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