Truck Center Ford F-750 (RO) * Northern $ 32,600.00 Atlantic Truck Center Ford F-750 (RO) * Central $ 32,600.00 Atlantic Truck Center Ford F-750 (RO) * Southern $ 32,600.00 Classic Chevrolet Chevrolet CC7500 Western $ 37,390.00 Classic Chevrolet Chevrolet CC7500 Northern $ 37,300.00 32 Sid Award Announcement (05-I3-0822) 30,000 lb. GVWR CAB & CHASSIS (4 x 21 (Specification #35): (continued) Name of Dealership Classic Chevrolet Classic Chevrolet Type Vehicle Chevrolet CC7500 Chevrolet CC7500 Nextran Truck Center - Tampa GMC TC7500 Nextran Truck Center - Tampa GMC TC7500 Nextran Truck Center - Tampa GMC TC7500 Nextran Truck Center - Tampa GMC TC7500 Freightliner Sterling & Western Star Freightliner Sterling & Western Star Freightliner Sterling & Western Star Freightliner Sterling & Western Star Freightliner M2 Freightliner M2 Freightliner M2 Freightliner M2 Great Southern Peterbilt, Inc. Hino 338 Great Southern Peterbilt, Inc. Hino 338 Great Southern Peterbilt, Inc. Hino 338 Great Southern Peterbilt, Inc. Hino 338 Maudlin International Trucks, Inc. International 4200 SHA Maudlin International Trucks, Inc. International 4200 SHA Maudlin International Trucks, Inc. International 4200 SBA Maudlin International Trucks, Inc. International 4200 SBA Zone Central Southern Western Northern Central Southern Western Northern Central Southern Western Northern Central Southern Western Northern Central Southern Base Unit Price $ 37,064.00 $ 37,420.00 $ 38,407.00 $ 38,257.00 $ 38,257.00 $ 38,407.00 $ 39,055.00 $ 39,055.00 $ 39,230.00 $ 39, 430.00 $ 43, 400.00 $ 43,100.00 $ 43,100.00 $ 43, 300.00 $ 38,050.00 $ 37,850.00 $ 37,850.00 $ 38,150.00 Deland Truck Center, Inc. Isuzu H7500 Western $ 39,550.00 Deland Truck Center, Inc. Isuzu H7500 Northern $ 39,225.00 Deland. Truck Center, Inc. Isuzu H7500 Central $ 39,185.00 Deland Truck Center, Inc. Isuzu H7500 Southern $ 39,400.00 Kenworth of Central Florida Kenworth T300 Western $ 52,691.00 Kenworth of Central Florida Kenworth T300 Northern $ 52,691.00 Kenworth of Central Florida Kenworth T300 Central $ 52,691.00 Kenworth of Central Florida Kenworth T300 Southern $ 52,691.00 Great Southern Peterbilt, Inc. Peterbilt 335 Western $ 52,600.00 Great Southern Peterbilt, Inc. Peterbilt 335 Northern $ 52,207.00 Great Southern Peterbilt, Inc. Peterbilt 335 Central $ 52,189.00 Great Southern Peterbilt, Inc. Peterbilt 335 Southern $ 52,600.00 Atlantic Truck Center Sterling Acterra (RO) Western $ 34,275.00 Atlantic Truck Center Sterling Acterra (RO) Northern $ 33,975.00 Atlantic Truck Center Sterling Acterra (RO) Central $ 33,975.00 Atlantic Truck Center Sterling Acterra (RO) Southern $ 33,975.00 Bid Award Announcement (05-I3-0822) 33 52,000 lb. GVVR 4x6 TANDEM AXLE TRUCKITRACTOR (Cab & Chas S eci i n #36 : Base Name of Dealership Type Vehicle Zone Unit Price Kenworth of Central Florida Autocar WX64 Western $ 95,085.00 Kenworth of Central Florida Autocar WX64 Northern $ 94,985.00 Kenworth of Central Florida Autocar WX64 Central $ 94,710.00 Kenworth of Central Florida Autocar WX64 Southern $ 94,985.00 Freightliner of Tampa, LLC Freightliner M2 Western $ 59,148.00 Freightliner of Tampa, LLC Freightliner M2 Northern $ 59,148.00 Freightliner of Tampa, LLC Freightliner M2 Central $ 59,173.00 Freightliner of Tampa, LLC Freightliner M2 Southern $ 59,273.00 Maudlin International Trucks, Inc. International 7600 SFA Western $ 63,050.00 Maudlin International Trucks, Inc. International 7600 SFA Northern $ 62,850.00 Maudlin International Trucks, Inc. International 7600 SFA Central $ 62,850.00 Maudlin International Trucks, Inc. International 7600 SFA Southern $ 63.150.00 Kenworth of Central Florida Kenworth T800B Western $ 75,654.00 Kenworth of Central Florida Kenworth TSOOB Northern $ 75,504.00 Kenworth of Central Florida Kenworth T800B Central $ 75,279.00 Kenworth of Central Florida Kenworth T800B Southern $ 75,504.00 Nextran Truck Center - Lake City Mack C Series Western $ 71,117.00 Nextran Truck Center - Lake City Mack C Series Northern $ 70,717.00 Nextran Truck Center - Tampa Mack C Series Central $ 70,717.00 Nextran Truck Center -- Miami Mack C Series Southern $ 72,104.00 Great Southern Peterbilt, Inc. Peterbilt 385 Western $ 74,500.00 Great Southern Peterbilt, Inc. Peterbilt 385 Northern $ 73,864.00 Great Southern Peterbilt, Inc. Peterbilt 385 Central $ 73,864.00 Great Southern Peterbilt, Inc. Peterbilt 385 Southern $ 74,100.00 Heintzelmans Truck Center, Inc. Sterling LT9500 °* Western $ 53,789.00 Heintzelmans Truck Center, Inc. Sterling LT9500 * Northern $ 53,489.00 Heintzelmans Truck Center, Inc. Sterling LT9500 * Central $ 53,389.00 Heintzelmans Truck Center, Inc. Sterling LT9500 * Southern $ 53,389.00 Nextran Truck Center - Lake City Volvo V Series Western $ 67,721.00 Nextran Truck Center - Lake City Volvo V Series Northern $ 67,321.00 Nextran Truck Center - Tampa Volvo V Series Central $ 67,327.00 Nextran Truck Center -- Tampa Volvo V Series Southern $ 67,727.00 Heintzelmans Truck Center, Inc. Western Star 4900SA Western $ 74,000.00 Heintzelmans Truck Center, Inc. Western Star 4900SA Northern $ 74,000.00 Heintzelmans Truck Center, Inc. Western Star 49006A Central $ 74,000.00 Heintzelmans Truck Center, Inc. Western Star 4900SA Southern $ 74,000.00 4 4 LOADER BACIKHOE WITH CANOPY (Specification 7: Briggs Equipment Case 580M Series II Western $ 46,197.00 34 Bid Award Announcement (05-13-0822) 4x4 LOADER BACKHOE WITH CANOPY [8pecification #371: (continued) Base Name of Dealership Type Vehicle Zone Unit Price Briggs Equipment Case 580M Series II Northern $ 46,197.00 Briggs Equipment Case 580M Series II Central $ 46,197.00 Briggs Equipment Case 580M Series II Southern $ 46,197.00 Ring Power Corporation Caterpillar 416 *Western $ 40,756.00 Ring Power Corporation Caterpillar 416 * Northern $ 40,756.00 Ring Power Corporation Caterpillar 416 * Central $ 40,756.00 Ring Power Corporation Caterpillar 416 * Southern $ 40,756.00 Nortrax Equipment Company John Deere 310 Western $ 46,711.00 Nortrax Equipment Company John Deere 310 Northern $ 46,711.00 Nortrax Equipment Company John Deere 310 Central $ 46,711.00 Nortrax Equipment Company John Deere 310 Southern $ 46,711.00 3.0 CU. YD. WHEEL LOADER (Specification Briggs Equipment Case 621D * Western $ 87,190.00 Briggs Equipment Case 621D * Northern $ 87,190.00 Briggs Equipment Case 621D * Central $ 87,190.00 Briggs Equipment Case 621D * Southern $ 87,190.00 Ring Power Corporation Caterpillar 928G Western $ 89.806.00 Ring Power Corporation Caterpillar 928G Northern $ 89,806.00 Ring Power Corporation Caterpillar 928G Central $ 89,806.00 Ring Power Corporation Caterpillar 928G Southern $ 89,806.00 Nortrax Equipment Company John Deere 544J Western $ 90,369.00 Nortrax Equipment Company John Deere 544J Northern $ 90,369.00 Nortrax Equipment Company John Deere 544J Central $ 90,369.00 Nortrax Equipment Company John Deere 544J Southern $ 90,369.00 MOTORGRADER (Specification #3,9); Ring Power Corporation Caterpillar 12H Western $166,004.00 Ring Power Corporation Caterpillar 12H Northern $166,004.00 Ring Power Corporation Caterpillar 12H Central $166,004.00 Ring Power Corporation Caterpillar 12H Southern $166,004.00 Nortrax Equipment Company John Deere 670D * Western $129,015.00 Nortrax Equipment Company John Deere 670D * Northern $129,015.00 Nortrax Equipment Company John Deere 670D * Central $129,015.00 Nortrax Equipment Company John Deere 670D * Southern $129,015.00 AGRICULTURE TYPE TRACT (Specification #4 Ring Power Corporation Challenger MT455B Western $ 27,286.00 Ring Power Corporation Challenger MT455B Northern $ 27.286.00 Ring Power Corporation Challenger MT455B Central $ 27,286.00 Bid Award Announcement (05-13-0822) 35 AGRICULTURE TYPE TRc OR (4 X 2) (Specification #40j_ (continued) Base Name of Dealership Type Vehicle Zone Unit Price Ring Power Corporation Challenger MT455B Southern $ 27,286.00 Highland Tractor Company John Deere 5525 Canopy * Western $ 26,983.00 Highland Tractor Company John Deere 5525 Canopy * Northern $ 26,883.00 Highland Tractor Company John Deere 5525 Canopy * Central $ 26,883.00 Highland Tractor Company John Deere 5525 Canopy * Southern $ 26,983.00 70 HP TRACK TYPE CAN TRACTOR ifi ation #41 Ring Power Corporation Caterpillar D3GXL * Western $ 55,237.00 Ring Power Corporation Caterpillar D3GXL * Northern $ 55,237.00 Ring Power Corporation Caterpillar D3GXL * Central $ 55,237.00 Ring Power Corporation Caterpillar D3GXL * Southern $ 55,237.00 Nortrax Equipment Company John Deere 450J Western $ 59,423.00 Nortrax Equipment Company John Deere 450J Northern $ 59,423.00 Nortrax Equipment Company John Deere 450J Central $ 59,423.00 Nortrax Equipment Company John Deere 450J Southern $ 59,423.00 90 P TRACK TYPE PANOPY TRACTOR (Specification #42 Ring Power Corporation Caterpillar D5GXL Western $ 76.927.00 Ring Power Corporation Caterpillar D5GXL * Northern $ 76,927.00 Ring Power Corporation Caterpillar D5GXL * Central $ 76,927.00 Ring Power Corporation Caterpillar D5GXL 7k Southern $ 76,927.00 Nortrax Equipment Company John Deere 650J XLT Western $ 80,625.00 Nortrax Equipment Company John Deere 650J XLT Northern $ 80,625.00 Nortrax Equipment Company John Deere 650J XLT Central $ 80,625.00 Nortrax Equipment Company John Deere 650J XLT Southern $ 80,625.00 * = Specification Low Bid 36 Bid. Award Announcement (05-13-0822) DESIGNATED DEALERS Alan Jay Import Center, Inc. P.O. Box 9200 Sebring, FL 33871-9200 Contact: Chris Wilson Phone: 863-402-4234 FAX: 863-402-4221 E-Mail: Chris.Wilson@alaniay.com Beck Auto Sales, Inc. 256 Hwy, 17 North Palatka, FL 32177 Contact: Chuck Boner Phone: 800-382-3692 ext. 136 386-328-8863 FAX: 386-328-0891 E-Mail: chuck_boner@beckchrvsler.com Bob Tyler Toyota 7201 N. Pensacola Blvd. Pensacola, FL 32505 Contact: Verne Hilt/Tyler Porter Phone: 850-478-9999 850-777-1763 (cell) FAX: 850-477-7193 E-Mail: sales@boblylertovota.co vhilt@bobtylertQyota.com Briggs Equipment 5489 Leeper Drive West Palm Beach, FL 33407 Contact: Mark Anthony Phone: 800-446-2474 561-762-1556 (cell) FAX: 561-842-9546 E-Mail: Mark.Anthony@brig,gseUuipment. com Cindy Chevrolet, Inc. P.O. Box 70 Wildwood, FL 34785-0070 Contact: Cindy Clark Phone: 352-748-1122 FAX: 352-748-2393 E-Mail: Cclark1225@aol.com Classic Chevrolet P.O. Box 1720 Winter Park, FL 32790 Contact: Peter Popiel Phone: 407-298-1535 ext. 270 407-221-7600 (cell) FAX: 407-298-6170 E--Mail: pponiel@asnmail.com Deland Truck Center, Inc. 1208 S. Woodland Blvd. Deland, FL 32720 Contact: Doug Nosbisch, Jr. Phone: 386-734-8740 ext. 20 FAX: 386-738-1452 E-Mail: douMjr@aol.com Don Reid Ford P.O. Box 940005 Maitland, FL 32794 Contact: Eric Jore Phone: 407-644-8111 ext. 293 FAX: 407-647-4779 E-Mail: eiore@aol.com Freightliner of Tampa 8211 Adamo Drive Tampa, FL 33619 Contact: Phil Poffenberger Phone: 813-621-6931 ext. 613 FAX: 813-621-7262 E-Mail: ppoffen erger@freightlineroftamna.com Freightliner Sterling & Western Star of Tallahassee, Inc. P.O. Box 6569 Dothan, AL 36302 Contact: Larry Reeves Phone: 800-239-8785 FAX: 334-793-1047 E-Mail: Lanyreeves@alabamaLLtigh-Uiner.com Bid Award Announcement (05-13-0822) 37 DESIGNATED DEALER (Continued) Garber Chevrolet, Buick, Pontiac, GMC P.O. Box 945 Green. Cove Springs, FL 32043 Contact: Daniel C. Devries Phone: 904-264-4502 FAX: 904-284-8717 E-Mail: ddevriesOp-arberautL)mal>�n Great Southern Peterbilt, Inc. 36940 Slice Lane Grand island, FL 32735-8445 Contact: Dave Mellott Phone: 321-663-5976 FAX: 352-357-2398 E-Mail:peterbilttrashC-direcwU.com Heintzelman's Truck Center 2424 John Young Parkway Orlando, FL 32804 Contact: John Rossodivito/ Robert Scharpnick Phone: 407-298-1000 ext. 576/ 126 FAX: 407-292-3550 E-Mail: irossadivito@heintzelnians.co or bscharpnick®heint2_elma.ns. corn Highland Tractor Company 7398 N.W. 44th Avenue Ocala, FL 34482 Contact: Jinn Strange Phone: 352-732-4646 FAX: 352-732-8820 E-Mail: istrange®highlandtract-or-com Hill -Kelly Dodge, Inc. P.O. Box 12763 Pensacola, FL 32676-9078 Contact: Paul Fiveash/Tom Reed Phone: 850-476-9078 800-633-8591 FAX: 850-478-2235 E-Mail: pl5ash®cox.net Jack Caruso's Regency Dodge 10979 Atlantic Blvd. Jacksonville, FL 32225-2921 Contact: William Fu.trill Phone: 904-642-5600 800-654-8426 FAX: 904-642-7061 E-Mail: bfutrill©jax4ca_r_s.com Kenworth of Central Florida 1800 N. Orange Blossom Trail Orlando, FL 32804 Contact: Richard Smith Phone: 800-871-2244 FAX: 407-648-2786 E-Mail: rsmithOkenworthcentfl.com Maroone Chevrolet, LLC P.O. Box 848480 Pembroke Pines, FL 33084-0480 Contact: David Fridgant Phone: 954-447-2150 FAX: 954-433-8503 E-Mail: antd@nations Maroone Dodge, LLC 21151 N.W. 2nd Avenue Miami, FL 33169 Contact: Steve Henry Phone: 305-493-5310 FAX: 305--653-8250 E-Mail: henrys®autonatioj? rom Maudlin International Trucks, Inc. 4900 N. Orange Blossom Trail Orlando, FL 32810 Contact: Jeff Rotella Phone: 407-466-6951 FAX: 407-292-8542 E-Mail: aro l maul l.com Nextran Truck Center - Lake City 328 S.W. Ring Court Lake City, FL 32025 Contact: Barry Sessions Phone: 800-559-6225 FAX: 386-754-8833 E-Mail: bsessions@nextranCoKp.com Nextran Truck Center -- Miami 6801 N.W. 74th Avenue Miami, FL 33166 Contact: N. J. Nichols Phone: 305-883-8506 ext. 407 FAX: 305-883-9808 E-Mail: nnichols@nextrancorp.com 38 Bid Award Announcement (05-13-0822) DESIGNATED DEALERS (Continued) Nextran Truck Center -- Tampa 7810 Adamo Drive Tampa, FL 33619 Contact: John A. Louer Phone: 813-626-7141 800-932-6225 FAX: 813-627-8831 E-Mail: ilouer®nextrancorp-com Nortrax Equipment Company 10150 Highland Manor Drive Tampa, FL 33610 Contact: Bob Rainey Phone: 813-323-2149 FAX: 813-655-4685 E-Mail: Robert. rainey®nortrax.cam Orville Beckford Ford -Mercury 6400 Hwy. 90 Milton, FL 32570 Contact: Joseph L. Windrow Phone: 800-525-2234 ext. 259 850-981-7411 FAX: 850-626-9591 E-Mail: windrow IQbellsouth.net Proctor GM 3122 Mahan Drive Tallahassee, FL 32308 Contact: Jim Bass Phone: 850-878-3171 877-477-3171 FAX: 850-201-3191 E-Mail: Jim bass®proctorcars.com Proctor Honda 3122 Mahan Drive Tallahassee, FL 32308 Contact: Jim Bass Phone: 850-878-3171 877-477-3171 FAX: 850-201-3191 E-Mail: Jim bass®proctorcars.com Rechtien International Trucks, Inc. 3787 Interstate Park Road Riviera Beach, FL 33404 Contact:. John Bradley Phone: 561-882-9050 FAX: 561-882-0218 E-Mail: bradley _rechtien.com Ring Power Corporation 9797 Gibsonton Drive Riverview, FL 33569 Contact: Clark Ricke Phone: 813-671-3700 FAX: 813-671-3054 E-Mail: clark.ricke®ringpower.com Bid Award Announcement (05-13-0822) 39 Most of you involved with the purchasing function of your agency can appreciate the amount of time, energy and resources required to put a project of this magnitude together. However, if in the end we have been successful in acquiring the most economically priced vehicle(s) we need ... and on our own specifications rather than what the state makes available for us ... then it was well worth the investment we've made to give this program life. But we need your support and partici- pation to keep this program alive. This program must maintain a certain level or volume of activity in order for the participating dealers to continue to receive the maximum level of manufacturer's assistance required to remain competitive. As an added feature to the Cooperative Bid Program, the Florida Sheriffs Association offers several financing programs: The Florida Sheriffs Association Tax Exempt Installment Financing Program is available to Sheriffs, Units of Local Governments, Municipalities and Police Agencies to finance vehicles and a variety of other types equipment and projects. The program allows low tax exempt financing of equipment over its useful life which allows you to update your fleet, maintain proper fleet rotation, and control and lower maintenance costs. The program is offered in conjunction with Mears Motor Leasing Any questions or requests for quotes should be directed to Mears Motor Leasing, at (407) 298-2982. Please see page. 511 for additional information on the lease/purchase program. The Florida Sheriffs Association Police Car Lease Program is also available to finance vehicles. This plan is not a straight lease nor a straight finance program. It is the best of both. This plan. takes advantage of the special low municipal finance rate (previously only available on a finance plan) and at the same time allows agencies to pay only for the useful life of the car. This program is also offered in conjunction with Mears Motor Leasing. Any questions or request for quotes should be directed to Mears Motor Leasing at (407) 298-2982. Please see page 511 for additional information on this program. The Florida Sheriffs Association also offers an "Operating Lease Program" for policie vehicles and equipment through Ontario Fleet Leasing. This unique program is currently financed at our low interest rate of 4.9%. Program highlights are as follows: • Lease patrol, sport utility, motorcycles, emergency, crime scene and unmarked vehicles; • Unlimited mileage option is available; • Eliminates the formal bidding process; • The lease is recognized as an operating lease in accordance with FASB 13 standards; • The County has the option to run the vehicles through their amival auction; • The Sheriff's Office will share in the auction's proceeds. Any questions or request for quotes should be directed to Ontario Fleet Leasing at (315) 431-4676. We would like to thank you in advance for your time and interest in this program and ask that you feel free to contact Peggy Goff with the Florida Sheriffs Association at (850) 877-2165 should you have any questions regarding these financing or leasing programs. 40 Bid Award Announcement (05-13-0822) BASIC INFORMATION REQUIRED ON A VEHICLE PURCHASE ORDER When filling out a purchase order for a vehicle that is to be purchased under the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association Bid No. 05-13- 0822, there are certain items of information that must be on the purchase order, or enclosed with the purchase order, so as to minimize the possibility of errors on the order. This information includes, but is not limited to, the following: • Date or order • Purchase order number • Originator of purchase order • Name and number (phone & fax) of contact person responsible for receiving "Confirmation of Order" and scheduling of delivery. • Delivery date required • Contract number (05-13-0822) • Contract specification number of vehicle(s), number of vehicles ordered and base price of vehicles • Type vehicle ordered (i.e. Ford F-150 4x2) • FIN CODE for the Florida Sheriffs Association (QE065) and your agency's FIN CODE when ordering FORD products • FAN CODE for the Florida Sheriffs Association (917872) and your agency's FAN CODE when ordering GENERAL MOTORS products • FAN CODE for the Florida Sheriffs Association (49313) and your agency's FAN CODE when ordering CHRYSLER products • Individual listing of each option ordered under the contract, along with each option cost • Individual listing of each non -contract option ordered, along with each option cost • Total cost of vehicle(s) • Line item for administrative fee for Specifications 36-42 • Copy of dealer's quote for non -contract option(s) • Copy of vehicle(s) specifications (if different from contract specifications) Inclusion of the above mentioned items will help prevent possible misunderstanding of the order and will assist in any audit of the purchase orders, or vehicles, that may be deemed necessary in the future. Bid Award Announcement (05-13-0822) 41 DISTRICT MAP WESTERN HOLME$ UACK90N �� '� �� WA$XINOTON GAO$OEN VIALTON CALHOUN ON MADISON BAY WAKULLA TAYLOR LIBERTY WESTERN ESCAMBIA SANTA ROSA OKALOOSA WALTON HOLMES WASHINGTON BAY JACKSON CALHOUN GULF LIBERTY FRANKLIN GADSDEN WAKULLA LEON JEFFERSON TAYLOR MADISON LAFA=E DIXIE CENTRAL CITRUS SUMTER LAKE HERNANDO SEMINOLE ORANGE PASCO PINELLAS HILLSBOROUGH POLK OSCEOLA BREVARD INDIAN RIVER MANATEE HARDEE HIGHLANDS OKEECHOBEE ST. LUCIE SARASOTA DESOTO W NORTHERN GILCHRIST ALACHUA UNION BRADFORD BAKER NASSAU DUVAL CLAY PUTNAM ST. JOI.3NS FLAGLER VOLUSIA MARION LEVY HAMII_:rON COLUMBIA SUWANNEE SOUTHERN CI '%RLOTTE LEE GLADES MARTIN HENDRY PALM BEACH COLLIER BROWARD MONROE MIAMI-DADE NORTHERN NA99AU DUVALY ��pEY��y9-'NAM.��'rN 5%1.1.IA vow9u CITRUS LAKE suMTER aMHo L NEPNANpO pRANGE O CENTRAL PAB�G 09CEMA HILL9BOROUGH BREVARO PGLK INOIAN RIVER MANATEE HAROEE Q}�. HIGHLAND 9 B� 9T. LUCIE SARASOTA DE90T0 MARTIN CHARLOTTE GLADE$ A LEE 1`\\``v HENDRY PALM BEACH BR.WARD COLLIER SOUTHERN MONROE MUMI.pAOE R Qo E MpNpO^� Qo�p c, 42 Bid Award Announcement (05-13-0822) SOUTHERN SEWER EQUIPMENT SALES •U 3409 Industrial 27th St. • Ft. Pierce, FL 34946 (772) 595-9171 FAX 9 1-800-782-4134 • (772) 59545940 "A Certified MBE Woman Owned Business" Vincent Sciacca City of Tamarac, Public Works 6011 Nob Hill Road Tamarac, FL 33321-2401 Dear Mr. Sciacca, January 23, 2006 This letter is to certify Southern Sewer Equipment Sales will honor a purchase order from the City of Tamarac, Public Works based on the Florida DOT Contract NO P0384. This is for a new VAC -CON sewer cleaner based on Item #2 mounted on a Sterling chassis along with additional options and deletions which id included in the following equipment list. Equipment List For The City of Tamarac, Public Works Department New Vac -Coe Model V312LHA/1300 12 Yard Debris Tank Debris Tank Remote Lubrication System 80 GPM @ 3000 PSI Water System (Powered by diesel auxiliary engine) 3 Stage Centrifugal Compressor Centrifugal Compressor Integrated Flush Out System 1300 Gallon Fresh Water Capacity Hydrostatic Blower Drive Auxiliary Engine Remote Oil Drain Remote Grease Zerks for Boorn Hydraulic Rcar Door Locks Hydraulic Tilt Dump Debris Tank Flushing System 1 W degree Articulating Hose Reel 500' x I" Sewer Host 3000 PSI Dual Roller Level Wind Guide 50' Capacity Hand Gun Hose Reel With Hose 10' Telescopic Boom 20' Aluminum Tubes with Quick Clamps Sanitary Nozzle Penetrator Nozzle Nozzle Rack Rotating Chain Scraper Root Cutter Kit 6", 8", 10" Ground Level Pipe Storm Racks Cone Storage Rack Pipe Rack Below Debris Tank DOT Arrowbomd DOT approved Amber Strobe Lights, Front and Rear Mounted Boom Lights Rear Work Lights Water Pump Area Lights Auxiliary Engine Area Lights .Electronic Back Up Alarm Rear Vision Back Up Camera and Monitor 2 $A" Water Tank Drain Valve vacuum Enhancer Assembly Triangle Road Kit First Aid Kit Fire Extinguisher 5 Lb. 24 month Vac -Con Warranty 5 year/ IOOK mile extended warranty on Sterling LT7501 Chassis Mounted on: New Sterling LT7501 Chassis 275 HP Diesel Engine Allison Automatic Transmission Air Driver Seat Air ConditioninglAM-FM Radio Total Price for Unit $207,71&OO Please feel free to contact Drew Dermon or myself if we tray be of any further assistance (800) 7824134. Sincerely, C��Cv'� :)J'� Charlene Wells Administrative Assistant TOTAL P.03 SOUTHERN SEWER EQUIPMENT SALES 3409 Industrial 27th St. e Ft. Pierce, FL 34946 To Whom It May Concern Re: State of Florida Department of Transportation DOT CONTRACT NO. P0384 February 1, 2003 This letter is to certify Southern Sewer Equipment Sales will honor a purchase order from any City, County or State entity for equipment covered by this contract. The following types of equipment are offered: ITEM 1 2 Stage Vacuum Compressor - PTO Drive 60 GPM @ 3000 PSI Water Pump with 130 HP Auxiliary Engine ITEM 2 3 Stage Vacuum Compressor - PTO Drive 80 GPM @ 3000 PSI Water pump with 165 HP Auxiliary Engine ITEM 3 Positive Displacement Vacuum Blower- Dual Engine - Hydrostatic Drive 80 GPM @ 3000 PSI Water Pump with 165 HP Auxiliary Engine ITEM 4 Positive Displacement Vacuum Blower - 35011 P Single Engine - Hydrostatic Drive 60 GPM @ 3000 PSI Water Pump Items common to all units: 11 Cubic Yard. Corten Steel Debris Tank 1000 Gallon Cross -linked Polyethylene Water Tanks 450 GPM Hydraulic Pump Off System Hydraulic Rear Door locks Hydraulic Tilt Dump Debris Tank ]Flushing System 180 Degree .Articulating Sewer Hose reel w/ Footage Counter 500' x 1" Sewer Hose 3000 PSI 6' Telescopic Boom w/ 240 Degree Hydraulic Rotation 20' x 8" Aluminum Vacuum Tubes w/Clamps Ground Level Pipe Storage Racks 25' x'/2" Handgun Hose & Handgun l - 15 Degree & 1 - 30 Degree 1" Nozzle w/skid DOT Arrow Board Please contact Southern Sewer Equipment Sales or your area sales representative for fiuther information or to purchase from this contract. Sincerely, Sherry Denmo President (772) 595-9171 FAX 1-800-782-4134 (772) 595-6940 "A Certified MBE Woman Owned Business" Florida Department of Transportation JES BUSH 606 Suwannee Street JOS19ABREU GOVERNOR Room 481 SECRETARY Tallahassee, FL 32399-0450 August 6, 2003 MEMORANDUM NO.: ITB-DOT-02/03-9026-LG-1 TO: Department Addressed Vendor Addressed FROM: Renee Randall DOT Contract Coordinator SUBJECT: DOT Contract ITB-DOT-02/03-9026-LG, P0384 TRUCK MOUNTED SEWER CLEANER Subject contract has been renewed from FEBRUARY 1, 2004 TO JANUARY 31, 2007 at the same prices, terms and conditions. Any questions in delivery or service that may arise regarding this contract should be directed to me at (850) 414-4481 or Suncom 994-4481. 1 Florida Department of Transportation JEs BUSH 605 Suwannee Street Jost ABREu GOVERNOR Room 481 SECRETARY Tallahassee, FL 32399-0450 July 14, 2004 MEMORANDUM NO.: ITB-DOT-02/03-9026-LG - 2 TO: Department Addressed Vendor Addressed FROM: Renee Randall DOT Contract Coordinator SUBJECT: DOT Contract IT13-D0T-02/03-9026-RR, P0384 TRUCK MOUNTED SEWER CLEANER Subject contract has been amended to reflect the following change at the same prices, terms and conditions: Supplier changed from Cummins to Deutz for the auxiliary engines in order to meet new Federal emissions regulations. Any questions in delivery or service that may arise regarding this contract should be directed to me at (850) 414-4481 or Suncom 994-4481. i State of Florida Department of Transportation MVITATION TO BID TRUCK MOUNTED SEWER CLEANER ITS-DOT-02103-9026-LG DOT CONTRACT NO.: P0384 Effective February 1, 2003 thru January 31, 2004 1 SPECIAL CONDITIONS 1) INTRODUCTION ITB-DOT-02/03-9026-LG The purpose of this Invitation To Bid is to obtain competitive bids to establish a one (1)year contract for the purchase of truck mounted sewer cleaners by the Department of Transportation, hereafter referred to as the "Department". The contract will become effective on I~ebrua 12003 and will expire Janua 31 2004 from that date. After the award, said bidder(s) will be referred to as the "Vendor(s)". All commodities identified in this Invitation to Bid will be subject to the availability of identical commodities as provided by mandatory Department of Management Services' State Contract(s) at such time these commodities become available. In the event of duplication(s) of commodities, the Department of Management Services' mandatory„State Contract shall prevail. 2) CONTRACT USE Use of the contract resulting from this bid will be optional for the Department. The Department reserves the right to solicit separate bids for any unusual or abnormal quantity requirements that may arise during the term of the contract. 3) MINORITY BUSINESS UTILIZATION The Department encourages the recruitment and utilization of certified and non -certified minority businesses. The Department, its Vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that minority businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. If two equal low bids are received and one response is from a certified Minority Business Enterprise (MBE), certified by the Department of Management Services' Office of Supplier Diversity, the Department will award the contract to the certified MBE. The MBE's certification must be current at the time and date of bid opening. 4) PRICES Price(s) shall include delivery to Department of Transportation location(s) in Florida. _ S) DELIVERY Delive must be -made within one-hundr d & twen 120 calendar days or less upon receipt of a purchase order by the contract surmlier at his designated ordering location or ninety 90 calendar days after the De artment supplied -carrier is made available to the successful bidder. If more time is needed the bidder should state the extra time required and the reasons why in the bid. Acceptance will be subject to "DOT" approval. Refer to Section 11.1-11.1.5 of specifications for additional delivery requirements. Contractor shall complete delivery to DOT within fourteen (14) calendar days from anticipated date stated in acknowledgment form. Contractor shall notify DOT personnel designated on purchase order no less than twenty-four (24) hours prior to delivery. Deliveries will be accepted only between 8:00 A.M, and 3.00 P,M. Monday -- Thursday, No Friday deliveries. Deliveries not complying with these requirements may be rejected and will have to be re -delivered at contractor's expense. A Manufacture's Statement of Origin and a copy of warranty(ies) shall be provided upon delivery. Two (2) manufacturer's operator manuals and two (2) each lubrication instructions and maintenance instructions in hard copy, and if available on a CD ROM for use with a computer, to be delivered with each unit. 6) ACKNOWLEDREMENT The Acknowledgement of Order" Form (see attached) shall be mailed to the purchaser within ten (10) calendar days from the date the contractor receives the Purchase Order. 7) PRICE ADJUSTMENTS Price(s) shall remain firm for the life of the contract and any renewals, if applicable. Price adjustments will not be allowed. 8) CONTRACT RENEWAL This contract may be renewed for a period that may not exceed 3 years or the term of the original contract, whichever period is longer. Renewals shall be contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. Renewal of the contract shall be by mutual agreement in writingand shall be subject to the same terms and conditions set forth in the initial contract. 9) CANCELLATION All contract obligations shall prevail for at least one hundred and eighty (180) days after the effective date of the contract. For the protection of both parties, this contract may be cancelled in whole or in part after one hundred and eighty (180) days by either party giving thirty (30) days prior written notice to the other contract party. The contract may, also, be cancelled by the Department for nonperformance (default) in accordance with Rule 60A-1.006(3), F.A.C.. 10) BID QUESTIONS & ANSWERS Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement agent identified below. The Department's written response to written inquiries submitted timely by bidders will be posted on the Florida .Vendor Bid System at www.cnvflori a.com (click on `BUSINESS", click on "Doing Business with the State", under "Everything for Vendors and Customers", click on "Vendor Bid System (VBS)", then click on "Search g of all potential bidders to monitor this site for any hang>tng information t») prior to sub munder this bid uitting the,rind. responsibility.-_... _..... Only written inquiries from bidders, which are signed by persons authorized to contractually bind the bidders, will be recognized by the Department as duly authorized expressions on behalf of the bidders. WRITTEN TECHNICAL QUESTIONS should be submitted to: Lillian Graham, E-mail: lillian.i.raharn(a-)dot state.n.us , 605 Suyyannee Street, Room 481, MS 20, Tallahasss Florida 32399-0450850 414-4288 FAX: 850 488-8102. 10) ORAL INSTRUCTIONS / CHANGES TO THE INVITATION TO BID (ADDENDA) No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. 3 Notices of changes (addenda) will be posted on the Florida Vendor Bid System at www.iRY ariL.cam (click on "BUSINESS", click on "Doing Business with the State", under "Everything for Vendors and Customers", click on "Vendor Bid System (VBS)", then click on "Search Advertisements") under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. All addenda will be acknowledged by signature and subsequent submission of addenda with bid when so stated in the addenda. 11) ORDERING INSTRUCTIONS Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries. Bidders trust include complete ordering instructions, including FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID), for invoicing dealers, with the bid on a separate sheet. 12) ORDER QUANTITIES No minimum order quantities will be accepted. The Department will order as needed in the quantities needed 13) BLANKET PURCHASE ORDERS The Department may, at its discretion, establish a blanket (open) purchase order with the successful bidder(s) to facilitate the purchasing of materials. The purchase of materials may be placed by; (1) written purchase order, (2) telephone orders by authorized Department personnel, or (3) an itemized order in writing. The Department will supply the successful bidder(s) with a list of personnel authorized to order. Delivery of items on these blanket purchase orders shall not exceed the contract effective period. 14) INVOICING Invoices must match units specified on the Purchase Order. 15) ESTIMATED PURCHASES It is anticipated that the Department will purchase approximately $400,000.00 under any contract resulting from this bid. This estimated amount is given only as a guideline for preparing your bid and should not be construed as representing an actual amount to be purchased under this contract. The Vendor(s) shall supply, at bid prices, the actual amounts ordered regardless of whether the total of such amounts is more or less than anticipated. This bid and the resulting contract will be subject to annual appropriated funding. 16) ALTERNATES Alternate brands will be considered for this bid. The "Department" reserves the right to require each bidder to demonstrate to the satisfaction of the "Department" that the items/materials will perform in a completely acceptable manner. In the event the "Department" judges that the demonstrated performance is unsatisfactory, the "Department" may reject the bid. Product information, specifications, and descriptive technical literature for the evaluation of alternate products shall be provided to Ken Kimse P.E. 605 Suwannee Street MS 52 Tallahassee Florida 23399-0450 for approval prior to the bid opening date and time. Demonstration time and place is subject to agreement of the "Department" and the bidder. Any samples received shall be at no additional cost to the Department and shall be retained by the Department for use as quality standards and as models for acceptance inspection. 17) NVARRANTY The contractor shall warrant all components of its manufacture and design for a minimum of two (2) years following the date of acceptance and will replace to the FDOT any part found to be faulty in manufacture or workmanship. The warranty shall include parts and labor at the delivery location or at the contractor's service location, at the option of FDOT. Parts and services must be available within 2 working days. Components not of the contractor's design and manufacture, such as the carrier, rs. ate pumps, of arranties are are subject he to the OEM warranty. In any case all warranties must be for at least two (2) y acceptance by FDOT. The successful contractor shall act as FDOT's agent regarding any warranty claim on OEM warranted components Any deviation from this criteria must be.documented in the vendors bid response or the above statement shall prevail. 18) REPLACEMENT Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation and/or restocking fees if applicable. 19) PRODUCT RE UIREMENTS/SPECIFICATIONS Items furnished shall be standard products of the manufacturer or their suppliers, shall be new, unu$ed, clean, and free from any defects or features affecting appearance, serviceability, or the safety of the user in normal intended use. Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s). 20) ACC_ EPTANCE All items listed in the specifications, delivered to the Department not meeting specifications or found to be poorly manufactured will not be accepted, but returned to the Vendor, at their expense, for replacement. Replacement of all items found defective shall be made without cost to the Department, including transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a reasonable opportunity must be given to these facilities for inspection of the items, and returning those that are defective. 21) REQUIRED DOCUMENTS Bidders are required to complete and return the State of Florida "Bidder Acknowledgement" form as well as the bid sheet(s). These forms must be signed by a representative who is authorized to contractually bind the bidder. All bid sheets and the "Bidder Acknowledgement" form must be executed and submitted in a sealed envelope. Indicate the bid number with the time and date ofthe bid o ening on the envelo a used to return the bid. 5 22) PROTEST OF INVITATION TO BID SPECIFICATIONS Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the Department of Transportation, Clerk of Agency Proceedings, 605 Suwannee Stream Room_550, MS 58. Tallahassee. Florida 32399- 0450 : 1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, and 2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written Notice of Intent to Protest is filed. Failure to file a notice of protest or failure to file a formal written protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 23) PUBLIC ENTITY CRIMES_STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building orpublic work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 2,37.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 24) UNAUTHORIZED ALIENS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. 25) DISCRIMINATION An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a.pub.lic..cntity, may not submit a bid on a contract with a public entityfor the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 26) RESERVATIONS The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid opening time and date specified in this solicitation. It is understood that the bid will become a part of the Department's official file, without obligation to the Department. 27) ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the ITB by the prospective bidder. Any conditions placed on any aspect of the bid documents by the prospective bidder may result in the bid being rejected as a conditional bid (see "RESPONSIVENESS OF BIDS"). DO NOT WRITE.IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written addenda issued by the Department. 28) RESPONSIVENESS OF BIDS Bids will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to provide the items specified in this f this Invitation to Bid. Bids found to be non -responsive will not be Invitation to Bid in accordance with all requirements o considered. Bids may be rejected if found tobe irregular or not in conformance with the specifications and instructions herein contained. A bid m.y be found to be irregular or non -responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, modifying the bid specifications, submitting conditional bids or incomplete bids, submitting indefinite or ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. Other conditions which may cause rejection of bids include evidence of collusion among bidders, obvious lack of experience or expertise to provide the regt!: -e,i items, and failure to perform or meet financial obligations on previous contracts. Z9) ODIFICATIONS RESUBMITTAL AND WITHDRAWAL Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt and acceptance of such a request, the entire bid will be returned to the bidder and not considered unless resubmitted by the due date and time. Bidders may also send a change in a sealed envelope to be opened at the same time as the bid. The ITB number, opening date and time should appear on the envelope of the modified bid. 30) WAIVERS The Department may waive minor informalities or irregularities in bids received where such is merely a matter of form and not substance, and the correction or waiver of which is not prejudicial to other bidders. Minor irregularities are defined as those that do not have an adverse effect on the Department's interest and do not affect the price of the bid by giving a bidder sudvantrrge or benefit not enjoyed by other bidders. 31) COPYRIGHTED MATERIAL Copyrighted material will be accepted as part of a bid response only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public. 32) ATTACHMENT TO ITB SUBMITTAL - CONFIDENTXAL MATERIAL The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate bound document labeled "Attachment to Invitation to Bid Number ITB-DOT-02/03-9026-L - Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public disclosure and placed elsewhere in the proposal will be considered waived by the Bidder upon submission, effective after opening. 33) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at the pre -bid conference and/or bid/proposal opening shall contact the procurement office at the phone number on the above Invitation To Bid cover sheet at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using Florida Relay Services at (800) 955-8771 (TDD). 34) REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS After the bid due date and prior to contract execution, the Department reserves the right to perform or to have performed, an on -site review of the bidder's facilities and qualifications. This review will serve to verify data and representations submitted by the bidder and may be used to determine whether the bidder has adequate facilities, equipment, qualified and experienced staff, and overall management capabilities to provide the required items. The review may also serve to verify whether the bidder has financial capabilities adequate to meet the contract requirements. Should the Department determine that the bid package has material misrepresentations or that the size or nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid. 35) OPTIONAL CONTRACT USAGE In addition to use by the Department, and with the consent of the Vendor(s), purchases may be made by other governmental entities under the terms and conditions of this contract. The applicable purchasing laws, rules, and regulations of those governmental entities shall apply to their use of this contract. 36) MAIL OR DELIVER BIDS TO: (DO NOT FAX) Florida Department of Transportation Procurement Office 605 Suwannee Street, Room 481, MS 20 Tallahassee, Florida 32399-0450 Phone No.: (850) 414-4288 .....37)._—BID OPENING The sealed bids will be opened by the Department's Procurement Office personnel at 605 Suwannee Street, Room 481 Tallahassee Florida 32 -0450 on December 4 2002 at 2:3� 0 PM). All bid openings are open to the public. 38) "DRUG -FREE WORK PLACE" PREFERENCE Whenever two or more bids which are equal with respect to price, quality, and service are received, a bid received from a business that certified that it has implemented a drag -free work place program in accordance with Section 287.087, F.S., will be given preference in the award process. The "Drug -Free Workplace program Certification" must be completed and submitted with the bid response for this preference. 39) POSTING OF INTENDED AWARD 39.1) - General: The Department's intended award will be posted on the Florida Vendor Bid System at www.myflorida.com, (click on "BUSINESS", click on "Doing Business with the State", under "Everything for Vendors and Customers", click on "Vendor Bid System (VBS)", on December 19 2002 at 8:00 AM, and will remain posted for a period of seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings: 605 Suwannee Street Room 550 MS 58 Tallahassee Florida 32399-0450: 1. - A written notice of protest within seventy-two (72) hours after posting of the intended award, and 2_ A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier's check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 1f the notice advises of the bond requirement but a bond or statutorily authorized alternate is not posted when required, the agency shall summarily dismiss the petition. 39.2) - Inability to Post: Ifthe Department is unable to post as defined above, the Department will notify all bidders by electronic notification on the Florida Vendor Bid System (see special condition 39.1, above) or by mail, fax, and/or telephone. The Department will provide notification of any future posting in a timely manner. 39.3) - Request to Withdraw Bid: Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the bid opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their bid bond, if applicable. 40) RECYCLED MATERIAL If the product herein is available with recycled content, we request that you provide product information to help in our search for recycled products. However, this bid request is for the product as specified herein and does not require prices for recycled product unless specified. This information should be sent se aratel and not as a part of our bid res onse. 41) FORMS The Bidder must complete all required items below and submit them as part of the Bid package. Any Bid in which these forms are not used or in which these forms are improperly executed may be considered non -responsive and the bid may be subject to rejection. State of Florida "Bidder Acknowledgement" and General Conditions Bid Sheet(s) Drug -Free Workplace Program Certification (if applicable) Certification of Recycled Content (if applicable) Ordering Instructions Specification Compliance Sheet(s) 42) LIQUIDATED DAMAGES As timely delivery is of importance to the functioning of the agency, the Department reserves the right to cancel such items of the contract which are not delivered within the required time for such items. Failure by the Vendor(s) to deliver items as specified within the stated time may subject the Vendor(s) to liquidated damages in the amount of one percent (1 %) of the bid price of the items for each day beyond the stated time. 10 Technical submittal requirements checklist In addition to the information required in the bid specification, the following items are required with the bid or the bid will be rejected. 1. Two copies of manufacturer's latest data as necessary to verify that the unit meets or exceeds all requirements stated herein. 2. Blower and pump performance curves showing horsepower, RPM, vacuum, and flow for each Type sewer cleaner bid. 3. List of references who have operated each model bid for at least the last 12 months. 4. List of dealers in Florida, South Georgia, or south Alabama who can provide parts and service as required in the specification. 5. Complete information on carrier requirements. 6. If option 9.1 of the specification is bid, complete information on carrier proposed by vendor. This requirement is in addition to item 5 above. 7. List of available options per item 9.3 of the specification. 11 FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Unit of Equipment: Truck Mounted Sewer Cleaner FC1420 Revised September 3, 2002 ATTENTION PROSPECTIVE SUPPLIERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" or "no" when specific information is asked for) responses will result in your bid being rejected. 1.0 INTENT: It is the intent and purpose of this specification to describe and set standards for truck - mounted sewer cleaners, to be used for highway drainage system and other roadway maintenance. Note that bids are solicited for different types of machines as well as for unspecified options. YES Understand and Acknowledge? (Yes/No) 1.1 QUALIFICATION OF MANUFACTURER AND MODEL: The unit required and covered by - this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest data, two copies of which must accompany the bid along with all specifications necessary to verify that the unit meets or exceeds all requirements: stated herein. YES Understand and Acknowledge? (Yes/No) Blower and pump performance curves showing horsepower, RPM, vacuum, and flow must be included. YES Understand and Acknowledge? (Yes/No) No prototype -machines are allowed. The unit bid must have basically beemin production for a minimum of one year. YES Comply? (Yes/No) 1.1.1 This contract will not be awarded until the FDOT State Maintenance Office is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FDOT location of our choosing, or any combination of the above. Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 60 days between bid opening and contract award may be required for this process. After contract award, specification compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. YES Understand and Accept? (Yes/No) 12 1.1.2 Parts and Service: A. Service capability: To be eligible for award, bidders must have, within the State of Florida, facilities, skilled and trained personnel, equipment and parts available to completely service, maintain, and repair the equipment offered. B. Parts availability: The vendor shall maintain an adequate stock of replacement parts and shall make deliveries within 24 hours when requested. C. Pricing: The manufacturer and bidder shall guarantee that parts prices will be as low as such parts are sold to any other user and that if at any time the prices are reduced or increased to the general trade, it is understood that the Florida Department of Transportation shall not pay a higher price than any other user, effective with the date of such price reduction or increase to the general trade. D. Post delivery inspection: Bidder shall include in the bid price the cost of a post delivery inspection service of the equipment, approximately 30 days after it is placed in service. The inspection shall be performed by skilled and trained factory or dealer personnel. The inspection service shall include the following: Check all operating systems for proper operation and adjustment. Check equipment visually for leaks, material defects, and any other defects. Check all fluid levels. Vendor shall notify the Florida Department of Transportation at least twenty-four (24) hours prior to performing inspections. YES Understand and comply with or accept all provisions of Parts and Service? (Yes/No) 1.2 DEFINITIONS: _12.1,_...".Approved, Equivalent". Bidders may substitute_ components for those listed only if written approval (FAX is permitted) is granted by the Florida Department of Transportation Mechanical Equipment Engineer prior to bid opening. If this has not been accomplished -by bid opening time, your bid will be rejected. The FDOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FDOT approval of such alternate components. YES - Understand and Acknowledge? (Yes/No) 13 1.2.2 Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FDOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FDOT. It is explicitly understood that it is the responsibility of the bidder to notify the FDOT of any changes of consequence, and obtain approval per 1.2.1. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FDOT bid evaluators. YES . Understand and Acknowledge? (Yes/No) 1.2.3 "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the sort of use typically expected to be experienced by FDOT operators without structural or functional failure or other consequences such that the item causes or will probably cause excessive down time. The Mechanical Equipment Engineer may accept or reject items bid based on his judgment of compliance with this, provision without the necessity for a field trial, or may require testing and vendor at his discretion. YES Understand and Acknowledge? (Yes/No) 1.2.4 "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid request is the version to be used. YES Understand and Acknowledge? (Yes/No) 1.3 WEIGHTS AND MEASUREMENTS: 1.3.1 Weight: Gross weight of the loaded unit shall not exceed 64,000 lbs. The rear axle �C�ading ''shall not exceed 44,000 lbs. and the front axle oading shall not exceed 20,000 lbs. Note: "Loaded" means that there is 1,000 gallons of water on board, which shall be taken to weigh 8,345 lb., 7.00 cubic yards of debris which shall be taken to weigh 21,500 lb,100 gallons of fuel which shall be taken to weigh 670 lb, and two crewmen at 200 lb each. EMPTY: FRONT 14464, REAR: 17340, TOTAL: 31801 FULL: FRONT: 19741, REAR: 42975, TOTAL: 63716 Axle loadings - front, rear, and total, loaded. Information clearly showing the unloaded and fully loaded weights and the respective weight distributions shall be submitted with the bid. YES Information submitted? (Yes/No) 1.3.2 Height: Overall height shall not exceed 13.5 ft. 11,10" Height? 14 1.3.3 Width: Overall width shall not exceed 8 ft. FA Width? 1.3.4.1 Noise Level at Operator's Station: In accordance with OSHA requirement 29 CFR Ch. XVII Para. 1910.95, the noise level shall not exceed 95 decibels, A scale, slow response, for a 4 hour exposure per workday. 95 Noise level? 2.0 CARRIER: Unless option for vendor supply of the carrier is exercised, the carrier will be supplied by the Florida Department of Transportation. It is understood that either way the successful bidder will provide a totally finished unit ready for use. The successful bidder shall specify to the Department the minimum chassis requirements including HP, GVWR, GAWRs, RBM, CA, PTO provisions and any other feature necessary for the proper operation of the sewer cleaner. This shall be done with the bid package. Bidder shall supply information such that the resulting vehicle will be capable of 65 mph on level pavement. The combined cost of the carrier and the sewer cleaner unit will be considered for bid award. The Department will notify the successful bidder when the chassis is available for pick up. Pick up and delivery of the unit shall be at the Purchase Order destination unless specified otherwise. See applicable option. YES Understand and Acknowledge? (Yes/No) 3.0 SEWER CLEANER MECHANISM: QUOTATIONS ARE SOLICITED ON EACH TYPE DESCRIBED. PLEASE QUDTE THE TYPES THAT ARE STANDARD MODELS FOR YOUR COMPANY. 3.1 Auxiliary Engine / Centrifugal Vacuum Unit type: (Type 3.1) 3.1.1 General: This type unit will have an engine in addition to and independent of the carrier engine, which will drive either the water pump or vacuum unit. YES Comply? (Yes/No) 3.1.2 Auxiliary Engine: The auxiliary engine shall be a well known brand diesel of at least 110 horsepower. CUMMINS 413TA3.9 130 HP Brand, model, horsepower? 15 3.1.3 The auxiliary engine shall have a control panel with key ignition switch, throttle, ammeter or voltmeter, tachometer, engine oil pressure gauge, coolant temperature gauge, and hour meter. The controls panel shall have a locking cover. YES Comply? (Yes/No) 3.1.4 The auxiliary engine shall have automatic shutdown in case of low oil pressure or high coolant temperature. MURPHY 518APH Make and model of shutdown unit? 3.1.5 Vacuum Unit: The vacuum unit shall be capable of at least 9.0"Hg vacuum and 3,000 cubic feet per minute flow at 110 Hp input. The vacuum unit shall be capable of at least 8.5"Hg vacuum and 1,000 cubic feet per minute flow at 70 Hp input. 9.0"HG 13000 CF Vacuum and flow with 110hp input? 8.5"HG / 1000 CPM Vacuum and flow with 70hp input? 3.1.6 Water Pump: The high pressure water pump•shall be a well known brand and shall deliver 60 gallons per minute at a pressure of 3,000 psi, minimum. FMC 1615 60/3000 Brand, model, flow, pressure 3.1.7 Total horsepower - What is the total horsepower available for the combined vacuum unit and water pump for this model, including the power used from the carrier engine? 275 HP CHASSIS VACUUM YSTEM /130 HP AUX. ENG. WATER PUMP = 4405 TOTAL HP AVAILABLE Total horsepower avai a e .. - NOTE: 9.0"HG/3000CFM $ 60/3000 = 234 HP (REQUIRED TO OPERATE COMPENENTS 3.2 Auxiliary Engine / Centrifugal Vacuum Unit (High Suction) type: (Type 3.2) 3.2.1 General: This type unit will have an engine in addition to and independent of the carrier engine, which will drive either the water pump or vacuum unit. YES Comply? (Yes/No) 3.2.2 Auxiliary Engine: The auxiliary engine shall be a well known brand diesel of at least 160 horsepower. CUMMINS 6BT5.9 165 HP Brand, model, horsepower 16 3.2.3 The auxiliary engine shall have a control panel with key ignition switch, throttle, ammeter or voltmeter, tachometer, engine oil pressure gauge, coolant temperature gauge, and hour meter. The controls panel shall have a locking cover. YES Comply? (Yes/No) 3.2.4 The auxiliary engine shall have automatic shutdown in case of low oil pressure or high coolant temperature. MURPHY 518APH Make and model of shutdown unit? 3.2.5 Vacuum Unit: The vacuum unit shall be capable of at least 14.5"Hg vacuum and 3,000 cubic feet per minute flow at 160 Hp input. The vacuum unit shall be capable of at least 13.0"Hg vacuum and 1,000 cubic feet per minute flow at 100 Hp input. 14.5"HG / 3000 160 HP Vacuum and flow with 160hp input? 13.5"HG / 3000 100 HP Vacuum and flow with 100hp input? 3.2.6 Water Pump: The high pressure water pump shall be a well known brand and shall deliver 80 gallons per minute at a pressure of 3,000 psi, minimum. APLEX/MYERS VPQE 80/3000 Brand, model, flow, pressure 3.2.7 Total horsepower - What is the total horsepower available for the combined vacuum unit and water pump for this model, including the power used from the carrier engine? Tc NOTE: 14.5"HG/3000 80/3000= 325 HP (REQUIRED TO OPERATE COMPONENTS) 3.3 Auxiliary Engine / Positive Displacement Blower type: (Type 3.3) 3.3.1 General: This type unit will have an engine in addition to and independent of the carrier engine, which will drive either the water pump or vacuum unit. YES Comply? (Yes/No) 3.3.2 Auxiliary Engine: The auxiliary engine shall be a well known brand diesel of at least 160 horsepower. CUMMINS 6BT5.9 165 HP Brand, model, horsepower 17 3.3.3 The auxiliary engine shall have a control panel with key ignition switch, throttle, ammeter or voltmeter, tachometer, engine oil pressure gauge, coolant temperature gauge, and hour meter. The controls panel shall have a locking cover. YES Comply? (Yes/No) 3.3.4 The auxiliary engine shall have automatic shutdown in case of low oil pressure or high coolant temperature. MURPHY 518APH Make and model of shutdown unit? 3.3.5 Vacuum Unit: The vacuum unit shall be capable of at least 14.5"Hg vacuum and 3,000 cubic feet per minute flow at 160 Hp input. The vacuum unit shall be capable of at least 13.0"Hg vacuum and 1,000 cubic feet per minute flow at 100 Hp input. 16"HG / 3400 CFM _ Vacuum and flow with 160hp input? 12"HG / 2700 CFM Vacuum and flow with 100hp input? 3.3.6 Water Pump: The high pressure water pump shall be a well known brand and shall deliver 80 gallons per minute at a pressure of 3,000 psi, minimum. APLEX/MYERS VPQE 80/3000 Brand, model, flow, pressure 3.3.7 Total horsepower - What is the total horsepower available for the combined vacuum unit and water pump for this model, including the power used from the carrier engine? __275_HP.CHASSISIVNCULIKSYSTEM) /165 HP AUX. ENG, (WATER P1JMP) _440'7"0TAL, HP„AVAILABLE Total horsepower available? NOTE: 16"HG/3400 CFM 80/3000 = 325 HP (REQUIRED TO OPERATE COMPENTS) 3.4 Single Engine / Positive.Displacement Blower type: (Type 3.4) 3.4.1 General: This type unit will utilize the carrier engine to drive the sewer cleaner and provide power for all functions. There will be no auxiliary engine. A minimum of 160 hp shall be available to drive the vacuum unit. YES Comply? (Yes/No) m 3.4.2 Drive: Describe below the type drive proposed. State the horsepower and rpm at which each component is driven and the resulting vacuum or pressures and flow rate at said horsepower and rpms. Describe provisions for variable speed. Provide a complete description. Your bid may be rejected if information is incomplete. Use extra pages if necessary. See also 1.1. *SINGLE ENGINE DESIGN *CHASSIS POWERS P.D. BLOWER SYSTEM VIA HYDROSTATIC DRIVE *HYDROSTATIC VIA THE FRONT P.T.O. PROVISION OF THE CHASSIS *THE HYDROSTATIC PUMP IS VARIBLE SPEED TO CONTROL VACUUM *HORSEPOWER REQUIRED AT FULL VACUUM 160 HP/ VACUUM ONLY/16"HG/3400 CFM *CHASSIS ENGINE POWERS THE WATER PUMP VIA HOT SHIFT P.T.O./TRANSMISSION MOUNTED *WATER PUMP HAS VARIABLE SPEED CONTROL FOR FLOW OF PRESSURE *HORSEPOWER REQUIRED AT 60/3000 PSI 124HP WATER PUMP ONLY TOTAL HP REQUIRED 284 (Description of drive as requested above) 3.4.3 Vacuum Unit: The vacuum unit shall be capable of at least 14.5"Hg vacuum and 3,000 cubic feet per minute flow at 160 Hp input. The vacuum unit shall be capable of at least 13.0"Hg vacuum and 1,000 cubic feet per minute flow at 100 Hp input. 16"HG/3400 CFM Vacuum and flow with 160hp input? 12"HG/2700 CFM Vacuum and flow with 100hp input? POSITIVE DISPLACEMENT/ROOTS DRESSER MOUr _ 104 Type, make, and model of vacuum unit? 3.4 4 Water Pump: The high pressure water pump shall_b�: a, well known brand and shall deliver 60 gallons per minute at a pressure of 3,000 psi, minimum. FMC 1615 6Q/3000 Brand, model, flow, pressure YES Model bid to this specification? 3.4.5 Total horsepower - What is the total horsepower available for the combined vacuum unit and water pump for this model? 350 HP AVAILABLE (CHASSIS) Total horsepower available? 16"HG/3400 CFM 60/3000 = 284 (REQUIRED TO OPERATE COMPONENTS) 19 4.0 BODY: 4.1 The debris body shall have a minimum useable capacity of 9.0 cubic yards. 9 CUBIC YARD USEABLE Capacity? 4.2 A debris body high pressure wash out system shall be provided. YES Comply? (Yes/No) 4.3 A trash pump off system with a minimum capacity of 450 G.P.M. shall be provided. YES Comply? (Yes/No) 450 Capacity? (G.P.M.) 4.4 The rear door on the body shall latch hydraulically with a watertight seal. YES Comply? (Yes/No) 4.5 Satisfactory means shall be provided for removal of excess water from the debris body. Describe below. SEE ENCLOSED DRAWING Description 4.6 There shall be filter screens in the debris body, made of stainless steel. YES Comply? (Yes/No) 4.7 At least one body vacuum hose connection, 8 in. minimum diameter, shall be provided. YES Comply? (Yes/No) 4.8 The body may use either tilt or ejection dumping. Tilt dumps shall have, at a minimum, a National Truck Equipment Association Class 70 double acting hoist with a minimum dump angle of 45 degrees. A tilt dump must be equipped with safety props. YES Comply? (Yes/No) 4.9 A liquid level shut off device shall be provided to prevent over filling of the debris body. YES Comply? (Yes/No) PAIR 4.10 The unit shall have a debris body vacuum relief system with audio and visual alarms. YES Comply? (Yes/No) 5.0 WATER TANKS: Water tanks for the jet rodding system shall have a minimum useable volume of 1000 gal. and shall be made from a corrosion resistant material. YES Comply? (Yes/No) 1000 GALLONS Useable volume? CROSS -LINKED POLYETHYLENE Material? '14 INCH Thickness? 5.2 The water tanks shall include overfill protection and a sight level gauge. YES Comply? (Yes/No) 5.3 A minimum 25 ft. hose, 2 in. diameter, water meter. and necessary fittings and adapters to till the water tanks from a fire hydrant shall be provided. YES Comply? (Yes/No) 5.4 Water tanks shall be capable of being filled from either side of truck. YES Comply? (Yes/No) 6.0 HIGH PRESSURE HOSE AND REEL: 6.1 A pivoting hose reel for the high-pressure jet rodding system shall be provided. YES Comply? (Yes/No) 6.2 The hose reel shall be filled with a minimum of 500 ft. of 1 in. diameter high pressure, abrasion resistant hose rated for 3000 PSI working pressure and 7500 psi burst pressure. Reel total capacity shall be a minimum of 600 ft. of 1 in. diameter hose. YES Comply? (Yes/No) 21 6.3 A level wind guide device shall be provided to control the winding and unwinding of the rodder hose from the hose reel. YES Comply? (Yes/No) 6.4 A length counter shall be provided on the hose reel. YES Comply? (Yes/No) 6.4 Complete operating controls shall be provided on the side of the hose reel. An engine emergency shutdown switch shall be included. YES Comply? (Yes/No) 6.6 A guide tube shall be provided to prevent abrasion of the high-pressure hose. YES Comply? (Yes/No) 6.7 A low water alarm and light shall be mounted on the hose reel. YES Comply? (Yes/No) 7.0 VACUUM HOSE BOOM: 7.1 The vacuum hose shall be supported by a hydraulically operated boom located above the debris tank with a minimum lift rating of 700 lb. _-..... 700 LBS _..._.___.. _.. YES Lift rating lb.? Comply? (Yes/No) 7.2 The boom shall telescope to allow positioning of the vacuum hose up to 21' ft. from the truck centerline. 21' YES Length ft.? Comply? (Yes/No) 7.3 The boom shall rotate a minimum of 180 degrees. 240 DEGREE YES Rotation? Comply? (Yes/No) 7.3 Boom motion shall be controlled by a pendant control, easily accessible to operator when using vacuum hose. YES Comply? (Yes/No) 22 8.0 TOOLS & ACCESSORIES: The following shall be provided, at a minimum. 8.1 High pressure flushing nozzles: 15 degree, 35 degree and a 1 in. diameter finned nozzle extension shall be provided. Y S Comply? (Yes/No) 8.2 A hand sprayer with 25 ft. of hose mounted at the center of the body, street side, with spring loaded take up reel shall be provided. YES Comply? (Yes/No) 8.3 Two (2) aluminum catch basin tube extensions, 8 in. diameter and 7 ft. long, minimum shall be provided. YES Comply? (Yes/No) 8.4 Two (2) aluminum catch basin tube extensions, 8 in. diameter, 2 ft. and 4 ft. longi. respectively, shall be provided. YES Comply? (Yes/No) 8.5 A grate lifting hook for storm drains shall be provided on the boom. YES Comply2. (Yesl-2). 8.6 Pull or fold down racks or racks easily accessible from ground level to accommodate a minimum of 40 feet of extensions shall be provided. YES Comply? (Yes/No) 8.7 Lockable tool boxes all keyed alike shall be provided to carry tools and accessories. Tool boxes shall be constructed of steel or aluminum with water seal. An additional Tool box with minimum dimensions of 18 in. x 18 in. x 48 in. for FOOT use shall be provided on the right side of the truck. YES Comply? (Yes/No) 8.8 An FOOT approved flashing arrow board shall be provided mounted on the rear of the vehicle. A list of FDOT approved flashing arrow boards will be furnished on request. YES Comply? (Yes/No) 23 8.9 Hand light with bumper plug must be provided. YES Comply? (Yes/No) 9.0 OPTIONS: May or may not be purchased at discretion of the FDOT. Option price may be considered as basis of award. It is recognized that not all bidders offer all options listed; there is no penalty for not bidding an option. It is also recognized that some bidders may offer optional features which are standard equipment with others. The FDOT will make every reasonable effort to evaluate bids based on comparable equipment. List all prices and deliveries that apply on cost sheet. 9.1 Carrier supplied by vendor. Provide complete information on carrier proposed, delivery time and price. Carrier must be a heavy duty, air conditioned, diesel powered truck with automatic transmission. Color must be number 13538 of FED-STD-595. State whether truck bid is one time bid or for the life of the contract. All trucks bid will be subject to Department of Management Services approval. Attach complete information. Bid cannot be awarded until Department of Management Services approval has been obtained. 9.2 Provide "Block Buster" type valve to connect to jet rodding hose. 9.3 Hydraulic power tool option. 9.4 Vacuum while driving switch (vacuum breaker override). 9.5 Rear vision back up camera and monitor. 79.6 Cone storage rack. t9.7 DOT approved amber strobe lights, mounted per DOT approval, each. a► 9.8 Boom lights. 9.9 Cyclone (TYPE 3.4 UNIT ONLY). $ 9.10 Hose reel support foot. a9.11 Hydrostatic blower drive. 69.12 Gravity drain for hydraulic pump off - plumbed to front bumper. 9.12 10' telescopic boom in lieu of 6' telescopic boom. 9.14 Rear work lights. 9.15 50' hand gun hose reel with hose. 9.16 5" culvert nozzle. 9.17 Grenade nozzle. 24 9.18 Storm nozzle and assembly. 9.19 High - dump option. 9.20 Bidders must supply a list of all options shown above that are available from them, as well as all other available options, priced individually, as an attachment to the bid. A description of each item offered must be provided. YES Comply? (Yes/No) 10.0 PAINTING AND MARKING: PAINTING: All exterior mounted components furnished by the supplier shall be painted to match the carrier, except small items of hardware may be gloss black. The paint system should include the following steps, as a minimum: 1. All surfaces shall be ground smooth with welding slag, burrs and sharp edges removed. 2. All surfaces shall be sandblasted and then immediately receive one (1) coat of rust inhibitive primer. 3. All primed surfaces shall receive two (2) coats of premium grade automotive enamel to match Yellow # 13538 of Federal Standard 595. (DUPONT L9069A) NOTE: If requested, a paint chip will be furnished to.the successful bidder by the FDOT. YES Comply? (Yes/No) CONSPICUITY MARKING: A single 2 in. wide, red/white strip of reflective tape shall be applied so as to cause the limits of the truck from any angle to be visible at night when illuminated by oncoming traffic. The tape should be applied at a maximum height of 4 ft, but may vary according truck or body configuration. On the rear of the vehicle the tape will be applied to the upper portion of the bumper. Gaps in the tape where members protrude or the configuration does not lend itself to tape application will be normal. Reflexite North America, PH. (800) 654-7570, is an approved source for this type of reflective tape. Their type V82-5542-020 RedMhite DOT-C2 is currently being used by the Department. Other brands of reflective tape will require prior approval by the Department. YES Comply? (Yes/No) 11.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 25 11.1 DELIVERY AND ACCEPTANCE: 11.1.1 Prior to delivery, a first article inspection may be performed by the Mechanical Equipment Engineer and his designee at the vendor's facility to ensure that the first machine procured on this contract meets all specification requirements. Preferably, the inspection will take place prior to painting with the unit fully operational. The vendor will advise the contact person(s) named at the end of this specification a minimum of two weeks before the machine will be ready for inspection. YE Comply? (Yes/No) 11.1.2 Travel costs incurred by FDOT personnel performing the first article inspection shall be paid for by the vendor. Estimates for the travel costs should include transportation, meals and lodging for two (2) persons from any location in Florida to the vendor's facility and back with at least one full day allotted for the inspection. YES Comply? (Yes/No) 11.1.3 Items found to not be in compliance will be corrected and brought into compliance before final acceptance. Travel expenses for additional visits required by FDOT personnel to the vendor's facility to verify correction of deficiencies discovered in the first inspection shall also be paid for by the vendor. After all items on the machine are determined to be in compliance, the unit may then be taken by the supplier to the Purchase Order destination. All subsequent units purchased from this contract will be inspected at their Purchase Order destinations for compliance with the specifications. YES Comply? (Yes/No) At the discretion of FDOT, the first article inspection at the vendor's facility may be waived or relocated to a more convenient site, if it is determined that it would be in the best interest of the State. In -any case, the machine is still required to fully comply with' the specification requirements. YES Understand and Acknowledge? (Yes/No) 11.1.4 Failure of FDOT personnel to discover defects during an inspection does not relieve the vendor from responsibility for correcting areas of non -compliance -found after delivery. YES Understand and Acknowledge? (Yes/No) 11.2 STANDARDS: 11.2.1 The unit shall comply with all Motor Vehicle Safety Standards as established by the U.S. Department of Transportation, all requirements of the latest issues of ANSI Standards and OSHA Standards, and all other required Federal and State of Florida legal requirements and standards. YES Comply? (Yes/No) PW: 11.3 DOCUMENTATION: Bidders must submit two (2) copies of current manufacturer's data to substantiate compliance with the specifications, and a list of dealers in or near Florida. These must be included with the bid documents. YES Comply? (Yes/No) 11.4 MANUALS: 11.4.1 Two (2) manufacturer's operator manuals and two (2) each lubrication instructions and maintenance instructions in hard copy, and if available on a CD ROM for use with a computer, to be delivered with each unit. YES Comply? (Yes/No) 11.4.2 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the machines supplied are sent to the FDOT shop to which the machines are assigned. YES Comply? (Yes/No) 11.5 PERSONNEL TRAINING: 11.5.1 The services of a factory technician or technicians, thoroughly trained in the use and operation of the unit, shall be furnished for a period of not less than two (2) days, to instruct personnel in the use, operation and maintenance of the unit after delivery. This is to be done at the delivery location. YES Comply? (Y s/No) 12.0 WARRANTY: 12.1 The supplier shall warrant all components of its manufacture and design for a minimum of two (2) years following the date of acceptance and will replace to the FDOT any part found to be faulty in manufacture or workmanship. The warranty shall include parts and labor at the delivery location or at the supplier's service location, at the option of FDOT. Parts and service must be available within 2 working -days. YES Comply? (Yes/No) 27 12.2 Components not of the supplier's design and manufacture, such as the carrier, water pumps, valves, etc., are subject to the OEM warranty. In any case all warranties must be for at least two (2) years. Dates of warranties are to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on OEM warranted components. YES Comply? (Yes/No) NOTE: Specification problems, questions, or comment: Problems, questions, or comments regarding this specification must be directed to The State Maintenance Office (850) 488-4562, FAX (850) 488-4418 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E., Mechanical Equipment Engineer, or Donald O. Duncan, Equipment Coordinator Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 YES Understand and Acknowledge? (Yes/No) 28 BID SHEET BID #: ITB-DOT-02/03-9026-LG • FOB: STATEWIDE BID TITLE: TRUCK MOUNTED SEWER CLEANER BID AS SPECIFIED IMPORTANT NOTICE TO PROSPECTIVE OFFERERS: IF ASKED FOR SPECIFIC INFORMATION, YOU.MUST GIVE THE INFORMATION REQUESTED. THE COMPLETED SPECIFICATION/COMPLIANCE SHEET(S), WITH ALL BLANKS FILLED IN AND PROPER RESPONSES SHALL BE RETURNED WITH YOUR BID. IMPORTANT NOTICE TO PROSPECTIVE OFFERERS: BIDDERS MUST SUBMIT ONE(1) ORIGINAL AND TWO (2) COPIES OF THE COMPLETE BID PACKAGE (SIGNED INVITATION TO BID, ENTIRE BID AND TWO (2) COPIES OF MANUFACTURER'S DATA). Firm Name (manual signature) Title ME VENDOR NAME: SOUTHERN SEWER EQUIPMENT SALES FEID#: F65-0267110-001 BID SHEET BID #: ITB-DOT-02/03-9026-LG BID TITLE: TRUCK MOUNTED SEWER CLEANER ITEM 1 FOB: STATEWIDE PRICE PER UNIT DELIVERED TO ANY FDOT LOCATION IN FLORIDA. TRUCK MOUNTED SEWER CLEANER, PER SPECIFICATIONS FC 14201 Type 3.1 Sewer cleaner: Base price installed on FDOT carrier (must be finished turn -key unit: $ 98,500.00 Manufacturer and Model: VAC -CON V211 SAM 000 Delivery 60 days after receipt of carrier. ITEM 1A OPTION: MAY OR MAY NOT BE PURCHASED AT DISCRETION OF THE FDOT. OPTION PRICE MAY CONSIDERED AS BASIS OF AWARD Option 9.1 (Carrier supplied by vendor): Manufacturer and model of carrier, complete information enclosed: STERLING LT7501 OR INTERNATIONAL 7400 6X4 Price of complete unit installed on carrier (must be finished turn -key unit): $ 160 500.00 Will this carrier be supplied for the life of the contract? X Yes No Delivery: 90 days after receipt of order. 30 VENDOR NAME: SOUTHERN SEWER EQUIPMENT SALES FEID#: F65-0267110-001 ITEM 2 PRICE PER UNIT DELIVERED TO ANY FDOT LOCATION IN FLORIDA. TRUCK MOUNTED SEWER CLEANER, PER SPECIFICATIONS FC 1420; Type 3.2 Sewer cleaner: Base price installed on FDOT carrier muss. Je finished turn -key unit): $112,500.00 Manufacturer and Model: VAC-( aN V311SAM000 Delivery 60 days afte, aceipt of carrier. ITEM 2A OPTION: MAY OR MAY NOT BE PURCHASED AT DISCRETION OF THE FDOT. OPTION PRICE MAY BE CONSIDERED AS BASIS OF AWARD Option 9.1 (Carrier supplied by vendor): Manufacturer and model of carrier, complete information_ enclosed: STERLING LT7501 OR INTERNATIONAL 7400 6X4 Price of complete unit installed on carrier (must be finished turn -key unit): $ 174 500.00 Will this carrier be supplied for the life of the contract? X Yes No Delivery: 90 days after receipt of order. 31 VENDOR NAME: SOUTHERN SEWER EQUIPMENT SALES FEID#: F65-0267110-001 ITEM 3 PRICE PER UNIT DELIVERED TO ANY FDOT LOCATION IN FLORIDA. TRUCK MOUNTED SEWER CLEANER, PER SPECIFICATIONS FC 1420, Type 3.3 Sewer cleaner: Base price installed on FDOT carrier (must be finished turn -key unit): $ 129,500.00 Manufacturer and Model: VAC -CON VPD3611SHA/1000 Delivery 90 days after receipt of carrier. OPTION: MAYOR MAY NOT BE PURCHASED AT DISCRETION OF THE FDOT. OPTION PRICE MAYBE CONSIDERED AS BASIS OFAWARD. "— ITEM 3A Option 9.1 (Carrier supplied by vendor): Manufacturer and model of carrier, complete_ information enclosed: STERLING LT7501 OR INTERNATIONAL 7400 6X4 Price of complete unit installed on carrier (must be finished turn -key unit): $ 212000.00 Will this carrier be supplied for the life of the contract? X Yes No Delivery: 90 days after receipt of order. 32 VENDOR NAME: SOUTHERN SEWER EQUIPMENT SALES FEID#: F65-0267110-001 ITEM 4 PRICE PER UNIT DELIVERED TO ANY FDOT LOCATION IN FLORIDA. TRUCK MOUNTED SEWER CLEANER, PER SPECIFICATIONS FC 14202 IFype 3.4 Sewer cleaner: Base price installed on FDOT carrier (must be finished turn -key unit): $ 110,000.00 Manufacturer and Model: VAO-CON VPD3611 SHAN/1000 Delivery 60 days after receipt of carrier. ITEM 4A . OPTION: MAYOR MAY NOT BE PURCHASED AT DISCRETION OF THE FDOT. OPTION PRICE MAYBE CONSIDERED AS BASIS OF AWARD. Option 9.1 (Carrier supplied by vendor): Manufacturer and model of carrier, complete information enclosed: STERLING LT9511/MBE 4000 350HP/HD4060 Price of complete unit installed on carrier (must be finished turn -key unit): $ 179,600.00 Will this carrier be supplied for the life of the contract? X Yes No Delivery 120-150 days after receipt of order. Option 9.2 "Block Buster" type valve to connect to jet rodding hose. Manufacturer and model number: VAC -CON 711.1495 8816 Unit Price $ 2.32 Option 9.3 Hydraulic power tool option: Manufacturer and model number: VAC -CON 711-17451 Unit Price $ 2,194.00 33 VENDOR NAME: SOUTHERN SEWER EQUIPMENT SALES FEID#: F65-0267110-001 Option 9.4 Vacuum while driving switch (vacuum breaker override). Manufacturer and model number: VAC -CON 711-16176 Unit Price $ 150.00 Option 9.5 Rear vision back up camera and monitor. Manufacturer and model number: MOBILE VIDEO PRODUCTS RV-M06070SXS Unit Price $ 1,900.00 Option 9.6 Cone storage rack. Manufacturer and model number: VAC -CON 711-526501 Unit Price $ 268.00 Option 9.7 DOT approved amber strobe lights, mounted per DOT approval, each. Manufacturer and model number: PRECO 3614A (711-567802 VAC -CON ASSY #-REAR) (711-0154 VAC -CON ASSY # FRONT Unit Price $ 464.00 Option 9.8 Boom lights. Manufacturer and model number: TRUCKLTTE 657H-4436 PAR46 (VAC -CON ASSY # 7711-65300) Unit Price $ 376.00 Option 9.9 Cyclone (TYPE 3.4 UNIT OivLS._..____.. . Manufacturer and model number: VAC -CON 711-4025 Unit Price $ 3 160.00 Option 9.10 Hose reel support foot. Manufacturer and model number: STANDARD ON VAC -CON 180 DEGREEE ARTICULATING HOSE REEL Unit Price $ N/C Option 9.11 Hydrostatic blower drive. Manufacturer and model number: REXROTH AA4V6 125 HWD 1/32L-NSFS2FOOIF-PUMP REXROTH AA2FM 45/6 l W -- PSD52/FV — MOTOR FAN REXROTH AA2FM 17 5/6 1 W — PSD52 — MOTOR PD Unit Price $ 6,304.00* *INCLUDED IN BASE BID FOR ITEMS 3.3 AND 3.4 34 VENDOR NAME: SOUTHERN SEWER EQUIPMENT SALES FEID#: F65-0267110-001 Option 9.12 Gravity drain for hydraulic pump off— plumbed to front bumper. Manufacturer and model number: VAC -CON 711-6413 Unit Price $ 1,256.00 Option 9.13 10' telescopic. boom in lieu of 6' telescopic boom. Manufacturer and model number: VAC -CON 711-4 55 Unit Price $ 2,244.00 __-.. Option 9.14 Rear work lights. Manufacturer and model number: VAC -CON AS 711-653102 TRUCKLITE 657H-4436PAR36 Unit Price $ 376.00 Option 9.15 50' hand gun hose reel with hose. Manufacturer and model number: VAC -CON 71.1 3026 H050 Unit Price $ 1.32 -24 UQ Option 9.16 5" culvert nozzle. Manufacturer and model number: VAC -CON 711- 1120 Unit Price $ 928.00 Option 9.17 Grenade nozzle. Manufacturer and model number:-ENZ 681-0763 - Unit Price $ 528.00 Option 9.18 Storm nozzle and assembly. Manufacturer and model number: 681 -01 80NOZZLE 800-0137 NOZZLE PIPE ASSY Unit Price $ 360.00 Option 9.19 High — dump option. Manufacturer and model number: VAC -CON 711-13808 Unit Price $ 12,2 01. VENDOR NAME: SOUTHERN SEWER EQUIPMENT SALES FEID#: F65-0267110-001 BIDDERS MUST SUPPLY A LIST OF ALL OPTIONS SHOWN ABOVE THAT ARE AVAILABLE FROM THEM, AS WELL AS ALL OTHER AVAILABLE OPTIONS, PRICED INDIVIDUALLY, A DESCRIPTION OF EACH ITEM OFFERED MUST BE PROVIDED. OTHER OPTIONS ITEM DESCRIPTION: SINGLE AXLE CHASSIS WITH 9 YARD VAC -CON BODY Manufacturer and model number: STERLING L7501 OR INTERNATIONAL 7400 4X2 Unit Price $ (7,000.00) ITEM DESCRIPTION: 1300 GALLON WATER CAPACITY Manufacturer and model number: VAC -CON 665-0044 Unit Price $ 3,464.00 ITEM DESCRIPTION: AUXILIARY ENGINE REMOTE OIL DRAIN AND REMOTE GREASE ZERKS FOR BOOM Manufacturer and model number: VAC_ ON 392-393 Unit Price $ 928.00 ITEM DESCRIPTION: LAZY SUSAN PIPE RACK Manufacturer and model number: VAC -CON 711-6125 Unit Price $ 1,792.00 ITEM DESCRIPTION: HYDR -EXCAVATION TUBE Manufacturer and model nu - rnber: VAC -CON 711-6125 Unit Price $ 1,234.00 Is this product available with recycled content? _,,,_Yes X No If yes, please send information separate from this Invitation to Bid (See Recycled Material Special Condition for more information). ORDERING INSTRUCTIONS Bid Number: ITB-DOT-02/03-9026-LG Bid Title: TRUCK MOUNTED SEWER CLEANER NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F65-0267110-001 VENDOR: SSES, INC dba SOUTHERN SEWER. EQUIPMENT SALES ADDRESS: 3409 ONDUSTRIAL 27TH STREET CITY, STATE, ZIP: FT. PIERCE FL 34946 TELEPHONE: 772 575-6940 TOLL FREE NO.: (800) 782-4134 FAX NO.: 772 595-9171 DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: SHERRY DENMON PRESIDENT DRESS: 3409 INDUSTRIAL 27TH STREET CITY, STATE, ZIP: FT., PIERCE FL 34946 TELEPHONE: 772 595-6940 TOLL FREE NO.: (800) 782-4134 FAX NO.: 772 595-9171 INTERNET E-MAIL ADDRESS: SOUTHERNSEWE�?ATT.NET_ INTERNET WEBSITE URL: SOUTHERNSEWER.COM Will you accept the State of Florida Purchasing Card (VISA)? X Yes No 37 ACKNOWLEDGMENT OF ORDER PURCHASING AGENCY: CONTACT PERSON. ADDRESS: CITY STATE ZIP Your purchase order number The order was placed with the manufacturer on to your agency on or about was received on We anticipate delivery Please reference your purchase order number or the production number if an inquiry should become necessary. Contractors request that Purchaser(s) refrain from inquires about delivery unless the anticipated delivery has been exceeded. CONTRACTOR NAME: ADDRESS CITY S"rarra ZIP SIGNATURE DATE COMMENTS: 38 OPTIONS PRICE LIST ADDITIONS: 12 Yard Debris Tank .00 Debris Tank Splash Shield 1,299.00 , Electronic Back Up Alarm 187.00 187 824 Roots PD Blower (item 2 only) includes Hydrostatic Drive 21,680.00 827 Roots PD Blower (items 3 or 4) 2,750.00 Hydraulic Rear Door Opener 2,589.00 Wireless Pendant Control 3,605.00 Hose Reel Jet Camera System (Base) 14,500.00 Hose Reel Jet Camera System with DVD or VCR 17,300.00 Push Cable Reel System for Hose Reel. Jet Camera 2,800.00 Debris Tank Remote Lubrication System 1,380.00 6" Knife Valve on Rear Door 501.00 2 %" Water Tank Drain Valve 200.00 Centrifugal Compressor Integrated Flush Out System 823.00 Folding High Pressure Spray Bar w/In Cab Controls 2,585.00 Variable Flow Pump Control Valve 293.00 Screen Rear Debris Tank Drain 178.00 Water Pump Area Light. 212.00 Auxiliary Engine Area Light 212.00 Lateral Cleaning Kit 2,181.00 8" Air Gap Vacuum Tube 293.00 Tx 8" Clear Vacuum Tube 393.00 5' x 8" Aluminum Vacuum Tube 194.00 6' x 8" Aluminum Vacuum Tube 218.00 8" Aluminum Vacuum Tube Quick Clamp 26.00 Dual Roller Level Wind Guide 124.00 Dual Roller Level Wind Guide w/Hydraulic Extension 2,068.00 Triangle Road Kit 66.00 First Aid Kit 66.00 Fire Extinguisher 5 Lb. 107.00 Rotating Chain Scraper Root Cutter Kit 6", 8", 10" 1,650.00 Nozzle Rack 80.00 DEDUCTIONS: 30/50 GPM @ 3000 PSI Water Pump w/110 HP Auxiliary Engine 2,475.00 60/70 GPM @ 2000 PSI Water Pump w/110 HP Auxiliary Engine 2,475.00 80 GPM Q 2000 PSI Water Pump w/110 HP Auxiliary Engine 2,475.00 450 GPM Pump Off System 4,475.00 200 GPM Pump Off System in lieu of 450 GPM System 2,739.00 10/4 �o; ao CD V Q; ti; CD MI ti yl a of p1 of d U; vl cl o; Im "O CL! N; N; o p m; m N ! 4a; w1 Ml E A 2L wE 7 ; 01 cc rl°) w ; o I Z El E; N o Q r, ro o; v; m CCi;1 M. CI WI m; o; 71 N i -_---------- t------- F-------1 7 c Y 1 0 C 0.1 't1 MI CL 1 0 EI CD Co l CD O : E V1 +a .� 1 �' Q1 C? I N; O' 1 C M; o; al 0' V�l' m 16 r; d O; of CD H 4)' V Q C.� M. N! N� U a; r ; co: C? W I 'CL �I--------------- --------h-.._..-i m �' �; of apiia o; o! WCL ;J NUF N; �1 1 0 1 d31 b91 l. Cl. C �1 0; MI U as 69; i 1 Ci O, -a; pi ,1 —El L7' �I i 1 y V 01 i � � o-I L 1 co: poi 1 (p ; C; NI N 0)i N i , i 1i