Approved Award Contract Autoway Ford Lincoln

Transcription

Approved Award Contract Autoway Ford Lincoln
I
SOLICITATION - OFFER - AWARD SOLICITATION NO:
DATE ISSUE;2/07/2011
12-B009/jp
ISSUED BY:
BOARD OF COUNTY COMMISSIONERS
HERNANDO COUNTY, FLORIDA
REQUISITION NO:
N/A
ICONTRACT12·B009/iD
NO:
SUBMIT BID OFFER TO:
CLERK OF THE CIRCUIT COURT
20 NORTH MAIN STREET, ROOM 131
BROOKSVILLE, FL 34601·2800
James Adkins, Chairman
Wayne Dukes, Vice Chairman
Jeff Stabins, Second Vice Chairman
David Russell, Jr.
John Druzbick
Karen Nicolai
Clerk of Circuit Court
SOLICITATION SEALED OFFERS, IN TWO (2) ORIGINALS, FOR FURNISHING THE SERVICES, SUPPLIES OR EQUIPMENT DESCRIBED HEREIN WI LL BE RECEIVED AT THE OFFICE OF
THE CLERK OF THE CIRCUIT COURT, ROOM 131, HERNANDO COUNTY GOVERNMENT CENTER, 20 NORTH MAIN STREET,
BROOKSVILLE, FL 34601-2800, UNTIL 3:00 P.M. ON JANUARY 11. 2012. NO BID OFFERS WILL BE ACCEPTED AFTER THE ABOVE STIPULATED
DATE AND TIME. THIS IS AN ADVERTISED SOLICITATION AND THE OFFERS WILL BE PUBLICLY OPENED IN THE PURCHASING AND CONTRACTS CONFERENCE.
ROOM 361, HERNANDO COUNTY GOVERNMENT CENTER AT 3:00 P.M. ON THE SAME DATE,
ITEM NO.
DESCRIPTION OF SERVICE/SUPPLIES/EQUIPMENT
QTY
UNIT
UNIT PRICE
TOTAL AMOUNT
TWELVE MONTH TERM CONTRACT, WITH RENEWAL
CLAUSES, FOR PROVIDING PREVENTIVE SERVICE,
REPAIRS AND PARTS FOR AUTOMOBILES AND LIGHT
TRUCKS
1
XXXX XXXXX XXXXXXXX XXXXXXXXXX
SEE BID FORM (page 16).
PLEASE SUBMIT TWO ORIGINAL SIGNED DOCUMENTS.
(SEE ATTACHED SPECIFICATIONS & DELIVERY SCHEDULE)
OFFER
(TERMS, CONDITIONS AND SPECIFICATIONS ARE INCLUDED AS PARTS HEREOF)
IN COMPLIANCE WITH THE ABOVE, THE UNDERSIGNED, BEING DULY AUTHORIZED TO SIGN THIS BID FOR THE BIDDER, AGREES THAT IF THIS OFFER IS ACCEPTED
WITHIN 60 DAYS FROM THE BID OPENING DATE, TO FURNISH TO HERNANDO COUNTY ANY AND ALL ITEMS FOR WHICH PRICES ARE OFFERED IN THIS BID
SOLICITATION AT THE PRICE(S) SO OFFERED, DELIVERED AT DESIGNATED POINT(S), WITHIN THE TIME PERIOD SPECIFIED, AND AT THE TERMS AND CONDITIONS
SO STIPULATED IN THE SOLICITATION FOR BIDS.
CALENDAR DAYS
% 20 CALENDAR DAYS
%
% 10 CALENDAR DAYS
DISCOUNT FOR PROMPT PAYMENT:
7:'-
NAME AND TITLE OF PERSON AUTHORIZED TO SIGN BID OFFER
BIDDERS COMPANY NAME, ADDRESS A';:!ONE NUMBER
A ... 1-c>'V(~f
7).Dc
fjrO C, (
(',-'c,N";
f r / a (-
f>,c.Ji>!< 5; r), de
r
C
..
35).-7'i(,-3~~S
.3 'fI:?() I
81~121~'
AWARD
TO BE COMPLETED BY COUNTY
LEGAL NOTE;
REVIEWED AS TO FORM AND LEGAL SUFFICIENCY
ACCEPTED AS TO ITEM{S) NO
I'
OFFER DATE
J 1-/~
/,/
Dale:
By: GARTH COLILER { KW
County Attomey's Office
AMOUNT'
LR #11-721
Legal Request No.
11/18/2011
ACCOUNTING CODE:
~-----=~-----------------------------------+~~~~:7~~[f~[f[f~~~~~~5~O:OO~~~~~~~~~~~O~80E2~1~-5~30~M=1:8:::I
I­
SUBMIT INVOICES TO
HERNANDO COUNTY
DEPARTMENT OF TRANSPORTATION SERVICES
FLEET MAINTENANCE DIVISION
1525 E. JEFFERSON STREET
BROOKSVILLE, FL 34601
NAME AND TjTLE OF PERSON AUTHORIZED TO SIGN ACCEPTANCE AND AWARD FOR THE COUNTY
AWARD DATE
TABLE OF CONTENTS
SECTION
I.
SOLICITATION INSTRUCTIONS AND CONDITIONS ........................ 3 II.
GENERAL TERMS AND SPECIFICATIONS ................................ 4 '".
BID FORM...........................................................15 IV.
ATTACHMENT A: FORMS AND CERTIFICATIONS .........................16 V.
ATTACHMENT B: VEHICLE LIST .......................................27 Page No.2
Solicitation 12-BO09/jp
SECTION I.
SOLICITATION INSTRUCTIONS AND CONDITIONS 1. The term COUNTY used herein refers to the Board of County Commissioners, Hernando County, or its duly authorized representative.
2. The term BIDDER used herein refers to the dealer/manufacturer/business organization submitting a bid to the COUNTY in response
to this solicitation.
3. The term VENDOR used herein refers to a bidder awarded a contract by the Board of County Commissioners for the furnishing of goods or services to the COUNTY.
4. BIDDERS are expected to rnake all investigations necessary to thoroughly inform themselves regarding all drawings, specifications, delivery requirements, performance
requirements, s~e locations and ali solicitation instructions to satisfy themselves of conditions affecting submission of their bid and the terms and cost of performing the contract
No plea of ignorance by the BIDDER of conditions that exist or may hereafter exist as a result of failure or omission on the part of the BIDDER to make the necessary
examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis for varying the requirements of the
COUNTY or the compensation to the BIDDER.
5. No material, labor or facilities will be furnished by the COUNTY unless specifically stated.
6. The BIDDER hereby attests and agrees by affixing his signature to this proposal thaI: "Bidder certifies that his bid is made without previous understanding, agreement, or
connection with any person, fi rm, or corporation making or considering the making of a bid for the same items or service and is all respects fair, without outside control, collUSion,
fraud, or otherwise illegal action".
7. The BIDDER warrants that the prices of the items set forth herein do not exceed those charged by the BIDDER to any other customer purchasing the same item in like or
comparable quantities.
8. The BIDDER warrants that the prices of the items set forth herein do not exceed the prices charged by the BIDDER under a contract with the State of Florida or any of its
agencies.
9. The BIDDER agrees that the supplies and services fumished under this award shall be covered by the most favorable commercial warranties the BIDDER gives to any customer
for comparable quantities of such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the COUNTY by
any other provision of this award.
10. Discounts for payments within less than twenty (20) days will not be considered in evaluation of bids, however, offered discounts will be taken for less than twenty (20) days if
payment is made wHhin the discount period.
11. Bids shall be submitted In sealed envelopes addressed as noted on the front page of this solicitation. The name and address of the BIDDER, the date and hour of the bid
opening and the goods or service bid on shall be placed on the outside of the envelope. Bids nol properly identified may be rejected. No responsibility shall attach to
Hernando County, the Clerk of the Circuit Court, or any official or employee thereof, for the pre-openlng of, post-openlng of, or failure to open, a bid not properly
addressed and Identified.
12. Blank spaces In the bid must be proper1y filled in and the phraseology of the bid must not be changed. Additions must not be made to items mentioned therein and any
unauthorized conditions, limiting any provisions, attached to a bid shall render it irregular and may cause its rejection.
13. The responsibility for deKverlng the bid to the COUNTY on or before the stated time and date will be solely and strictly the responsibility of the BIDDER. The COUNTY will be in
no way responsible for delays caused by the U.S. Postal Service, any courier system, or any other occurrence.
14. Bids and modifications received after the time set for the receipt of sealed bids will nol be considered. Such bids will be returned unopened.
15. Modifications in writing received prior to the time set for the receipt of sealed bids will be accepted. Such modifications must be submitted in a sealed envelope and marked
accordingly.
16. Bids must be submitted on and In the forms specified. Telegraphic or facsimile bids will not be considered.
17.A bidder may withdraw his proposal provided the request is made In writing and delivered either in person or by priority mail to Hemando County Centrel PurchaSing
Department, 20 N. Main Street, Room 265, Brooksville, Florida 34601·2828, not less than one (1) hour prior to the time set for opening of bids. Bids may not be withdrawn
after the time noted above and for the period of time after the opening of bids as stated In the tenns, conditions and specifications of thl. solicitation.
18. The COUNTY reserves the privilege of auditing a vendor's records, by a representative of the COUNTY, as such records relate to purchases between the COUNTY and said
vendor. Such records include, but are nol limited to: all books, records, and memoranda of every description, pertaining to work under contract and further, the COUNTY
reserves the right to reproduce any of the aforementioned documents.
19. The contract shall be awarded to that responsible BIDDER whose offer will be most advantageous to the COUNTY, price and other factors considered.
20. The COUNTY may accept any separate item or group of items of any offer, unless the BIDDER qualifies his offer by specific limitations or the specific terms and conditions
inCluded herein indicate that bids will be accepted on an all or nothing basis.
21. The COUNTY reserves the right to reject any or all offers and to waive informalities and irregularities In offers received, In accordance with the Hemando County Purchasing
Ordinance.
22. Inspection and acceptance of the supplies/services purchased herein will be accomplished at the designated delivery point by a dUly authorized representative of the COUNTY.
23. Any and all Terms, Conditions and/or Specifications which vary from the Solicitation Instructions and Conditions shall have precedence,
IF A TABULATION OF BIDS IS DESIRED, ENCLOSE A SELF ADDRESSED STAMPED ENVELOPE WHEN
SUBMITTING BID. TABULATIONS WILL BE AVAILABLE ON THE COUNTY'S ELECTRONIC SERVICE
WEBSITE @ www.FloridaBidSystem.com .
Page No.3
Solicitation 12-B009/jp
TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
SECTION II. GENERAL TERMS AND SPECIFICATIONS
1. 2. GENERAL
1.1 It is the intent of this solicitation to obtain bids for furnishing PREVENTIVE
MAINTENANCE SERVICES. REPAIRS AND PARTS. and 19 POINT OIL CHANGE
FOR AUTOMOBILES AND LIGHT TRUCKS to the Hernando County Boar of County
Commissioners. Said services to be furnished in accordance with a contract resulting
from this solicitation shall be completely suitable for the operational use of the
HERNANDO COUNTY DEPARTMENT of TRANSPORTATION SERVICES, DIVISION
OF FLEET MAINTENANCE.
1.2 Unless otherwise stipulated by the bidder, the bidder agrees to make available to all
Government agencies, departments, and municipalities the bid prices submitted in
accordance with said bid terms and conditions therein, should any said governmental
entity desire to buy under this solicitation.
1.3 The successful BIDDER agrees to extend its bid price(s), contract terms and conditions
to other municipalities, or governmental agencies/entities within Hernando County
throughout the term of the resulting contract.
1.4 The contract documents shall consist of all parts as attached hereto, any addenda, and
if required, the completed and executed Hernando County Term Contract Agreement.
1.5 Hernando County reserves the right to reject any and all bids, to cancel a solicitation,
and to waive any technicality if deemed to be in the best interest of the County.
CONTRACT PERIOD
2.1 The Contract resulting from this Solicitation shall be a Term Contract for the time
period specified herein. During the specified time period, the COUNTY may order
services as the requirements generate and the Vendor will deliver the services
ordered. It is understood that the COUNTY is not obligated to purchase any specific
amount of services under this agreement.
2.2 The period of the Contract shall extend for twelve (12) months from the date of Award.
2.3 The contract may be extended, by mutual agreement, for one additional twelve-month
period up to a cumulative total of twenty-four (24) months. The COUNTY will notify the
vendor, in writing, no later than thirty (30) days prior to expiration of the contract as to
its desire for extension. Any request by the vendor for consideration of a price
adjustment must be made to the COUNTY, and must only be based on increased costs
to the vendor. Verification of these increases must be furnished to the COUNTY upon
request. Any upward price adjustment approved by the COUNTY shall impose upon
the vendor the requirement to advise and extend to the COUNTY price reductions
when costs Similarly decrease.
2.4 Either party may cancel this Contract. in whole or in part, by giving 30 days prior notice
in writing. However, the Vendor shall not be authorized to exercise this cancellation
option during the first 180 days of the Contract.
Page No.4
Solicitation 12-B009/jp
TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
3.
FISCAL NON-FUNDING
3.1
4.
MINOR INFORMALITIES AND IRREGULARITIES
4.1 5.
Award of a contract resulting from this solicitation imposes no obligation on the
COUNTY to utilize the VENDOR for all work of this type, which may develop during the
contract period. This is not an exclusive contract. The COUNTY specifically reserves
the right to contract with other companies for similar work if it deems such action to be
in the COUNTY's best interest.
INTERIM EXTENSION OF PERFORMANCE
6.1 7.
Hernando County has the right to waive minor defects or variations of a bid from the
exact requirements of the specifications t hat do no t affect price, qu ality, quantity,
If
delivery, or performance time of the services/commodities being procured.
insufficient information is submitted by a bidder for Hernando County to properly
evaluate the bid, Hernando County has the right to require such additional information
as it may deem necessary after the time set for receipt of bids, provided that the
information requested does not change the price. quality, quantity, delivery or
performance time of the services/commodities being procured. The Board of County
Commissioners reserves the right to reject any or all bids in whole or in part; to award
by any item, group(s) of items or in the aggregate whichever is most advantageous to
the County.
NON-EXCLUSIVE CONTRACT
5.1 6.
In the event sufficient budgeted funds are not available for a new fiscal period, the
COUNTY must notify the Vendor of such occurrence and contract shall terminate on
the last day of current fiscal period without penalty or expense to the County.
At any time, if it is determined that interim performance is required to allow for the
solicitation and award of a new contract, the COUNTY may unilaterally extend the
contract for a maximum period of up to six months on a month by month basis. The
current pricing, delivery and all other terms and conditions of the contract must apply
during this interim period.
BID PRICE/SUBMITTAL REQUIREMENTS
7.1 The prices bid shall remain firm during the period of the Contract. The vendor must
furnish all labor, materials, equipment and services as specified within this solicitation.
7.2 Unless otherwise stated, the prices bid shall include all costs of packaging.
transporting, delivery, and services to the deSignated point{s) within Hernando
County.
7.3 BIDDER hereby certifies that this bid is made without prior understanding. agreement
or connection with any corporation, firm or person submitting a bid for the same
materials, supplies, services or equipment and is in all respects fair and without
collusion or fraud. Further, the BIDDER hereby agrees to abide by all terms and
conditions of this bid and certifies that the person executing the bid form is authorized
to sign this bid for the BIDDER.
Page No.5
Solicitation 12-B009/jp
TERMS, CONDITIOI\JS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
8. 7.4 Unit prices shall be shown and where there is an error in extension of price, the unit
price shall govern.
7.5 Bidders must submit with their bid a list of leased/owned Shop Diagnostic Equipment
(see page 25) that demonstrates their capacity to perform the requested services for
the vehicles listed on the "Class 1 and 2 Vehicle List, Attachment Bn. Bidders must
also provide with their submission a minimum of three (3) References of firms,
organizations and/or government agencies/entities for which they have provided similar
services within the past three years, whose Class 1 and 2 fleet vehicle size is ten (10)
or greater.
7.6 Bidder must submit copy (ies) of ASE Certifications of their current employees.
Bidder may submit any additional information that they deem relevant that supports
their qualifications to perform the requested services, i.e. licenses/certificates,
additional training, etc.
SPECIFICATIONS/DESCRIPTION OF SERVICES:
8.1 Any deviations from the terms, conditions and specifications listed herein must be
clearly indicated; otherwise, it will be considered that the items offered are in strict
compliance with these specifications and the successful BIDDER will be held
responsible therefore.
8.2 SERVICE/REPAIR:
Vendor must provide diagnostic and/or repair services in order to maintain and/or
return vehicle to good mechanical working condition.
The County shall pay per the flat rate schedule as contained in the most current Motors
All Data Flat Rate Guide for the vehicle serviced. Vendor must quote the labor rate at
which the effort is to be billed. Vendor must quote diagnostic charge as a flat fee.
8.3 PARTS:
Vendor must furnish OEM. or equivalent parts (major national brand, I.e. AC Delco,
Motor Craft, Mopar, TRW, Moog, etc.) for repair services. Vendor's pricing on parts
must be based on a percentage discount applicable to the most current list price.
Parts furnished must be covered by a 12 month or 12,000 mile warranty (including
labor). Major components/assemblies (engines, transmissions, etc.) must be covered
by a 3-year/100,OOO mile warranty (including labor).
8.4 OIL and FILTER CHANGE:
Used oil must be drained and replaced with up to six (6) quarts of manufacturers API
approved major brand motor oil (I.e., Castrol, Mobile, Motor Craft, Penzoil, etc.)
Used oil filter must be removed and replaced with O.E.M. part or approved equivalent.
Vendor must complete a 19 Point Service Checklist.
Page No.6
Solicitation 12-BOO9/jp
TERMS. CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
9. VENDOR REQUIREMENTS
9.1 Vendor must have an established full service automotive/light truck mechanical repair
shop. Vendor must maintain, at a minimum. normal working hours of 7:00 a.m. - 5:00
p.m.• Monday through Friday, except official Hernando County holidays.
9.2 Vendor must have the ability to pick up and deliver all vehicles scheduled for
service/repair. Vehicles will generally be picked up and delivered to Hernando County
Fleet Maintenance, 1525 E. Jefferson Street, Brooksville, FL 34601. Hernando
County may request an alternative location for pick-up and/or delivery provided the
alternative location has the same map mileage or less.
9.2.1 Hemando County may determine that due to geographic location or work
scheduling, a County employee may deliver vehicles to vendor. Vendor must
provide transportation of County employee back to his/her work location.
9.2.2 Upon notification from Hernando County that service/repair work is needed, the
vendor must schedule work within twenty-four (24) hours and complete all work
within two (2) business days (excluding Sunday and Holidays observed by
Hernando County). County may provide extension for verified parts back
ordered or flat rate repairs that exceed two (2) business days.
9.3 Upon notification that Oil/Filter Change and 19 Point Service inspection work is
needed, the Vendor must schedule work within twenty-four (24) hours and complete
work within one and one-half (1.5) hours after vehicle drop-off.
9.3.1. Vehicles scheduled for oil/filter change and/or 19 point inspection will be
delivered to vendor location by a County employee. In the instance when a
County employee cannot wait for completion of service, Vendor must provide
transportation of County employee back to his County Office/Facility and his
pickup and return when services are completed.
10. SERVICE REQUIREMENTS:
10.1 Any brand name or manufacturer's reference is considered to be descriptive, not
restrictive and is indicative of the type and quality the County desires to use.
10.2 Service intervals for oil/filter change and 19 pOint checklist are determined by
Hernando County and may vary depending on type of vehicle and use.
10.3 Any maintenance or service not specifically mentioned that is necessary for the vehicle
to return to operation and that is normally furnished as part of an oil/filter change and
service checklist must be completed by the Vendor.
10.4 Upon completion of work, Vendor must provide Hernando County with a copy of the
completed 19 pOint checklist. The Vendor must list all fluids added and note any
deficiencies or recommended service. Hernando County must be immediately notified
of any deficiencies that if not repaired, would result in an unsafe condition or potential
major component failure.
Page NO.7
Solicitation 12-B009/jp
TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
10.5 Vendor must perform all work associated with the oil/filter change and service
checklist.
11. 10.6 Work under contract must be performed by bidder that is awarded contract. There is
no subletting of any work.
10.7 All work must be performed by service technician with an ASE or Factory Certification.
BID EVALUATION AND AWARD:
11.1 Bid evaluation will be based on price, conformance with specifications and the
BIDDER's ability to perform the contract in accordance with the terms and conditions
required. BIDDERS must submit all data necessary to evaluate and determine the
quality of the item(s) and/or services being bid.
11.2 The COUNTY reserves the right to make an award to the firm that provides the best,
and lowest responsive and responsible bid or to make multiple awards based on
geographic location, whichever is most advantageous to the County. The COUNTY
reserves the right to reject any and all bids in accordance with the Hernando County
Purchasing Ordinance.
11.3 If two or more fully responsive, responsible bids are received for the same total amount
or unit price, quality and service being equal, the COUNTY reserves the right to award
the contract to the BIDDER whose place of business is located within the boundaries of
Hernando County, Florida. Should tie bids, as described above, be received from
either two or more Hemando County BIDDERS or from non-local BIDDERS when no
Hernando County BIDDER has submitted a tie bid, then the Board of County
Commissioners shall award the contract to one vendor by drawing lots in a public
meeting.
11.4 The COUNTY shall be the sole judge as to the relative merits of the bids received.
11.5 If a separate written Contract is not required by the COUNTY, a written letter of award,
mailed or otherwise fumished to the successful BIDDER, shall result in a binding
contract without further action by either party.
12. DELIVERY & ACCEPTANCE:
12.1 The COUNTY will order services/supplies by issuance of a Hernando County
numbered Purchase Order. Each order will specify the service required, the vehicle
location and time of service.
12.2 Receipt of services does not constitute acceptance. Final acceptance and
authorization of payment is given only after a thorough inspection indicates that the
services delivered meet bid specifications and conditions. Should the services differ in
any respect from the specifications, payment will be withheld until such time as the
VENDOR takes necessary corrective action. If the proposed corrective action is not
acceptable to the COUNTY, final acceptance of the services may be refused, in which
case the services/supplies shall remain the property of the Vendor and the COUNTY
must not be held liable for payment for any portion thereof.
Page No.8
Solicitation 12-B009/jp
13. TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
NON-PERFORMANCE:
13.1 Time is of the essence in this contract and failure to deliver the services/supplies
specified within the time period required shall be considered a default.
13.2 In case of default, the COUNTY may procure the services/supplies from other
sources and hold the VENDOR responsible for all costs occasioned there by
and may immediately cancel the contract.
14. TAXES:
The Board of County Commissioners, Hernando County, Florida, has the following tax
exemption certificates assigned:
Florida Sales & Use Tax Exemption Certificate No. 85-8012556945C-8, effective 1/11/2009
Exp. Jan. 31, 2014.
This exemption does not apply to purchases of tangible personal property made by VENDORS
who use the tangible personal property in the performance of contracts for improvements of
COUNTY owned real property (Chapters 192 and 212, F.S., and applicable rules of the Dept.
of Revenue).
15. SPECIAL PROVISIONS:
15.1 PUBLIC ENTITY CRIMES - Any person submitting a bid or proposal in response to
this invitation certifies that they are aware of, and in compliance with, all requirements
under Section 287.133, Florida Statutes, On Public Entity Crimes.
Prior to bid
award, the recommended vendor may be required to submit a sworn statement
attesting to compliance with said statute.
15.2 PERMITS AND LICENSES - The BIDDER agrees to secure all necessary licenses and
permits prior to commencement of each assigned project, and agrees to comply
with all Federal and State laws, and COUNTY and Municipal Ordinances and
Regulations in any manner affecting the work described in this solicitation.
15.3 CLARIFICATION AND ADDENDUM - If any BIDDER contemplating submitting a bid
for this contract is in doubt as to the true meaning of the terms, conditions,
specifications or other bid documents or any part thereof, he may submit to the
, a request for clarification.
Purchasing Department, on or before
All such requests for information and/or clarification must be made in writing
and the BIDDER submitting the request is responsible for its prompt delivery.
Any interpretation of the bid terms, conditions and/or specifications, if made, will be
only by Addendum duly issued.
ALL ADDENDA WILL BE POSTED ON THE COUNTY'S ELECTRONIC SERVICE
WEB-SITE at www.FloridaBidSystem.com.ltls the responsibility of prospective
bidders to visit the County's electronic service web-site to insure that they are
aware of all addenda issued relative to this solicitation. The COUNTY will not be
responsible for any other explanation or interpretation of the proposed bid made
or given prior to the award of the contract.
Page No.9
Solicitation 12-BOO91jp
TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
Receipt of an addendum to this solicitation by an offeror must be acknowledged by
signing and returning the amendment to the Clerk of Circuit Court, 20 North Main
Street, Room #131, Brooksville, Florida 34601. Such acknowledgement must be
received prior to the hour and date specified for receipt of bids.
16. CONTRACT ASSIGNMENT
16.1 The successful bidder is required to perform this Contract and may not make any
assignment of the resulting Contractual agreement in whole or part without prior written
authorization as may be given at the sole discretion of Hernando County.
17. 18. PAYMENT:
17.1 Payment for services/supplies received is accomplished by submission of an invoice in
duplicate with Purchase Order Number referenced thereon to
HERNANDO COUNTY
DEPARTMENT OF TRANSPORTATION SERVICES
FLEET MAINTENANCE DIVISION
1525 E. JEFFERSON STREET
BROOKSVILLE, FL 34601
Each invoice must give a detailed breakdown of the services/supplies delivered and
the location that these services/supplies were delivered.
17.2 Payment will be made in no less tha n thirty (30) days after receipt of the invoice by the
Finance Department of Hernando County. Terms not within Hernando County's
payment period are not acceptable and may be cause for rejection.
EVERIFY: CONTRACTOR MUST HAVE LEGALLY AUTHORIZED WORKFORCE
CONTRACTOR/CONSULTANT is advised that the COUNTY has entered into an agreement with
U.S. Immigration and Customs Enforcement (ICE) wherein the COUNTY will, in part, seek to
promote the principles of ethical business conduct, prevent the knowing hiring of unauthorized
workers through self~governance, and encourage voluntary reporting of the discovery of
unauthorized workers to ICE (the IMAGE Agreement). Accordingly, by submitting your
Bid/Proposal, CONTRACTOR/CONSULTANT represents and warrants (a) that the
CONTRACTOR/CONSULTANT is in compliance with all applicable federal, state and local laws,
including, but not limited to, the laws related to the requirement of an employer to verify an
employee's eligibility to work in the United States, (b) that all of the CONTRACTOR/CONSULTANT
employees are legally eligible to work in the United States, and (c) that the
CONTRACTOR/CONSULTANT has actively and affirmatively verified such eligibility utilizing the
Federal Government's Employment Verification Eligibility Form (I~9 Form).
A mere allegation of CONTRACTOR/CONSULTANT's intent to use and/or current use of
unauthorized workers may not be a basis to delay the COUNTY'S award of a contract to the
CONTRACTOR/CONSULTANT unless such an allegation has been determined to be factual by
ICE pursuant to an investigation conducted by ICE prior to the date the contract is scheduled to be
awarded by the COUNTY.
Legitimate claims of the CONTRACTOR/CONSULTANT's use of unauthorized workers must be
reported to both of the following agencies:
(i) The COUNTY'S Purchasing Contracts Department at (352) 754~4020: and
(ii) ICE (Immigration and Customs Enforcement) at 1-866-DHS~2-ICE
Page No. 10
Solicitation 12-B009/jp
TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
In the event it is discovered that the CONTRACTOR/CONSULTANT's employees are not legally
eligible to work in the United States, then the COUNTY may, in its sole discretion, demand that the
CONTRACTOR/CONSULTANT cure this deficiency within a specified time frame, and/or
immediately terminate the contract without any cost or penalty to the COUNTY, and/or debar the
CONTRACTOR/CONSULTANT from bidding on all COUNTY contracts for a period up to twenty­
four (24) months, and/or take any and all legal action deemed necessary and appropriate.
CONTRACTOR/CONSULTANT is encouraged (but not required) to incorporate the following
IMAGE Best Practices into its business and, when practicable, incorporate verification
requirements into its agreements with subcontractors:
1. Use the Department of homeland Security employment eligibility verification program (E-Verify)
to verify the employment eligibility of all new hires.
2. Use the Social Security Number Verification Service and make good faith effort to correct and
verify the names and Social SECURITY numbers of the current workforce.
3. Establish a written hiring and employment eligibility verification policy.
4. Establish an internal compliance and training program related to the hiring and employment
verification process, to include, but not limited to, completion of Form 1-9, how to detect fraudulent
use of documents in the verification process, and how to use E-Verify and the Social Security
Number Verification Service.
5. Require the Form 1-9 and E-Verify process to be conducted only by individuals who received
appropriate training and include secondary review as pf each employee's verification to minimize
the potential for a single individual to subvert the process.
6. Arrange for annual Form 1-9 audits by an external auditing firm or a trained employee not
otherwise involved in the Form 1-9 process.
7. Establish a procedure to report to ICE credible information of suspected criminal misconduct in
the employment eligibility verification process.
8. Establish a program to assess subcontractors' compliance with employment eligibility verification
requirements. Encourage contractors to incorporate the IMAGE Best Practices contained in this
Article and, when practicable, incorporate the verification requirements in subcontractor
agreements.
9. Establish a protocol for responding to letters received from Federal and State government
agencies indicating that there is a discrepancy between the agency's information and the
information provided by the employer or employee; for example, "no match" letters received from
the Social Security Administration.
10. Establish a tip line mechanism (inbox, e-mail, etc.) for employees to report activity relating to
the employment of unauthorized workers, and a protocol for responding to employee tips.
11. Establish and maintain appropriate policies, practices, and safeguards against use of the
verification process for unlawful discrimination, and to ensure that U.S. Citizens and authorized
workers do not face discrimination with respect to hiring, firing, recruitment or referral for a fee
because of citizenship status or national origin.
12. Maintain copies of any documents accepted as proof of identifY and/or employment
authorization for all new hires.
IMPORTANT NOTICE
IDENTIFY THE OUTSIDE OF THE ENVELOPE(S) SUBMITTED AS "SEALED BID";
INCLUDE THE NAME OF THE SOLICITATION, 'rHE SOLICITATION NUMBER, AND
DATE AND TIME OF OPENING.
(Address all inquiries to J. Matt Perry, Purchasing Agent, in writing via fax to (352)
754-4199 or by email transmissionto:[email protected].
Page No. 11
Solicitation 12-B009/jp
TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for SeNices/Supplies)
19. INDEMNITY. SAFETY AND INSURANCE PROVISIONS
a. INDEMNITY
To the fullest extent permitted by Florida law, the Vendor covenants, and agrees that it
will indemnify and hold harmless the County and all of the County's officers, agents,
and employees form any claim, loss, damage, cost, charge, attorney's fees and costs,
or any other expense arising out of any act, action, neglect, or omission by Vendor
during the performance of the contract, whether direct or indirect, and whether to any
person or property to which the County or said parties may be subject, except that
neither the Vendor nor any of its subcontractors, or assignees, will be liable under this
section for damages arising out of injury or damage to persons or property directly
caused or resulting from the sole negligence of the County or any of its officers, agents
or employees.
b. c. PROTECTION OF PERSONS AND PROPERTY
1) The Vendor will take all reasonable precautions for, and will be responsible for
initiating, maintaining and supervising all programs relating to the safety of all
persons and property affected by, or involved in, the performance of his
operations under this contract.
2) The Vendor will take all reasonable precautions to prevent damage, injury or
loss to: (a) all persons who may be affected by the performance of his
operations, including employees; (b) all materials and equipment; and (c) all
property at or surrounding the work site. In an emergency affecting the safety
of persons or property, the Vendor will act, with reasonable care and
discretion, to prevent any threatened damage, injury or loss.
MINIMUM INSURANCE REQUIREMENTS
Vendor shall procure, pay for and maintain at least the following insurance coverage
and limits. Said insurance shall be evidenced by delivery to the COUNTY of a
certificate(s) of insurance executed by the insurers listing coverage and limits,
expiration dates and terms of policies and all endorsements whether or not required
by the COUNTY, and listing all carriers issuing said policies. The insurance
requirements shall remain in effect throughout the term of this Contract.
1)
WORKERS' COMPENSATION:
As required by law:
STATE .............................................................Statutory APPLICABLE FEDERAL. .............................Statutory EMPLOYER'S LlABILlTY ..................... Minimum: $100,000 each accident $100,000 by disease
$500,000 aggregate by disease
2) GENERAL LIABILITY: Comprehensive General Liability including, but not
limited to, Independent Contractor. Contractual Premises/Operations. and
Personal Injury covering
the
liability
assumed under indemnification
provisions of this Contract, with limits of liability for personal injury and/or bodily
injury, including death. COVERAGE AS FOLLOWS:
Page No. 12
Solicitation 12-B009/jp
TERMS, CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
GENERAL AGGREGATE .............................................................................................. $2.000.000
[Except Products-completed operations]
PRODUCTS-COMPLETED OPERATIONS AGGREGATE .....................................$2.000.000
PERSONAL/ADVERTISING INJURY ............................................................................ $1.000.000
EACH OCCURRENCE .................................................................................................. $1.000,000
[Bodily Injury and Property Damage]
ALSO, include in General Liability coverage for the following areas based on limits of
policy, with minimum of:
FIRE DAMAGE (Anyone (1) fire) ....................................................................................... $50,000 MEDICAL EXPENSE (Anyone (1) person) .......................................................................... $5,000 3) AUTOMOBILE LIABILITY: Comprehensive automobile and truck liability
covering any auto, all owned autos. scheduled autos, hired autos, and non­
owned autos. Coverage shall be on an "occurrence" basis. Such insurance to
include coverage for loading and unloading hazards. COVERAGE AS
FOLLOWS:
COMBINED SINGLE LIMIT (CSL) ................................................................................. $1,000,000 BODILY INJURY (Per Person) ....................................................................................... $1,000,000 BODILY INJURY (Per Accident) .................................................................................... $1 ,000,000 PROPERTY DAMAGE ................................................................................................... $1,000,000 NOTE: All limits stated above are minimum requirements.
d. Each insurance policy shall include the following conditions by endorsement to the policy:
1) Each policy shall require that thirty (30) days prior to expiration, cancellation,
non-renewal or any material change in coverage or limits, a notice thereof
shall be given to the COUNTY by certified mail to: HERNANDO COUNTY
PURCHASING and CONTRACTS DEPARTMENT, 20 NORTH MAIN
STREET, ROOM 365, BROOKSVILLE, FLORIDA 34601-2828. Vendor shall
also notify the COUNTY, in a like manner, within twenty-four (24) hours after
receipt, of any notices of expiration, cancellation, non-renewal or material
change in coverage received by said Vendor from its insurer; and nothing
contained herein shall absolve Vendor of this requirement to provide notice.
Page No. 13
Solicitation 12-B009/jp
2) Companies issuing the insurance policy, or policies. shall have no recourse
against the COUNTY for payment of premiums or assessments for any
deductibles which all are the sole responsibility and risk of Vendor.
3) The term "COUNTY" or "HERNANDO COUNTY" shall include all Authorities,
Boards. Bureaus, commissions, Divisions, Departments, and offices of the
COUNTY and individual members, employees and agents thereof in their
official capacities, and/or while acting on behalf of HERNANDO COUNTY.
4) HERNANDO COUNTY BOARD OF COUNTY COMMISSIONERS shall be
endorsed to the required policy or policies as an additional insured.
TERMS. CONDITIONS AND SPECIFICATIONS
(Term Contract for Services/Supplies)
20. 5) The policy clause "Other Insurance" shall not apply to any insurance coverage
currently held by COUNTY, to any such future coverage, or to COUNTY'S Self­
Insured Retentions of whatever nature.
6) Vendor hereby waives subrogation rights for loss or damage against the
COUNTY.
e. The Vendor must provide the COUNTY a copy of his/her Certificate(s) of Insurance
prior to commencement of services.
f. BIDDERS may, at the COUNTY'S request, be required to provide proof that their firm
meets the preceding insurance requirements, by submission of Certificates of
Insurance Coverage(s), prior to award of the Contract.
LEGAL:
This Agreement shall be governed by and construed according to Florida law. Venue for any
dispute or formal litigation concerning this Agreement shall be in the appropriate court with
territorial jurisdiction over Hernando County, Florida. In the event of a dispute or litigation, each
party to such dispute or litigation shall be solely responsible for its own attorneys' fees and costs.
This Agreement shall not be construed for or against any party hereto, without regard to which
party is wholly or partly responsible for its drafting.
Remainder of Page Intentionally Left Blank
Page No. 14
Solicitation 12-B009/jp
SECTION III.
PART I:
BID FORM -IFB #12·B009 SERVICE/REPAIR AND PARTS
1.a.
Diagnostic Testing Charge (flat fee - Class 1)
$
L19.gs
b.
Diagnostic Testing Charge (flat fee - Class 2)
$
LJS.9)'
Labor Rate/hour
$
7c). OD
2.
."",­
3.
Parts Rate (% Discount) ~/:.--')-=---__% off current List Price.
4.
Fee(s) per work order (all inclusive)
$ _5-,,--''-_,o---,SIooL-_ _
$ ---!..J...::..'. . . . ~.
1 Q.;;...::,.3,--_
PART I: SUBTOTAL (1a, b, 2, and 4.)
PART II:
OIUFILTER CHANGE AND 19 POINT SERVICE CHECKLIST - Check each item listed and fill
all fluids to factory recommended levels:
Check and top off washer fluid
1.
a.
Check wiper blades
b.
Inspect brake lining, front - Record wear
c.
Check and top off brake fluid level
d.
Check and top off power steering fluid
e.
Inspect brake lining, rear - Record wear
f.
Check tire pressure - Record pressure
g.
Check tire wear - Record wear
h.
Check lights
j.
i.
Check and top off transmission fluid
Inspect belts
k.
Check battery terminals
I.
Inspect coolant hoses
m.
Check air filter
n.
o.
Check and top off coolant levels
p.
Inspect for Oil leaks
q.
Change engine oil and filter
r.
Lube all fittings
s.
Lube chassis (doors, hinges, etc.)
PART II: SUBTOTAL $
Q ~ . l..l D 7:Loo
J
fJrOCA..of
~lrCe~~ANYNAME
~ r, I ~ ~
CITY, STATE, ZIP CODE
I
0FAX
NOTE: FAILURE TO SUBMIT BID ON THESE FORMS MAY BE CAUSE FOR RE..IECTION Page No. 15
Solicitation 12-B009/jp
SECTION IV.
ATTACHMENT A:
FORMS AND CERTIFICATIONS STATEMENT OF NO BID
If you do not intend to BID on this requirement, please return this form immediately to:
Hernando County
Purchasing Department
20 N. MAIN ST, Room 365
Brooksville, Fla. 34601
We, the undersigned, have declined to submit a proposal on: PREVENTIVE SERVICE. REPAIRS AND
PARTS FOR AUTOMOBILES AND LIGHT TRUCKS -ITB #12·B009.
Reason: _ _ Specifications too restrictive, geared toward one brand or manufacturer (explain below) _ _ Insufficient time to respond. _ _ Specifications unclear (explain below) _ _ We do not offer these product/services. _ _ Our present schedule does not permit us to perform. _ _ Unable to meet specifications or provide services. Remarks: We understand that if this Statement of No Bid is not executed and returned, our name may be deleted from the list of qualified Bidders. COMPANYNAME: ___________________________________________________ ADDRESS: _________________________________________________________ PHONE: ________________________________________________________
SIGNATURE:______________________________________
TITLE: __________________________________________________________
Page No. 16
Solicitation 12-B009/jp
DRUG FREE WORKPLACE CERTIFICATE
I, the undersigned, in accordance with Florida Statute 287.087,
{\ 1.\
(print or type name of firm)
\-0 wc...1
~reby
£Orr)
certify that,
Lrl1 coiN
~ Publishes
~
~
~
~
»
»
a written statement notifying that the unlawful manufacture. distribution, dispensing.
possession or use of a controlled substance is prohibited in the Workplace named above, and
specifying actions that will be taken against violations of such prohibition.
Informs employees about the dangers of drug abuse in the workplace, the firm's policy of maintaining a
drug free working environment, and available drug counseling, rehabilitation, and employee assistance
programs, and the penalties that my be imposed upon employees for drug use violations.
Gives each employee engaged in providing commodities or contractual services that are under
proposal or proposal, a copy of the statement specified above.
Notifies the employees that as a condition of working on the commodities or contractual services that
are under proposal or proposal, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, please or guilty or nolo contendere to, any violation of Chapter 1893, or
of any controlled substance law of the State of Florida or the United States, for a violation occurring in
the workplace, no later than five (5) days after such conviction, and requires employees to sign copies
of such written statement to acknowledge their receipt.
Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is so
convicted.
Makes a good faith effort to continue to maintain a drug free workplace through the implementation of
the Drug Free Workplace program.
"As a person authorized to sign this statement, I certify that the above named
corporation complies fully with the requirements set forth herein".
State of:
County of:
f\ Cif ~ c\ a
\A et "C~
Sworn to and subscribed before me this
Personally known
q~ day of :J"'Q...M,l~
,
2011­
~ or Produced Identification _-:-;::_--:-:--::::-_---:-:-:-_-::::---:­
(Specify Type of Identification)
;-_--.-?<:, .W~~'"
"-7_-.,.--"""'----1"---1'-.._'---'----
MINDYLOU M. TRANTHAM
!~m"·
:<-6'\ Notary Public ­ State of Florida
i'
: . ~ My Commission Expires Jun 5, 2012
"'~ti
'iE°"l
Commission # 00 794054
My Comm ission Expires: tc"",,--,,-S:::::.--..:..lL-=--"...."'IIIII',H..r.rlllll·'i·."".BiijjOll,.ded
...
Th.roug,.;;.hN...a.tlo,.;naI;.N;oI;.ary;.;,AJs;sn;;J.'
This document must be completed, notarized and returned with your Submittal
Page No. 17
Solicitation 12-BO09/jp
STATEMENT FOR NON·COLLUSION CERTIFICATION
Certification that Proposer affirms that the Bid presented to the owner is made freely, and
without any secret agreement to commit a fraudulent, deceitful, unlawful or wrongful act of
collusion.
STATE OF FLORIDA
COUNTYOF __
~~~e_(_N~~~._,\~J~~~_____________
rY\:c..~~\ ~ M.Ct.v1-z..l
*, being first duly sworn, deposes and
says that he (it) is the proposer in the above proposal, for 14'=1.1-0 wc:...;t
{;ylcph
that the only person or persons interested in said proposal are named thereih that no officer, employee
or agent of the Hernando County BCC or of any other proposer is interested in said proposal; and that
affiant makes the above proposal with no past or present collusion with any other person, firm or
corporation.
r:ortl
Affiant:'7'~~k~y
Sworn and subscribed to before me this
Florida,
day of
~7 201.--, in the state of
tt f...r cyxLo
~-2?!'-~
County of
Attest:
q.t-L
(l
Notary ubllc
My Commission Expires: _ _-,(~o,--~_5--,--_---"l_~
___
S I)
,,,,,",,
(N t
o ary ea • ..""m~~Y
PU;;-",
~o
f'''
MINDYLOU M. TRANTHAM
Notary Public· State of Florida II.r
! .~ My Commission Expires Jun 5. 2012
~..
o~~
Commission # DO 794054
..,~
~>o;;.$"
"';~ OF ,c,{,., Bonded Through National Notary Assn.
"""11\\
i.
•
*NOTICE: State name of Proposer followed by name of authorized individual (and title) who is signing
as Affiant. If Proposer is an individual, state name of Proposer only.
This document must be completed, notarized and returned with your Submittal
Page No. 18
Solicitation 12-B009/jp
AFFIDAVIT OF NON·COLLUSION AND OF NON·INTEREST OF HERNANDO COUNTY EMPLOYEES PREVENTIVE SERVICE, REPAIRS AND PARTS FOR AUTOMOBILES AND LIGHT TRUCKS A'" +- 0
w)c,,-
'::-Qr P/ C",'/Cd,.)
f
•• being first duly sworn. deposes and says that he (it)
is the Offeror in the aoove proposal, that the only person or persons interested in said proposal are named
therein; that no officer, employee or agent of the Hernando County BCC or of any other Offeror is interested in
said proposal; and that affiant makes the above proposal with no past or present collusion with any other
person, firm or corporation.
/}/I1:t:) /
STATE OF
Affiantfr
_F_L-,--__
COUNTYOF __~/f_(_/~M~'4~~=J~o~__________
The foregoing instrument was
by
cr" (bud J
+-h
CJ
ac~nowledged before me this
ffiuJ(p
day
Of~ • 201 ;)..
, who is personally known to me or who has produced
as identification and who did take an oath.
...._.. ~,," .. ' ' ....,rt,::'"""~~...................,
""~~V'~~'",
MINDYLOU M. TRANTHAM
• <.
:('ii'l;, Notary Public· Slale of Florida
: •EMy Commission Expires Jun 5, 2012
~~i
Commission # DO 794054
',f,.9f.~,,;,'·· Bonded Through National Notary Assn.
\;,':':
Notary Public
My Commission Expires: ~,S -
I')­
*NOTICE: State name of Offeror followed by name of authorized individual (and title) that is signing as Affiant.
If Offeror is an individual, state name of Offeror only.
This document must be completed, notarized and returned with your Submittal
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, IN PUBLIC ENTITY CRIMES Page No. 19
Solicitation 12·B0091jp
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
County of Hernando
by
rV\'; L h Q,€
\
~
,\'\ COle..)
F?ieJ
OfS
[print individual's name and title]
for
A- v'\. \-0 we-
~" nY!
L ~ 1'1 C I
[print nam of entity submitting sworn statement]
whose business address is
_7..:...::.-)..O........:..D_--L..Bl-!-I"~0A~(~1~s...:::--.;t-~(~'e=-~_,\--=-----==B:;,..(_o,)k~ l,.la It51 -J. (,
2. 3. 4. 5. 6. gift,
PL
31../ t. 0 , (if applicable) its Federal Employer Identification Number (FEIN) is
'i 0
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement) : :---:,_ _:::--:-::-_~_ _-:::-_---:.:.
I understand that a "public entity crime" as defined in Paragraph 287.133 (a}(g), Florida Statutes,
means a violation of any public entity or with an agency or political subdivision of any other State or of
the United States, including. but not limited to, any Proposal or Contract for goods or services to be
provided to any public entity or an agency or political subdivision of any other state or of the United
States and involving antitrust, fraud. theft, bribery, collusion, racketeering, conspiracy, or material
misrepresentation.
I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (a}(b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of gUilt, in
any federal or state trial court of record relating to charges brought by indictment or information after
July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.
I understand that an "affiliate" as defined in Paragraph 287.133 (1 }(a), Florida Statutes, means:
a. A predecessor or successor of a person convicted of a public entity crime; or
b. An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active
in the management of an affiliate. The ownership by one person of shares constituting a
controlling interest in another person, or a pooling of equipment or income among persons when
not for fair market value under an arm's length agreement, shall be a prima facie case that one
person controls another person. A person who knowingly enters into a jOint venture with a
person who has been convicted of a public entity crime in Florida during the preceding thirty-six
(36) months shall be considered an affiliate.
I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter into a binding Contract and which Proposals or applies to Proposal on Contracts for the
provisions of goods or services let by a public entity, or which otherwise transacts or applies to transact
business with a public entity. The term "person" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity.
Based on information and belief, the statement which I have marked below is true in relation to the
~,ty submitting this sworn statement: [indicate which statement applies]
A-Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
Page No. 20
Solicitation 12-B009/jp
_ _The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, 0 r an affiliate 0 f the ent ity h as been charged with and convicted 0 f a public ent ity crime
subsequent to July 1, 1989.
_ _The entity submitting this sworn statement, or one
or more of its officers, directors, executives, partners, shareholders, employees, members, or agents
who are active in the management of the entity, or an affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent
proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the
Final Order entered by the Hearing Officer determined that it was not in the public interest to place the
entity submitting this sworn statement on the convicted vendor list [attach a copy of the final order].
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE
PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY
AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31, OF THE CALENDAR YEAR IN WHICH IT IS
FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO
ENTERING INTO A CONTRACT.
/-9-/~
[date]
STATE OF FLORIP~
COUNTY OF
Qo.l\M
PERSONALLY APPEARED BEFORE ME, the undersigned authority
1±.e (
ffv c.h.9.e \
:1 fY\.cu1 =b
who, after first being [Name of Individual Signing] sworn by me, affixed his signature in the space provided above on thi ej\-'--
day of
:h.nu."'J ltD 12-=-----,..~··2:...<~':::::.Z==-.~~~==--=::__-~
" ......._."",_,*-iN'-a.....
·
. . .~~~~.,
io .s ' \')1 ""~\:'~'~~""
---=------,_".,
My commission expires:
MINDYLOU M. TRANTHAM
~'~~~\:'~ Notary Public· State of Florida
1 ~\).: My Commission Expires Jun 5, 2012
~ :<~~ >'?
Commission # DO 794054
.~ '",;;,;;,;",;;", Bonded Through National Notary Assn.
H:·
.§
This document must be completed, notarized and returned with your Submittal
Page No. 21
Solicitation 12·B009/jp
AUTHORIZED SIGNATURES/NEGOTIATORS
The respondent or proposer represents that the following persons are authorized to sign and/or negotiate
contracts and related documents to which the respondent or proposer will be duly bound:
Name
v~J, \ \ '. t..M MQ J tr
\2...)/0. v"\
Title
Phone #
S e5S L\ MS
v'v, ;<. h",\; \ ~\.e-t,v, ,:
3'5?--7Qb-3)",;}...s
~ 12r Cfc; 7~ tfOll
7?.7-"35~ 37'17
The proposer/offeror shall complete and submit the following information with the proposal or proposal:
Type of Organization
Sole Proprietorship
Joint Venture
Partnership
~
Corporation
State of Incorporation:
Federall.D. or Social Security number
This document must be completed and returned with your Submittal Page No. 22
Solicitation 12-B009/jp
VENDOR INFORMATION
In addition to General conditions, your PROPOSAL may be disqualified if the following vendor information is
not returned with your PROPOSAL.
Vendor is:
( ..::::><- ) Corporation
(
(
(
) Partnership ) Sole Proprietorship ) Other _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _(Explain) Federal Employer Identification
~U / Number or Social Security Number: __5i:::.....-_--=).---=-(r;--'~'-O_=_o·-'lL---'-.Ip_ _ __ Do you collect Florida State Sales Tax? (><
A'-\ \--0 wv...t
Firm Name:
Mailing Address:
11--00
) Yes
r-orol
Br~J
{)rook5');\\~
(,'1"1
Fax No.
to Alc..k"", - C,)flI.
Email Address:
(Y\."y\]....
~ i'V\@ \\11\
) No ({)/,J
Slree t
Fe
Telephone No. 3S",.(-7C,(P-3~)..S-
(
Web Address:
3l/~o,
1~,- 'iCfO-OJY'(
evwLAl , ~Vli-o v.J(~-y
. eo ("1
Commodity or Service Supply: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
If vendor is quoting, as a manufacturer's representative and the purchase order should be addressed to the manufacturer in care of the vendor, so indicate. If remittance address is different from the mailing address so indicate below. Firm Name: - - - - - - - - - - - - - - - - - - - - - Mailing Address: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ Submitted by:
~orcJ L tc/l t:-l> IvtJ
(jV\ ~ VI Z,l
F; )c-e of Off
(V\ '; c...~e 1
A'"'\ .\-0 w
Name & Title Printed:
c... i
This document must be completed and returned with your Submittal
Page No. 23
Solicitation 12-B009/jp
HERNANDO COUNTY E·VERIFY CERTIFICATION Bid/Contract No:
11- 8 DOC(
----~.~~=-----~------------------------
Financial Project No(s): ___________________________________
AV\.t-u M 0 h
Q It. pc.. :I'
Project Description:
lie.
Vendor/Consultant acknowledges and agrees to the following:
Vendor Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system, in
accordance with the terms governing use ofthe system, to confirm the employment eligibility of:
1. all persons employed by the Vendor/Consultant during the term of the Contract to perform
employment duties within Florida; and
2. all persons, including subcontractors, assigned by the Vendor/Consultant to perform work
pursuant to the contract with the Department.
CompanylFirm:
4 "" +0 v--' ~'f
Authorized Signature:
L ~;1 cel,J
~~~......----=
I;l,~hae I
Print Name:
~rJ
J
v,1/lc, #1 t.'
Title: _ _
r_:..L..x.:......;:e;;;..;.cI-,--_O-,-,ff",--_D_;f'_e=-c"--'~'-----~r_ _ _ _ _ __
,_-_l_-_'..c?=-____________
Date: _ _
This document must be completed and returned with your Submittal
Page No. 24
Solicitation 12-B009/jp
EQUIPMENT LIST
List the Shop Diagnostic Equipment that demonstrates your capacity to perform the requested services.
hrj I/JS. SOCtP
j
~
011
V(/"t.y
,
fnGt..J-CQ /-JGtncl 1,,1# j~sj1"
REFERENCES
Bidders shall attest, by Signing this proposal, that their firm has at least three (3) years commercial experience
performing services similar to the scope of services specified within these contract documents.
Bidders shall submit at least three (3) references of firms, organizations and/or governmental agencies/entities
for which services of similar scope as this bid have been performed within the last three (3) years. Failure to
complete and return this section may render the Bid non-responsive.
TELEPHONE/FAX
FIRM NAME AND ADDRESS
NUMBERS
CONTACT PERSON
.Js?-7C,C.-7).'-I I
AV'I'(
CeMf-X
Contract Date(s): _ _ _ _ _ _ _ _ _ _ __
FIRM NAME AND ADDRESS I
L.12-[..
G rc~" -'leA
CONTACT PERSON
AAy
TELEPHONE/FAX
NUMBERS
;y;,). - )..79 - ¥~Z'g'
Contract Date(s): _ _ _ _ _ _ _ _ _ _ _ __
FIRM NAME AND ADDRESS
fL.-n?;
f"o,y../e r
J!i300 Po
t)<.{
Brooks' v', 1/ e
COt'-lTACT PERSON
...)C\. ""1 e.-
s
TELEPHONE/FAX
NUMBERS
35). - 71~-
De LeC),"I 6/ t/tJ
Fe 3 tf(P 0 I
Contract Date(s): _ _ _ _ _ _ _ _ _ _ __
This document must be completed and returned with your Submittal
Page No, 25
Solicitation 12-B009/jp
_
Y7rt
ADDENDUM ACKNOWLEDGEMENT The undersigned ac knowledges receipt of t he following ad denda tot he Request for Proposals ( indicate number and date of each): Addendum No. _ _ _ _ Dated _ _ _ _ _ _ _ _ __ Addendum No. _ _ _ _ Dated _ _ _ _ _ _ _ _ __ Addendum No. _ _ _ _ Dated _ _ _ _ _ _ _ __ Addendum No. _ _ _ _ Dated _ _ _ _ _ _ _ _ __ FAILURE TO SUBMIT ACKNOWLEDGEMENT OF ANY ADDENDUM THAT AFFECTS THE PRICING AND
OR SCOPE IS CONSIDERED A MAJOR IRREGULARITY AND MAY BE CAUSE FOR REJECTION OF ANY
PROPOSAL OR PROPOSAL.
Page No. 26
Solicitation 12-B009/jp
ATTACHMENT B
7/512011
Hernando County PM Class 1 and 2 Vehicle List
Vghl,l~
~
p~scription
YIN
PM Class
1995
FORD F250 UTILITY BODY
1FTHF25H3SNA85644
CLASS 2
011931
2002
DODGE RAM 1500 4X2 PICKUP
1D7HA 16N92J 16S456
CLASS 2
011969
2002
DODGE RAM 1500 4X4 PICKUP
1D7HU16N62J248076
CLASS 2
011972
2002
DODGE RAM 1500 4X4 PICKUP
lD7HU16N42J248075
CLASS 2
011973
2002
DODGE RAM 4X4 PICKUP
1D7HU16N82J24S077
CLASS 2
CLASS :2
#
009169
011975
2002
DODGE RAM 1500 4X2 PICKUP
1D7HA16KO:2J246077
011994
2002
DODGE RAM 1500 4X2 PICKUP
1D7HA16N52J247476
CLASS 2
011979
2002
CHEVROLET BLAZER 4X4
1GNDT13\N92K238135
CLASS 1
011943
2002
CHEVROLET BLAZER 4X4
1GNDT13W32K237997
CLASS 1
011995
2002
DODGE RAM 1500 4X2 PICKUP
1D7HA16N32J247475
CLASS 2
012013
2003
FORD F150 4X2 PICKUP
1FTRFl7283NB18338
CLASS 2
012016
2003
FORD F150 4X2 PICKUP
1FTR F17263N B18340
CLASS 2
012020
2003
FORD F150 4X2 PICKUP
1FTRF 17243N B18336
CLASS 2
012022
2003
FORD F150 4X2 PICKUP
lFTRF17283NB18341
CLASS 2
012023
2003
FORD F150 4X2 PICKUP
1FTRF17293N818333
CLASS 2
012004
2003
DODGE DURANGO 4X4
lD4HS38N13F569524
CLASS 2
012005
2003
DODGE DURANGO 4X4
lD4HS38N83F569522
CLASS 2
012030
2003
FORD F250 4X2 UTILITY
3F TNF205S23MB26170
CLASS 2
012032
2003
FORD F250 4X4 UTILITY
3FTNF21 S63MB26168
CLASS :2
012007
2003
DODGE DURANGO 4X4
1D4HS38NX3F569523
CLASS 2
012008
2003
DODGE DURANGO 4X2
lD4HS38N63F569521
CLASS 2
012044
2003
FORD F150 4X2 PICKUP
1FTRF 17243N B91528
CLASS 2
0120.:15
2003
FORD F150 4X2 PICKUP
1FTRF17293NB91525
CLASS 2
012047
2003
FORD F150 4X2 PICKUP
lFTRF12773NB91527
CLASS :2
012054
2003
FORD F250 4X2 UTILITY
1FTNF20L13ED84937
CLASS 2
012059
2003
FORD E250 4X2 CARGO VAN
1FTNE24W63HB78552
CLASS 2
012096
1999
CHE.VROLET S-10 COMPACT PICK
1GCCS14X5X8181919
CLASS 1
009257
1997
FORD E350 PASSENGER VAN
1FBJS31 L7VHB20626
CLASS 2
009265
1997
CHEVROLET SILVERADO 4X2 PIO
1GC EC 14M8VZ246409
CLASS 2
009289
1998
CHEVROLET SILVERADO 4X2 CRE
1GCGC33R5VV'F034958
CLASS 2
009320
1999
GMC 3500 4X2 PICKUP
1GDHK34FoXF097684
CLASS 2
009327
1999
GMC 3500 CREW CAB PICKUP
lGTGC33R4XF094957
CLASS 2
009380
2000
GMC JIMMY 4X4 2 DOOR
1GKCT18VV8YK255289
CLASS 1
009384
2000
FORD E250 CARGO VAN
1FTNE24L9YHB32212
CLASS 2
009423
2001
CHEVROLET MALIBU 4 DOOR SEDI
1G1ND52J116237178 CLASS 1
009428
2001 CHEVROLET MALIBU 4 DOOR SEDI
1G1ND52J516238771
CLASS 1
009431
2001
DODGE RAM 2500 4X2 PICKUP
3B7KC26Z51 M544011
CLASS 2
009432
2001
DODGE RAM 2500 4X2 PICKUP
387KC26ZX1M558096
CLASS 2
009435
2001
FORD F150 4X4 PICKUP
lFTPF18L91NB03679 CLASS 2
009436
2001 DODGE RAM 2500 4X2 PICKUP
387KC26Z31M544010
CLASS 2
009437
2001
DODGE RAM 2500 4X2 PiCKUP
3B7KC26Z11 M558097
CLASS 2
009438
2001
DODGE RAM 3500 CARGO VAN
2B7KB31Z21K522775
CLASS 2
009439
2001
DODGE RAM 3500 CARGO VAN
2B7K831Z21K530035
CLASS 2
009440
2001
DODGE RAM 1500 PICKUP
lB7HC16X11S227689
CLASS 2
009441
2001
DODGE RAM 2500 4X2 PICKUP
3B7KC26Z51M544oo8
CLASS 2
ATTACHMENT B
1
7/512011
Hernando County PM Class 1 and 2 Vehicle List
Year
Description
VIN
PM Class
009442
2001
DODGE RAM 2500 4X2 PICKUP
3B7KC26Z71M544009
CLASS 2
DODGE 3500 4X2 CARGO VAN
2B7KB31Z81K523011
CLASS 2
'i~hicle
#
009445
2001
009452
2001
DODGE RAM 2500 4X2 PICKUP
387KC26Z91M544013
CLASS 2
009453
2001
CHEVROLET MALIBU 4 DOOR
1G 1ND52J116236256
CLASS 1
009457
2001
DODGE RAM 2500 CARGO VAN
2B7JB21Z81K522964
CLASS 2
009459
2001
DODGE RAM 2500 4X2 UTILITY
3B6KC26Z71M539686
CLASS 2
009460
2001
DODGE RAM 2500 4X4 UTILITY
3B6KF26Z11M544339
CLASS 2
009478
2001
DODGE RAM 3500 CARGO VAN
287KB31Z01K530034
CLASS 2
011928
2001
CHEVROLET EXPRESS PASSENGE
1GNFG15M711237112
CLASS 2
011941
2002
DODGE RAM 2500 4X2 PICKUP
3B7KC26Z22M254228
CLASS 2
011952
2002
DODGE RAM 1500 4X4 PICKUP
1D7HU16N12J188921
CLASS 2
011949
2002
DODGE RAM 1500 4X4 CREW CAB
1D7HU18Z82J188916
CLASS 2
011939
2002
DODGE RAM 2500 4X2 UTILITY
387KC26Z92M254226
CLASS 2
011945
2002
DODGE RAM 1500 4X2 PICKUP
1D7HA16N52J188297
CLASS 2
011951
2002
DODGE RAM 1500 4X2 PICKUP
1D7HA 16N92J188299
CLASS 2
011988
2003
GMC SIERRA 4X2 PICKUP
1G THC24U63Z120405
CLASS 2
011992
2003
DODGE RAM 1500 4X2 PICKUP
1D7HA 16K 13J518430
CLASS 2
012012
2003
FORD F150 4X2 PICKUP
1FTRF17263NB18337
CLASS 2
012011
2003
FORD F150 4X2 PICKUP
1FTRF172X3NB18339
CLASS 2
012021
2003
FORD F150 4X4 PICKUP
1FTRF18293NB18332
CLASS 2
012017
2003
FORD F1504X2 PICKUP
1FTRF17233NB25522
CLASS 2
012024
2003
FORD F1504X2 PICKUP
3FTNF20L03MB26175
CLASS 2
012033
2003
CHEVROLET MALIBU 4 DOOR SeD,
1G 1ND52J23M649902
CLASS 1
FORD F150 PICKUP
1FTRF 17203NB18334
CLASS 2
012010
2003
012025
2003
FORD F250 4X4 PICKUP
3FTNS20SX3MB26174
CLASS 2
012015
2003
FORD F1504X2 PICKUP
1FTRG17293NB25525
CLASS 2
FORD F1504X2 PICKUP
1FTRF17253NB25523
CLASS 2
01201":
2003
011998
2003
FORD F150 4X4 PICKUP EXTENDEr
1FTRX18W13NB18342
CLASS 2
012026
2003
FORD F250 4X2 PICKUP
3FTNF20S63MB26172
CLASS 2
012027
2003
FORD F250 4X2 PICKUP
3FTNF20S83MB26173
CLASS 2
012028
2003
FORD F250 4X2 PICKUP
3FTNF20S43MB26171
CLASS 2
012029
2003
FORD F2504X2 UTILITY
3FTNF20S63MB26169
CLASS 2
012009
2003
FORD F150 <lX4 PICKUP EXTENDE
1FTRX 18WX3NB56099
CLASS 2
012006
2003
DODGE DURANGO 4X4
1D4HS38N43F569520
CLASS 2
012077
2003
FREIGHTLINER SPRINTER 158 VA
WD2YD741335413314
CLASS 2
012107
2004
FORD EXPLORER 4X4 4 DOOR
1FMZU72K84ZA61709
CLASS 1
013915
2004
CHEVROLET BLAZER 4X4
1GNDT13X04K 142275
CLASS 1
012067
2004
FORD F1S0 4X2 PICKUP
1FTRF12WX4NB23410
CLASS 2
CLASS 2
013910
2001
CHEVROLET SILVERAD 4X2 PICKl
2GCEC19W511244145
012070
2004
FORD F250 4X2 PICKUP
1FTNF20L14EC14319
CLASS 2
012105
2004
FORD F250 4X2 UTILITY
1FTNF20S04EC14321
CLASS 2
012110
2004
FORD E250 4X2 CARGO VAN
1FTNE24W74HA52203
CLASS 2
012073
2004
FORD F250 4X2 UTILITY
1FTNF20S44EC14323
CLASS 2
012074
2004
FORD F250 4X2 UTILITY
iFTNF20S64EC14324
CLASS 2
012106
2004
FORD F250 4X2 PICKUP
1FTNF20L84EC14317
CLASS 2
ATTACHMENT B
2
ATTACHMENT B
3
7/5/2011
Hernando County PM Class 1 and 2 Vehicle list
V!i1hi~ltl
:!.!w
Description
~
PM ChilSfj
015048
2006
FORD F350 4X2 PASSENGER VAN
1FBNE31L76DA46576
CLASS 2
01S042
2006
FORD F1 50 4X2 PICKUP
1FTRF12216NB18323
CLASS 2
015043
2006
FORD F150 4X2 PICKUP
1FTRF12236NB18324
CLASS 2
01S044
2006
FORD F1504X2 PICKUP
1FTRF12286NB18321
CLASS 2
013961
2005
FORD F150 4X2 PICKUP
1FTRF12255NB49248
CLASS 2
013978
2005
FORD F150 4X2 PICKUP
1FTRF12285NB00562
CLASS 2
013979
200S
FORD F150 4X2 PICKUP
1FTRF12265NB00558
CLASS 2
013980
:2005
FORD f150 4X2 PICKUP
1FTR F122B5NB005S9
CLASS 2
#
013981
2005
FORD Fl50 4X2 PICKUP
1FTRF12245NBOO560
CLASS 2
013982
2005
FORD F1504X2 PICKUP
1FTRF12225NB00556
CLASS 2
013983
2005
FORD Fl504X2 PICKUP
1FTRF12245NB00557
CLASS 2
013987
2005
GMCENVOY
1GKDS 13S2 52264609
CLASS 1
FORD F 150 4X2 PICKUP
1FTRF12265NBOO561
CLASS 2:
CLASS 2
013984
2005
014002
2005
FORD F2SO 4X2 PICKUP
1FTNF20Y05EC28323
014003
2005
FORD F2S0 4X2 PICKUP
1FTNF20Y45EC28325
CLASS 2
014005
2005
CHEVROLET MALIBU 4 DOOR SEDI
1G1ZS5286SF246Q15
CLASS 1
013955
2005
FORD F1S0 4X2 PICKUP
1FTRF12245NB49256
CLASS 2
013956
2005
FORD F1504X2 PICKUP
1fTRF12205NB49254
CLASS 2
013957
2005
FORD F1504X2 PICKUP
1FTRF12255NB49251
CLASS 2
0139S8
200S
FORD F150 4X2 PICKUP
1FTRF12275NB49252
CLASS 2
0139S9
2005
FORD F150 4X2 PICKUP
1FTRF12235NB49250
CLASS 2
013960
2005
FORD F150 4X2 PICKUP
1FTRF12265NB49257
CLASS 2
013962
2005
FORD F1504X2 PICKUP
1FTRF12225NB49255
CLASS :2
013975
2005
FORD EXPLORER 4X4
1 FMZU72K45ZA65728
CLASS 1
013951
2005
FORD F2SO 4X2 PICKUP
1 FTNF205X5ED28368
CLASS 2
013952
2005
FORD F250 4X2 PICKUP
1FTNF20515ED28369
CLASS 2
013953
2005
FORO F250 4X2 PICKUP
1FTNF20585E028370
CLASS 2
013963
2005
FORD F1S0 4X2 PICKUP
1FTRF12275NB49249
CLASS 2
013964
2005
fORD F150 4X2 PICKUP
1FTRF12235NB49247
CLASS 2
013965
2005
FORD F150 4X2 PICKUP
1FTRF12295NB49253
CLASS 2
FORD RANGER 4X2
1FTYR10U95PA87901
CLASS 1
013967
2005
014004
200S
FORD F250 4X2 UTILITY
1FTNF20Y25EC28324
CLASS 2
013966
2005
FORD RANGER 4X2 EXTENDED CI
1FTYR14UX5PA87903
CLASS 1
013974
2005
FORD RANGER 4X2
1FTYR10U05PA87902
CLASS 1
013954
2005
FORD F250 4X2 PICKUP
1 FTNF21565ED17219
CLASS 2
013971
2005
FORD F150 4X2 PICKUP
1FTRF12215NB49246
CLASS 2
013972
2005
DODGE DURANGO 4X4
1D4HB48DX5F604626
CLASS 2
013945
:WOS
FORD F250 4X2 PICKUP
1FTNF20555ED28374
CLASS 2
CLASS 2
013946
2005
FORD F2SO 4X2 PICKUP
1FTNf20575ED28375
013950
2005
FORD F150 4X4 PICKUP EXTENDEr
1FTRX 14W15NB86214
CLASS :2
015130
2007
FORD RANGER 4X2
1FTYR10U87PA87469
CLASS 1
015131
2007
FORD RANGER 4X2
1FTYR 10UXPA8747 3
CLASS 1
015135
2007
fORD F150 4X2 PICKUP
1FTRF122X7KC85119
CLASS 2
015136
2007
FORD F1504X2 PICKUP
1FTRF12247KC85116
CLASS 2
015132
2007
1FTYR10U67PAS7471
CLASS 1
FORD RANGER 4X2
ATTACHMENT B
4
715/2011
Hemando County PM Class 1 and 2 Vehicle List
V!ihlg~ 11.
YW
De3criptlQn
:till
FORD RANGER 4X2
iFTYR10U87PA87472
CLASS 1
PM Class
0151:33
2007
015134
2007
FORD RANGER 4X2 EXTENDED CA
1FTYR14U97PA87474
CLASS 1
015137
2007
FORD F150 4X2 PICKUP
1FTRF12287KC85118
CLASS 2
015138
2007
FORD F150 4X2 PICKUP
1FTRF12237KC85120
CLASS 2
015139
2007
FORD F150 4X4 PICKUP
1FTRF14VV27KC85115
CLASS 2
015144
2007
FORD EXPLORER 4X4 SUV
1FMEU73E17U850224
CLASS 2
015143
2007
FORD RANGER 4X2
1FTYR10U47PA87470
CLASS 1
015142
2007
FORD F150 4X2 PICKUP
1FTRF12267KC85117
CLASS 2
015145
2007
FORD E150 4X2 PASSENGER VAN
1FMNE11W87DB09272
CLASS 2
015146
2007
FORD RANGER 4X4 EXTENDED CA
1FTYR15E17PA87475
CLASS 1
015046
2006
FORO F150 4X2 PICKUP
1FTRF12276NB18326
CLASS 2
015054
2006
CHEVROLET IMPALA 4 DR SEDAN
2G1VVC581669325092
CLASS 1
015050
2006
FORD F250 4X4 ANIMAL CONTROL
1FTSX21586ED19426
CLASS :2
015051
2006
FORD F250 4X2 UTILITY TRUCK
1FTNF20546ED19425
CLASS 2
015070
2006
FORD E350 4X2 CARGO VAN
1FTSE35S56DA42835
CLASS :2
015106
2006
FORO FREESTAR PASSENGER VAl
2FMlA51626BA53273
CLASS 1
015101
2006
FORO FREESTAR PASSENGER VAl
2FMZA51606BA53272
CLASS 1
015053
2006
CHEVROLET SILVERADO 4X4 PICK
1GCEK14Z56Z280386
CLASS 2
015086
2007
FORO 500 4 DOOR SEDAN
1FAFP24147G114708
CLASS 1
015087
2007
FORO FREESTAR PASSENGER VAl
2FMZA516178A 13378
CLASS 1
015060
2006
FORO F150 4X2 PICKUP
1FTRF12226NB18329
CLASS 2
015059
2006
FORD F150 4X2 PICKUP
1FTRF12206N818328
CLASS 2
015129
2007
CHEVROLET MALIBU 4 DOOR SED!
1G 1ZS5 7N07 F276856
CLASS 1
015047
2006
FORD F150 4X2 PICKUP
1FTRF12296NB18330
CLASS 2
015049
2006
FORD E:350 4X2 PASSENGER VAN
1FBNE31L560B12414
CLASS 2
015093
2006
FORD F250 4X2 UTILITY
lFTNF21556EA91899
CLASS 2
015088
2007
FORD RANGER 4X2
lFTYR10U97PA24316
CLASS 1
015083
2006
FORO RANGER 4X4 UTILITY
1FTYR15E66PA74963
CLASS 1
015096
2007
FORO F150 4X4 PICKUP
1FTRX 14VV87NA18864
CLASS 2
015115
2006
CHEVROLET IMPALA 4 DOOR SEDI
2G1VVC581569343504
CLASS 1
015118
2007
FORD EXPLORER 4X4 SUV
1FMEU73E47UA86020
CLASS 2
015095
2007
FORD EXPEDITION 4X4 SUV
1FMFU165X7LA34555
CLASS 2
015198
2009
FORD F150 4X4 PICKUP
1Fl'RF14VV29KC51954
CLASS 2
015189
2007
2007 FORD F150 4X4 PICKUP
1FTRF14W57NA79950
CLASS 2
015200
2009
FORO F150 4X4 PICKUP
1FTRF14VV09KC51953
CLASS 2
015194
2009
FORD F250 4X2 UTILITY BODY
1FONF20539EA081 02
CLASS 2
015195
2009
FORD F250 4X2 UTILITY BODY
1FDNF20539EA08105
CLASS 2
015199
2009
FORO Fl50 4X4 ANIMAL CONTROL
lFTNF20509EB1198J
CLASS 2
015208
2009
F250 4X4 EXTENDED CAB UTILITY .
1FTSX215X9EA7058:3
CLASS 2
219
ATTACHMENT B 5
VENDOR NOTES:
l,tJe..
fLo p q', ( :s. .
o+{'e.r
}+lso
S uV\J~t
h{)~~
Ue.... ~'Ic...\~.s
We..
Page No. 32
Solicitation 12-B009/jp
SqrY)e
we
+0
w: 1\
cA D-,
Vle<,.ve
~~ If
fr oJl c~e
Se.rJ; L e
r::1vt f (
L! n, ;-1-
III e)<'·J-
0""
5~fV'C~
of ~WI'1
tOCA1
iYj
os 4­
Sc..t. Ci."J
-/-:
141~
SerJ!1.{:
o,{J