Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-011Temp. Reso. # 12901 February 8, 2017 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2017 /(/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF NEW AND REPLACEMENT VEHICLES AND EQUIPMENT UTILIZING COMPETITIVE PROCUREMENT METHODS AND CURRENT AGREEMENTS AVAILABLE FOR COOPERATIVE PURCHASE AT THE TIME OF PURCHASE, INCLUDING THE AGREEMENT AWARDED BY THE FLORIDA SHERIFF'S ASSOCIATION, IN THE BEST INTEREST OF THE CITY; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO SELECT, APPROVE, AND AWARD THE PURCHASE OF SAID EQUIPMENT AND VEHICLES UTILIZING BID NO. 17-06B AND CURRENT AGREEMENTS AVAILABLE FOR COOPERATIVE PURCHASE AT THE TIME OF PURCHASE IN THE BEST INTEREST OF THE CITY AND TO AWARD BID NO. 17- 06B TO FOUTS BROS. INC. IN THE AMOUNT OF $92,038.00; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $459,760.00 FROM THE APPROPRIATE ACCOUNTS FOR ALL VEHICLES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, funds were appropriated in the Adopted Fiscal Year 2017 Budget for replacement of vehicles and heavy equipment; and WHEREAS, the timely replacement of City vehicles and equipment is necessary in order to ensure the effective and efficient delivery of services by City departments; and WHEREAS, City of Tamarac Code, §6-148 allows the Purchasing Officer the authority to waive purchasing procedures and purchase equipment which is the subject of contracts with other governmental agencies; and WHEREAS, it has been proven in the marketplace that formal competitive bids Temp. Reso. # 12901 February 8, 2017 Page 2 of 5 available for cooperative purchase provide the lowest prices as well as the most efficient method for purchasing vehicles and heavy equipment, and WHEREAS, the Director of Public Services, Director of Financial Services, and Purchasing and Contracts Manager have determined that it is in the City's economic interests to purchase replacement vehicles and equipment as identified in "Exhibit 1", attached hereto, utilizing current agreements available for cooperative purchase including, but not limited to, the Agreement awarded by the Florida Sheriff's Association (FSA), a copy of the FSA Agreement is incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, the Fire Battalion Chief Vehicle, identified in "Exhibit 1" as Vehicle No. 357, is a special use vehicle for the Fire -Rescue Department including modifications and additional equipment, which are beyond the scope of a cooperative contract and warranted a separate competitive bid; and WHEREAS, the City of Tamarac publicly advertised Bid No. 17-06B for the Battalion Chief Vehicle on December 14, 2016; a copy of Bid No. 17-06B is incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on January 17, 2017, one (1) sealed bid received from Fouts Brothers, Inc. was opened and evaluated, a copy of the submittal is attached hereto as "Exhibit 2" and made a specific part of this Resolution; and WHEREAS, it was determined that the submittal from Fouts Bros., Inc. was responsible and responsive; and WHEREAS, the appropriate City Staff shall be authorized to award Bid No. 17- 06E to Fouts Bros., Inc. in the amount of $92,038.00; and WHEREAS, Funds in the amount of $459,760.00 exist in the FY 2017 Adopted Temp. Reso. # 12901 February 8, 2017 Page 3 of 5 Budget, of which, $75,000.00 is available in the Building Fund — Capital Equipment Fund, $160,760.00 is available in the Fire Rescue — Capital Equipment Fund, $166,000.00 is available in the General Government (Non -Departmental) — Capital Equipment Fund, and $58,000.00 is available in the Stormwater Fund; a detailed budget summary is hereto attached as "Exhibit 3"; and WHEREAS, it is in the best interest of the City to authorize the appropriate City officials to select, approve, and award the most cost effective procurement method utilizing competitive procurement methods and current agreements available for cooperative purchase at the time of purchase including, but not limited to, the Agreement awarded by the Florida Sheriff's Association; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that the appropriate City Officials be authorized to select, approve and award the cost effective choice for replacement vehicles and equipment as identified in "Exhibit 1" be purchased utilizing competitive procurement methods and current agreements available for cooperative purchase, including, but not limited to, the Agreement awarded by the Florida Sheriff's Association. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof and all exhibits referenced and attached hereto are Temp. Reso. # 12901 February 8, 2017 Page 4 of 5 incorporated herein and made a specific part of this Resolution. SECTION 2: The City Commission of the City of Tamarac authorizes the purchase of new and replacement vehicles and equipment utilizing competitive procurement methods and current agreements available or cooperative purchase, at the time of purchase, including the Agreement awarded by the Florida Sheriff's Association; and the City Commission further awards the purchase of a new Fire Battalion Chief Vehicle pursuant to Invitation for Bid No. 17-06B to the lowest responsive and responsible bidder, Fouts Bros., Inc. in the amount of $92,038.00; authorizing an expenditure in an amount not to exceed $459,760.00 from the appropriate accounts for all vehicles. The appropriate City Officials are further authorized to execute all appropriate agreements and do all things necessary to effectuate this Resolution." SECTION 3: Funds totaling $459,760.00 were appropriated in the Adopted Fiscal Year 2017 Budget for the purchase of replacement vehicles as identified in "Exhibit 1", of which, $75,000.00 was provided for in the Building -Fund—Capital Equipment Fund, $160,760.00 was provided in the Fire -Rescue Capital Equipment Fund, $166,000.00 was provided in the General Government (Non -Departmental) Capital Equipment Fund, and $58,000.00 was provided for in the Stormwater Fund, a detailed budget summary is hereto attached as "Exhibit 3". SECTION 4: An expenditure in the amount of $459,760.00 for said purpose is hereby authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. J 1 Temp. Reso. # 12901 February 8, 2017 Page 5 of 5 SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED ADOPTED AND APPROVED this 9 ATTEST: ATRICIA TEU L, CMC CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM f tr1oSAM EL S. GOREN [k, CITY ATTORNEY day of 42017. HA RY D ESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: COMM. GOMEZ DIST 3: COMM. FISHMAN DIST 4: VICE MAYOR PLACKO FISCAL YEAR 2017 VEHICLE REPLACEMENT / PURCHASE PROGRAM Exhibit 1 TR 12901 Unit Dept. Year Make / Model Repl. Make and Model FY17 Adopted Budget 1 550 Building 2004 Ford Explorer FORD EXPLORER $31,000 2 551 Building 2004 Ford Explorer FORD F150 PICKUP $22,000 3 555 Building 2006 Ford F150 Ext Cab FORD F150 PICKUP $22,000 160-3600-581.91-31 CVI$A Buliding Fund $76,000 Unit Dept. Year Make / Model Repl. Make and Model FY17 Adopted Budget 4 357 Fire Rescue 2008 Ford F350 Crew Cab Ford F450 Crew Cab $100,000 5 358 Fire Rescue 2011 Ford Escape Ford Explorer $26,760 6 351 Fire Rescue 2006 Ford Ranger Ford F150 $34,000 301-4520-522.64-06 CV17F Capital l5quip Fund-- Fire; Rescue $160,760 Unit Dept. Year Make / Model Repl. Make and Model FY17 Adopted Budget 7 2703 PUBLIC SVC 2000 Ford F150 Ford F150 $27,000 8 2058 PUBLIC SVC 2005 Chevrolet 2500 Ford F250 $29,000 9 2060 PUBLIC SVC 2005 Chevrolet 2500 Ford F250 $29,000 10 lNew PUBLIC SVC 1 2017 1 Ford 150 for New Position $27,000 11 New PUBLIC SVC 2017 1 1 Ford 150 for New Position $27,000 12 16554 lComm Dev 2005 1 Ford Ranger Pickup lChevorlet Equinox $27,000 301-9000-619.6445 m7B lCaplital Squipmentftnd I $,im-na0 Unit Dept. Year Make / Model Repl. Make and Model FY17 Adopted Budget 1312053 IPUBLIC SVC-SW 2003 Ford F450 Pickup Ford F450 Crew Cab w/ Dump Body $58,000 410-5050.538.64.05 Btormwater Fund $58,000 FY 17"ToW Vehicle Replacement Budget $459,760 - Exhibit 2 TR 12901 City Of Tamarac 7525 NW 88h Ave Tamarac, FL 33321 12/15/2016 We are pleased to submit our bid for your consideration on the following complete in strict accordance with the attached proposal for the following price-, One (1)2017 Fouts Bros. Light Duty Rescue per attached proposal. Truck As Speced $85,776.00 Delivery $1300.00 BID PRICE $87,076.00 Said apparatus is to be built, in accordance with the specifications hereto attached, delays due to strikes, war or international conflict, failures to obtain chassis, materials, or other causes beyond our control not preventing, within 120 Days from date of signed contract The specifications herein contained shall form a part of the final contract, and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and provide such alterations do not materially affect the cost of the construction of the apparatus. This above price is good for 60 days. The pricing provided is exclusive of all Federal, State and Local taxes and any other fees which may apply unless specifically noted herein. Respectfully Submitted, &z� William Ingram, Jr. Sales Representative Fouts Bros. lot. 2158 Atlanta Road, Smyrna, GA 30M 1 8 W)90.5045 0 (770)433-0112 • sales@foutsfira.torn * www.foutsfire.com Exhibit 2 TR 12901 01-17711 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88 THAVENUE TAMARAC,FL 33321 954-597-3570 INVITATION FOR BID Bidder Acknowledgement BID NO,: 17-0613 BID TITLE: FIRE BATTALION CHIEF VEHICLE BID OPENING DATE/TIME: THURSDAY JANUARY 5, 2017, AT 3:00 P.m. BUYER NAME: Keith K. Glatz, CPPO BUYER PHONE: 964-697-3567 BUYER EMAIL: kelth.glatz@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION, None BONDING: Not required for this bid. GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL 810$ FOR COMMODITIESISERVICES ISSUED BY THE CITY OF TAMARAC. THE CITY OF TAmARAc MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR BID BY WDICATING SUCH CHANGE IN THE INSTRUCTIONS To BIDDERS, IN T+4E SPECIAL CONDITIONS OF THE BID, OR IN THE SPECIFICATIONSISTATEMENT OF WORK. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER THESE GENERAL CONDITIONS AND ANY CONFLICTING PROVISION WITHIN ANY VENDOR'S STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDOR'S DOCUMENTATION TO THE CONTRARY. SEALED BIDS THIS FORM SHOULD BE EXECUTED AND SUBMITTED WITH ALL BID FORMS IN A SEALED ENVELOPE, THE FACE OF THE ENVELOPE SHALL CONTAIN THE ABOVE ADDRESS, THE BID NUMBER AND THE BID TITLE. BIDS NOT SUBMITTED ON THE ATTACHED 131D FORM MAY BE DEEMED NON -RESPONSIVE. ALL BIDS ARE SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. BIDDER COMPANY NAME: COMPANY ADDRESS:__„ COMPANY PHONE: NAME OF AUTHORIZED TITLE OF AUTHORIZED AUTHORIZED AGENT El BIDDER TAXPAYER ID OR SOCIAL SECI SIGNATURE OF AUTHORIZED AGENT: P-11 W, I 1550" M IN 121 1 I certify that this Bidder Acknowledgement is made without prior understanding, agreement or connection with any corporation, firm or person submitting a Bid for the same commodities and/or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid as an agent for the Bidder. 1 Exhibit 2 TR 12901 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 954-597-3570 Our Vision and Mission Our Vision: The City of Tamarac, our community of choice -- leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are "Committed to Excellence. . . Always" It is our job to foster and create an environment that Responds to the Customer Creates and Innovates' Works as a Team Achieves .Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards of the public trust; we value vision, integrity, efficiency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City. Our vendors are expected to deliver high quality products and efficient service that 1s provided on time and as ordered; in a manner that improves the overall value of the services that the City provides to its residents. in addition, we expect our vendors to work with the City as a team, and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence In the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching for firm who will exemplify these ideals in the execution of their work; and the successful firm will be measured against the performance standards outlined in this bid invitation. INTRODUCTION It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any Informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures', Section 6-141 at seq. It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation'",. Article V, „Purchasing Procedures", Section 6.141 et seq. GENERAL TERMS AND CONDITIONS These ;general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but riot limited to Request for Quotes, invitation for Bids and Request for Proposals; As such the words "bid" and "proposal" are used interchangeably In reference to all offers submitted by prospective Bidders. Any and all special conditions in this IFB or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. if no changes- or deletions to General Conditions are made in the Special Conditions; then the General Terms and Conditions shall prevail in their entirety. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City of Tamarac, Purchasing Division„ 7525 N. W. 88th Avenue, Room 108, Tamarac, Florida 33321, no later than the date and time specified on the cover page of this solicitation document. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package: Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise' specified, the Bidder must use the bid form furnished in the bid document. The Bidder is requested to submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in Ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. Additionally, an electronic copy of the bid response must be provided along with the bid response. The electronic version shall be in a pdf format, and shall be loaded on a USS flash drive or CD. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures Exhibit 2 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88z" AVENUE TAMARAC, FL 33321 954-597-3570 or corrections in ink. All bids .shalt be submitted in the English language. All prices; terms and conditions quoted in the submitted bid shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bidin response to this solicitation shall bear all expenses associated with its preparation, The Bidder shall prepare a bid with the understanding that noclaimfor reimbursement shall be submitted to the City for expenses related to its preparation, The City reserves the right to charge a non-refundable fee for the purchase of a solicitation document, and / or for project plans related' to the solicitation. Such requirement will be specified on the cover page of this document if it is applicable to this solicitation. Payment of such fee to the City shall be required in order fora bidder to be considered for the award of an agreement as a result of this solicitation. 2, BID DEPOSIT When required on the cover page, a bid deposit or bid surety bored in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashler`s check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. In lieu of a bid deposit, a bid surety provided by a fiinn licensed to business In the State of Florida shall be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor' shall be returned upon receipt of acceptable Performance and/or Payment bonds- 3. BONDING When required by, the specification herein, the successful Bidder shall furnish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation; on the City's forms, within fifteen (15) calendar days after notification of contract award. Failure to furnish the required bonds within the time specked may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidder's failure to furnish said bonds. Pursuant to the requirements of Chapter 255.05 (1) (b)', Florida Statutes, the Contractor shall ensure that the Bond or Bonds referenced above shall be recorded in the Public records of Broward County. Proof of recording must be submitted to the City prior to issuance of a purchase order. One (1) set of originals is required. 4. WITHDRAWAL OF 810 Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office, 5. PUBLIC ENTITY GRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on Teases of real' property to a public entity, may not be awarded or perform work as a contractor; supplier„ subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a -period of 36 months from the date of being placed on the convicted vendor list. S. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shall submit this farm with the bid/proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 7. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Bidders' shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies: Further, all Offerors must disuse the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent j5Q%j>or more in the Offerors, firm or any of its branches or affiliate companies. Furthermore, bidder shall not enter into any employment relationship with any individual or firm that creates a potential conflict of interest, or may present an opportunity for the inappropriate sharing of inside Information or proprietary information related to this bid. 8. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any Item from the contract if It is determined that it best serves the interests of the City. 9. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS Eft Pricfrtas Bid prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, bid Exhibit 2 TR 12901 CiTY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 954=597-3570 prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when She contract mustbe approved by another ,agency. Payment will be made only after receipt and acceptance of materials/services. Gash discounts may be offered for prompt payment. however, such discounts shall not be considered in determining the lowest net cost for bid evaluation, Prompt Payment Discounts; Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form, If no payment discount is offered, the Bidder shah enter zero (0) for the percentage discount to indicate net;30 days. if the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Local Govemment Prompt Payment Act, F:S_ Chapter 218. IMPORTANT NOTE"""` Payments by Electronic Funds Transfer: ALL payments by the City will be made by Direct Deposit (AGH) via electronic funds transfer. No paper checks will be issued after that date. Vendors must register for direct deposit with the City prior to receiving any payments by providing a "City of Tamarac Consent for Direct Deposit" form (ACH Form) to the City's Financial Services Accounting Division. The form may be accessed on the City of Tamarac web -site at htto /M_3W. marac.gWindex.as>ax Ni(t=B22 Please contact the Purchasing & Contracts Division at the number shown on this solicitation document herein as the first point of contact for more Information. 10. DELIVERY Ail items shah be delivered F.O.S. destination to a specific City address. All delivery costs and charges must be included in the bid price, The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid, 11. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturers name, trade name, brand name information and/or model/catalog numbers are used in these specifications for information and establishment of a quality level desired, and are not intended to restrict competition unless otherwise specified in the bid. The Bidder may offer any brand which meets or exceeds the specificationss for any Item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's name and model/catalog number. Bidder shall submit complete descriptive literature and/or specifications with the bid. The burden of proof for specification compliance is solely on the Bidder. The City reserves the right to be the sole judge of what is equal and acceptable. Failure to provide this information within three (3) business days of the City's request may be grounds for bid disqualification. If Bidder fails to name a substitute, it will be assumed that the Bidder has submitted a bid which conforms in ali aspects to the requirements of the bid -document, and that the Bidder intends to furnish goods Identical to the bid standard, 12. SAMPLES AND DEMONSTRATiONS When requested, samples are to be furnished free of charge to the City. If a sample is requested It must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product :or service before the award of a contract AN demonstrations will be done at the expense of the Bidder. 13, BACKGROUND INVESTIGATION As a -part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidder's officers and/or employees, by the Broward County Sheriffs Office. Bidders submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidder's qualifications. 14 CONDITIONS OF MATERIALS All materials and products supplied by; the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 16. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and health Act of 1970 as amended, and shall be in compliance with Chapter442, Florida Statutes as well as any industry standards, if Exhibit 2 TR 12901 ! ti CITY OF TAMARAC PURCHASING AND CONTRACTS DiViSION 7525 NW 88"" AVENUE TAMARAC, FL 3321 954-597-3570 applicable. Any toxic substance listed in Section 3817- 41 03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 17. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the 'bid shall be just cause for cancellation of the bid award, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance_ 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 19, TERMINATION a. DEFAULT. 'in addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause; should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, ,if such neglect or failure shall continue fora period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure, b. TERMINATION FOR CONVENIENCE OF CITY: Notwithstanding any additional requirements for performance based contracting contained in the special` conditions herein, the final Agreement may be terminated by the 'City for convenience; upon "seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date; including services reasonably related to termination. in the event that theContractorabandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. c. FUNDING OUT: This agreement shall remain In full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Im 20. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City, Any award- issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City, 21. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless; incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 22. NON-DISCRIMiNATION & EQUAL, OPPORTUNITY EMPLOYMENT During the performance of the Contract the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color; sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender Identity and expression, or disability if qualified. The Contractor will take .affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation. gender identity or expression, or disability if qualified, Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. The Contractor and its subcontractors shall agree to past in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this: nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 23. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 24. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 26. INSURANCE REQUIREMENTS Bidder agrees to,; in the performance of work and services Exhibit 2 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 8C AVENUE TAmARAc,FL 33321 954-697-3570 under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. When performing work on the City's property, Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer befbte beginning work under this Agreement. Bidder shah maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract Insurance rteguirements Litre of Susinm/ Coverage 46tuPylgGC Aggregate U mn* s 0sftr" A*W.9 0"kV indudkW PXRinittsXQPttat C.."an.4 Uoft� P"S"ah*" ExpWor, CON41W, Vnd*,gre nd ttawd $1j000,000 $1,000,0001 Wood FWM PMMnV 0~ Cron LbblIfty md St—*Wky ol b"N"W clau. 1 Automobile Usbilily $11001110OD-00 i $1,W0,00"0.00 0,__ I& Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A,M, Bests -Key Rating Guide and be licensed to do business In Florida. Policies shall be 'Occurrence' form. Each carrier will give the City sixty (60) days notice prior to cancellation, ki The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured", The Bidder's Workers Compensation carrier will provide a Waiver of Subrogation to the City, The Bidder shall be responsible for the payment of all deductibles and self insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and In the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance, 26. INDEMNIFICATION The Bidder shall indemnify and hold harmless the C4 of Tamarac, Its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of lift, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense In any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 27, INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the Parties, It Is the intent of the Parties that the Contractor is an Independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code. the State Worker's Compensation Act, and the State Unemployment Insurance few. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a Exhibit 2 TR 12901 CiTY OF TAMARAC PURCHASING AND CONTRACTS ENVISION 7525 NW 88T" AV NUE TAMARAC, FL 33321 954-59-3570 separate and independent enterprise from the City, that It had full opportunity to find other business, that it has made its own ,investment in its business, and that it will utilize a high level of skill necessary to perform the work, Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 28. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid; the Special Conditions and/or the Detailed Specifications shall prevalL The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. if, upon review, any material errors in specifications are found, the Bidder shall contact the Purchasing Office immediately. Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid prior to the Bid opening date indicated by written addenda. Written addenda shall serve as the sod means of clarification. The City shall not be responsible for oral interpretationsgivenby any City employee or its representative, SPECIAL NOTE . Addendums will only be Issued electronically through the City's web -site. Vendors will be notified of the availability of new solicitations and addendums via e-mail or text message (per the vendor's choice). It Is essential that all vendors receiving a bid or proposal either download the document from the City's web -site, or register as a plan holder. All bidders i' proposers must visit http:l/www tomarac,orsailbidl,alpx, and select the "NOTIFY ME" Icon. This action will take the bidder/proposer to the "Notify Me" page. Once on the "Notify Me" page, enter the appropriate e-mail address to which notifications of solicitations and addendums should be sent. Bidders and proposers may also request notification by text message at this time. Upon completion of this process, a confirming e-mail will be sent to the Individual who registered. You must click on the link provided to confirm registration for solicitation documents and addendums. Regardless of the means of transmission of an Addendum it Is the responsibility of the bidder or proposer to insure that they have received all addendums Issued for a solicitation prior to submitting a response. *`** N 29. BID TABULATION Bidders may download the bid tabulation directly, from the Internet at hM? /M+waw.tamarac.ora/bids.as-ox The City does not notify unsuccessful Bidders of contract awards. Pursuant to FloridaStatute Chapter 119, Section 071 (1), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §119.071(1) (b) (2), or within 30 days after bid/proposal opening, whichever is earlier. 30. RECORDS/AUDITS 301 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shalt comply with Florida's Public Records Law. Specifically, the Contractor shall 30.1.1 Keep and maintain public records required by the City In order to ,perform the service; 30, t.2 Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 30.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City, 30.14 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service, if the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements: If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. Aii records Stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information Exhibit 2 TR 12901 CITY OF TAMARAC PURCHASING AND CONTRACTS DivtsiON 7525 NW 88T" AVENUE TAMARAC, FL 33321 54-597-3570 technology systems of the City. 30:2 During the term of the contract, the Contractor shall maintain all books, reports and records In accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to mare available to the City's Auditor, during normal business hours and to Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 31.. UNBALANCEDBIDS When a unit price bid has variable or estimated quantities, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected. 32. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Bidder's submitted Schedule of Bid Prices or Price Proposal Form, the unit prices shall prevail. 33. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter In farce. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 34. FORM AGREEMENT DOCUMENT The City may attach as a part of this solicitation, a Form Agreement document. Bidders shall be responsible for complying with all of the terms and conditions of the Form Agreement document if Included herein, except where variant or conflicting language may be included In any Special Conditions contained herein. Bidders shall note any deviation or variance with the Form Agreement document at the time of bid submission. X OTHER GOVERNMENTAL ENTITIES if a Bidden Is awarded a contract as a result of this Invitation for Bid, Bidder will, if Bidder has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded In accordance with the terns and conditions of the Invitation for Bid and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. 36. BUDGETARY CONSTRAINTS 1n the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be subject to a permanent or temporary reduction in budget. In such an event, the total cost for the affected service shall be reduced as required The Contractor shall also be provided with a minimum 30-day notice prior to any such reduction in budget. 37. PUBLIC RECORDS CUSTODIAN , i M t ! • a r 9 • i i ! ' li ! • i • CITY CLERK 7525 NW 88TH AVENUE Exhibit 2 TR 12901 or two, 7ri7C ! t !C-t)Li- i!1Cl )C(S CITY OF TAMARAC INVITATION FOR BID BID NO. 17-06B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Thursday, January 5, 2017 at 3:00 p.m., at which time bids will be publicly opened and announced for: FIRE -RESCUE BATTALION CHIEF VEHICLE All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Competitive Sealed Bids from qualified vendors, to provide a Custom Fire -Rescue Battalion Chief Vehicle, as per the conditions and specifications contained in this document. One original sealed bid shall be submitted on an official bid form furnished with the Invitation For Bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 17-06, Battalion Chief Vehicle opening on Thursday, January 5, 2016 at 3:00 p.m. on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bids, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address or may be downloaded at www.tamarac.org. For non -technical inquiries, contact the Purchasing Office at (954) 597-3567; and for technical issues, contact Vince Sciacca at (954) 597-3730. Keith K. Glatz, CPPO Purchasing & Contracts Manager 10 Exhibit 2 TR 12901 7 y or , ,on),--, SPECIAL CONDITIONS lFB N0.17-06113 The City of Tamarac is hereby requesting Competitive Sealed Bids from qualified vendors, to supply a Custom Fire -Rescue Battalion Chief Vehicle meeting all relevant United States and Florida Department of Transportation requirements as may be applicable. In order to be considered for this project, the vendor must meet the following conditions: a. Be the manufacturer or authorized dealer for the equipment being quoted. b. Be able to provide factory authorized service for the equipment being quoted. ORDER CONFIRMATION An order confirmation listing complete specifications of the vehicle(s) to be provided shall be sent to the City of Tamarac, Purchasing Division within (7) calendar days of the date of issuance of the purchase order 2. COMPLIANCE WITH SPECIFICATIONS All items shall be delivered in exact compliance with specifications. Failure to comply to the specifications shall be considered grounds for the City to seek remedy. Remedy may include, but not be limited to, withholding of payment, or retention of a percentage of payment for errors or omissions on the part of the contractor, of up to ten percent (10%) of the value of the vehicle(s). 3. EXCEPTIONS TO SPECIFICATIONS: The City of Tamarac reserves the right to waive minor deficiencies, informalities or technical variances, which by their nature are restrictive to a specific manufacturer, if in its judgment, it would be in the best interest of the City to do so, and it would not prejudice the rights of other bidders. 3.1 The determination of whether -or -not a substitute offered is in fact equal to the item specified and is acceptable as an alternate shall be made at the absolute discretion of the City. Requests for consideration of an or equal status for substitutes must be submitted to the Purchasing Division no less than (7) calendar days prior to the bid opening. 4. DELIVERY: Delivery shall be made within (120) calendar days of the receipt of a Purchase Order. All units to be delivered F.O.B. Destination, to the City of Tamarac. Pre -delivery services must be performed in accordance with the manufacturer's recommendations and shall include thorough cleaning, vacuuming, of the vehicles interior and washing of vehicle(s) exterior and windows. Delivery shall be coordinated with the Public Works Fleet Supervisor. Vendor must contact the Fleet Supervisor at least (7) calendar days prior to anticipated delivery date to 11 Exhibit 2 TR 12901 make all delivery arrangements. Vehicles shall be delivered to: Public Services Department Fleet Division 6011 Nob Hill Road Tamarac, FL 33321 Attn: Vince Sciacca, Fleet Supervisor (954) 597-3730 5. REQUIREMENTS AT TIME OF DELIVERY: The contractor shall be required to provide the following at the time of delivery: 5.1 Vendors invoice showing City of Tamarac purchase order number. 5.2 Standard service policy filled -out and signed by the authorized dealer. 5.3 A Certificate of Origin completed with all required information. 5.4 State of Florida Department of Highway Safety and Motor Vehicles Application for Certificate of Title with/without registration filled -in as follows: City of Tamarac 7525 NW 88th Ave Finance Department, Room 100 Tamarac, FL 33321 5.5 A temporary State of Florida tag, in duplicate, registered to the address shown in section 6.4 must accompany each vehicle. 5.6 State of Florida Odometer Disclosure Statement: Adherence to all of the aforementioned procedures is mandatory. Failure to abide by any of the provisions will result in rejection of the subject vehicle until such time as the provisions are met. In order to prevent any delays in the acceptance of the new vehicles, and to assure payment as soon as possible, contractors are reminded to comply with all provisions. 6. INQUIRIES: All contractual inquiries shall be directed to the Purchasing & Contracts Manager at the telephone number shown below. Technical inquiries may be directed to the Fleet Supervisor, Fleet Division, via the Purchasing Division. 6.1 Purchasing Division: (954) 597-3567 6.2 Fire Rescue Dept.: (954) 597-3806 6.3 Fleet Division: (954) 597-3730 7. PRICING: Please provide pricing for each item shown herein. Bid price must be all inclusive and include, but not be limited to, cost of vehicles, modifications, delivery and all miscellaneous expenses. No changes in pricing will be allowed after the issuance of a purchase order. 12 Exhibit 2 TR 12901 8. BASIS FOR AWARD Except where the City exercises the right reserved herein to reject any or all bids and subject to the restrictions stated herein above, the Bid shall be awarded by the City to the Bidder who has submitted the lowest responsible and responsive bid for the vehicle as specified. No additional consideration will be given for a newer model year. 9. WARRANTY: Manufacturer's standard warranty must be furnished with each new vehicle. Vehicle warranty shall be equal to or exceed that offered to the general public on similar regular production models. The manufacturer's warranty shall become effective on the day that the new vehicle is actually put into service by the City. Vehicles shall be new (unused), current models, completely prepared by dealer for delivery in accordance with manufacturer's specifications. It shall be the responsibility of the contractor (firm to which contract is awarded by the City Commission) to furnish the warranty documentation imprinted with the name of the "City of Tamarac". It will be the further responsibility of the contractor to insure that the Fleet Supervisor is kept apprised of all information concerning warranty, service manuals, service bulletins, recall notices, and service schooling available Seller warrants that all goods and services furnished hereunder will conform in all respects to the terms of this solicitation, including any drawings, specifications or standards incorporated herein, and that they will be free from latent and patent defects in materials, workmanship and title, and will be free from such defects in design. In addition, Seller warrants that said goods and services are suitable for, and will perform in accordance with, the purposes for which they are purchased, fabricated, manufactured and designed or for such other purposes as are expressly specified in this solicitation. The City may return any nonconforming or defective items to the Seller or require correction or replacement of the item at the time the defect is discovered, all at the Seller's risk and expense. Acceptance shall not relieve the Seller of its responsibility. Bidder shall provide detailed information concerning warranties of commercially acceptable quality, function, performance, service, parts or any other warranties offered along with bid. Bidder may utilize spaces provided below to detail type of warranties, duration of warranties and other pertinent information. Submit and refer to additional sheets as required. 13 Exhibit 2 TR 12901 l.a" , 4 ._i1,fI"Y13C � '��';",'ter i!fl �;l c;i lr, „e,yc r."')m Sful7 VEHICLE SPECIFICATIONS IFB NO. 17-06B BATTALION CHIEF VEHICLE PROVISIONS The following Vehicle Provisions shall apply to the purchase made herein. 1.0 The Vehicle must be of the manufacturer's current models in production at the time of delivery. 2.0 Warranty: Manufacturer's standard warranty must be furnished with each new vehicle. Vehicle warranty shall be equal to or exceed that offered to the general public on similar regular production models. The manufacturer's warranty shall become effective on the day that the new vehicle is actually put into service by the City. The vehicle shall be new (unused), current models, completely prepared by dealer for delivery in accordance with manufacturer's specifications. It shall be the responsibility of the contractor (firm to which contract is awarded by the City Commission) to furnish the warranty card imprinted with the name of the "City of Tamarac". It will be the further responsibility of the contractor to insure that the Fleet Supervisor is kept apprised of all information concerning warranty, service manuals, service bulletins, recall notices, and service schooling available. In addition; Apparatus Body: Shall have a structural warranty against defects in materials and workmanship for a minimum of ten (10) years, which takes effect at the time of delivery. Paint Warranty: Shall have a finished paint warranty against defects in materials and workmanship for a minimum of five (5) years, which takes effect at the time of delivery. Apparatus Electrical Warranty: Shall have an electrical system warranty against defects in materials and workmanship for a minimum of two (2) years, which takes effect at the time of delivery. 3.0 Equipment: Unless stated to the contrary in the invitation for bid, the vehicle must be in compliance with the following criteria: 3.1 Specifications: Unless specifically permitted in the body of the invitation for bid, the vehicle must be equipped with all of the manufacturer's equipment advertised as standard consumer equipment. The bidder shall detail in writing herein, any alterations, deletions or exceptions to this requirement. All standard equipment so required, and all optional equipment specified in the 14 Exhibit 2 TR 12901 3.2 invitation for bid shall be as advertised by the manufacturer and shall not consist of substitute or after -market equipment. The vehicle must be compliant with all applicable federal motor vehicle safety standards and governmental emission requirements in effect at time of purchase. Chassis Chassis: 2017 Ford F-450 single rear axle drive, four (4) door crew cab and chassis with XL trim. 3.2.1 Wheelbase 179.8" 3.2.2 Cab to axle 60" 3.2.3 GVWR 16,000 3.2.4 19.5" aluminum wheels 3.2.5 4- wheel disc ABS brakes 3.2.6 6.8L 3-valve V10 gasoline engine 3.2.7 Chassis Paint Color: Silver/Red 3.3 Vehicle Dimensions: 3.3.1 Overall height shall not exceed 96" 3.3.2 Overall width of the body shall not exceed 96" 3.3.3 Angle of approach shall not be less than eight (8) degrees specified in NFPA 1901 3.3.4 The overall length shall not be more than twenty-five (25) feet 3.4 Accessories: 3.4.1 Rearview camera 3.4.2 Exterior back up alarm 3.4.3 Running boards 3.4.4 Tire pressure indicating valve stems 3.4.5 High idle system 3.4.6 Master body disconnect on/off switch located on floor board left of driver's seat 3.4.7 The truck shall have a 12V electrical system 3.5 Modular Body Design & Compartments/Shelving: 3.5.1 The body shall be designed to allow removal from the chassis. The body and/or components should be designed in a way that allows the purchaser to have repaired locally. 3.5.2 The body shall be fabricated using extrusions and angle welded together creating a one piece module that is durable, corrosion resistant, and lightweight. 3.5.3 The desired body length should be no more than 120" long. 15 Exhibit 2 TR 12901 3.6 3.5A The desired body width should be no more than 93" wide. 3.5.5 The desired body height should not exceed 93" high. 3.5.6 All compartment doors shall be roll -up type. 3.53 Compartment shelving shall be adjustable smooth aluminum, with a 2.0" retaining lip. 3.5.8 Compartment tracks shall be aluminum and designed to all adjustment of the shelves. 3.5.9 All compartments shall have adequate LED lighting and controlled by a magnetic On/Off switch located on each compartment door. 3.5.10 The rear compartment shall have a slide out tray with a minimum load capacity of 1500 lbs. The tray shall be designed to allow it to be extended at different lengths with a locking mechanism. 3.5.11 Panel protection shall be installed to provide the wheel wells, front, and rear of the module body protection debris, etc. 3.5.12 A non -slip tailboard shall be installed on the rear of the body. 3.2.13 Two (2) non -slip grab rails shall be installed on the rear of the body; one (1) on the left, and one (1) on the right. The design shall comply with NFPA 1901. Vehicle Lighting 3.6.1 Chassis LED ground lights shall be installed to sides and rear of truck 3.6.2 Red hazard light shall be installed in the driver's compartment illuminating automatically when a compartment door is open and/or ajar. 3.6.3 Brake lights, turn signal lights, back up lights, and marker lights shall be installed to the rear of body. 3.6.4 Two (2) LED telescopic flood lights shall be installed to the rear of the body that has height adjustments and the ability to rotate 360 degrees. 16 Exhibit 2 TR 12901 3.7 Audible/lighting warning package to include: 3.7.1 Actuation control 3.7.2 Cab roof LED lightbar 3.7.3 Modular body (rear) LED mini lightbar 3.7.4 Rear 8 head LED traffic advisor 3.7.5 Front body warning lights 3.7.6 Mid -body warning lights 3.7.7 Rear warning lights 3.7.8 Electric siren control shall be located in the cab; one (1) siren speaker shall be located in front of cab. 3.8 Interior Cab Safety Signs: 3.8.1 Label displaying the maximum number of personnel the vehicle is designed to carry shall be visible to the driver. 3.8.2 Label displaying the height shall be visible to the driver. 3.9 Color & Detailing: 3.9.1 Interior and exterior color as stated in detailed item description. If no selection is stated herein, the City shall select from the manufacturer's standard colors. 3.9.2 Color: the apparatus modular body shall be painted to match the main chassis color (silver). 3.9.3 Reflective striping: Reflective striping shall be applied to the perimeter of the truck. The size and design will be determined by the purchasing department. 3.9.4 Chevron striping: The rear of the unit shall be covered with a 6" chevron pattern striping with alternating colors to be determined by the purchasing department. 3.9.5 Lettering: Reflective lettering shall be applied to apparatus body and department decal to the driver and passenger doors. The lettering and design will be determined by the purchasing department. NOTE: THE USING DEPARTMENT WILL SUPPLY PHOTOS AND/OR DRAWINGS OF THE LETTERING AND STRIPING LAYOUT PRIOR TO CONSTRUCTION. 3.10 Fuel: The vehicle delivered must include a minimum of one -quarter (1/4) tank of fuel as registered by the vehicle fuel gauge at time of delivery. 3.11 Anti -freeze: To be permanent type, protection to -20 deg. f. Radiator to be so noted in a semi -permanent manner (tagged). 17 Exhibit 2 TR 12901 3.12 Mirrors: 3.12.1 Interior: To be day/night selector type (not required on vehicles without rear window or glass area). 3.12.2 Exterior: The vehicle shall include left-hand remote control and right hand manual (unless otherwise specified within the body of the specifications). 3.13 Tires and Wheels: To be equipped with original equipment, tires of the size and load range required by the manufacturer for the model and/or gross vehicle weight rating (GVWR). Spare tire, wheel and carrier (hold-down) to be original equipment type and to be included on all automobiles. 3.14 Accessory Equipment: The vehicle shall include wheel wrench and lifting device (Jack -mechanical or hydraulic) capable of lifting any wheel under the maximum rated load. 4.0 Requirements Prior to Delivery: 4.1 Contractor must contact the Fleet Supervisor at (954) 597-3730 to make arrangements for delivery of vehicle. Preliminary arrangements are to be completed within ten (10) days after receipt of notice of award by contractor. 4.2 Contractor's pre -delivery services must be performed in accordance with the manufacturer's procedures and shall include thorough cleaning, vacuuming, and washing of the vehicle. 5.0 Requirements at Time of Delivery: The contractor shall comply with the following requirements at time of delivery: 5.1 A Certificate of Origin, a standard service policy filled -out and signed by the authorized franchise dealer, and a contractor's invoice must be furnished at time of delivery. 5.2 Delivery shall be made during regular working hours, Monday through Friday, as arranged with the Fleet Supervisor, between the hours of 7:30 a.m., and 3:00 p.m. The vehicle shall be delivered to the City of Tamarac, Department of Public Works, City Garage, 6011 Nob Hill Road, Tamarac, FL 33321. Contractor must contact the Automotive Superintendent at (954) 597-3730 a minimum of 24 hours prior to delivery of any vehicle. 5.3 A delivery tag, in duplicate, must accompany the vehicle. The following information shall be included on the tag: 5.3.1 Using Department. 5.3.2 Purchase Order/Contract Number. 5.3.3 Vehicle Serial Number. 18 Exhibit 2 TR 12901 5.3.4 Equipment number of trade-in (if applicable). 5.3.5 Signature block for receiving individual. 5.3.6 Key coding number to be provided with each vehicle. 5.3.7 Mileage certification form. U Notice to Contractors: Adherence to all of the aforementioned procedures is mandatory. Failure to abide by any of the provisions will result in rejection of the subject vehicle until such time as the provisions are met. In order to prevent any delays in the acceptance of the new vehicle, and to assure payment as soon as possible, contractors are reminded to comply with all provisions. Remainder of Page Intentionally Blank 19 Exhibit 2 TR 12901 F'Wcleasu� Q and Cnntracts Division COMPA(Please Print): brDf>. Phone: �Y_0�--5_83 - 3873 Fax BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... L�6 Carefully read the General Terms & Conditions and Special Conditions. [2' Fill out and sign the Non -Collusive Affidavit and have it properly notarized. Sign the Cercation page. Failure to do so will result in your Bid being deemed non -responsive. tx Fill out the Bidder's Qualification Statement, Fill out the References page. Sign the Vendor Drug Free Workplace Form. Fill out and sign the Certified Resolution. Submit one (1) Original of your bid, clearly marked with the Bid number and Bid Name on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids YAII not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive, THIS SHOULD BE THE FIRST PAGE OF YOUR BID. MI Exhibit 2 TR 12901 q1Y f t'r a trriFi ✓t c" Cc-� Division . w.. _...._._ .._ _ .. .. BID FORM & CERTIFICATION THIS FORM MUST BE SUBMITTED WITH YOUR BID IFB NO.17-06B Submitted by: �eS- = -Ln .. Date l THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 881h Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. Bidder has given the City written notice of all conflicts, errors, or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham. Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. Bidder will complete the Work for the prices shown in the "Bid Form". Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 21 Exhibit 2 TR 12901 City of I amarac fluff ctlasl I 'nq and Conliacts Divi-sior, BID FORM (continued) BASE Bid Indicate Price Extended odel # Each Total 1 2017 Custom Fire Battalion Chief Vehicle The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the speccation as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet the bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. We propose to furnish the following in conformity with the specifications and at the bid prices indicated on this Bid Form. The bid prices submitted has been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. Indicate which type of organization below: INDIVIDUAL [] PARTNERSHIP ❑ CORPORATION 2/OTHER n If "Other", Explain: Alrl 'Wuthorized Signature:-d Company Name LA74 Typed/Printed Namb Address Telephone City, S ate, ZIP Fax Federal Tax ID Number E-mat(Address 22 Exhibit 2 TR 12901 Ci!y BID FORM (continued) IFlB NO. 17-06B Bidders Name: TERMS: % DAYS: Delivery/completion: 1Z.- calendar days after receipt of Purchase Order. In no event should delivery exceed (100) calendar. To be considered eligible for award, a minimum of one (1) original copy of this Bid Form must be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. Will you firm accept credit card payment Yes No 23 Exhibit 2 TR 12901 Gin, of #s' 7ara, NON -COLLUSIVE AFFIDAVIT State of Ler f } )ss. County , ' 1 .'A ►rY1 T 1 jr,0 M _ being first duly sworn, deposes and says that: i 1. He/she is the �--- (Owner, Partner, Officer, Representative or A nt) -of the Offeror that has submitted the attached Proposal; He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; Such Proposal is genuine and is not a collusive or sham Proposal; Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any parson interested in the proposed Work The price or prices bid in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. sealed and delivered in the presence of. Printed Name IU t�� / e. � eq e, ta Title 24 Exhibit 2 TR 12901 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20—; before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: VJU I ANY F'LIbLIU, S I A I L UF- F-LUKIUA (Name of Notary Public: Print, Stamp or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Exhibit 2 TR 12901 BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company rl) Z rZ2S.,. --rn 6 - Address City State Zip Telephone Fax Number yse S-P 1 How many years has your organization been in business under its present name? 1p ;, Years 2, If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former addressfes) of that business (if any). 4. Are you Licensed? Yes [0' No El If Yes, attach copy of License 5. Has your company ever declared bankruptcy? Yes No h2/ If Yes, explain: 6. Are you a Sales Representative F DistributorEJ Broker F] or Manufacturer 121" of the commodities/services bid upon? 7. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes El No [ZIf yes, explain (date, service/project, bid title etc.) 8. Have you ever received a complaint pn a contract or bid awarded to you by any governmental entity? Yes F� No [�alf yes, explain: 9. Have you ever been 0 ,ebarred or suspended from doing business with any govemmental entity? YesEl No q If yes, explain: N Exhibit 2 TR 12901 Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name CAI- Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 10 Exhibit 2 TR 12901 Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process; Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program; In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations: Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nole contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, fora violation occurring in the workplace no later than five (5) days after each conviction. rehabilitation program if such is available in the epiloyee�nsdrug abuse assistance or Imposeq satisfactory participation in a community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this farm complies fully with the above requirements. Ile- -. SignaturC Company Exhibit 2 TR 12901 e n J -S (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of c�oy�,Y , do hereby certify that the following Resolution was unanimously adopted'and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT,�,,, &&a,5 (Name)", the duly elected —S & a & Le fj - (Title of Officer) of tea,n 4�a, Tug- - ( (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. TITLE SIGNATURE Given under my hand and the Seal of the said corporation this _ day of 20 (SEAL) By:_ Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the Corporation has been properly empowered by the Corporation to do so in its behalf. 9 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE STEVE STILLWELL 6000 HIATUS RD TAMARAC, FL 33321 954-597-3800 steve.stillwell@tamarac.org QUOTATION Fouts Bros. Junior Ingram 2158 Atlanta Road Smyrna, GA 30080 1-800-948-5045 770-438-1404 jingram*foutsfire.com Exp. Date: 12/22/2016 Create Date: 01/25/2016 Rev. Date: 11/23/2016 Quote No: 26424-0017 iWifi/2016 PART NO S DESCRIPTION QTY ID EACH EXTENDED 00-BD-4201 -F--FAMA-Meffibekshi , ctive ---T FBFE 0.00 0.00 00-BD-1030 Terms of Payment, 100% at Delivery I FBFE 0.00 0,00 00-BD-1 070 Delivery Date Requirements, 120 Days 1 FBFE 0.00 0.00 90-99-9999 S Vehicle Delivery, Department 1 FBFE 1300.00 1300,00 WARRANTY REQUIREMENTS 1 FBFE 0.00 0.00 00-WT-1001 General Warranty, (1) Year I FBFE 0.00 0.00 00-WT-1007 Body Warranty, Alum, (10) Year 1 FBFE 0.00 0.00 00-WT-1016 Paint Warranty, (5) Year, PPG 1 FBFE 0.00 0.00 00-WT-1 107 Electrical Warranty, (2) Year I FBFE 0.00 0.00 DIMENSIONS I FBFE 0.00 0.00 03-01-1128 Overall Height, < 96" 1 FBFE 0.00 0.00 03-01-1155 S Overall Length < 26 1 FBFE 0.00 0.00 03-01-1180 Overall Width, 96" 1 FBFE 0,00 0.00 03-01-2016 Angle of Approach, NFPA Minimum, 8 1 FBFE 0.00 0.00 Degrees 03-01-2115 Angle of Departure, NFPA Minimum, 8 1 FBFE 0.00 0.00 Degrees NFPA 1906 1 FBFE 0.00 0.00 02-00-0075 NFPA 1906 Compliance I FBFE 0.00 0.00 02-01-0015 Center of Gravity, Calculated I FBFE 0.00 0.00 02-02-1056 Road Test Certification 1 FBFE 0100 0.00 PLACARDS and LABELING I FBFE 0.00 0.00 10-10-9175 Labels, Cab Safety I FBFE 69.00 69.00 10-10-9199 Label, Fluid Data Plate, 1906 1 FBFE 67.00 67.00 10-10-9202 Label, No Ride 1 FBFE 41.00 41,00 10-10-9204 Label, Helmet Warning I FBFE 14.00 14,00 COMMERCIAL CHASSIS I FBFE 0.00 0.00 -03-06-4021 Chassis, Commercial, Supplied By Fouts 1 FBFE 0.00 010-0- Bros. 03-07-2300 S I-- Ford, F-450, DRW, 42, Crew Cab, I FBFE 39820.00 39820.00 176- WB, XL Exhibit 2 TR 12901 PA 16,000 GVW 03-08-2670 > Engine, 6.81- V-10 Gasoline I FBFE 0.00 0.00 03-08-344X Transmission, Automatic, 5-Spd 1 FBFE 0.00 0.00 03-08-3512 Alternator, 200 amp. I FBFE 75.00 75.00 03-08-3550 Fuel Tank, 40 Gallon, Aft 1 FBFE 0.00 0.00 03-08-3618 Rear AIxe Ratio, Standard, 4.88 1 FBFE 0.00 0.00 (6.8L) 03-08-3952 Cab, Crew, 4-Dr 1 FBFE 0.00 0,00 03-08.4802 Power Equipment Group 1 FBFE 1105.00 1105.00 03-08-7951 40/20/40 Vinyl Frnt Bench Seat 1 FBFE 0.00 0.00 03-08-7971 60/40 Rr Bench Seat 1 FBFE 0.00 0.00 03-08-4701 XL Decor Package 1 FBFE 155.00 155.00 03-08-7250 1-- Audio, AM/ FM Stereo w/ 1 FBFE 0.00 0100 Digital Clock 03-08-7301 Grille, Black Painted 1 FBFE 0.00 0.00 03-08-7315 Bumper, Chrome I FBFE 0.00 0.00 03-08-7006 Tires and W heels: F450/F550 (42) 1 FBFE 0.00 0.00 03-08.7019 Wheels, 19.50" Steel I I I FBFE 1 0.001 015, 03-08'�^^� r-..-- ^^rr"^rn. 4^ re, 4 r- I I � -,I ^tl*. ^^ 4 4V-.1 I-- I 1t6o, C-C-n I V1 OX 0'6 . Lj%.>VV I I I LUE I I I0. IV, 0 1 1 COV,VV. 03-08-7900 Ford Warranty, Superduty I FBFE 0.00 0.00 CHASSIS PAINT COLOR 1 FBFE 0100 0.00 10-11-7650 S Cab Paint, Two -Tone, Silver/ Red I FBFE 2600.00 2600.00 04-01-4452 1-- FORD OPTION: Step Bars, Chrome, 1 F8FE 329.00 Grew Cab 04-01-6523 1-- Seat Belt Clarification 1 11 FBFE 1 0.00 04-01-6515 1-- Tire Pressure Monitoring, 1 FBFE 114,00 114.00 Accu-Pressure Cap - 6 Wheel 04-01-6462 1-- FORD OPTION: Wheel Covers, SS, 1 FBFE 270,00 270.00 19ZOO 12/15/2016 '10-14-7312 10-49-0008 10-49-0020 10-49-0011 10-39-0100 10-38-8108 10-38-8152 10-38-8183 10-39-2168 10-39-2180 10-39-2185 9 Paint, Tow Eyes, Black I— Rear Mud Flaps, (2), Fouts Logi VEHICLE DATA RECORDER AND SEATSELT MONITOR SYS - FORD < I— FORD OPTION: High Idle System, Chassis Supplied Master Body Disconnect Switch < Indicator Lht, Mst Bdy Back Up Alarm, 97db BODY Body, 108.00", 1/8" Frmd Alum, 34/47/25, 60" CA, RU Doors Body Length: 108.00" Body Width: 93,00" Body Height: 64.00" > Door Type, Amdor, Roll -Up Shelf Track, Uni-Strut Compt. Shelving, 0.125" Alum, w/ 2.00" comers, LEFT HAND SIDE COMPARTMENTS I— L1, Ahd Rr Whis - Full Ht Comp't - Roll Up Dr Amdor RU Door, Satin Finish I— Cmpt LED Strip Lht, Luma Bar, 33.00", Clear White, (1) Ea Cmpt I— Cmpt Lt, Dr Swtch, Amdor, Magnetic, Ea I— Ahd Rr WhIs, LH, Cmpt Provisions, Rescue Body Vent, Compt, Louver Uni-Strut Tracks, vert, (2), Alum I— Shelf, 118" Alum, Adj, Up to 48.00"W I-- L2, Upr Hgh Sde - Std Ht Comp't - Roll Up Dr I— Amdor RU Door, Satin Finish I FBFE I FBFE 1 FBFE MMM MF5;.M mcm MGM I FBFE 1 FBFE I FBFE I FBFE I FBFE I FBFE I FBFE Exhibit 2 TR 12901 EM 167.001 167.00 83.00 83,00 88.00 88.00 0.00 0.00 12001,00 12001.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 836.00 836.00 159.00 159.00 135.00 135-00 0,00 0.00 42.00 42.00 87.00 87.00 199.00 199.00 0.00 0.00 819.00 819.00 Exhibit 2 12/15/2016 Quote No: 26424-0017 TR 12901 Page 4 MD-05-8012 I-- Cmpt LED Strip Lht, Luma Bar, 1 FBFE 117.00 117.00 12.00", Clear White, (1) Ea Cmpt MD-05-8601 I-- Cmpt Lt, Dr Swtch, Amdor, 1 FBFE 135.00 135.00 Magnetic, Ea RB-21-3001 I-- Upr Hgh Sde Cmpt(s), LH, Cmpt 1 FBFE 0.00 0.00 Provisions, Rescue Body MD-05-0116 I-- Vent, Comps, Cross into Full 1 FBFE 0.00 0.00 Height Compts. MD-05-1045-- Uni-Strut Tracks, vert, (2), Alum 1 FBFE 87.00 87.00 MD-05-1149 I-- Shelf, 1/8" Alum, Adj, Up to 1 FBFE 199.00 199.00 48.00 "W RB-11-81L3 I-- L3, Bhnd Rr Whls - Full Ht Comps - 1 FBFE 0.00 0.00 Roll Up Dr DR-RU-2300-- Amdor RU Door, Satin Finish 1 FBFE 765.00 765.00 MD-05-8032 I-- Cmpt LED Strip Lht, Luma Bar, 1 FBFE 159.00 159.00 33.00", Clear White, (1) Ea Cmpt MD-05-8601 I-- Cmpt Lt, Dr Swtch, Amdor, 1 FBFE 135.00 135.00 Magnetic, Ea RB-21-4001 I-- Bhnd Rr Whls, LH, Cmpt 1 FBFE 0.00 0.00' Provisions, Rescue Body MD-05-0150 - Vent, Compt, Louver i FBFE 42.00 42.00 MD-05-1040 - Uni-Strut Tracks, vert, (2), Alum 1 FBFE 87.00 87.00 MD-05-1149 I-- Shelf, 1/8" Alum, Adj, Up to 1 FBFE 199.00 199.00 48.00"W RIGHT HAND SIDE COMPARTMENTS i FBFE 0.00 0.00 RB-11-81 R1 S I-- R1, Ahd Rr Whls - Full Ht Comps - 1 FBFE 0.00 0.00 Roll Up Dr DR-RU-2100-- Amdor RU Door, Satin Finish 1 FBFE 836.00 836.00 MD-05-8032 (-- Cmpt LED Strip Lht, Luma Bar, i FBFE 159.00 159.00 33.00", Clear White, (1) Ea Cmpt MD-05-8601 I-- Cmpt Lt, Dr Swtch, Amdor, 1 FBFE 135.00 135,00 Magnetic, Ea RB-21-1101 j-- Ahd Rr Whls, RH, Cmpt 1 FBFE 0.00 0.00 Provisions, Rescue Body MD-05-0150-- Vent, Compt, Louver 1 FBFE 42.00 42.00 MD-05-1040 - Uni-Strut Tracks, vert, (2), Alum 1 FBFE 87.00 87.00 MD-05-1149 I-- Shelf, 1/8" Alum, Adj, Up to 1 FBFE 199.00 199.00 48.00"W RB-11-81 R2 (-- R2, Upr Hgh Sde - Std Ht Comp' - 1 FBFE 0.00 0.00 Roll Up Dr DR-RU-2200-- Amdor RU Door, Satin Finish 1 FBFE 819.00 819.00 MD-05-8012 I-- Cmpt LED Strip Lht, Luma Bar, 1 FBFE 117.00 117.00 12.00", Clear White, (1) Ea Cmpt MD-05-8601 I-- Cmpt Lt, Dr Swtch, Amdor, 1 FBFE 135.00 135.00 Magnetic, Ea RB-21-3001 I-- Upr Hgh Sde Cmpt(s), LH, Cmpt 1 FBFE 0.00 0.00 Provisions, Rescue Body MD-05-0116 I-- Vent, Comps, Cross into Full 1 FBFE 0.00 0.00 Height Compts. MD-05-1045 f-- Uni-Strut Tracks, vert, (2), Alum 1 FBFE 87.00 87.00 Exhibit 2 5/2016 Quote No: 26424-0017 TR 12901 Page 5 48.00"W fl8- 11-81 R3 I-- R3, Bhnd Rr WhIs - Full Ht Comp't - 1 FBFE 0.00 0.0c Roll Up Dr DR-RU-2300 Amdor RU Door, Satin Finish 1 FBFE 765.00 765.00 MD-05-8032 I-- Cmpt LED Strip Lht, Luma Bar, 1 FBFE 159-00 159.0( 33.00", Clear White, (1) Ea Cmpt MD-05-8601 I-- Cmpt Lt, Dr Swtch, Amdor, 1 FBFE 135.00 135.GC Magnetic, Ea RB-21-4001 I-- Bhnd Rr Whis, LH, Cmpt I FBFE 0.00 0.0c Provisions, Rescue Body MD-05-0150 Vent, Compt, Louver 1 FBFE 42.00 42,OC MD-05-1040 Uni-Strut Tracks, vent, (2), Alum 1 FBFE 87.00 STOC MD-05-1149 I-- Shelf, 1/8" Alum, Ad}', Up to 1 FBFE 199.00 199.0( 48.00"W REAR BODY DESIGN - ENCLOSED I FBFE 1180.00 1180.00 RB-10-82Z2 S I-- CRI, Rr Cntt Comp't - Full Ht Roll I FBFE 0.00 0.00 Up DR-RU-1582 Amdor RU Door, Satin Finish 1 FBFE 987.00 98T00 MD-05-8032 I-- Cmpt LED Strip Lht, Luma 1 FBFE 159-00 159.00 Bar, 33.00", Clear White, (1) Ea Cmpt MD-05-8601 I-- Cmpt Lt, Dr Swtch, Amdor, I FBFE 135.00 135.00 Magnetic, Ea RB-21-5002 I-- Rr Cmpt, Cmpt, Provisions, I FBFE 0,00 0,00 Rescue Body 10-41-8203 1-- Extendo Bed, 1500#, 72.00"D x 1 FBFE 3381.00 3381.00 48.00"W TRANSVERSE COMPARTMENT 1 FBFE 0.00 0.00 10-39-2367 Transverse Compartment, L1-R1 1 FBFE 0.00 0.00 RS-23-5500 I-- Trnsvrs Cmpt, Cmpt. Provisions, 1 FBFE 0.00 0.00 Rescue Body SM-05-21 00 1-- Slide aster Tray, 1000#, Alum 1 FBFE 1126.00 1126.00 1/8" Tmvrs Dual Drctn, Up to 40.00"W TREADPLATE AND TRIM - RESCUE I FBFE 0.00 0.00 10.41-6410 1-- Bdy Trim, Fmt Cmpt, Ht of Side 1 FBFE 216.00 216.00 Cmpts, Alum TIP 10-41-6415 Bdy Trim, WhI Well Panel, Alum T/P 1 FBFE 226.00 226.00 10-41-6420 Bdy Trim, Rr Lwr Bdy, Wdth of Body 1 FBFE 109.00 109,00 Alum T/P COMMON BODY OPTIONS - MINI/ LD 1 FBFE 0.00 0.00 RESCUE Exhibit 2 011 r-/7r1IQ ll. ...a. AI_. /'fP AliA ., TR 19Ar11 ., - -- vVVIG IVV. Lv--vv I f rd t:' U PART NO S DESCRIPTION OTY ID EACH EXTENDED 10-39-8025 -- Fuel Fill w/ hinged Access Door, 1 FBFE 155.00 155.00 Cast, LH Rr Axle 10-39-8029 1-- DEF Fill w/ hinged Access Door, 1 FBFE 155.00 155.00 Cast, LH Frnt Axle REAR TAILBOARD 1 FBFE 0.00 0.00 10-44-2001 -- Rear Tailboard, 12.00" 1 FBFE 498.00 498.00 10-44-6024 Grab Rails, (2), Rear, Vertical 1 FBFE 146.00 146.00 ELECTRICAL 1 FBFE 0.00 0.00 10-48-0055 Electrical- 12V, Rescue 1 FBFE 965.00 965.00 10-48-1949 )-- NFPA Certified Electrical System 1 FBFE 0.00 0.00 Tests 10-49-0012 1-- Low Voltage Alarm, Kussmaul, w/ 1 FBFE 274.00 274.00 Iht & bzzr GROUND LIGHTING 1 FBFE 0.00 0.00 10-49-0150-- Ground Lts, (2) Chassis, 2-Dr. LED 1 FBFE 104.00 104.00 10-49-0155-- Ground Lts, (2) Forward Rr Whls, 1 FBFE 104.00 104.00 LED 10-49-0160 j-- Ground Lts, (2) Rr Step, LED 1 FBFE 104.00 104.00 10-49-0165 Lt Swtch , Ground Lts w/ Park 1 FBFE 90.00 90.00 Brake DOOR OPEN / HAZARD WARNING 1 FBFE 0.00 0.00 LIGHT INDICATOR SYSTEMS 10-49-0017 1-- Lht, Hazard, LED, Flashing, Red, 1 FBFE 105.00 105.00 Whln, OS REAR DIRECTIONALS/ DOT LIGHTS 1 FBFE 0.00 0.00 10-49-0015-- Lht , License Plate, LED 1 FBFE 47.00 47.00 10-50-7000-- Rear Brake/Tail/Turn/Backup, 4.00' 1 FBFE 233.00 233.00 Round, LED 10-50-7350 -- Marker Lts, LED, DOT Required 1 FBFE 230.00 230.00 10-50-9050-- Trffic Advsr, Whelen TAL85, 48.00' 1 FBFE 771.00 771.00 LED 10-50-9200 1-- Traffic Advsr Lt Mtg, Surface Mt, 1 FBFE 260.00 260.00 Rr Bdy > EXTENDABLE SCENE LIGHTING, 12V i FBFE 0.00 0.00 10-54-3608 1-- Pole Lts, (2) Akron SceneStar, 12V 1 FBFE 2718.00 2718.00 LED, 14K Lmns, Std Pole Length 10-54-4150 j-- Lt Cntrls, Akron 12V Pole Lhts, 1 FBFE 0.00 0.00 switch on lighthead 10-54-4295 1-- Location, (1) Each side, rear of 1 FBFE 0.00 0.00 body. 12/1512016 72r*%T-.Si1� 10-57-2200 1-- Rearview Camera, 7" Color Monitor 10-57-2430 1-- Monitor Location, Cab Dash WARNING LIGHTS PACKAGE, RE4, 10-50-0020 1-- Warning light flash pattern, Default NFPA 10-50.0130 1-- Warning Light Cntrls, Lightbar Switch/ Warn Lhts Switch LIGHTBAR 10-50-1206 Lht Bar, Whelen, Justice, JE2NFPA, 56.00-, LED, 8 Red/ 2 White 10-55-5001 1-- Lt, Cntrls, Lt Bar, Switch, in Cab LOWER LEVEL WARNING LIGHTS 10-50-420&� IAIrin I - *A$"#- I .. r Vv L-tC>'vv11#11'L-vv1 'I vvv Super LED, Rd w/ Cir Lns 10-55-9010 1-- Bezels), Whelen, Chrome, 600 10-50-4335 1-- Wrn Lts, WhIn, Intrstc, LINZ6, Rd w/ Clr Lns �1 0-55-8607 1-- Bezel(s), Whin, LINZ6, Black 10-50-4406 Wrn Lts, Whin, Lw Mid Bdy, 600 Super LED, Rd w/ Cir Lns 10-55-9030 1-- Bezel(s), Whelen, Chrome, 600 10-50-4606 1-- Wrn Lts, Whin, Lw Rr, 600 Super LED, Rd w/ Cl r Lns 10-55-9030 1-- Bezel(s), Whelen, Chrome, 600 10-55-5011 1-- Lt, Cntrls, Lwr Wrng, Switch in Cab AUDIBLE WARNING 10-50-6010 Siren, Whelen, 295SLSA1, 100/20( watt 10-50-6210 > Spkr, Whln, 100 Waft, SA315FIP, RH Side PAINT AND FINISH PAINT AND FINISH, RESCUE BODY 10-70-3450 Cab, Standard Color 10-70-3501 Primer, E-Coat 10-70-4020 Undrcoating, Monsey 2.7 10-70-4165 S < > Compartment Interiors, Side, Zolatone 1 FBFE 661.00 1 FBFE 0.00 1 FBFE 0.00 1 FB FE 0.00 1 FBFE 0.00 1 FBFE 1 FBFE 1 FBFE 1 FBFE 2 2 FBFt'-- 2 FBFE 2 FBFE 2 FBFE 2 FBFE 2 FBFE 2 FBFE 2 FBFE I FBFE 0.00 1093.00 0.00 0.00 'nh s -TO. v%j 9.00 145,00 0.00 143.00 9.00 143.00 9.00 0.00 1 FBFE 0.00 1 FBFE 353.00 1 FBFE 302.00 1 FBFE 0.00 11 FBFE I FBFE 1 FBFE 1 FBFE I FBFE I "I 1 0.00 302 0.00 Exhibit 2 TR 19Q(11 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Nftoppp�- .040 r a I iz� a- 4 K, - LINT DUTY RESCUE UNIT Bros.Fouts ++ 2158 Atlanta M Road Smyrna, 1 30080 800`4 0j 6424-001712/1 116 Page 1 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. SCOPE AND GENERAL REQUIREMENTS It is the intent of the manufacturer to provide a new fire apparatus that will withstand the continuous use encountered in the emergency fire fighting service. The apparatus shall be of the latest type, symmetrically proportioned and constructed with due consideration of the load to be sustained. All parts not specifically mentioned herein, but which are necessary in order to furnish a complete fire apparatus, shall be furnished and shall conform to the best practices known to the fire apparatus industry. The apparatus shall comply with all Federal, State, and local requirements pertaining to vehicles used for fire fighting, and emergency vehicles at time of contract signing. The apparatus must also comply with all requirements as specified in N.F.P.A. standards that are applicable on date of contract signing. The unit is to be of current year manufacture, and is to be new and unused. The bid price shall not include any local, State, or Federal taxes. The Bidder shall not be liable for any State or Federally mandated tax or program after the sale of this apparatus. These specifications shall be construed as minimum. Should the manufacturer's current published data or specifications exceed these, they shall be considered minimum and be furnished. PRIME BIDDER, MANUFACTURER The manufacturer shall be prime bidder and shall identify the location of their facility. BIDDERS BACKGROUND Bids are requested from responsible manufacturers who are engaged in the manufacture of fire apparatus. To insure reliable and complete acceptance of the apparatus, bidder shall have been in operation for a minimum of twenty (20) years in the manufacturing of fire apparatus. 26424-0017 12/15/16 Page 2 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The manufacturer of the apparatus must be fully owned and managed by a Parent Company, Corporation, or Individual(s) that is 100% held by United States of America based Company, Corporation, or United States citizen(s). Proposals from any manufacturer that is fully or partially owned and/or operated by a foreign company, Corporation or Individual(s) under any type of ownership, partnership, or any similar type of agreement will be immediately rejected. If the manufacturer of the apparatus, or if any owner, shareholder, or immediate relative of an owner or shareholder that has previously been involved in or held ownership in any company that has filed bankruptcy or any other type of reorganization plan, it must be clearly stated in the bid proposal. The statement must include details and dates of all occurrences. FAMA COMPLIANCE The apparatus manufacturer must be a current member of the Fire -Apparatus Manufacturer's Association (FAMA) and must provide certificate of membership. PROPRIETARY PARTS It is the intention of the purchaser for all bidders to furnish the apparatus with major parts commonly used by the heavy-duty truck manufacturers and open market vendors where as replacement parts are more readily available and at reduced cost. The use of proprietary parts may not be acceptable to the purchaser. MANUFACTURER'S DISCRETION Materials, parts, or procedures used are subject to change at manufacturer's discretion at any time to provide equal or better products. COOPERATIVE PURCHASING The manufacturer shall be pleased to allow other public agencies to use the purchase agreement resulting from this invitation to bid unless the bidder expressly notes on the proposal form that prices are not available for tag -on. 26424-0017 12/15/16 Page 3 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The condition of such use by other agencies shall be that any such agency must make and pursue contact, purchase order/contract, and all contractual remedies with the successful bidder. Such tag-ons shall be done so that the purchaser has no responsibility for performance by either the manufacturer or the agency using the contract. FAIR, ETHICAL AND LEGAL COMPETITION In order to ensure fair, ethical, and legal competition the apparatus manufacturer shall have ever been fined or convicted of price fixing, bid rigging, or collusion in any domestic or international fire apparatus market. PRODUCT QUALITY AND WORKMANSHIP The components provided and workmanship performed shall be of the highest quality available for this application. Special consideration shall be given to the following areas: A). Accessibility to various components that require periodic maintenance or lubrication checks. B). Ease of vehicle and pump operation. C). Features beneficial to the intended operation of the apparatus. Construction of the complete apparatus shall be designed to carry the loads intended to meet the road and terrain conditions and speed requirements desired when specified by the purchaser. Welding shall not be employed in the assembly of the apparatus in a manner that will prevent the removal of any major component part for service and/or repair. INSURANCE REQUIREMENTS Each bidder must submit with their bid proposal a Certificate of Insurance listing the proposed manufacturer's product liability insurance coverage. Liability insurance shall be a minimum amount of ten (10) million dollars. Submitted 26424-0017 12/15/16 Page 4 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. certificate shall name the apparatus manufacturer, insurance company, policy number, and effective dates of the insurance policy. Bids submitted without the required certificate will be considered non responsive and automatically rejected. No exceptions are allowed to the minimum insurance coverage requirement. The manufacturer shall maintain full insurance coverage on the purchaser's cab and chassis from time of first possession by the manufacturer until the apparatus is delivered and accepted by the purchaser (No Exceptions). Purchaser reserves the right to require proof of insurance from the manufacturer's insurance carrier prior to entering into a contract for the apparatus. PAYMENT TERMS Full payment for the apparatus shall be made at time of delivery of the completed vehicle. Due to insurance liability, the apparatus will not be left at the purchaser's location without full acceptance and payment or prior agreement between the Purchaser and Bidder. Final delivery price shall not include any Local, State or Federal taxes. The manufacturer shall not be liable for any State or Federal mandated tax or program after sale or delivery of the apparatus. DELIVERY REQUIREMENTS Delivery of the completed vehicle shall be no more than 120 calendar days starting from the date the sales contract is signed and accepted by the apparatus manufacturer. VEHICLE DELIVERY The finished unit shall be delivered under its own power to an address supplied by the purcahser. ONE YEAR APPARATUS WARRANTY The complete apparatus detailed herein shall be warranted against defects in materials and workmanship for a period of twelve (12) months, effective upon pick up or delivery of the completed apparatus to the purchaser, as detailed in 26424-0017 12/15/16 Page 5 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. the respective warranty documents. Any unauthorized alterations or modifications to the apparatus shall void this warranty. Other warrantees, as provided by individual component manufacturers may extend beyond this warranty. APPARATUS BODY WARRANTY, TEN YEAR The apparatus body as detailed herein shall have a structural warranty against defects in materials and workmanship for a period of ten (10) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the body shall void this warranty. PAINT WARRANTY, FIVE YEAR The finish paint as used on the proposed apparatus shall be warranted against defects in materials and workmanship for a prorated period of five (5) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the apparatus shall void this warranty. APPARATUS ELECTRICAL WARRANTY, TWO YEAR The apparatus electrical system as detailed herein shall have a electrical warranty against defects in materials and workmanship for a period of two (2) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the electrical system shall void this warranty. APPARATUS DIMENSIONS These are standard truck dimensions. Changes in configuration or additional options may affect these dimensions. The contract specification shall contain the exact dimensions. OVERALL HEIGHT 26424-0017 12/15/16 Page 6 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The overall height shall be less than 96". OVERALL LENGTH The overall length shall be no longer than 26 feet. OVERALL WIDTH The overall width of the body shall be 96 inches wide; chassis mirrors will extend out past this width. ANGLE OF APPROACH The angle of approach for the apparatus shall not be less than eight (8) degrees as specified by the current edition of NFPA 1901/ 1906. ANGLE OF DEPARTURE The angle of departure for the apparatus shall not be less than eight (8) degrees as specified by the current edition of NFPA 1901/ 1906, NFPA 1906 COMPLIANCE The National Fire Protection Association standard #1906 (most recent edition) is hereby adopted and made a part of these specifications, the same as if they were written out in full detail, insofar as they apply with the exception of any sections dealing with "Equipment Recommended for Various Types of Apparatus". Bidders are to provide only the equipment requested herein and the Department will supply the rest before the apparatus is put into service. The unit shall comply with all federal, state, ICC, and DOT motor vehicle regulations, standards, and laws relating to commercial vehicles as well as to fire apparatus on the date of the bid. ROAD TEST CERTIFICATION A road test shall be conducted with the finished apparatus fully loaded. During this time, the apparatus shall not show loss of power and/or overheating. The transmission driveshaft or shafts and rear axle shall run free from abnormal 26424-0017 12/15/16 Page 7 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, shall have not less than 25% or more than 45% of the weight on the front axle and not less than 55% or more than 75% on the rear axle. A). The apparatus must be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed RPM of the engine. 8). The apparatus must be capable of accelerating from a steady speed of 15 mph to a true speed of 35 mph within 30 seconds. This shall be accomplished without moving the gear selector. C). The fully loaded apparatus shall be capable of obtaining a speed of 50 to 55 mph on a level concrete highway. D). The manufacturer shall furnish copies of the engine installation approvals signed by the appropriate engine company upon delivery of the chassis to the Fire Department. E). The manufacturer shall furnish copies of the transmission approval signed by the transmission manufacturer upon delivery of the chassis to the Fire Department, F). The manufacturer shall furnish copies of the front and rear axle approvals upon delivery of the apparatus to the Fire Department. ROAD TEST FAILURE In the event the apparatus falls to meet the test requirements of these specifications on the first trials, second trials may be made at the option of the manufacturer within thirty (30) days of the first trials. Such trials shall be final and conclusive and failure to comply with changes, as the purchaser may consider necessary to conform to any clause of the specifications within thirty (30) days after notice is given to the manufacturer of such changes, shall be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaser, or its use by the purchaser 26424-0017 12/15/16 Page 8 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. during the above -specified period with permission of the manufacturer, shall not constitute acceptance. CAB SAFETY SIGNS The following safety signs shall be provided in the cab: • A label displaying the maximum number of personnel the vehicle is designed to carry shall be visible to the driver. • "Occupants shall be seated and belted when apparatus is in motion" signs shall be visible from each seat. • "Do Not Move Apparatus When Light Is On" sign adjacent to the warning light indicating a hazard if the apparatus is moved (as described in subsequent section). • A label displaying the height, length, and GVWR of the vehicle shall be visible to driver. CHASSIS DATA LABELS The following information shall be on labels affixed to the vehicle: Fluid Data: • Engine oil • Engine coolant • Chassis transmission fluid • Pump transmission lubrication fluid (if applicable) • Pump primer fluid (if applicable) • Drive axle(s) lubrication fluid • Air conditioning refrigerant • Air conditioning lubrication • Power steering fluid • Cab tilt mechanism fluid (if applicable) • Transfer case fluid (if applicable) • Equipment rack fluid (if applicable) 26424-0017 12/15/16 Page 9 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. • Air compressor system lubricant • Generator system lubricant (if applicable) Chassis Data: • Chassis Manufacturer • Production Number • Year Built • Vehicle Identification Number Location shall be in the driver's compartment of the chassis cab. "NO RIDE" LABEL A label shall be located on the vehicle at the rear step areas, and at any cross walkways, if they exist. The label(s) shall warn personnel that riding in or on these areas while the vehicle is in motion is prohibited. DO NOT WEAR HELMET LABEL One (1) label shall be provided stating "DO NOT WEAR HELMET WHILE SEATED", and shall be visible from each seated position. COMMERCIAL CHASSIS SPECIFICATION CHASSIS PROVIDER The chassis, as detailed in these specifications, shall be ordered and supplied by the apparatus manufacturer. CHASSIS One (1) FORD F-450 rear axle drive 42, Dual rear wheels (DRW), four (4) door crew cab and chassis with XL trim. Wheelbase: 176" Cab to Axle: 60" 26424-0017 12/15/16 Page 10 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. GVWR: 16,000 pounds Steering: Hydraulic power -assist re -circulating ball Non -Driving Front Axle and Suspension: HD front package, firm ride suspension package, mono -beam non-indenpendent front suspension, anti -roll bar, HD front shocks, HD front coil springs Rear Axle and Suspension: wide track, rigid rear axle, HD rear suspension package, anti -roll bar, HD rear leaf springs, HD rear shocks Braking System: four (4) wheel disc brake system with front and rear vented discs and Anti -Lock (ABS) POWERTRAIN 6.8L 3-valve SOHC EFI Triton V-10 Rated Brake Horsepower: 362 hp @ 4750 rpm Rated Torque- 457 @3250 rpm Battery: 750 CCA, 78 AH Exhaust System: horizontally mounted, discharge on right side aft of wheels TRANSMISSION Automatic 5-Speed TorgShift w/OD Alternator: 200 Amp extra heavy-duty Fuel Tank: 40 Gallon, Aft of Axle REAR AXLE RATIO The ratio of the rear axle shall be 4.88. CAB TYPE 26424-0017 12/15/16 Page 11 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. Conventional, engine forward, four (4) door crew cab Construction: Welded steel Accessories: - Solar Tinted glass in all windows - Dual sun visors - Electric windshield washer - Dome light - Fresh air heater and defroster - Dual electric horns - Driver and passenger air bags - Gray Vinyl Upholstery - Roof Clearance Lights - Black vinyl full floor covering - 12V Auxiliary Power Point - Black Fender Moldings Headlamps: dual beam jewel effect Climate Controls: controls for heat, defroster, and air conditioning Mirrors: black manually telescope fold -away in/out for view adjustment. Instrumentation: - Tachometer - Speedometer - Turbo boost (diesel only) - Oil pressure - Coolant temperature - Fuel gauge - Transmission temperature gauge - Indicator lights & Message Center/odometer, trip odometer, engine hour meter & warning messages. POWER EQUIPMENT GROUP 26424-0017 12/15/16 Page 12 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The electrical power equipment group shall be provided on the chassis. The option package shall include power door locks, power side windows and a momentary down driver's window. CAB SEATING The front seating shall consist of a heavy duty vinyl 40/20/40 split front bench seat w/center armrest, cup holder, storage and manual driver -side lumbar support REAR CAB SEATING The rear seating shall consist of a heavy duty vinyl 60/40 bench flip-up/fold-down rear seat. 1 10 AM/FM stereo, w/digital clock & 2-speakers GRILLE Black painted BUMPER Chrome Steel with grained MIC top cover. WHEELS Six (6), 10-hole Disc, 19.50" x 6.00" RW Steel TIRES Six (6) 225/70Rx19.5G black side wall traction tires shall come supplied from ford with the chassis. FORD SUPERDUTY WARRANTY Description Months/Distance 26424-0017 12/15/16 Page 13 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. Basic...................................................................................36 month/36,000 miles Powertrain...........................................................................60 month/60,000 miles Corrosion Perforation..................................................60 month/unlimited mileage Roadside Assistance.........................................................60 month/60,000 miles Diesel Engine..................................................................60 month/100,000 miles CAB EXTERIOR PAINT - TWO-TONE COLOR The cab shall be painted a two-tone color. CAB Primary/ Lower Collor: Color: Silver Paint Number: Department to supply paint code CAB Secondary/ Color: Color Red Paint Number: The upper and lower paint shall meet at a breakline on the cab which shall be determined and approved, in writing, by the department before the apparatus goes into production. STEP BARS One (1) set of polished stainless steel step bars shall be mounted to each side of the chassis. There shall be a slip resistant step pad located bellow each chassis door. SEAT BELT CLARIFICATION Red seat belts shall be provided if available from the chassis manufacturer. The apparatus manufacturer shall not change commercial chassis seat belts. 26424-0017 12/15/16 Page 14 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. TIRE PRESSURE MONITORING The apparatus shall be provided with tire pressure indicating valve stem caps. The indicators shall be installed on each tire and be a heavy duty design manufactured specifically for trucks. When tire is properly inflated, the indicator inside the cap shall be green, and when the tire is underinflated by 10%, the indicator inside the cap shall be red. WHEEL COVERS Each wheel shall have one (1) stainless steel wheel cover installed. REAR TOW EYES Two (2) heavy duty steel tow eyes, approximately 3/4" thick, shall be provided beneath the rear tailboard. The tow plates shall be painted black. REAR MUD FLAPS A pair of black rubber mud flaps, with the Manufacturer's logo, shall be provided and installed behind the rear wheels. VEHICLE DATA RECORDER AND SEATBELT MONITOR SYS - FORD HIGH IDLE SYSTEM There shall be a high idle system furnished and installed on the apparatus to allow an increase in the engine speed when the apparatus is parked. (NFPA 1906, 5.2.1.4 requirement). An interlock shall prevent the operation of this engine speed control device unless the parking brake is fully engaged and the transmission is in neutral or park, or unless the engine speed control device is used with chassis engine driven components, in which case it shall be interlocked with the engagement of those components. MASTER BODY DISCONNECT SWITCH 26424-0017 12/15/16 Page 15 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. A master body disconnect on/off switch shall be provided in the cab, near the driver's door. The switch shall disconnect the power to the apparatus body when the ignition switch is in the off position. One (1) reset breaker shall be installed between the solenoid output and any electrical load. One (1) indicator light shall be provided to indicate the apparatus 12-volt system is on. The light shall be located in the chassis cab and be visible from the driver's positions. The light shall be green in color and labeled "Master Battery Disconnect". BACK-UP ALARM One (1) 97 DB back up alarm shall be provided and installed at the rear of the unit. It shall be wired to activate when the transmission is placed in reverse. APPARATUS BODY BODY DESIGN The body shall be modular in design, allowing it to be removed and remounted on a new chassis. The fabrication of the body shall be formed sheet metal. Formed components shall allow the Purchaser to have the body repaired locally in the case where any object has struck the body and caused damage. The use of proprietary extrusions will prevent the Purchaser from such repair and shall NOT be used. SUBFRAME The body shall be attached to and supported by a heavy duty, spring loaded, aluminum subframe u-bolted to the truck frame. The subframe shall be spring mounted to the chassis frame to allow for independent flexing of the body in relation to the chassis frame. BODY CONSTRUCTION 26424-0017 12/15/16 Page 16 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The body shall be fabricated using aluminum extrusions, angle, smooth aluminum sheet and aluminum treadplate providing a durable, corrosion resistant, and lightweight body. The entire body shall be a welded into a one piece module, assembled and painted prior to mounting on the chassis. COMPARTMENT CONSTRUCTION The compartments shall be constructed of .125" 5052-H32 Aluminum. Divider walls between compartments shall be of single wail construction with a minimum wall thickness of 0.125", with double 90 degree bends on the outside to form a channel. Compartment floors shall have a minimum of a 0.50" lip above bottom of the door opening, providing a sweep out design. The rear compartment floor shall be constructed of .125" 3003-H22 Aluminum Tread Plate. For adequate ventilation and air displacement, each compartment shall be properly louvered with square vents. The rearmost wall of the rear compartments, shall have full height removable panels, constructed of aluminum, to cover and protect all 12 volt electrical accessories mounted on the walls. The panels shall be removable to provide access to those components. FENDER PANELS Side fender panels above the rear wheels shall be 0.125" 5052-H32 Aluminum. BODY CONFIGURATION The apparatus body shall be 108.00" long. BODY WIDTH The apparatus body shall be 93.00" wide. BODY HEIGHT 26424-0017 12/15/16 Page 17 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The overall height of the apparatus body shall not exceed 64.00". (The above overall height is for the body only, it does not include any upper hose trays or coffin boxes, if applicable to this specification.) ROLL -UP DOORS All compartment doors shall be equipped with AMDOR brand roll -up doors. The slats shall be 1.00" double wall aluminum with continuous ball and socket hinge joints designed to prevent water ingression and weather tight recessed dual durometer seals. The interior door curtains shall be smooth to prevent equipment hang-ups. The door tracks and side frames shall each be one-piece aluminum. Each side seal shall be recessed, and non -marring with UV stabilizers to prevent warping. The bottom panel flange shall have cut-outs for ease of access with gloved hands. The door strikers shall provide support beneath the lift bar to prevent door curtain bounce and potential false door ajar indications. Each door shall be supplied with a full width lift bar, constructed of stainless steel. COMPARTMENT SHELF TRACKS - ALUMINUM Heavy-duty aluminum Uni-Strut tracks shall be provided in the compartments as specified. The tracks shall not be welded to the apparatus body. The Uni-strut tracks shall allow the shelving to be positioned at any location in the compartment by simply loosening a bolt on each end of the shelf, pushing inward on the bolt, and sliding the shelf to the desired location. COMPARTMENT SHELVING - SIDE COMPARTMENTS Adjustable shelving shall be installed in the side compartments as identified later in this specification. Each shelf shall be made of 0.125" smooth aluminum with a 2.00" high perimeter retaining lip with welded corners. LEFT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, L1 26424-0017 12/15/16 Page 18 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. There shall be a full height compartment located ahead of the rear wheels on the left side of the apparatus body. This compartment shall be designated as L1 within these specifications and any ensuing paperwork or drawings after contract execution. - Dimensions: 34.75" wide x 57.625" high x 21.50" deep(Tranverse above frame) - Door Opening: 28.25" wide x 53.125" high - Usable Width: 34.75" - Usable Depth: 19.50" The compartment shall have a roll up door. The door shall have a satin finish. COMPARTMENT LIGHT(S) One (1) 33.00" Luma Bar LED strip light shall be installed inside the compartment. The compartment light(s) shall be controlled by a magnetic "On -Off' switch located on each compartment door. One (1) louver vent shall be installed in the compartment. ADJUSTABLE SHELVING TRACKS There shall be two (2) uni-strut channels, one (1) per side, installed in the compartment. ADJUSTABLE SHELF(S) There shall be One (1) adjustable shelf constructed of 0.125" aluminum with a 2.00" upward bend at front and rear, and side supports. LEFT SIDE ABOVE WHEEL COMPARTMENT, L2 There shall be a standard height compartment located above the rear wheels on the left side of the apparatus body. This compartment shall be designated as L2 26424-0017 12/15/16 Page 19 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. within these specifications and any ensuing paperwork or drawings after contract execution. - Dimensions: 47.00" wide x 27.625" high x 21.50" deep - Door Opening: 44.50" wide x 23.125" high - Usable Width: 47.00" - Usable Depth: 19.50" The compartment shall have a roll up door. The door shall have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light shall be installed inside the compartment. The compartment light(s) shall be controlled by a magnetic "On -Off' switch located on each compartment door. The compartment shall be cross vented into the full height compartments ADJUSTABLE SHELVING TRACKS There shall be two (2) uni-strut channels, one (1) per side, installed in the compartment. ADJUSTABLE SHELF(S) There shall be One (1) adjustable shelf constructed of 0.125" aluminum with a 2.00" upward bend at front and rear, and side supports. LEFT SIDE COMPARTMENT BEHIND REAR WHEELS, L3 There shall be a standard height compartment located above the rear wheels on the left side of the apparatus body. This compartment shall be designated as L3 within these specifications and any ensuing paperwork or drawings after contract execution. - Dimensions: 26.25" wide x 57.625" high x 21.50" deep - Door Opening: 19.75" wide x 53.125" high 26424-0017 12/15/16 Page 20 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. - Usable Width: 23.50" - Usable Depth: 19.50" The compartment shall have a roll up door. The door shall have a satin finish. COMPARTMENT LIGHT(S) One (1) 33.00" Luma Bar LED strip light shall be installed inside the compartment. The compartment light(s) shall be controlled by a magnetic "On -Off' switch located on each compartment door. One (1) louver vent shall be installed in the compartment. ADJUSTABLE SHELVING TRACKS There shall be two (2) uni-strut channels, one (1) per side, installed in the compartment. ADJUSTABLE SHELF(S) There shall be One (1) adjustable shelf constructed of 0.125" aluminum with a 2.00" upward bend at front and rear, and side supports. RIGHT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, R1 There shall be a full height compartment located ahead of the rear wheels on the right side of the apparatus body. This compartment shall be designated as R1 within these specifications and any ensuing paperwork or drawings after contract execution. - Dimensions: 34.75" wide x 57.625" high x 21.50" deep (Tranverse above frame) - Door Opening: 28.25" wide x 53.125" high - Usable Width: 34.75" - Usable Depth: 19.50" The compartment shall have a roll up door. The door shall have a satin finish. 26424-0017 12/15/16 Page 21 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. COMPARTMENT LIGHT(S) One (1) 33.00" Luma Bar LED strip light shall be installed inside the compartment. The compartment light(s) shall be controlled by a magnetic "On -Off' switch located on each compartment door. One (1) louver vent shall be installed in the compartment. ADJUSTABLE SHELVING TRACKS There shall be two (2) uni-strut channels, one (1) per side, installed in the compartment. ADJUSTABLE SHELF(S) There shall be One (1) adjustable shelf constructed of 0.125" aluminum with a 2.00" upward bend at front and rear, and side supports. RIGHT SIDE ABOVE WHEEL COMPARTMENT, R2 There shall be a standard height compartment located above the rear wheels on the right side of the apparatus body. This compartment shall be designated as R2 within these specifications and any ensuing paperwork or drawings after contract execution. - Dimensions: 47.00" wide x 27.625" high x 21.50" deep - Door Opening: 44.50" wide x 23.125" high - Usable Width: 47.00" - Usable Depth: 19.50" The compartment shall have a roll up door. The door shall have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light shall be installed inside the compartment. 26424-0017 12/15/16 Page 22 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The compartment light(s) shall be controlled by a magnetic "On -Off" switch located on each compartment door. The compartment shall be cross vented into the full height compartments ADJUSTABLE SHELVING TRACKS There shall be two (2) uni-strut channels, one (1) per side, installed in the compartment. ADJUSTABLE SHELF(S) There shall be One (1) adjustable shelf constructed of 0.125" aluminum with a 2.00" upward bend at front and rear, and side supports. RIGHT SIDE COMPARTMENT BEHIND REAR WHEELS, R3 There shall be a standard height compartment located above the rear wheels on the right side of the apparatus body. This compartment shall be designated as R3 within these specifications and any ensuing paperwork or drawings after contract execution. - Dimensions: 26.25" wide x 57.625" high x 21.50" deep - Door Opening: 19.75" wide x 53.125" high - Usable Width: 23.50" - Usable Depth: 19.50" The compartment shall have a roll up door. The door shall have a satin finish. COMPARTMENT LIGHT(S) One (1) 33.00" Luma Bar LED strip light shall be installed inside the compartment. The compartment light(s) shall be controlled by a magnetic "On -Off" switch located on each compartment door. One (1) louver vent shall be installed in the compartment. 26424-0017 12/15/16 Page 23 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. ADJUSTABLE SHELVING TRACKS There shall be two (2) uni-strut channels, one (1) per side, installed in the compartment. ADJUSTABLE SHELF(S) There shall be One (1) adjustable shelf constructed of 0.125" aluminum with a 2.00" upward bend at front and rear, and side supports. REAR BODY CONFIGURATION, ENCLOSED The cargo area of the apparatus body shall be completely enclosed and covered with diamondplate aluminum. REAR CENTER COMPARTMENT, CR1 There shall be one (1) compartment at the rear, approximately 50.00" wide x 43.00" tall x 72.00" deep. The compartment shall have a roll up door. The door shall have a satin finish. COMPARTMENT LIGHT(S) One (1) 33.00" Luma Bar LED strip light shall be installed inside the compartment. The compartment light(s) shall be controlled by a magnetic "On -Off" switch located on each compartment door. EXTENDO-BED A 1500 lb. Extendo-Bed will be supplied and mounted in the rear compartment area of the body. The bed shall have a three -stage Frame Assembly design that shall allow the cargo frame to extend completely out of the vehicle. There shall be a lock assembly made up of a 0.75" diameter steel rod the length of the assembly. Lock points shall be located at just over 100% extension and at 26424-0017 12/15/16 Page 24 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. approximately each 12.00" of travel. This allows the unit to be locked at various positions of travel for field work. A second pull handle shall be attached to the end of the Cargo Frame for ease of operation. Note: Include (1) piece of 0.75" thick marine grade plywood within full bed area. TRANSVERSE COMPARTMENT There shall be a transverse area located in between compartments L1 and R1. It shall be approx 24.50" wide x 50.00" deep. SLIDE -OUT TRAY - DUAL DIRECTION One (1) 1000 lb. SLIDEMASTER dual direction slide -out tray with 70% extension shall be mounted in the transverse compartment. The tray shall be constructed of 0.125" aluminum. FRONT BODY PROTECTION PANELS Aluminum tread plate overlays and panels shall be installed on the front of the body compartment from the lower edge to the top of the compartment doors. WHEEL WELL PROTECTION PANELS Aluminum tread plate overlays and panels shall be installed on the side fender panels, above the rear wheels. REAR LOWER BODY PROTECTION PANEL Aluminum tread plate overlays and panels shall be installed the full width of the body, in the area below rear compartment and above the tailboard. FUEL FILL W/ ACCESS DOOR One (1) Cast Products aluminum fuel fill with a hinged access door shall be installed in the left hand side wheel well rear of the axle. It shall be labeled "Ultra Low Sulfur Diesel Fuel Only". DIESEL EXHAUST FLUID FILL 26424-0017 12/15/16 Page 25 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. One (1) Cast Products aluminum diesel exhaust fluid fill with a hinged access door shall be installed in the left hand side wheel well forward of the axle. It shall be labeled "Diesel Exhaust Fluid Only" REAR TAILBOARD A rear tailboard shall be provided and installed at the rear of the body. The rear tailboard shall be a minimum of 10.00" deep and constructed of aluminum Grip Strut. The outside edges of the rear tailboard shall be trimmed with bright diamondplate aluminum. The tailboard shall meet the NFPA 1901/1906 recommended requirements for non -slip surfaces. The rear tailboard shall be the full width of the body. EXTERIOR GRAB RAILS Each grab rail shall be non -slip, 1-1/4" diameter extruded polished aluminum grab rails with rubber inserts designed to provide maximum gripping ability, strength, and durability. The rails shall comply with NFPA 1901. GRAB RAILS, REAR, VERTICAL There shall be two (2) grab rails, located at the rear of the body. One (1) shall be located on the left hand side and one (1) shall be located on the right hand side. 12 VOLT ELECTRICAL SYSTEM The truck shall have a 12-Volt electrical system. All wiring will be run in convoluted high temperature plastic loom. The wiring shall be color -coded, numbered, and function imprinted for permanent identification. All wiring devices shall be rated to carry 125% of the maximum ampere load for which the circuit is protected. All added electrical equipment shall be served by circuits separate and distinct from the chassis circuits. All solenoids, relays, and terminal blocks will be located in an easily accessible area. All circuits provided shall have properly rated low voltage over current protective devices. All electrical will be 26424-0017 12/15/16 Page 26 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. accordance with modern automotive wiring standards. All under side terminal junctions shall be fully enclosed in sealed plastic weather proof boxes. ELECTRICAL SYSTEM (CHASSIS OEM) The commercial chassis electrical system shall be furnished and installed by the chassis manufacturer and shall not be altered in any way so as to void or diminish the manufacturer's warranty responsibilities. Body builder wiring interface harnesses shall be specific to the chassis being utilized and the apparatus specifications with all such harnesses, circuits and connections being documented by the body builder and made part of the electrical schematics provided with the completed apparatus. ELECTROMAGNETIC INTERFERENCE PROTECTION The apparatus shall incorporate modern electrical system design, installation procedures, grounding techniques and wave generating components to provide the highest level of protection against electromagnetic (EMI) and radio wave frequency (RFI) interferences. The apparatus shall be designed to operate and correctly function in congested municipal environments as well as industrial or concentrated commercial scenes without adverse effects from either EMI or RFI. Communications equipment installed after the apparatus is delivered shall be immediately tested by the installer for reception and transmission signal quality. NFPA 1906 CERTIFIED 12 VOLT ELECTRICAL SYSTEM The 12-volt apparatus body electrical system shall be provided and shall be in compliance with NFPA 1906 testing and certification procedures as follows: NFPA MINIMUM ELECTRICAL LOAD DEFINITION The NFPA 1906 defined minimum electrical load shall consist of the total amperage required to simultaneously operate the following in a stationary mode: Propulsion engine and transmission. 26424-0017 12/15/16 Page 27 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. 2. The clearance and marker lights. 3. Communication equipment. 5 amp default. 4. Illumination of all walking surfaces, the ground at all egress points, control and instrumentation panels and 50% of total compartment lighting. 5. Minimum warning lights required for "blocking right of way" mode. 6. The current to simultaneously operate and fire pump and all specified electrical devices. 7. Anything defined by the purchaser, in the advertised specifications, to be critical to the mission of the apparatus. RESERVE CAPACITY TEST The first electrical test to be performed will be the Reserve Capacity Test. All items listed in NFPA Minimum Load Definition shall be activated with the engine shut off. After 10 minutes of operation, the items 1-7 shall be deactivated. After deactivation, the battery system shall have ample reserve to start the engine. ALTERNATOR PERFORMANCE TEST AT IDLE The second electrical test to be performed shall be Alternator Performance Test at Full Load. All electrical loads shall be activated with the engine running up to the governed rpm for two hours. During the test, the system voltage shall not drop below 11.7 volts or have excessive battery discharge for more than 120 seconds. Any loads not defined in the NFPA Minimum Electrical Load may be load managed to pass test. TEST CONDITIONS All electrical testing shall be performed with the engine compartment at approximately 200 degrees. LOW VOLTAGE ALARM 26424-0017 12/15/16 Page 28 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. One (1) Kussmaul 091-85-12 Low Voltage alarm system shall be supplied and installed with a Cole Hersee 4112-RC light/buzzer located in the cab. The system shall detect when the battery voltage drops below 11.8 volts and remains low for 120 seconds. CHASSIS GROUND LIGHTS LED ground lights with outward facing angle brackets shall be installed, one (1) under each chassis door. FRONT OF BODY GROUND LIGHTS Two (2) LED ground lights with outward facing angle brackets shall be installed under the front of the body. One (1) light shall be located on the left hand side and one (1) light located on the right hand side of the apparatus. REAR STEP GROUND LIGHTS Two (2) LED ground lights with outward facing angle brackets shall be installed under the rear step of the apparatus, one (1) each side. GROUND LIGHT SWITCHING The cab and body ground lights shall activate by engaging the parking brake. HAZARD LIGHT A Whelen model OSROOFCR flashing red LED light, located in the driving compartment, shall be illuminated automatically whenever any compartment door is ajar. The hazard light shall be marked with a sign that reads "Do Not Move Apparatus When Light is On". The warning light shall be interlocked to the parking brake and shall only alert the driver when the parking brake is released. The light shall also be used to signal that other ancillary equipment such as racks light towers etc. are not in their "ready for transport" position. 26424-0017 12/15/16 Page 29 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. LICENSE PLATE LIGHT A license plate bracket with LED light shall be provided and installed on the rear of the body. It shall be wired to come on with the headlights. BRAKE, TAIL, TURN LIGHTS One (1) pair of flush -mount round 4.00" red LED combination brake/ tail/ turn lights shall be provided at the rear of the body, one (1) each side, outboard of the reverse lights. The lights shall be attached with a rubber grommet. BACK UP LIGHTS One (1) pair of flush -mount round 4.00" clear LED back up lights shall be provided at the rear of the body, one (1) each side, inboard of the B/T/T lights. The lights shall be attached with a rubber grommet. MARKER LIGHTS LED marker lights shall be installed on the vehicle in conformance to the Department of Transportation requirements. The side and rear of the body will be provided with reflectors. All marker lights shall be incorporated into the headlight circuit of the cab/chassis TRAFFIC ADVISER WARNING LIGHT One (1) Whelen LED "Traffic Advisor", model TAL85 48.00", rear directional light shall be installed. The light shall be equipped with eight (8) lamps. The directional light shall be activated by a control module. The control module shall be conveniently located near the driver's position. The traffic advisor shall be surface mounted at the rear of the apparatus body. It shall be located as close to the centerline of the body as possible. LED TELESCOPIC BOTTOM RAISE FLOODLIGHTS Two (2) Akron SceneStar LED model ELSS-SLDC telescopic lights shall be installed. The light pole shall be anodized aluminum and have a knurled twist 26424-0017 12/15/16 Page 30 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. lock mechanism to secure the extension pole in position. The extension pole shall rotate 360 degrees. The outer pole shall be a grooved aluminum extrusion and qualify as an NFPA compliant handrail. The pole mounting brackets shall have a 4" offset. Wiring shall extend from the pole bottom with a 4' retractile cord. The lamphead shall have eight (8) ultra -bright white LEDs. It shall operate at 12 volts DC, draw 13 amps, and generate 14,000 lumens. The lamphead shall direct 50 percent of the light onto the action area while providing 50 percent to illuminate the working area. The light head shall tilt up and down with two heavy duty handles and shall be mounted with a swivel assembly. The lamphead shall incorporate heat -dissipating fins and be no more than 5.6" deep by 4 1/4" high by 14" wide. The lamphead and mounting arm shall be powder coated white. The floodlight shall be for fire service use. An on/off switch with weatherproof boot shall be provided on the lighthead. Location of lights shall be: One (1) on each side of the rear of the body REAR VISION SYSTEM One (1) complete backup camera system shall be provided. There shall be (1) camera located at the rear of the apparatus as close to the centerline as possible. The camera shall be capable of viewing the entire area not visible in the side view mirrors. The camera shall have a 7" color display mounted in view of the driver. The system shall include audio transmission from the camera. The rear vision camera shall be wired to automatically activate when the chassis transmission is placed in reverse. The monitor for the rear vision system shall be mounted on the dash of the cab in easy view of the driver. NFPA AUDIBLE AND LIGHTING WARNING PACKAGE The following warning light package shall include all of the minimum warning light and actuation requirements for the current revision of the NFPA 1901/ 1906. The lighting as specified shall meet the requirements for both "Clearing Right of 26424-0017 12/15/16 Page 31 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. Way" and "Blocking Right of Way" which includes disabling all white warning lights when the apparatus is in "Blocking Right of Way" mode. WARNING LIGHT FLASH PATTERN All of the perimeter warning lights shall be set to the default NFPA flash pattern as provided by the warning light manufacturer. WARNING PACKAGE ACTUATION CONTROLS The warning light package shall be actuated with two (2) warning light switches located on the cab switch panel. One (1) switch for the lightbar, and one (1) switch for the warning lights. The wiring for the warning light package shall engage all of the lights required for "Clearing Right of Way" mode when the vehicle parking brake is not engaged. An automatic control system shall be provided to switch the warning lights to the "Blocking Right of Way" mode when the vehicle parking brake is engaged. LIGHTBAR One (1) WHELEN model JE2NFPA 56.00" LED lightbar shall be supplied and mounted. The lightbar shall have clear lenses and contain the following modules: Four (4) RED LING LED modules, two (2) on each corner. Four (4) RED CON3 LED modules, across the front Two (2) WHITE CONS LED modules, on the front The forward facing white lights shall be automatically disabled for the "Blocking Right of Way" mode. LIGHT BAR ACTUATION The light bar shall be controlled by a switch in the cab. LOWER FRONT WARNING LIGHTS 26424-0017 12/15/16 Page 32 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. One (1) pair of Whelen model 60R02FCR Super LED warning lights shall be installed, one (1) each side on the front of the chassis cab. The lights shall be red in color with clear lens. The light(s) shall be supplied and installed with a chrome bezel. INTERSECTION WARNING LIGHTS One (1) pair of Whelen model LINZ6 LED warning lights shall be installed, one (1) each side of the chassis cab front fenders. The lights shall be red in color with clear lens. There shall be black bezels supplied and installed on the lights. LOWER MID -BODY WARNING LIGHTS One (1) pair of Whelen model 60R02FCR Super LED warning lights shall be installed , one (1) each side of the apparatus, mid -body. The lights shall be red in color with clear lens. The light(s) shall be supplied and installed with a chrome bezel. LOWER REAR WARNING LIGHTS One (1) pair of Whelen model 60R02FCR Super LED warning lights shall be installed, one (1) each side on the lower rear of the apparatus body. The lights shall be red in color with clear lens. The light(s) shall be supplied and installed with a chrome bezel. LOWER WARNING LIGHT ACTIVATION The lights shall be controlled by a switch in the cab. ELECTRIC SIREN AND CONTROL 26424-0017 12/15/16 Page 33 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. One (1) Whelen model #295SLSA1 electronic siren shall be mounted in the cab. This unit shall feature an electronic air horn, wail, yelp, hi-lo and shall have a hard wired PA microphone. ELECTRONIC SIREN SPEAKER One (1) Whelen model SA315FIP 100 watt speaker shall be provided. The speaker shall have a nylon composite black housing with front loaded, powder coated speaker driver. The speaker shall produce a minimum sound output of 120 dB at 10 feet to meet current NFPA 1901/1906 requirements. The speaker shall be wired to the electric siren located in the cab. The speaker shall be located on the right hand side of the bumper. PAINT, STRIPING, AND LETTERING SECTION BODY PAINT PROCESS All bright metal fittings, if unavailable in stainless steel shall be heavily chrome plated. Iron fittings shall be copper plated prior to chrome plating. All seams shall be caulked both inside and along the exterior edges with a urethane automotive sealant to prevent moisture from entering between any body panel. The body and all parts shall be thoroughly washed with a grease cutting solvent (PPG DX330) prior to any sanding. After the body has been sanded and the weld marks and minor imperfections are filled and sanded, the body shall be washed again with (PPG DX330) to remove any contaminants on the surface. The first coating to be applied is a pre -treat self etching primer (PPG DX1787) (.5 to 1.0 dry film build) for maximum adhesion to the body material. The next two to four coats (depending on need) shall be an acrylic urethane primer surfacer (PPG K36). The film build shall be 4-6 mils when dry. The primer surfacer coat, after appropriate dry time, shall be sanded with 320-600 grit sandpaper to ensure maximum gloss of the paint. The last step is the application of at least three coats of PPG Delfeet polyurethane two -component color (single stage). The film 26424-0017 12/15/16 Page 34 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. build being 2-3 mils dry. The single stage poluurethane, when mixed F3270 catalyst (PPG F3260) shall provide a UV barrier to prevent fading and chalking. All products and technicians are certified by PPG every two (2) years. CHASSIS PAINT The chassis shall be painted by the OEM Chassis Manufacturer. IMMERSION PRIMING Before painting the body shall go through a computer controlled 12 stage electro-cathodic immersion prime paint system. There shall be a 5-stage pre -treat system to ensure consistent primer adhesion. In this process, the body is treated with phosphate to ensure the primer adheres to the metal. The body shall then be plunged into a vat of high voltage, electrically charged primer, that shall fuse the paint to the aluminum. This process ensures that all surfaces, even the most hidden, receive a uniform, smooth, consistent layer of protection, NO EXCEPTION TO THIS REQUIREMENT SHALL BE ALLOWED. PAINT FINISH The body shall be painted with a PPG Delfleet Evolution Paint System. As part of the curing process the painted body shall go through a baking process. The painted components shall be baked at 185 degrees for 3 hours to achieve a complete coating cure on the finished product. After bake and ample cool down time, the coated surface shall be sanded using 3M 1000, 1200, and or 1500 grit sandpaper to remove surface defects. In the final step, the surface shall be buffed with 3M Super -duty compound to add extra shine to coated surface. No more than .5 mil shall be removed in this process. All products and technicians shall be certified by PPG every two (2) years. 26424-0017 12/16/16 Page 35 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. UNDERCOATING The entire understructure of the apparatus body shall be undercoated using Monsey 2.7 Low VOC Solvent Base Sound Sealer, SIDE COMPARTMENT FINISH, ZOLATONE The apparatus side compartment interiors are to be coated with Zolatone, a polychromatic, modified nitrocellulose coating with a flat background color with accenting fleck colors. The compartments shall be cleaned with a grease remover, and then the surface sanded and prepared for painting. The Zolatone finish is washed and waxed like paint, and is resistant to man solvents and wear. PAINT COLOR The apparatus body paint shall be "cross referenced" from the chassis paint, and shall be painted to match the main chassis color as close as possible. REFLECTIVE STRIPING Reflective striping shall be applied to the perimeter of the truck. Size and design shall be determined by the department. CHEVRON STRIPING At least 50% of the rear of the unit shall be covered with Red and Yellow alternating 6" stripe in an inverted Chevron pattern. LETTERING Reflective lettering shall be applied to the cab doors at the direction of the purchaser. Photos or drawings of the lettering and striping layout shall be provided by the purchaser prior to construction. 26424-0017 12/15/16 Page 36 of 36 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. == Tamarac Options DELIVERY REQUIREMENTS Delivery of the completed vehicle shall be by Flat bed. (same cost as driven)price already in quote CHASSIS PAINT FINISH (PRICE ALREADY IN QUOTE) The chassis shall be painted with Sikkens BT650 Frame Rails: • Color: Black • Paint Number: N0001 EA Cab Color • Color: Red • Paint Number: FLNA 91733/3225 The Two -Tone location shall be determined by the department before build TINTED WINDOWS FRONT BUMPER The Front Bumper shall be painted job color. REAR BUMPER 26905-0001 01 /24/17 Page 1 of 4 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The rear bumper shall be painted job color WHEELS 19.5-Inch x 6.0-Inch Forged Alum Polished Wheels CAB ACCESS STEPS / RUNNING BOARDS Cab step/running boards shall be provided for each side of the vehicle. They shall be Black. CONSOLE The middle section of the bench seat shall be removed by the apparatus manufacturer and a center console shall be installed. The console shall have 18.00" of mounting space and a 12.00" map box section with two (2) dividers. It shall be a Jotto AK-12 425-6159 SIREN MOUNTING BRACKET A bracket shall be supplied with the console to mount the specified Whelen 295SLSAl siren head. FUSED JUNCTION BOX There shall be a fused juction box in L2 compartment with 8 circuits BATTERY CHARGER, BUILT-IN BATTERY SAVER One (1) Kussmaul Auto Charge #1000 Series Model #091-215-12, 15 amp battery charger and 3 amp Battery Saver shall be installed. The charger shall include a Model #091-199-001 remote digital display. The Auto Charge 1000 with Parasitic Load Compensation (PLC) is a compact, microprocessor controlled, completely automatic, single channel battery charger designed for vehicles with a single battery system. The PLC charger is designed to withstand the shock and vibration encountered by vehicle mounted equipment. 26905-0001 01 /24/17 Page 2of4 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The Battery Saver component shall eliminate drain on vehicle's battery system when vehicle is not in use. The system shall automatically disconnect auxiliary vehicle loads from battery when the charger is energized. Parasitic Load Compensation feature is designed especially to meet the heavy duty requirements of emergency vehicles. Parasitic load compensation allows you to input the total number of parasitic load amps on the vehicle. Then the charger will shift the absorption stage set point so the battery voltage will drop to the float voltage when the desired current is reached. This will lead to a longer battery life and no overcharging or overheating. The charger shall have the following operational specifications: a) 120 volts AC input at 3.5 amps b) Battery Charger: 12 volts DC output at 15 amps c) Battery Saver: 3 amps 12 volt DC output d) 8 Pin Selector Switch on front panel a. Battery Type: Lead -Acid, Gel Cell, AGM or Odyssey b. Float / 3-Step c. Battery Saver ON/OFF d. Parasitic Load Compensation e) AC power applied light on front panel f) System LED Status Indicator on front panel g) Dimensions of: 9.35" high x 5.9" wide x 4.725" deep and weighs 11 lbs. BATTERY CHARGER DISPLAY One (1) Kussmaul model 091-199-001 universal single battery bank voltage display shall be supplied with the charger. 120 VOLT SHORELINE CONNECTION - "SUPER" AUTO EJECT One (1) Kussmaul "Super" Auto Eject model 091-55-20-120, automatic, 120 volt, 20 amp shoreline disconnect shall be provided for the on board, 110 volt battery charging systems. The Kussmaul auto -eject connection shall be equipped with a Yellow weatherproof cover. model # 091-55YW. 26905-0001 01 /24/17 Page 3 of 4 Exhibit 2 TR 12901 TAMARAC FIRE RESCUE Fouts Bros. The disconnect shall be equipped with a NEMA 5-20P male receptacle, which shall automatically eject the shoreline when the vehicle starter is energized. The mating connector shall be included with the auto eject and shall be provided as loose equipment. SHORELINE POWER INLET PLATE A shoreline power receptacle information plate shall be permanently affixed at or near the power inlet. The plate shall indicate the following: Type of Line Voltage Current Rating in Amps Power Inlet Type (DC or AC). 26905-0001 01 /24/17 Page 4 of 4 TAMARACFIRE RESCUE STEVEST|LLVVELL G0UUHIATUS RD TAMARAC.FL33321 954'507'3800 QUOTATION Fouts Bros. Junior Ingram 2158Atlanta Road Smyrna, GA30080 1'800'948'6845 770438'1404 Exp. Date: 02/23/2017 Create Date: 01/24/2017 Rev. Date: Quote No: 28905'0001 01/24/2017 Pooe1 PART NO S DESCRIPTION OTY ID EACH EXTENDED 03-02-2005 S Chassis Paint -Two Tone, Red over Silver 1 FBFE 0.00 0.00 Crew Cab 1000 PLC 091-199-001 Auto -Eject 20A Total 4,962.00 Exhibit 3 TR 12901 FISCAL YEAR 2017 VEHICLE / EQUIPMENT BUDGET Fund Account FY 17 Budget Building Fund 150-3000-581.91-31 $ 75,000.00 Fire Rescue - Capital Equipment Fund 301-4520-522.64-05 $ 160,760.00 Capital Equipment Fund - General Government 301-9000-519.64-05 $ 166,000.00 Stormwater Fund - Capital Equipment 410-5050-538.64-05 1 $ 58,000.00 $ 459,760.00 TOTAL PROPOSED VEHICLE / EQUIPMENT PURCHASES FOR FY 2017 $ 459,760.00