06-0305

Transcription

06-0305
PURCHASING DEPARTMENT
REQUEST APPROVAL OF STATE-WIDE CONTRACT
MARCH 1, 2006
DEPARTMENT: Sheriff Department
SERVICE/COMMODITY: Pursuit Vehicles
BID #: S-030381 070-98-00-072
TOTAL AMOUNT OF PURCHASE: $636,531
PRIME CONTRACTOR: Alan Vigil Ford (Morrow, GA)
REQUESTED ACTION OF THE BOC: Approval of a state-wide
contract with Allan Vigil Ford to provide twenty-one
(21) pursuit vehicles at a cost of $636,531 to be
delivered within forty-five (45) days after award.
BOC AGENDA March 1,2006
2/22/2006
2:23:12 PM
INTER-OFFICE MEMORANDUM
County Manager's Action Form
FULTON COUNTY
TO:
Thomas C. Andrews, County Manager
FROM:
John Croslan, Chief of Staff, Sheriff s Office
DATE:
January 30,2006
SUBJECT:
Request Approval for Vehicles Under Statewide
Contract # S-030381 070-98-00-072
REQUESTED ACTION: Submit to the Board of Commissioners for consideration
CRITICAL DATE FOR ACTION: February 15,2006
PURPOSE: To provide twenty-one (21) 2006 Crown Victoria replacement vehicles for the
Sheriffs Office
DISCUSSION: The Sheriffs Office wishes to purchase twenty-one (21) 2006 Crown Victoria
vehicles to replace vehicles that are no longer cost effective to maintain. Purchase of these
vehicles under the statewide contract allows the County the ability to purchase the vehicles at a
reasonable, reduced rate and also saves valuable time in the purchasing process.
IMPACT: Purchase of the twenty-one (21) 2006 Crown Victoria vehicles at a base cost of
$24,579.00 each with $5,732.00 each in accessory items and a total cost not to exceed
$636,531.00.
AVAILABILITY OF FUNDING: 500-330-3301-1410
COORDINATION: Sheriffs Office, Deputy County Manager, Finance, Contract Compliance
and Purchasing
CONTACT PERSON: Darrell Releford, Financial Systems Coordinator (404) 730-5139.
RECOMMENDATION: The Sheriffs Office recommends approval of this agenda item.
ATTACHMENTS: Fulton County Uniform Contract / Purchasing Sign-Off Sheet, Allan Vigil
Ford Government Sales 2006 Crown Victoria Police Interceptor State Contract SWC #S-030381
070-98-00-072.
RESPONSIBLE DEPARTMENT: Sheriffs Office
PROJECT / SERVICE / COMMODITY: Police Vehicles
PRIME CONTRACTOR: Allan Vigil Ford
EFFECT OF BOC'S ACTION: Approval of this action will allow the Sheriffs Office to
purchase twenty-one (21) 2006 Crown Victoria replacement vehicles under the State contract at a
cost not to exceed $636,531.00
WORDING
DEPARTMENT: Sheriffs Office
SERVICE / COMMODITY: Police Vehicles
BID#: SWC #S-030381 070-98-00-072
TOTAL AMOUNT OF PURCHASE: $636,531.00
PRIME CONTRACTOR: Allan Vigil Ford (Morrow, GA)
REQUESTED ACTION OF THE BOC: Approval of a state contract with Allan Vigil Ford to
provide twenty-one (21) 2006 Crown Victoria police vehicles at a cost not to exceed $636,531.00
Feb OS 06 12:58p
Fulton Counts Pur
4047305870
FULTON COUNTY PURCHASING DEPARTMENT
CONTRACTOR PERFORMANCE REPORT FOR PROFESSIONAL SERVICES
2.jC.ntmtf.ri.di
1.
3. Bi
«. P.O. Dtscriptfoa (Service DeHvenbta):
S. Department: _ ]
NVMJUCXAT1HGS
- . . # / _ • > .
- Uiuatilfatfry Ferfarmantt - AthkveS comma ttqulrtmtnls Its* than 50% qftht tlmt; nw rtsponjtrt, tfftaiv* enifor rgieiem;
u*a<c*puibkJelay;incomptiaet;Mgf>4*gr**t>fCUsic>mir<tti3aitifactlo*.
bkJliMf4*gr**t>fCUsic>mir<tti3aitifactlo*
1 - l>*r Pt>ftma*t* - Ashtrmt controci rtqvtrtm*nt$ "OH oftKt tltnt. Mwglnelfy Tttponsi**. tfftettv* end/or tflkiBU; Mays rtqulrw
fidfakliltybfat
SignificaMadfatntnUWproatamm;k*yemploy*amargitMltyc^bfac*fe^^
2 - Satl&atry ftifrtmtwx - AtKtom contract nyiiiremtms »C9l of** Hmt; fttttrotty responsive, <ff"«£»fv# eni/w efficient; detoyt art
aeusabk end/or tenths It minor program edjialmna; tmphytts art copabit and lotisfoctorily prpytdi*$ strvM withe* itivtrvtftttemi
cusMmtrsindtatittall&cttom.
.
.
3 - G—nrifnmmmt*- Athttvm eaniraef ntyirtmtntt 99% tftkt Hum. Usually rtopcraht; tfftaiyt at,dbr iffkta*; dtioy* htm no Impact
onprefratm/misxion; \uty nnp\oy*v or* highly temptuni «nrf»«f<tem require guiJmct; Otiiomtrx an hfghtyseal&iL,
4 - ExttlUnt P4tjtrman<*~ Achieves conttvel rtqulrtmentt }0D% of the ilmt. Jmmtdiciefy rtsponsivt; ht&ttyTIficfiM and/or ejfetlw; n»
1. Qsilh)' of SHVINI
dhaWetkFk
equirement* Ma
jmiiiiittitioji Praiy
Pcrtonnri Awigned te Wtnrifitd
*Z> TlnMliiwn of F«rf«nniBtt
- Mileaoncf Met u Scheduled
- OB Tin* Completion/No W«J«
- Efficient Uk of Mnpowctiiri
, Refourcts
• Responsive ip iTiquiriei
• Prempi ProWem Notific»ti<»
4. Cuai«m«r SMbfoctim
• Scope ofServica Delivered
• Mel UmQimifcyRequTOiien
• M«t «n 7n*H0y Standvd*
• Witiift, BudgelCoci EsfiiMM
- Proper hvoickig
0
1
etote.
iX
FULTON COUNTY UNIFORM CONTRACT/PURCHASING SIGN-OFF SHEET
Solicitation #:
Description: 2006 Crown Victoria Police Vphic1f»«;
Department: sheriff
Contact: Darrell Releford x5139
PROCUREMENT ACTION:
( ) Invitation To Bid (ITB)
( ) Request for Proposal (RFP)
( ) Request for Quotation (RFQ)
( ) Other (Explain):
SOLICITED FROM:
Bids Sent
Bids Received
No-Bids Received
(x ) Statewide Contract
( ) Change Order
( ) Sole Source
I
MBE
I
FBE
( ) Contract Amendment
( ) Renewal
( ) Emergency Procurement
Total
Non-M/FBE
1
TYPE OF SERVICE:
( ) Annual Purchase
( ) Land Purchase
(x) One Time Purchase
( ) Contract Employee
V
( ) Construction
( ) Professional Services ( ) Non-Professional Services
( ) Other (Explain)
( ) Revenue Contract
PRIME CONTRACTOR
ftfl Non-M/FBE ( ) MBE ( ) FBE Code:*
SUBCONTRACTOR
|( ) Non-M/FBE ( ) MBE ( ) FBE Code:*
IName
t
Name Allan Vigil Ford Gov't Sales
Address 6790 Mt. Zion Blvd.
City
Counft£layton
Contact Roger Moore
Amount $656,551.00
Formal Contract Attached?
Percentage: 100%
(
) Yes
Contract Start Date 2/16/06
Prior Contractts) With County: (X) Yes
Funding Line:
I Address
ST GA Zip 30260
ICitv
Telephone (770) 968-0680 iCountv
Morrow
( ) Grant
( ) Lease
(X) No
ST
Telephone
IContact
I Amount $
Percentage:
I (If additional sub-contractor sheet is needed, please attach.)
Or KX) UoonADDroval
( ) No
Zip
End Date 12/31/06
Dates: 1/1/-5 - 12/51/05
500-530-5301-1410
VAL SIGNATURES
Originating Department:
Information Technology:
Environment and Community Development:'
Finance:
!
County Attorney:
\
I
§69g g =
J
V Contract Compliance:
Purchasing:
Deputy County Manager:
County Manager:
Board of Commissioners:
Finance Summary
Original Amount
Previous Increases
This Request
Contract Total
Total Contract
$_
$_
$_
$
MBE/FBE Portion
Amount:
Amount:
Amount:
Amount:
$_
$_
$_
$
*Ethnic Codes:
A - Asian American Male
B - African American Male
H - Hispanic American Male
N - Native American Male
W - White Female J - Asian American Female G - African American Female I - Hispanic American Female
K - Native American Female
Rev. 11/02
White - County Clerk
Canary-Purchasing
Pink - Contract Compliance
Goldenrod - Originating Department
Statewide Information Sheet
Statewide Contract Number
S-030381
Name of Contract
Vehicles, Pursuit
Effective Date
August 1, 2003
NIGP Code
Expiration Date
07006
2006 End of Model Year
Contract Table of Contents
Vendors Awarded
1
Contract Information:
15 pages
Contract Information for Vendor
Page Number
Allan Viail Ford
2
Additional Contract Information
Contract Renewals/ Extensions/ Chanqes
3
Special Terms And Conditions
4z5
State Of Georaia Specification
6z9
Price Schedule
10
Map
H
State of Georaia Extended Warranty Price Schedule
12
Options Price List
13-14
DOAS Issuina Officer for the State
15
Contract Information Sheet
Vendor Name: Allan Vigil Ford
Contract Information
Statewide Contract Number
'
S-030381
Contract Name
Vehicles, Pursuit
PeopleSoft Vendor Number
0000011950
Location Code
006
Vendor Name & Address
Allan Vigil Ford
6790 Mount Zion Road Blvd.
Morrow, GA 30260
TIN: 58-1606549
Contract Administrator
Robert (Bob) F. Burtner
Telephone: 770-968-0680
Toll Free: 800-821-5151
Fax: 678-364-3910
Contract Details
1. Ordering Information
Allan Vigil Ford
6790 Mount Zion Road Blvd.
Morrow, GA 30260
2. Remitting Information
Allan Vigil Ford
6790 Mount Zion Road Blvd.
Morrow, GA 30260
3. Delivery Days
Orders will be shipped within 90 days after
receipt of Purchase Order.
4. Discounts
Bid Offer does include a cash discount.
5. Payment Terms
5% 20 Net 30
6. Bid offer includes
State and Local Government
Purchasing Card may be used for purchases
under this contract and any cash discount
will be applied the same as cash.
7. Acceptable payment method
8. Special Terms and Conditions
See attached three (3) pages
9. Product/Pricing Schedule
Price Schedule
Contract Renewals/ Extensions/ Changes
1. RENEWAL
Effective Date of this Renewal Notice:
Initial Effective date of Contract:
Expiration Date:
June 8, 2005
August 1, 2003
2006 Model Year End
Pursuit Vehicles Contract with Allan Vigil Ford has been renewed for model year
2006 at the same contract prices, terms and conditons.
Special Terms And Conditions
1. EVALUATION AND AWARD
a. Inspection of Facilities
A pursuit vehicle time trial and evaluation program has been conducted by the Michigan State Highway
Patrol. Vehicles, in order to qualify for award, shall perform within a range of 10% of the top scoring
vehicle in the respective class tested.
b. Evaluation Criteria
The award of this contract will be made to the lowest responsible bidder or bidders as follows; FOB
Georgia State Patrol Garage - 959 Confederate Avenue, S.E. Atlanta, Georgia location, and FOB Dealer's
Location. Factors which will be considered in determining the lowest responsible bid or bids include: price,
quality, conformity with specifications, discounts, freight, and delivery time. Also, for additional
information refer to statewide contract additional instructions; page 2, section 4c.
2. BOND
In order to insure compliance, the successful bidder(s) will be required to furnish a Performance Bond as
follow:
A Surety Bond in the amount of three hundred thousand dollars ($300,000.00): Such bond
shall be made payable to the State of Georgia, Department of Administrative Services, State Purchasing,
200 Piedmont Avenue, S.E., Atlanta, Georgia 30334-9010 within ten (10) days after notification of award.
Failure to supply the required bond in the required time will cause the vendor's bid to be removed from
consideration for award.
SPECIAL NOTE: The timely acquisition of vehicles is essential to the efficient operation of the State, and
the delays in delivery, for whatever reason, may be detrimental to the welfare of it's citizens. In order to
insure prompt delivery and a sure supply of vehicles, the State reserves the right to reject any bid for
vehicles manufactured by any vendor whose employees are on strike or whose employees are likely, in
the sole discretion of the State, to go on strike during the term of the proposed contract.
3. TERM
The term of this contract will be from date of award to end of model year 2004 and/or 2005 production.
4. GSP
GSP shall require a pilot car from the successful vendor before orders are placed. (This is to insure
paint/color is accurate and acceptable.)
5. DELIVERY
Successful vendor will be required to submit a certified letter to the Department of Administrative
Services, State Purchasing, indicating the last date orders for guaranteed delivery will be acceptable. This
Certified letter must be received by State Purchasing within thirty (30) days of the last ordering date.
LOCAL GOVERNMENT AGENCY
This Request for Quote is issued to establish a contract for the supply of goods, services, materials or
equipment to all state and local government agencies within the State of Georgia. Bidders shall offer the
same prices, terms and conditions to local governments agencies. Exceptions to this requirement will not
be considered and will result in disqualification of bid.
PURCHASING CARD
The Purchasing Card shall be accepted as a payment method by state agencies & local governments.
Cash discounts offered will be applied the same as cash or checks.
State Of Georgia Specification
Model Year- 2004 & 2005
Sedan, Police Pursuit, 4-Door
Note: These Detail Specifications Are Not Complete Unless It Is Used In Conjunction With Specifications
07006 Revised September 24, 1999 Entitled: "Automobiles, And Station Wagons, General Specifications."
A. SCOPE: This specifications covers Large 4-Door Police Pursuit Sedans. Only those vehicles classified as
A LARGE by the U.S. Environmental Protection Agency will be considered.
B. VENDOR INFORMATION: Police Pursuit vehicles shall be equipped with factory installed Police Packages
plus additional items listed below. Bidders shall indicate EXACTLY what they are offering under "BIDDER
RESPONSE."
C. BASIC REQUIEMENTS:
VEHICLES
BIDDER'S RESPONSE
Identity
Make
Model
Ford
Crown Victoria
Police Package
Option or model number
£71
Engine
Largest cubic inch displacement,
V8 to provide maximum top speed
and acceleration performance.
4.6LV-8
V-8 to Provide Maximum
top Speed & Acceleration
Engine Cooling
Largest available with police
pursuit, front air deflector,
coolant recovery.
Largest Available Loading
w/Front Air Deflector
Coolant Recovery
Exhaust
Compatible with engine to provide
maximum top speed and
acceleration performance to
be dual exhaust
Dual Exhaust Compatible
To Provide Maximum
TOP Speed & Acceleration
Fuel System
Compatible with engine to provide
maximum top speed and
acceleration Performance using
89 octane gasoline
Unleaded Gas for Maximum
Top Speed & Acceleration
Engine Uses 89 Octane
Unleaded Gasoline
Transmission
Automatic, compatible with engine
to give maximum performance.
4 Speed Automatic
Transmission
Suspension
Heavy duty, police package
Heavy Duty Police Suspension
Stabilizers
Heavy duty, police package
Heavy Duty Stabilizers
Differential
Heaviest duty available
Heavy Duty Differential
Rear Axle
Compatible with engine to provide
maximum performance, top speed
acceleration.
3.27 to Axle Ratio For
Maximum Top Speed &
Acceleration.
Steering
Power assisted with auxiliary oil
cooler. Heaviest duty available
with police package. Steering
wheel, tilt type, anti-slip
Power Steering with
Auxiliary Oil Cooler, Tilt
Steering Wheel. Anti-Slip
Safety Restraints
Dual front airbags
dual side airbags
Dual Front Airbags
Dual Side Airbags
Brakes
Anti-lock brakes/NO SUBSTITUE
4 Wheel Anti-lock Brakes
Alternator
100 AMP minimum, heavy duty
design capable of withstanding
patrol vehicle operation at all
speeds and conditions
200 AMP Generator
For Heavy Duty Use
Battery
12 Volt, highest available
amperage Heavy-duty design
capable of withstanding
patrol vehicle operation
at all speeds and conditions
12 Volt. 78 AMP
Extra Heavy
Duty Battery
Wheels
5 each, largest available for police
package
Color: Black
5 each 16 Inch
Wheels
Black
Wheel Covers
Two (2) size wheel covers
large: On plain vehicles, 16"
small: On blue and gray vehicles
smallest available
16" Wheel Covers on Plain:
Small Wheel Covers on
Blue and Grays
Power Door Locks
Driver controlled only
6 Windows
Driver Controlled
Only
Tires
Five (5) each manufacturer's
standard size.
Highest speed rate, police type
tubeless radial, blackwall
5 Each P225 / 60UR 16
Highest Speed Rated. Police
Type Tubeless Radial, Blackwall
Radio
AM/FM, antenna & speaker,
factory installed.
AM/FM with
Antenna & Speakers
Noise Suppression
Factory installed Police Radio
interference suppression bonding
straps (No less than (6) bonding
straps.)
Radio Noise Suppression
With 10 Bonding Straps
Trunk Release
To be located in center of dash
Trunk Release: Center of
Dash
Trunk
Factory trunk mats
Factory trunk mats
Seats and Upholstery
Plain Vehicle Front Seat: split
bench seat with armrest, 6-way
power (driver only), cloth covered.
Plain Vehicle Rear Seat: Full bench,
heavy-duty, cloth covered,
blue & gray front seat:
Power. Split Bench
Cloth Front: Cloth
Full Bench Rear
Power Bucket Seats
bucket, 6-way power Cloth. Driver
(Driver only), cloth covered
blue & gray Rear Seat: Full
bench, heavy-duty, vinyl
covered.
Upholstery: Heaviest duty cloth
and vinyl available. Colors to be
compatible with vehicle
exterior.
6-way Power; Vinyl
Full Bench Rear Seat
Glass
Tinted, all glass
Tinted Glass
Mirror
Inside-day/night type
outside LH & RH remote
controlled
Day/Night inside Mirror
Outside Mirrors/Re mote
Controlled
Paint (exterior)
FOB Dealer's Location Pricing
based on manufacturer's standard
exterior paint. FOB Georgia State
Patrol Garage Pricing shall include
special GSP upper gray and GSP
lower blue. Paint must match
current GSP vehicle colors. GSP will
provide color samples to the
successful vendor(s).
Ford Standard Paint.
MM-Ultra blue-Lower
TM-Liqht Gray, Upper
Two Tone #2. Matches
Current GSP Vehicles
Cigarette Lighter
Factory Installed
Factory Cigarette Lighter
Dome Light
Beam lamps dome mounted
or over rearview mirror.
5" Center Mounted
Dome Light Over Rearview
Mirror
Speedometer
0-140 MPH, certified calibration
0-140 MPH. Certified
Calibration
Windshield Washer
Manufacturer's standard
Standard Windshield Washer
Windshield Wipers
Multi-speed, intermittent
Wipers Are Multi-speed/
Intermittent
Door Molding
Factory Installed
Factory Installed
Carpet
Factory Installed
Rear Window
Electric Grid, Control
within drivers reach
Factory Installed with
Floor Mats
Standard Rear Window/
Defrost
Lock
Keyed alike; Three (3)
keys per vehicle (one (1)
key, dealer furnished) each
vehicle to have different key.
Vendor shall provide key
numbers for each vehicle on
each invoice.
Heavy Duty in
Compatible Colors
Dealer Supplied
Codes Will Be On Invoice
Sun visors
Padded, LH & RH
Padded Sun Visors
Hood Release
Inside Mounted
Hood Release is inside
Mounted
Parking Brake
Warning light or
Parking Brake/Warning
automatic release
Light
Tire Changing
Jack, base plate & Lug
Wrench
Jack & Lug Wrench
Air Conditioner
Factory Installed
Factory A/C
Parts Cost List
One copy-To be furnished
With first vehicle delivered to
Department of Public Safety.
One Copy-Hard Copy or CD
ROM
Shop Manual
One copy-To be furnished
with first vehicle delivered to
Department of Public Safety.
One Copy-Hard Copy or CD
ROM
Warranty
Vehicle, and all equipment
including air conditioning:
Fully warranted against
defective materials and
workmanship for not less than
36 months or 36,000 miles
from date of placement into
service by the Georgia Department
of Public Safety.
3 years/36 miles Bumper to
Bumper Warranty.
The above specifications are to be included in the base price. Any other equipment included as standard
by the manufacturer on the police package must be included in base price.
Price Schedule
NIGP Code: 0709800072 - Pursuit Vehicle, Large, in accordance with attached specifications.
Retail Price, FOB Georgia State Patrol Garage
Gray
$26,250.00 for State Spec. Blue &
Contract Price, FOB Georgia State Patrol Garage
$21,000.00
Retail Price, FOB Dealer's Location
$25,925.00 for State Spec. Plain
Contract Price, FOB Dealer's Location
$22,019.00
Regional Delivery Price:
Regional Delivery is defined as all facilities and/or Agencies located within the following Regions:
See the attached Georgia Regional Map.
Region 1 $80.00
Region 7
$80.00
Region 2 $90.00
Region 8
$100.00
Region 3 $0.00
Region 9
$110.00
Region 4 $50.00
Region 10 $150.00
Region 5 $75.00
Region 11 $180.00
Region 6 $50.00
Region 12 $180.00
Georgia Regional Map
-,'
\ Knjii.M 1 - -
1
\
\
Bartow
Catoosa
Chattooga
Dade
Fannin
Butts
Carroll
Coweta
Region 1
Floyd
Gilmer
Gordon
Haralson
Murray
Region 4
Heard
Lamar
Merlwether
Pike
Paulding
Pickens
Polk
Walker
Whitfield
Banks
Dawson
Forsyth
Franklin
Spalding
Troup
Upson
Barrow
Clarke
Elbert
Greene
Region 7
Burke
Columbia
Glascock
Hancock
Baker
Calhoun
Colqultt
Decatur
Jefferson
Jenkins
Lincoln
McDuffie
Richmond
Region 10
Dougherty
Early
Grady
Lee
Miller
tit t>hi 14 HI •
Screven
Taliafero
Warren
Washington
Wilkes
Mitchell
Seminole
Terrell
Thomas
Worth
Region 2
Habersham
Hall
Hart
Lumpkin
Region 5
Jackson
Jasper
Madison
Morgan
Region 8
Chattahoochee Macon
Clay
Marion
Crisp
Muscogee
Quitman
Dooly
Randolph
Harris
Atkinson
Bacon
Ben Hill
Berrien
Brantley
Brooks
Region 11
Charlton
Clinch
Coffee
Cook
Echols
Irwin
Rabun
Stephens
Towns
Union
White
Cherokee
Clayton
Cobb
Newton
Oconee
Oglethorpe
Walton
Baldwin
Bibb
Crawford
Schley
Stewart
Sumter
Talbot
Taylor
Webster
Appling
Bleckley
Candler
Dodge
Emanuel
Lanier
Lowndes
Pierce
Tift
Turner
Ware
Bryan
Bulloch
Camden
Region 3
DeKalb
Douglas
Fayette
Region 6
Houston
Jones
Monroe
Peach
Region 9
Evans
Jeff Davis
Johnson
Laurens
Montgomery
Tattnall
Region 12
Chatham
Effingham
Glynn
Fulton
Gwinnett
Henry
Rockdale
Pulaski
Putnam
Twiggs
Wilkinson
Telfair
Toombs
Treutlen
Wayne
Wheeler
Wilcox
Liberty
Long
Mclntosh
State of Georgia Extended Warranty Price Schedule
Bidders shall provide copies and cost information on all available extended warranties
including power train and complete coverage. Please indicate the deductibles that are
applicable for each type coverage separately.
PRICE
DEDUCTIBLES
48 Months
60 Months
1680.00
72 Months
$N/A
$ 50.00 powertrain care
$N/A
48,000 miles
$N/A
75,000 miles
$
100,000 miles
$N/A
See enclosed Extended Warranty Chart for month/miles combinations and additional coverage
levels.
ESP FOR POLICE VEHICLES
. . . . MODEL YE/\R CROWN VICTORIA ONLY
(FLEET / RETAIL SALE OR LEASE)
•
$50
Deductible
$100
Deductible
NEW VEHICLE PLANS
PowertrainCARE
i^HIEiiHill
H B ^ H l
i n l i i l
°
.°
75,000
1OO
00
75,000
HirailiigMi
6
0.0
00
75
000
i^^Biip^^i
SM3SMlI^^ffi
100,000
75,000
JNMKHHHHl
HHESifi^nH
^ ^ ^ ^ S i M
60 000
75'000
'
100.000
75,000
ExtraCARE
JMpyMinieiil
(premiumCARE
HWMIiJiWW
•HUI3MM
^^•H^^HI
jjnm&ix&imm
1
•
60>00
mm&A-z&mmm
BaseCARE
HIKiS^iHI
$0
Deductible
vm
\$<\o
pis
'
lOpS.
—
32oS
—-
^ £45-"
60 000
>
75>00
°
100,000
75,000
37^5
•-3/IO--
2*16
^75
.—
—
3C3o
Surcharges - Add M^Cspst for All .|>Iarisj|
Plans sold beyond 12 months /12.000 ijiiles. v/hichever occurs first.
Quality Fleet Care Profoam Enrollment Fee
NOTE: Maintenance & Wear plans are not available on police vehicles.
Ossigoed. Exclusively for Allan vigil's Southlake Ford
Page 7 - August 2000
S100
• 6667 Tare Boulevard
pWLcJkji&JL
Y
Post Office Box 547
Jonesboro, Georgia 30237
..
^k
www.vigilford.com
Main: (770) 471-7801
*7^
J ^
GA: (800) 222-3597
FAX: (770) 472-3414
(jKESESfffc)
TTY: (770) 603-9050
2004 Option Prices
Option
C6aT~ ~
3.55 axle
Cassette
Heated mirrors
Silicone hoses
Laminated security glass
Drivers spotlight
Dual spotlights
Lateral bow reinforcement
Limited slip differential
Locking gas cap
Power adjustable pedals
Front power distribution box
2-way radio pre-wire
Roof wiring with hole
...
Roof wiring w/o hole
Speed control
Traction control
Trunk pack w/Kevlar front liner
' ee
730A
58H
61K
177
478
51A
51Y
185
45C
54G
59C
66F
946
187
189
194
553
14T
60B
FLEET DEPARTMENT
MAIN: (770) 968-0680
^ost~
$138
245
30
275
254
163
292
69
108
9
103
82
39
168
73
194
202
163
133
GA: (800) 821-5151
FAX: (770) 472-3460
DOAS Issuing Officer for the State
Edward Scott, CPPB
Phone: 404-656-5699
Fax: 404-657-8444
Note: For product and ordering information see Vendor Information Sheet.
SWC S-000483
VEHICLES
NIGPCODE: 07006
PAGE 1 OF 5
r
AUG 3 0 2005
1
!
AUTOMOBILES AND STATION WAGONS
SPECIFICATIONS AND PRICE SCHEDULES
2001 MODELS
t
NOTE: THIS SPECIFICA ["ION I S NOT COMPLETE UNLESS USED WITH 07006 "AUTOMOBILES , REVISED 09-24-99. HATCHBACKS AND COMMERICAL VERSION 8-CYLINDERS ARE UNACCEF
IN THE SEDAN CATEGO
<_
VEHICLE NAME
DESC.
FOB
FOB METRO
FOB
CONTRACTOR
DEDUCT FOR NO
NIGP
•DEDUCT FOR NO REAR
EPA
AND MODEL
DEALER
(MINIMUM
NAME AND ID
ATLANTA
DELIVERED
CRUISE CONTROL
CODE
WINDOW DEFOGGER
CLASS
NUMBER
NUMBER
REQUIRETO AGENCY
07006
MENTS)
0709800-001
COMPACT
0709800-057
COMPACT
0709800-002
MIDSIZE
07098004358
MID-SIZE
- 0709800-003
4 DOOR
SEDAN, 4
CYL., LEV
SOUTHLAKE
FORD
581606549-001
4 DOOR
SEDAN, 4
CYL., ULEV
582241119-001
FORD
ESCORT
PI3
11949.00
11974.00
CIVIC LX
14820.00
1.00/ MILE
50.00 MUST.
N/A
NIA
14820.00
NIC
N/A
18650.00
N/A
MA
N/A
N/A
N/A
4 DOOR
SEDAN,
4 CYL., LEV
4 DOOR
SEDAN,
4 CYL., ULEV
TOYOTA
581889847-001
CAMRYLE
NALLEY
HONDA
582241119-001
HONDA
ACCORD LX
18280.00
18280.00
MID-SIZE
4 DOOR
SEDAN, 6
CYL, LEV
BILL HEARD
CHEYROLET
580862636-0(11
MALIBU
IND69
13810.00
13860.00
.40 I MILE
.00 MESf.
208.80
MA
0709800-030
LARGE
4 DOOR
SEDAN, 6
CYL.
MIKE PATTON
C-P-D-J
581849203-001
DODGE
INTREPID
16609.25
16659.25
.85/MILE
85.00 MIN.
MA
N/A
0709800-004
LARGE
4 DOOR
SEDAN, 8
CYL.
SOUTHLAKE
FORD
581606549-001
FORD
CROWN
VICTORIA
P73
19697.00
19722.00
1.00/MILE
50.00 MIN.
N/A
N/A
0709800- 005
SMALL
4 DOOR
STATION
WAGON, 4
CYL., LEV
SOUTHLAKE
FORD
581606549-001
FORD
FOCUS WAGON
P36
1450800
1453300
1.00 1 MILE
50.00 MIN.
150.00
NIA
0709800-006
MID-SIZE
4 DOOR
STATION
WAGON, 6
CYL., LEV
UNIVERSITY
FORD
581945376-001
FORD TAURUS
WAGON
PS8
16216.00
16323.00
1.25/ MILE
125.B0MIK.
2532
o
mE
N/A
MA
ALL OF THE ABOVE VEHICLES ARE TO HAVE THE FOLLOWING EQUIPMENT: AUTOMATIC TRANSMISSION; POWER BRAKES; POWER STEERING; AIR CONDITIONING; REAR WINDOW
DEFOGGER; TINTED GLASS; AM/FM STEREO RADIO; SEATS (FRONT BUCKET OR SPLIT BENCH); CRUISE COXTROL ; COLOR KEYED CARPETED FLOOR MATS (FACTORY INSTALLED)- SPARE
TIRE AND WHEEL; DRIVER AND PASSENGERSIDE MIRRORS.