Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-041Temp. Reso. #8906 January 31, 2000 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2000 - 41 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF VEHICLES AND CONSTRUCTION EQUIPMENT; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $463,310 UTILIZING STATE OF FLORIDA COOPERATIVE PURCHASING AGREEMENTS AND/OR THE FLORIDA SHERIFF'S ASSOCIATION PURCHASING AGREEMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FORAN EFFECTIVE DATE. WHEREAS, the Public Works Department and Management and Budget Division review the City fleet in order to determine additions to the fleet and/or replacements of existing vehicles; and WHEREAS, the results of this review are summarized and attached as Exhibit 1 and WHEREAS, funding for this purchase will be obtained through the use of a Lease Purchase Agreement; 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 the State of Florida, the United States Government, or with other governmental agencies; and WHEREAS, the Assistant Director of Public Works and Purchasing and Contract Manager have determined that it is in the City's economic interests to purchase vehicles and heavy equipment utilizing existing governmental contracts; 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 vehicles/heavy fl 1 Temp. Reso. #8906 January 31, 2000 Page 2 equipment be purchased utilizing the above mentioned government purchasing agreements. 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 use of State of Florida Purchasing Agreements #070-001- 99-1, #760-001-99-1, and Florida Sheriff's Association Purchasing Agreement #99-07- 0913, copies of said Agreements being hereto attached as Exhibit "2", are hereby approved for the purchase of vehicles and construction equipment. SECTION 3: Authorizing an appropriation in an amount not to exceed $463,310 through utilization of a Lease Purchase Finance Agreement. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or ,applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. 1 1 i Temp. Reso. #8906 January 31, 2000 Page 3 PASSED, ADOPTED AND APPROVED this a3-0 day ofU"7 2000. ATTEST: CAROL G D, CMC/AAE CITY CLERK I HE Y PERTIFY that I /' a rove this RtSOLUTION mlfo form ITCHELL` CITY ATT 1'1 .DOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBEAT$ i C� J 0 24- e o 0 o a 4 0 o a (nOM(n(nM V MLS) .� .0 N n 'tr et CO N LO It N Q. o N m y m 00 0 0 d 0 O n 0 0 O_ r U-) (n O O W O_ O M r N - (D I- (D (D 0 n m V 0 M 0 0 n N m N m N (D (D O L (D M 'lz� 0 (C) (n M M (D 0 N 0 Ln 0 0 0 0 0 0 0 0 0 O *- 000000a00 001 CO u7OO(LgC C N 0 M IT M r w N N V Q co ti (D (D (A Ln h 0 ' (MD ti LO (7 0 w N m 0 J I C) 0 tt Q' C') M co M M 001,-(nl-ti OIt 0)(D LO(M (n 0 `ct N O 4 C7 r LO M N f,-O (D LO 0 (D N LO �t r r m 0 0 r In 0 r- H m � � = L a) L L L L W L L 1 m m m:c0 W DzO o o o� a�o -- wry d m CL C] a V (D9 m 7 7 C%(7>UU')> ') co c rn 0 00 m rn 00 4. m00)mrnmmrn0 O M M O N n n t- m M (D N N N N M tl' th tt7 n H ti ti � M M. 0. oD m N N t- r- ti M N 00) 1� a 1 m a co CL :fl a i (o .. u)u)7U(g7()av)w 0 (n N O O 1,- O CDMl--N0Nr (!) aD r in 06 O ri r N tt a� En a0i -m0 0 N mU- a E J C - lC 0 O LU y H 7 cw ap-a m y 7 + C (L U) L L) m (A C7 Suite 315 "EXHIBIT 2" Page 1 of 2 • • r� CERTIFICATION OF CONTRACT TITLE: AUTOMOBILES & LIGHT TRUCKS BID NO.: 7-070-700-P (REV 20 SEP 99) CONTRACTOR(S): BELL CHEVROLET (A) CHAMPION CHEVROLET (A) DUVAL FORD (A) GATEWAY CHEVROLET (A) HILL-KELLY DODGE (A) KAISER PONTIAC (A) MAROONS DODGE (A) ORVILLE BECKFORD FORD (A) Suite 315 CONTRACT NO.: 070-001-99-1 EFFECTIVE: October 31, 1998 through September 19, 2000 SUPERSEDES: 070-001-98-1 CARUSO CHRYSLER (A) DON REID FORD (A) GARBER CHEVROLET (A) HEINTZELMAN'S TRUCK CENTER (A. JACK CARUSO'S REGENCY DODGE (� MAROONE CHEVROLET (A) MICHAEL HOLLEY CHEVROLET (A) ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHI( ARISE SHALL BE BROUGHT TO THE ATTENTION OF JIM DEN BLEYKER AT (f 8367 SUNCOM 278-8367, E-MAIL mailto: denble' LcWrris. state. fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Managen Services on October 29, 1998, a contract has been executed between the State of Florida and tl designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Automobile Trucks by all State of Florida agencies and institutions. Therefore, in compliance with Section Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the ati ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, Sta local taxes. http:Hfcn.state.fl.us/st_contracts/070001991 /certification.htm 2/3/00 Suite 315 "EXHIBIT 2" Page 2 of 2 • �J All contract purchase orders shall show the State Purchasing contract number, product number quantity, description of item, with unit prices extended and purchase order totaled. (This requii may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform acco the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor correct the problem within a prescribed period of time, then form PUR 7029, Request for Assi: is to be filed with this office. _ E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for information. Any restrictions accepted from the supplier are noted on the ordering instructions F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be usec provide your input and recommendations for improvements in the contract to State Purchasing receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature HPB/jdb Attachments http://fcn.state. fl.us/st_contracts/070001991 /certification.htm 2/3/00 Suite 315 "EXHIBIT 2" Page 1 of 2 • r� TITLE: CERTIFICATION OF CONTRACT CONSTRUCTION/INDUSTRIAL EQUIPMENT & FORKLIFTS BID NO.: 46-760-001-P (REV 01 JUN 99) CONTRACTOR(S): Badger Equipment Co. (A) Coastline Equipment Co. (A) Industrial Tractor, Inc. (A) L.B. Smith, Inc. (A) Mid -Florida Forklift, Inc. (A) New Holland North America (A) RWG Farm Trailer Sales (A) TRAX Inc,(A) (REV 01 JUN 99) CONTRACT NO.: 760-001-99-1 EFFECTIVE: AUGUST 20, 1998 Through MAY 31, 2000 SUPERSEDES: 760-001-96-1 Brungart Equipment Co. (A) Custom Trailer, Inc. (A) JCB Inc. (A) Lift Power, Inc. (A) National Lift Truck Service (A) Ringhaver Equipment Co. (A) The Gradall Company (A) ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF JIM DEN BLEYKER AT (850) 488-8367 SUNCOM 278-8367, E-MAIL wail to: denblej @dms. state. fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on July 21, 1998, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Construction/Industrial Equipment & Forklifts all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, Suite 315 http://fcn.state. fl.us/st_contracts/760001991 /certification.htm PAMIR Suite 315 "EXHIBIT 2" Page 2 of 2 1� u product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature GCB/jdb Attachments http://fcn.state.fl.us/st—contracts/76000199I/certification.htm 2/3/00 "EXHIBIT 2" r� FLORIDA SHERIFFS ASSOCIATION P. 0. Box 12519 • Tallahassee, FL 32317-2519 PHONE (850) 877-2165 • FAX (850) 878-8665 WEB SITE: HTTP://WWW.FLSHERIFFS.ORG DATE: October 1, 1999 TO: ALL PROSPECTIVE PARTICIPANTS FROM: Gary E. Perkins Deputy Executive Director/Vehicle Bid Coordinator RE: SHERIFFS' OFFICES & LOCAL GOVERNMENTAL AGENCIES OF THE STATE OF FLORIDA COOPERATIVE BID FOR PURSUIT, ADN=STRATIVE NON -PURSUIT, UTILITY VEHICLES, TRUCKS AND VANS - Bid No. 99-07-0913 We are pleased to announce that the Florida Sheriffs Association and the Florida Associa- tion of Counties has successfully conducted its seventh statewide competitive bid for vehicles which includes police pursuit, administrative non -pursuit, utility vehicles, trucks and vans. Bids will be extended and guaranteed to any and all units of local governments, municipalities and/or police agencies within the State of Florida interested in purchasing off this Bid Contract. All interested parties who wish to purchase from this contract may do so by following these simple procedures: ORDERING INSTRUCTIONS 1. Contact the designated dealership (see pages 16-17) 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. 99-07-0913. They will assist you with 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 product, please note that the FIN CODE for the Florida Sheriffs Association is "QE065" and should be used in order to obtain the Ford concessions. Also, you must use your FIN CODE as a secondary number. For further information contact the Fleet Customer Information Center at 1-800-34-FLEET. G2 .1? 3 S 1� Bid Award Announcement (99-07-0913) 1`I "EXHIBIT 2" full size (pursuit and administrative), mid size (pursuit and administrative), utility vehicles, trucks and vans are as follows (zones indicated with a * = specification low bid): FULL SIZE PURSUIT VEHICLES -- RWD (Specification #O1): Base Name of Dealership Type Vehicle Zone Unit Price Orville Beckford Ford/Mercury Ford Crown Victoria *Western $19,513.00 Duval Ford Ford Crown Victoria * Northern $19,518.00 Don Reid Ford, Inc. Ford Crown Victoria * Central $19, 509.00 Duval Ford Ford Crown Victoria * Southern $19,582.00 FULL SIZE PURSUIT VEHICLES — FWD (Specification #02): Garber Chevrolet, Inc. Chevrolet Impala *Western $18,438.00 Garber Chevrolet, Inc. Chevrolet Impala * Northern $18,418.00 Garber Chevrolet, Inc. Chevrolet Impala * Central $18.438.00 Garber Chevrolet, Inc. Chevrolet Impala * Southern $18,458.00 1 FULL SIZE ADMINISTRATIVE VEHICLES (Specification #03): Orville Beckford Ford/Mercury Ford Crown Victoria Duval Ford Ford Crown Victoria is Don Reid Ford, Inc. Ford Crown Victoria Duval Ford Ford Crown Victoria Champion Chevrolet, Inc. Chevrolet Impala Champion Chevrolet, Inc. Chevrolet Impala Michael Holley Chevrolet Chevrolet Impala Maroone Chevrolet Chevrolet Impala Caruso Chrysler/Plymouth/Jeep Chrysler Concorde Caruso Chrysler/Plymouth/Jeep Chrysler Concorde Caruso Chrysler/Plymouth/Jeep Chrysler Concorde Caruso Chrysler/Plymouth/Jeep Chrysler Concorde Hill -Kelly Dodge, Inc. Dodge Intrepid Jack Caruso's Regency Dodge Dodge Intrepid Jack Caruso's Regency Dodge Dodge Intrepid Hill -Kelly Dodge, Inc. Dodge Intrepid Western $19,027.00 Northern $19,033.00 Central $18,998.00 Southern $19,124.00 Western $17, 087.00 Northern $17,087.00 Central $16,984.36 Southern $17, 085.00 Western $19,004.00 Northern $18,959.00 Central $18,984.00 Southern $19,004.00 * Western $16,530.00 * Northern $16,492.00 * Central $16, 517.00 * Southern $16, 530.00 MID SIZE ADMINISTRATIVE_VEHICLES (Specification #04): Duval Ford Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. Ford Taurus Western $14,872.00 Ford Taurus Northern $14,862.00 Ford Taurus Central $14,855.00 Ford Taurus Southern $14, 895.00 Bid Award Announcement (99-07-0913) 3 "EXHIBIT 2" 6 1_^( COMPACT ADMINISTRATIVE VEHICLES (Specification #05): (Continued) Name of Dealership Type Vehicle Zone Hill -Kelly Dodge, Inc. Dodge Neon Western Hill -Kelly Dodge, Inc. Dodge Neon Northern Maroone Dodge Dodge Neon Central Maroone Dodge Dodge Neon Southern Jack Caruso's Regency Dodge Dodge Stratus Western Jack Caruso's Regency Dodge Dodge Stratus Northern Jack Caruso's Regency Dodge Dodge Stratus Central Jack Caruso's Regency Dodge Dodge Stratus Southern MID SIZE UTILITY VEHICLES 4 x 21 S ecification #06 : Orville Beckford Ford/Mercury Ford Explorer Duval Ford Ford Explorer Don Reid Ford, Inc. Ford Explorer Duval Ford Ford Explorer Gateway Chevrolet -Mazda Gateway Chevrolet -Mazda Michael Holley Chevrolet Gateway Chevrolet -Mazda Chevrolet Blazer Chevrolet Blazer Chevrolet Blazer Chevrolet Blazer Caruso Chrysler/Plymouth/Jeep Jeep Cherokee Caruso Chrysler/Plymouth/Jeep Jeep Cherokee Caruso Chrysler/Plymouth/Jeep Jeep Cherokee Caruso Chrysler/Plymouth/Jeep Jeep Cherokee Jack Caruso's Regency Dodge Dodge Durango Jack Caruso's Regency Dodge Dodge Durango Jack Caruso's Regency Dodge Dodge Durango Jack Caruso's Regency Dodge Dodge Durango Western Northern Central Southern Western Northern Central Southern * Western * Northern * Central * Southern Western Northern Central Southern MID SIZE UTILITY VEHICLES (4 x 41 (Svecification #06): Duval Ford Ford Explorer Western Duval Ford Ford Explorer Northern Don Reid Ford, Inc. Ford Explorer Central Duval Ford Ford Explorer Southern Gateway Chevrolet -Mazda Chevrolet Blazer Gateway Chevrolet -Mazda Chevrolet Blazer Michael Holley Chevrolet Chevrolet Blazer Gateway Chevrolet -Mazda Chevrolet Blazer Base Unit Price $12,124.00 $12,124.00 $12,084.00 $12,019.00 $12, 988.00 $12,943.00 $12, 968.00 $12,988.00 $19,921.00 $19, 882.00 $19,894.00 $19,982.00 $22,135.00 $22,110.00 $21, 993.57 $22,160.00 $18,561.00 $18,516.00 $18,491.00 $18, 561.00 $23,083.00 $23,008.00 $23, 033.00 $23, 083.00 $21,522.00 $21, 472.00 $21, 492.00 $21, 572.00 Western $23, 885.00 Northern $23, 860.00 Central $23, 743.58 Southern $23,910.00 Bid Award Announcement (99-07-0913) Jc "EXHIBIT 2" C� • r� 314 TON EXTENDED WHEELBASE UTILITY VEHICLES (4 x 2) S ecification #09 : Name of Dealership Type Vehicle Zone Base Unit Price Duval Ford Ford Excursion * Western $27,244.00 Duval Ford Ford Excursion * Northern $27,192.00 Don Reid Ford, Inc. Ford Excursion * Central $27,237.00 Duval Ford Ford Excursion * Southern $27,292.00 3/4 TON EXTENDED_ WHEELBASE UTILITY VEHICLES (4 x 4) (Specification #09): Duval Ford Ford Excursion * Western $29, 772.00 Duval, Ford Ford Excursion * Northern $29, 732.00 Don Reid Ford, Inc. Ford Excursion * Central $29,672.00 Don Reid Ford, Inc. Ford Excursion * Southern $29, 759.00 7 PASSENGER MINIVAN ($pecification # 10): Orville Beckford Ford/Mercury Ford Windstar Western $18,009.00 Duval Ford Ford Windstar Northern $18,054.00 Duval Ford Ford Windstar Central $18,112.00 Duval Ford Ford Windstar Southern $18,154.00 Gateway Chevrolet -Mazda Chevrolet Astro Western $18,169.00 Gateway Chevrolet -Mazda Chevrolet Astro Northern $18,144.00 Gateway Chevrolet -Mazda Chevrolet Astro Central $18,169.00 Gateway Chevrolet -Mazda Chevrolet Astro Southern $18,194.00 Ed Morse Chevrolet Chevrolet Venture Southern $18,061.00 Hill -Kelly Dodge, Inc. Dodge Caravan" * Western $16,256.00 Hill -Kelly Dodge, Inc. Dodge Caravan" * Northern $16,256.00 Hill -Kelly Dodge, Inc. Dodge Caravan" * Central $16,256.00 Hill -Kelly Dodge, Inc. Dodge Caravan" * Southern $16,256.00 12 PASSENGER VAN (Specification, # 11): Orville Beckford Ford/Mercury Ford E-350 Western $19,379.00 Club Wagon Duval Ford Ford E-350 Northern $19,342.00 Club Wagon Don Reid Ford, Inc. Ford E-350 Central $19, 350.00 Club Wagon Duval Ford Ford E-350 Southern $19,442.00 Club Wagon Bid Award Announcement (99-07-09.13) 7 "EXHIBIT 2" UTILITY CARGO VAN (Specification # 131: 4D Base Name of Dealership Type Vehicle Zone Unit Price Duval Ford Ford E-250 Western $16,382.00 Duval Ford Ford E-250- Northern $16,342.00 Duval Ford Ford E-250 Central $16,372.00 Duval Ford Ford E-250 Southern $16,432.00 Gateway Chevrolet -Mazda Chevrolet G2500 Western $18, 718.00 Gateway Chevrolet -Mazda Chevrolet G2500 Northern $18,693.00 Michael Holley Chevrolet Chevrolet G2500 Central $18, 702.31 Gateway Chevrolet -Mazda Chevrolet G2500 Southern $18, 743.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Western $14, 788.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Northern $14, 788.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Central $14, 788.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Southern $14, 788.00 COMPAC'f PICKUP. TRUCK (4 x 2) (Specification # 14): Duval Ford Ford Ranger *Western $11, 242.00 Duval Ford Don Reid Ford, Inc. Ford Ranger Ford Ranger * Northern * Central $11,192.00 $11,239.00 Duval Ford Ford Ranger * Southern $11, 282.00 Gateway Chevrolet -Mazda Chevrolet S-10 Western $13, 751.00 Gateway Chevrolet -Mazda Chevrolet S-10 Northern $13, 726.00 Michael Holley Chevrolet Chevrolet S-10 Central $13, 224.55 Maroone Chevrolet Chevrolet S-10 Southern $13, 648.00 Hill -Kelly Dodge, Inc. Dodge Dakota Western $11,508.00 Jack Caruso's Regency Dodge Dodge Dakota Northern $11,468.00 Jack Caruso's Regency Dodge Dodge Dakota Central $11,493.00 Hill -Kelly Dodge, Inc. Dodge Dakota Southern $11,508.00 COMPACT PICKUP TRUCK (4 x 4) (Specification # 14): Duval Ford Ford Ranger Western $14, 782.00 Duval Ford Ford Ranger Northern $14, 742.00 Don Reid Ford, Inc. Ford Ranger Central $14, 769.00 Duval Ford Ford Ranger Southern $14, 842.00 Gateway Chevrolet -Mazda Chevrolet S-10 Western $16, 634.00 Gateway Chevrolet -Mazda Chevrolet S-10 Northern $16, 609.00 Michael Holley Chevrolet Chevrolet S-10 Central $16,106.81 . Ed Morse Chevrolet Chevrolet S-10 Southern $15,221.00 Bid Award Announcement (99-07-0913) 9 "EXHIBIT 2" • El 10 3/4 TON PICKUP TRUCK (4 x_ZL Specification # I§h. (Continued) Base Name of Dealership Type Vehicle Zone Unit Price Duval Ford Ford Super_ Duty Northern $21,062.00 F-250 Duval Ford Ford Super Duty Central $21,092.00 F-250 Duval Ford Ford Super Duty Southern $21,162.00 F-250 Gateway Chevrolet -Mazda Chevrolet C/K 2500 Western $20,464.00 Gateway Chevrolet -Mazda Chevrolet C/K 2500 Northern $20,464.00 Maroone Chevrolet Chevrolet C/K 2500 Central $20,290.00 Maroone Chevrolet Chevrolet C/K 2500 Southern $20.240.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Western $19, 520.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Northern $19,490.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Central $19, 500.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Southern $19, 520.00 3/4 TON PICKUP TRUCK (4 g 4) (Specification # 16): Orville Beckford Ford/Mercury Ford Super Duty Western $23,661.00 F-250 Duval Ford Ford Super Duty Northern $23,632.00 F-250 Don Reid Ford, Inc. Ford Super Duty Central $23,650.00 F-250 Duval Ford Ford Super Duty Southern $23,732.00 F-250 Gateway Chevrolet -Mazda Chevrolet C/K 2500 Western $22,845.00 Gateway Chevrolet -Mazda Chevrolet C/K 2500 Northern $22,845.00 Maroone Chevrolet Chevrolet C/K 2500 Central $22,699.00 Maroone Chevrolet Chevrolet C/K 2500 Southern $22,659.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Western $22,070.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Northern $22,020.00 Hill -Kelly Dodge, Inc. Dodge Raam 2500 * Central $22,030.00 Hill -Kelly Dodge, Inc. Dodge Ram 2500 * Southern $22,069.00 1 TON PICKUP TRUCK (4 s 2)_ (Specification # 17): Duval Ford Ford Super Duty Western $22,162.00 F-350 Duval Ford Ford Super Duty Northern $22,122.00 F-350 Bid Award Announcement (99-07-0913) 11 "EXHIBIT 2" 32L 1 TON CAS & CHASSIS (4 s 2) (Specification # 18) (Continued) Name of Dealership Type Vehicle Duval Ford Ford Super-_ Duty F-350 Gateway Chevrolet -Mazda Chevrolet C/K 3500 Gateway Chevrolet -Mazda Chevrolet C/K 3500 Maroone Chevrolet Chevrolet C/K 3500 Maroone Chevrolet Chevrolet C/K 3500 Jack Caruso's Regency Dodge Dodge Ram 3500 Jack Caruso's Regency Dodge Dodge Ram 3500 Maroone Dodge Dodge Ram 3500 Maroone Dodge Dodge Ram 3500 1 TON CAS & CHASSIS (4 x 4) (Specification # 18): Duval Ford Ford Super Duty F-350 Duval Ford Ford Super Duty F-350 Duval Ford Ford Super Duty F 350 Duval Ford Ford Super Duty F-350 I• Gateway Chevrolet -Mazda Chevrolet C/K 3500 Gateway Chevrolet -Mazda Chevrolet C/K 3500 Maroone Chevrolet Chevrolet C/K 3500 Maroone Chevrolet Chevrolet C/K 3500 Base Zone Unit Price Southern $21,852.00 Western Northern Central Southern *Western * Northern * Central * Southern Western ►fRTiiTT Pl Central Southern Western Northern Central Southern Jack Caruso's Regency Dodge Dodge Ram 3500 * Western Jack Caruso's Regency Dodge Dodge Ram 3500 * Northern Maroone Dodge Dodge Ram 3500 * Central Maroone Dodge Dodge Ram 3500 * Southern 15,000 lb. GVWR CAB &_ CHASSIS I4 s 2) (Specification # 19)_ Duval Ford Ford Super Duty Western F-450 Duval Ford Ford Super Duty Northern F-450 Duval Ford Ford Super Duty Central F-450 Duval Ford Ford Super Duty Southern F-450 $21, 670.00 $21, 670.00 $21, 460.00 $21,410.00 $21,112.00 $21, 067.00 $20, 397.00 $20,357.00 $24,415.00 $24, 370.00 $24, 390.00 $24, 460.00 $24, 994.00 $24, 994.00 $24, 816.00 $24, 766.00 $23,310.00 $23,265.00 $23, 254.00 $23, 214.00 $25,067.00 $25,027.00 $25,067.00 $25,127.00 Bid Award Announcement (99-07-0913) 13 "EXHIBIT 2" 26,000 lb. GVWR CAB & CHASSIS (4 x 2) (Specification #21): i Name of Dealership Type Vehicle 16 140 Orville Beckford Ford/Mercury Ford Super Duty F-650 Orville Beckford Ford/Mercury Ford Super Duty F-650 Orville Beckford Ford/Mercury Ford Super Duty F-650 Duval Ford Ford Super Duty F-650 Zone * Western * Northern * Central Xc _,�_s C , f x "4, Base Unit Price $33,211.00 $33,276.00 $33, 321.00 * Southern $33,392.00 30,000 lb. GVWR CAB & CHASSIS 4 x 2 S eciflcation #22 Name of Dealership Type Vehicle Orville Bepkford Ford/Mercury Ford Super Duty F-750 Orville Beckford Ford/Mercury Ford Super Duty F-750 Orville Beckford Ford/Mercury Ford Super Duty F-750 Duval Ford Ford Super Duty F-750 * = Specification Low Bid Base Zone Unit Price Western $33, 851.00 Northern $33, 920.00 Central $34,019.00 Southern $34,092.00 PLEASE NOTE: * This Ford Excursion is not a 1 /2 ton - it is actually a 3/4 ton. This exceeds base vehicle. ** Dodge Caravan - Base vehicle does not have anti -lock brakes. *** A complete description of these vehicles including their add/delete options and associated cost are included for your review and consideration. Bid Award Announcement (99-07-0913) 15 "EXHIBIT 2" DESIGNATED DEALERS (Continued) Orville Beckford Ford Merc / urY 6400 Hwy. 90 Milton, FL 32570 Contact: Joseph L. Windrow Phone: 850/623-2234 Fax: 850/626-9591 Bid Award Announcement (99-07-0913) 17