Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-226Temp. Reso. #10549 8/31 /04 Revision 1 — September 13, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004- v` AA A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 04- 18B TO FLORIDA TRANSPORTATION SYSTEMS, INC., FOR THE PURCHASE OF TWO (2) ADA COMPLIANT MODIFIED MINI VANS AT COST OF $34,272.00 EACH, FOR ATOTAL COST NOT TO EXCEED $68,544.00; APPROVING FUNDING FROM THE APPROPRIATE PUBLIC WORKS ACCOUNT; AUTHORIZING BUDGETARY TRANSFERS AS NECESSARY FOR PROPER ACCOUNTING PROCEDURES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, City vehicle #803, a sixteen (16) passenger bus assigned to the Transportation Division, is scheduled for replacement; and WHEREAS, the Parks and Recreation Department has recommended that the City purchase two (2) mini vans in lieu of one 16 or 20-passenger bus to better serve the needs of our residents; and WHEREAS, the City Manager has approved such request; and WHEREAS, the City of Tamarac publicly advertised Bid No. 04-18B for ADA compliant mini vans, a copy of which is hereto attached as Exhibit 1, on August 8, and August 15, 2004; and WHEREAS, on August 27, 2004, the following three (3) bids were received and reviewed in order to determine cost and responsiveness, a copy of the bid tabulation is attached hereto as Exhibit 2; and F L Temp. Reso. #10549 8/31 /04 Revision 1 — September 13, 2004 Bidder Unit Bid Amount Total Bid 2 ea Florida Transportation Systems, Inc. $34,272.00 $68,544.00 Movin' On Mobility $42,725.00 $85,450.00 Mobility Concepts $34,783.00 $69,566.00 WHEREAS, the response from Florida Transportation Systems, Inc., was found to be the lowest responsive and responsible bid, a copy of said bid is attached hereto as Exhibit 3; and WHEREAS, reference checks were conducted and proved to be satisfactory; and WHEREAS, based upon the results of the bidding process and satisfactory references, it is recommended that the City award Bid No. 04-18B to Florida Transportation Systems, Inc., for the purchase of two (2) ADA compliant modified mini vans at a cost of $34,272.00 each, for a total cost not to exceed $68,544.00; and WHEREAS, funding is available for said purpose within Fleet Services Fund and Capital Improvement Project; and WHEREAS, the Director of Parks and Recreation and the Purchasing and Contracts Manager recommend the award of Bid No. 04-18B to Florida Transportation Systems, Inc., for the purchase of two (2) ADA compliant modified mini vans at a cost of $34,272.00 each, for a total cost not to exceed $68,544.00; and 1 Temp. Reso. #10549 8/31 /04 Revision 1 — September 13, 2004 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 to award Bid No. 04- 18B to Florida Transportation Systems, Inc., for the purchase of two (2) ADA compliant modified mini vans at a cost of $34,272.00 each, for a total cost not to exceed $68,544.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are HEREBY authorized to award Bid No. 04-18B to Florida Transportation Systems, Inc., for the purchase of two (2) ADA compliant modified mini vans at a cost of $34,272.00 each, for a total cost not to exceed $68,544.00. SECTION 3: An expenditure in an amount not to exceed $68,544.00 is HEREBY authorized. SECTION 4: Budgetary transfers, which may be required for proper accounting purposes and financial control, are hereby authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 Temp. Reso. #10549 8/31 /04 Revision 1 — September 13, 2004 SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 13th day of October 2004. JOE SCHREIBER MAYOR ATTEST: J RECORD OF COMMISSION VOTE: MARION SWENSON, CIVIC MAYOR SCHREIBER 04e, CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM- ALABISCO DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL VKT CITY ATTO TR 10549 EXHIBIT 1 1 INVITATION TO BID oV- TA <aR�p BID NO. 04-18B ADA Compliant Modified Minivan Issued on behalf of the Transportation Division City of Tamarac Purchasing Division 7525 NW 88th Avenue Room 108 Tamarac, Florida 33321-2401 109AI 7)n_')A4n SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 954-724-2450 INVITATION FOR BID Bidder Acknowledgement BID NO.: 04-18B BID TITLE: ADA COMPLIANT MODIFIED MINIVANS BID OPENING DATEITIME: August 24, 2004 at 2:00 PM local time BUYER NAME: Steven J. Beamsderfer, C.P.M. BUYER PHONE: 954-718-1791 BUYER EMAIL: stevenb@tamarac-org PRE -BID CONFERENCE/SITE INSPECTION: N/A BONDING: Not required for this bid. GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES 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 INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY VENDORS STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDORS 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 BID 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 AGENT: TITLE OF AUTHORIZED AGENT: __- AUTHORIZED AGENT EMAIL ADDRESS: BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER: SIGNATURE OF AUTHORIZED AGENT: I certify that this Bid 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. CTC-7 city of Tamarac3. !. PJr;hnSinv an Conrract3 oiwsion 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 not limited to Request for Quotes, Request 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. I. 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 specked 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 retumed 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 fumished in the bid document. The Bidder shall 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 fine by his/her signature. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. 2. BID DEPOSIT When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashier'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 firm licensed to do 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 specified 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. 4. WITHDRAWAL OF BID 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 CRIMES 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 leases 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. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shall submit this form 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. 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 AND DISCOUNTS 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 prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. 6 ; c;-L of Tamarac Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall 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 Florida Prompt Payment Act, F.S. Chapter 218. 10, DELIVERY All items shall be delivered F.O.B. destination to a speck 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 specked in the bid. 11. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturer's 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 specifications 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 all 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 fumished 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. All 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 Bidders officers and/or employees, by the Broward County Sheriffs Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidders 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 P�rc:nau'g:3rd Contraci ";vrsrcn 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 and its amendments to any industry standards, if applicable. 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. 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 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City 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 for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the City may without cause and without prejudice to any other right or remedy, terminate the agreement for the City's convenience whenever the City determines that such termination is in the best interest of the City. Where the agreement is terminated for the convenience of the City the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, shall terminate all outstanding rC-3 of Tamarac .'� sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract, and refrain from placing further orders and sub- contracts except as they may be necessary, and shall complete any continued portions of the work. 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. 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. gI11llllllll14Ll;JK*Yd4*1 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. EQUAL EMPLOYMENT OPPORTUNITY No Contractor shall discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, or physical or mental handicap if qualified. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, gender, national origin, or physical or mental handicap. Such actions shall include, but not be limited to the following: employment, upgrading, 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 agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non- discrimination clause. The Contractor further agrees that he/she will ensure that 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. 25. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services 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. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall 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: Line of Business/ Occurrence Aggregate Coverage Commercial General $1,000,000 $1,000,000 Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Statutory Employer's Liability 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. Besfs 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. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's 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 City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and G Of Tarn:araC 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 life, 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. 27. 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 prevail. 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 specificcations are found, the Bidder shall contact the Purchasing Crffice 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 sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 2111. BID TABULATION Bidders may download the bid tabulation directly from the Internet at htt : /www.t marac.o /De t/fin/ r h/results.html. The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), 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. 1 of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §1M.57(3xa), or within 10 days after bid/proposal opening, whichever is earlier. 29. RECORDS/AUDITS The Contractor shall maintain during the term of the contract 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 make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 30. UNBALANCED BIDS When a unit price bid has variable .or estimated quantities, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected. 31. 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. Purchasing and Contracts Division G rC-5 of Tamarac SPECIAL CONDITIONS BID NO.04-18B ADA COMPLIANT MODIFIED MINIVANS 1.0 PURPOSE OF BID end Contracts Division 1.1. The City of Tamarac is hereby requesting Bids, from qualified Bidders, to supply a modified 2005 Chevrolet Venture paratransit mini -van, compliant with the requirements of the Americans with Disabilities Act and meeting all relevant United States and Florida Department of Transportation requirements. 1.2. In order to be considered for this project, the Bidder must meet be: 1.2.1. The manufacturer or authorized dealer for the equipment being bid. 1.2.2. Able to provide factory authorized service for the equipment being bid. 2.0 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 days of the date of issuance of the purchase order. 3.0 COMPLIANCE WITH SPECIFICATIONS All items shall be delivered in exact compliance with specifications. Failure to comply with 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). 4.0 EXCEPTIONS TO SPECIFICATIONS 4.1. 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. 4.2. 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 4 days prior to the bid opening. ofTamarac _— ~'...,.�_.___..____Dr`;iTacrnga,�rr Cgrtrarts pirrsrdn 5.0 DELIVERY 5.1 Delivery shall be made within 120 days of receipt of City's authorized Purchase Order. All units are 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. 5.2 Delivery shall be coordinated with the Public Works Fleet Supervisor. Awarded vendor must contact the Fleet Supervisor at least 7 days prior to anticipated delivery date to make all delivery arrangements. Vehicles shall be delivered to: Public Works Department Operations Division 6011 Nob Hill Road Tamarac, FL 33321 Attn: Vince Sciacca, Fleet Supervisor (954)724-1382 6.0 LIQUIDATED DAMAGES Upon failure of awarded vendor to deliver the vehicles within the time specified in Section 5.0 above, plus approved extensions if any, said vendor shall pay City the sum of $25.00 for each calendar day that delivery is delayed beyond the time specified, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Bidder to deliver on time. City shall have the right to deduct from and retain out monies which may be due or which may become due and payable to awarded vendor. 7.0 REQUIREMENTS AT TIME OF DELIVERY The awarded vendor shall be required to provide the following at the time of delivery: 6.1. Vendor's invoice referencing the authorized City of Tamarac Purchase Order number. 6.2. Standard service policy filled -out and signed by the authorized dealer. 6.3. A Certificate of Origin complete with all required information. 6.4. State of Florida Department of Highway Safety and Motor Vehicles Application for Certificate of Title with/without registration filled -in as follows: City o1 Tamarac _ - N'k&' ?ur:',na:3xg aniy Ccntrai:Ditirsion City of Tamarac 7525 NW 88" Ave Finance Department, Room 100 Tamarac, FL 33321 6.5. A temporary State of Florida tag, in duplicate, registered to the address shown in Section 6.4 above, must accompany each vehicle. 6.6. State of Florida Odometer Disclosure Statement. 6.7. 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 ensure payment as soon as possible, vendors are reminded to comply with all provisions. 8.0 INQUIRIES Non -technical inquiries shall be directed to the Purchasing & Contracts Manager at (954) 724-2450. Technical inquiries may be directed to the Transportation Supervisor at (954) 724-1382. 9.0 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. 10.0 ALTERNATES Except where the City exercises the right reserved herein to reject any or all bids and subject to the restrictions stated above, the Bid shall be awarded by the City to the responsible Bidder who has submitted either the lowest responsive bid, or the lowest responsive bid on the base bid, including such alternates as the City determines to be in its own best interest. 11.0 WARRANTY: 10.1 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 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 Purc,h7as5 ir^ and Contracts Divisirr of l amarac ' -- 10.2 Bidder warrants that all goods and services fumished hereunderwill 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, Bidder 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 Bidder or require correction or replacement of the item at the time the defect is discovered, all ai: the Bidder's risk and expense. Acceptance shall not relieve the Bidder of its responsibility. 10.3 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. Use additional sheets if necessary. �r of Tamarac Pc.r^i'a;:nr ;rid CQ1?tMCts %iUlSiot' VEHICLE SPECIFICATIONS BID 04-18B ADA COMPLIANT MODIFIED MINIVANS The purpose of these specifications is to describe a production minivan, built by the OEM and modified by a second -stage manufacturer. For this bid, only vehicles based on the 2005 model year Chevrolet Venture van, configured for side ramp entry will be considered. These restrictions are due to safety concerns and issues involving existing fleet compatibility. This minivan is intended for use as a para-transit vehicle, providing transportation for both ambulatory passengers and having the capability for rapid conversion to accommodate one (1) or two (2) wheelchair passengers. Definitions and abbreviations commonly used throughout this document include: "Agency" - the name of the transit provider or the requesting entity. "Awarded Vendor" - the name of the successful bidder that is awarded a Bid by the agency to provide the equipment described in these specifications. "FMVSS" - Federal Motor Vehicle Safety Standard. "GVWR gross vehicle weight rating. "GAWR" - gross axle weight rating. "Manufacturer" - an individual, partnership, or corporation duly registered with the U.S. Department of Transportation, National Highway Traffic Safety Administration, per 49CFR, Part 566. "OEM" — Original Equipment Manufacturer (the manufacturer of the vehicle chassis) Each vehicle delivered by the awarded vendor must meet or exceed all of the specifications contained in this bid, and must meet all applicable requirements of the Americans with Disabilities Act (ADA), 49CFR, Part 38. Upon the request of the agency, the awarded vendor shall present test reports which substantiate that the vehicle being offered complies with all applicable FMVSS regulations. Upon request by the agency, the awarded vendor shall present a copy of the report indicating the results of the vehicle test performed by the Altoona Bus Testing Center on a vehicle representing the current configuration. of Tamarac. � � -� Purc"asr,,,g and Car7tracts Ci,isior All standard and common features, some related to safety and others to driver and passenger convenience, which are generally provided in a pars -transit vehicle without stipulation shall be furnished. These features include but are not limited to: adjustable instrument panel lights, interior sun visors, exterior backup lamps, variable speed windshield wipers, rear window wiper, front and rear washers, windshield defroster, coolant recovery system, horn, interior and exterior mirrors, etc. Standard and other common features, if not specifically stated, shall not be interpreted as items that can be deleted to reduce the vehicle price or to provide a bidding advantage. Used, demonstration, shop worn, or prototype vehicles will not be accepted. 4 City of Tamarac wr.ray,'n.o anc� C:,n,rac;;s Cr;ish,,rn GENERAL OEM CHASSIS SPECIFICATION Overall body length and width of Chevrolet Venture minivan will be maintained. Vehicle shall have a minimum payload of 1100 pounds. Engine 9 Shall be V6 design with minimum cylinder displacement of 3.4 liters. Transmission 4-speed overdrive automatic transaxle. Suspension Vehicle shall utilize OEM front MacPherson struts and steering components. Vehicle shall use the OEM rear automatically adjustable air shock absorbers. Steering Shall be power -assisted, rack and pinion type with a tilt steering wheel. Brakes Shall be power -assisted, front disc, rear drum, 4-wheel antilock type. Sliding doors Vehicle shall be equipped with dual, sliding side doors. Wheels and tires Tires shall be tubeless, radial design, black sidewall, P215/70R15 or larger as recommended by the OEM for GVWR compatibility. A compact spare tire shall be included along with jack and lug wrench. Bumpers Shall use original OEM front and rear painted bumpers. No bumper modifications shall be allowed. Electrical System Shall use a single 600 cold cranking amp battery. Shall use 105-amp rated alternator. Instrumentation Speedometer with odometer and trip odometer with reset feature N Purr^<as rig . rd Coi t sects ✓lvisi(In of Tamarac __ _ � ___.� -• Fuel gauge. Oil pressure gauge or indicator. Glass Windshield shall have a strip of OEM deep tinting across the top 6" in width as measured down from the upper frame and from outside the vehicle. All side and rear glass shall be OEM tinted. No after market film will be accepted. Exterior Lighting All exterior OEM lights, to include headlights, parking lights, tail and brake lights, turn signals, clearance lights, backup lights, daytime running lamps, and rear collision avoidance light shall be used. Heating and Air Conditioning System A dual front / rear OEM air conditioning / heating system shall be used. This unit shall have separate fan controls, (3 speed minimum), for the front and rear. The defroster shall be capable of clearing all moisture from the windshield and side glass of each front door. The rear electric defroster shall be maintained. Dimensions Maximum height, (without luggage rack) 70.5 inches Maximum height, (with luggage rack) 72.5 inches Minimum height, (floor to ceiling at center) 56 inches Minimum ramp door opening usable height 56 inches Minimum clear ramp door opening width 32 inches Body Structure shall be adequately reinforced at all joints and corners to carry loads up to the GVWR. Shall be able to withstand road shock under normal driving conditions without deformation or separation. Shall be tightly sealed to eliminate drafts and water leaks at body, floor, and roof joints. Vehicle shall be fully undercoated with a non-flammable material Vehicle, at maximum GVWR and at static conditions, with any one wheel on a 6 inch high block or in a 6 inch deep hole, shall not exhibit deformation or 4 City of Tamarac Purchasiftg and Carz,raa,'.> Division deflection that impairs operation of doors, windows, wheelchair ramp, or other mechanical elements. Paint 9 Color shall be OEM White for the current model year. Modified exterior surfaces requiring painting shall be thoroughly degreased, primed, and painted with a high-grade automotive paint matching the OEM mixture. Fuel Cell > Shall have a capacity of 20 gallons. Shall be constructed of a minimum of 14 gauge, aluminized, and painted metal. n Shall be approved by DOT, EPA, and the California Air Resource Board (CARB). After Market Suspension Modifications Shall utilize on OEM automatic, load -leveling, air -ride system. Shall incorporate electronic level sensor and dual, individually controlled air bags for reduced body roll. Shall be able to maintain a minimum ground clearance of (5) inches, as measured from frame), under all load conditions up to the GVWR limits. Shall maintain OEM front drive axle specifications for the operating angle of the constant velocity, (CV), joints. D A complete 4wheel suspension alignment shall be performed by the manufacturer following conversion. Lowered Floor The OEM floor shall be lowered from the base of the firewall to the area immediately in front of the rear axle. This assembly shall be steel, (16 gauge minimum), either of a non -corrosive alloy or coated and able to meet or exceed the 1000 hour salt spray rating. Lowered floor shall be joined to the body frame members in a manner that provides a leak -proof floor. > The floor shall be lowered through the threshold of each sliding door, while the door itself shall be extended to seal. Floor Covering A vapor -insulating barrier of 3/8" marine grade plywood shall be applied over the lowered metal floor. City of Tamarac , Pur:,hasiag ar_I Ccwt, arts Divisi:or Flooring shall be laid without gaps or openings. Seams shall be filled with color matching material so as to be tight against any influx or seepage of moisture. 9 Floor covering shall be thoroughly cemented into position throughout the entire area. m Flooring manufacturer shall approve the flooring cement or adhesive. Floor covering shall be transit grade Altro ar approved equal. Wheelchair Ramp Door Shall be located on the right side of the vehicle. Shall be a single, rearward sliding type. Wheelchair Ramp • Shall be hinged, manually operated, fold up, formed aluminum design. • Shall have a 60 grit powder coat bonded to the walking surface. • Shall incorporate a latching, swing -away feature to allow ambulatory passengers to easily pass through the right side sliding door with the ramp folded. • Shall use dual spring resistance to control the rate of movement as it folds and unfolds. • Shall not block any part of the door glass while in the stowed position. Wheelchair Positions and Securement 9 Vehicle shall have (2) forward facing wheelchair positions. A wheelchair securement system shall be provided to hold wheelchairs in the prescribed positions. Securement system shall be Q Straint or an approved equal. Securement system shall utilize recessed anchor points in the floor, which provide 4 points of securement, 2 in front of the wheelchair and 2 behind the wheelchair. No anchor points shall project more than 1/8" (one -eighth inch) above the finished floor. Securement system shall be adjustable and be capable of accommodating a wide variety of commonly used wheelchair types. n A wheelchair passenger restraint system shall be provided to secure the wheelchair user. Passenger restraint belts and latches shall be provided for all seating positions. 6 4 City of Tamarac r ,r;;h;s;rc anc. Cr.ntrsct, O%visa n Entire securement and restraint system shall comply with all applicable state and federal regulations. All wheelchair securement and restraints shall comply with the applicable regulations under the California Code of Regulations, Title 13, Section 129. Storage Container A metal storage container for wheelchair securement straps and other miscellaneous items shall be mounted directly behind the rear bench seat on the left side of the vehicle. Storage container shall have a hinged access door and a minimum storage capacity in excess of 1000 cubic inches. Storage container shall incorporate a mount for the fire extinguisher and the spare tire. Insulation A flame-retardant insulation material equivalent to that supplied by the OEM shall be used to provide sound absorption and a thermal barrier. Interior The interior shall provide an aesthetically pleasing environment. Interior walls and headliner shall provide a finish that is durable, easy to clean, and coordinates with the overall interior scheme of the vehicle. Seating Configuration of seating shall allow for the transport of up to two (2) wheelchair passengers simultaneously without removal of the OEM rear bench seat. All seats shall be covered with the same material. A fixed driver's seat shall meet the followinn criteria: Fore and aft adjustment of at least 8" (8 inches). D Shall recline and have a right side arm rest. 9 Shall be equipped with a receiver buckle for a 3-point lap/shoulder restraint belt. Removable front passenger seat Shall be removable so a wheelchair passenger can occupy the front seat location. Shall be mounted on a base with wheels for the ease of removal and installation. 7 of Tamarac: ` _ _,___— P.;rcPasing and Cc :'ra= Irv+srcn > Shall be secured to the floor by means of (4) OEM seat latches mounted on the seat base and (4) matching OEM seat attachment pockets in the floor. > Shall incorporate a latch -release mechanism operated by means of a single, quick -release foot pedal connected to the latch. > Shall be equipped with a receiver buckle for a 3-paint lap/shoulder restraint belt. > a 4-point wheelchair securement system, which also will accommodate a 3-point lap/shoulder restraint belt, will be installed at this location. Middle foldup (2) passenger seat, (if applicable) > Shall consist of a single pedestal supporting frame of tubular steel, with a folding mechanism and base plate. > Shall be secured to the floor of the vehicle by (4) bolts passing through the base plate and the floor. > Back of seat shall be hinged at the bottom edge so that it can fold forward and flat against the seat cushion. > Shall be designed so that, by lifting the right end of the cushion, the seat and frame can be folded and latched in an "onend" position adjacent to the left side wall of the vehicle. > Shall weigh no more than 75 pounds and, when folded, shall not extend more than 15 inches from the wall into the passenger area. > Shall be equipped with restraint belts for 2 people. > Shall meet the requirements of FMVSS 207 and evidence thereof shall be provided by the Contractor on request of the agency. Rear bench seat > Standard, removable, OEM 3 passenger rear bench seat shall be utilized. > When a middle foldaway seat is utilized in the center, the rear bench seat becomes a two -passenger bench seat to maintain vehicle GVW. > Regardless of which rear seat is utilized, passenger restraint belts and latches will be in place for each designated seating position. Emergency exit > Rear bench seat shall fold forward to facilitate exiting the vehicle through the rear door in an emergency. > Rear door shall be clearly marked as an emergency exit with easy -to -read instructions. J of Tamarac Rear Air Conditioning Modifications Electrical arc! ^ .arias division Any modifications or alterations to the system shall use components that meet or exceed OEM specifications. Modifying the system by simply re -bending or re -configuring the existing OEM tubes and/or hoses is not acceptable. All refrigerant lines shall be corrosion resistant. All wiring other than that provided by the chassis OEM shall be PVC or better insulated and color coded for positive identification. Precautions shall be taken to prevent damage from heat, water, solvents, and chafing by proper routing, clamping, and the use of grommets or suitable elastomeric cushion materials. n All vehicles shall be wired identically. • Complete wiring schematic diagrams shall be furnished covering all electrical equipment and circuitry, complete with wiring color codes. Interior lighting A dash mounted warning light indicating the wheelchair ramp door is open shall be included. Lighting producing a minimum of 2 foot candles of illumination on entrance ramp area shall be provided. Wheelchair ramp area lighting shall be activated whenever the door is open. Exterior lighting All exterior lighting shall be in accordance with Federal Motor Carrier Safety Regulations (393.12). All lights have sufficient excess wire to allow the light, or bulb, to extend a minimum of 6 inches beyond its normal mounting position for service purposes. All lights shall be grounded to vehicle body or chassis frame. All lights and fixtures shall be sealed from moisture. Safety Equipment First aid kit 10 unit or greater kit shall be provided. Shall be located in rear storage container. 9 City of Tamarac _ _ � Purch 3:iilTy ar,d C atTtract, Division, Fire extinguisher A 2.5 pound or greater type BC unit shall be provided. Shall be secured by means of a mounting bracket to the rear storage container. Reflectors Three (3) folding triangular red reflectors with storage box shall be provided. Reflector storage box shall be located in the rear of the vehicle adjacent to the storage container. Backup alarm • An electrically operated device that produces an intermittent audible signal when the vehicle's transmission is shifted to reverse shall be provided. • Alarm shall meet or exceed SAE J994B standards. -10 of Tamarac Miscellaneous Items Delivery Pur,,"asio,and Contracts flivishar? ➢ All vehicles shall be serviced prior to delivery in accordance with the OEM and manufacturer's new vehicle pre -delivery service requirements. Vehicle registration ➢ Awarded vendor shall provide all necessary documents to enable the purchasing agency to register the vehicle in the state of its choice. ➢ Registration and licensing fees shall not be included in the bid price, as those costs will be borne by the purchasing agency. Manuals ➢ In addition to the vehicle OEM owner's manual, a manual prepared by the manufacturer, which contains all of the pertinent operating and service instructions, shall be provided with each vehicle. ➢ Instructions shall cover all components and accessories added or modified during the conversion, including the wheelchair ramp. Conversion warranty ➢ Conversion shall be warranted against "rust through" damage, (excluding surface rust), to metal components of the installed floor and ramp, by replacement or repair, for a period of seven (7) years or seventy thousand (70,000) miles, whichever occurs first. ➢ All other components of the conversion shall be warranted, by repair or replacement, for a period of thirty-six (36) months from the in-service date or thirty-six thousand (36,000 miles), whichever occurs first. ➢ Maintenance items, diagnostic work, and troubleshooting labor shall not be covered. ➢ Warranty shall be transferable upon the sale of the vehicle within the warranty period, on the condition that the information pertaining to the seller and the buyer is provided to the manufacturer within (30) days of the date of the sale. Ignition/door locks and keys: ➢ OEM standard keyed ignition switch and door locks shall be used. ➢ Three (3) sets of keys shall be provided with each vehicle. 11 of Tamarac _ .__ ' —_--. __Purchasing arc! Confracf5 Division COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ❑ 1. Carefully read the Bid Documents, including all terms and conditions. ❑ 2. Fill out the Bid Forms. ❑ 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ 4. Sign the Certification page. Failure to do so may result in your Bid being deemed non -responsive. ❑ 5. Fill out the Bidder's Qualification Statement. ❑ 6. Fill out the References page. ❑ 7. Sign the Vendor Drug Free Workplace Form. ❑ 8. If Applicable, fill out the List of Subcontractors. ❑ 9. If applicable, include a 5% Bid Bond. Failure to provide a bond will result in automatic rejection of your bid. ❑ 10. Fill out and sign the Certified Resolution. ❑ 11. Include proof of insurance. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will 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. City of Tamarac __.�. , + P;,r:T�a ing and Contracts Driabn BID FORM BID NO.04-18B ADA COMPLIANT MODIFIED MINIVANS Submitted by: THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 881h Avenue Tamarac, Florida 33321 Date 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. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. a) 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. b) 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. c) 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. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. City of Tamarac — ?ur::h,�srr-C�,�ri! Cc_�tracts �iv4sii r, ��`��,1Y fA• i BID FORM (continued) BID NO.04-18B ADA COMPLIANT MODIFIED MINIVANS The City of Tamarac is hereby requesting Bids, from qualified Bidders, to supply ADA compliant modified Mini -Vans. We propose to furnish the following in conformity with the specifications and at the bid prices indicated on this Bid Form. The bid prices quoted have 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. BASE BID Indicate Mfg. & Item Model No. ADA Compliant Modified Mini -Van ALTERNATE ITEM Price per Extended Each I Total $ 1$ 2 ea. SUBTOTAL BASE BID 1 $ Indicate Mfg. S Price per Extended Item Model No. Quantity Each Total All Vinyl seat $ $ option for ADA 2 ea. Compliant Modified Mini -Vans SUBTOTAL ALTERNATE ITEM $ Bidders Name: �.-T City of Tamarac, x. F arci:asirg and Ccntra-;ts Dive.>bn BID FORM (continued) 04-18B ADA COMPLIANT MODIFIED MINIVANS The City reserves the right to reject any bid, if it deems that a Bidder 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 specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet 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. Authorized Signature Typed/Printed Name Telephone Fax Company Name Address City, State, ZIP Federal Tax ID Number Email address for above signer (if any) Contractor's License Number City of TamaracPurc' asio.g and Contracts Division _._ . —� _ .(a —_ _ _ BID FORM 4 (continued) BID NO.04-18B ADA COMPLIANT MODIFIED MINIVANS Bidders Name: TERMS: % DAYS: Delivery/completion: 120 calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original of the Bid Form must be submitted, and two (2) additional copies of the Bid Form should be submitted with your 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 Bidder listing. 9 of Tamarac Pwrh(as!no & Coorracts Divisicr CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUALF-1 PARTNERSHIP D CORPORATION OTHER[—] If "Other', Explain: Authorized Signature Title Company Name City/State/Zip Fax Number Name (Printed Or Typed) Federal Employer I.D./Social Security No. Address Telephone Contact Person Page 1 of t CC—, I fica tic) 17 City of Tamarac`ti _ Purc"acing & Coxtriv Diwsicn BIDDER'S QUALIFICATION STATEMENT ' The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 881" Avenue CHECK ONE: Tamarac, Florida 33321-2401 Corporation F Partnership 0 Individual Joint Venture Other SUBMITTED BY (Company Name) ADDRESS: CITY, STATE ZIP: 1 correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: Correct Name of Bidder Principal address of Business City, State Zip 2, If Bidder is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name of Resident Agent 3. If Bidder is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT 1 City of Tamarac _ r µ r P',rchasing $, (r;;ntrac!s Division State whether general or limited partnership i 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5, If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? a. Under what former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE 2 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT 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: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) 0 DID take an oath, or 11 DID NOT take an oath City of Taman CERTIFIED RESOLUTION P'.irchasirig Grow -act^ Division (Name), the duly elected Secretary of (Name of Corp.), a corporation organized and existing under the laws of the State of , 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 (Name)", the duly elected (Title of Officer) of (Name of Corp.) 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. NAME TITLE SIGNATURE Given under my hand and the Seat 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. PaQ6 1 of 1 Cerrified Rasolutioo of Taman3a NON -COLLUSIVE AFFIDAVIT P�rr.,hrasing � �;r.tracts Divisr�r State of )ss. County of being first duly sworn, deposes and says that: 1. He/she is the , (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. 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 person interested in the proposed Work; 5. The price or prices quoted 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. Signed, sealed and delivered in the presence of: By Witness Witness Printed Name Title Page '1 of 2 Non-Caflusive Affidavit UafT,emer�C i`, Purcha wg g �,r*rrac_s Orysi3r, 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: NOTARY PUBLIC, STATE OF FLORIDA (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 Page 2 of Nora-colhisive Af.rcl.....it � Affidavit City of Tamarac � _ _ ?-;/r,r a y?; ; —cotr�ic.os livisicr, VENDOR DRUG -FREE WORKPLACE 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. 2. 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. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. 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 nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. 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, certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of t Dn,,g-Free Workplace City of Tamarac ?, a Purchasing 3 Contracs Divisicr, REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax 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 Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name t Page I of I Peferences TR 10549 EXHIBITI V- U Q G Z O coo CO) 1` t0 m � � > J Q ar O N z N Z43 � e v, N o 0 a w ar ti va cn w cn w cn w w cn W to w cn w cry w cn w N CD4U in U! ['7 CV) 0 LL w w ui g U w �,,. N 0. Z ❑ w O m O Z N Z O V LL W U CL a m J LL 4 w z U a r O w Ix a a > Z N Ul Z N O a V o w 0 W ? J o m LL O 0 w C7 w Z LL LL IL) LL IC at O 0 C.)L p w w LL- O w cr w TR -10549 EXHIBIT 3 COPY o/ Tamarac and contracts Division COMPANY NAME: (Please Print): Florida Trans ortation Systems, Inc. Phone: (813) 980-0174 Fax: 813 864-0718 BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... [r 1. Carefully read the Bid Documents, including all terms and conditions. K2. Fill out the Bid Forms. [B 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. [9 4. Sign the Certification page. Failure to do so may result in your Bid being deemed non -responsive. Ll n• Fill out the Bidder's Qualification Statement. [ fi Fill out the References page. E 7. Sign the Vendor Drug Free Workplace Form. ❑ 8. If Applicable, fill out the List of Subcontractors. ❑ 9. If applicable, include a 5% Bid Bond. Failure to provide a bond will result in automatic rejection of your bid. [�10. Fill out and sign the Certified Resolution. 11. Include proof of insurance. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will 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. 5 City of Tamarac a I e "Committed to Excellence... Always" Purchasing and Contracts Division ADDENDUM NO. 1 ADA COMPLIANT MODIFIED MINI VANS BID NO.04-1813 DATE OF ADDENDUM: AUGUST 23, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Bid Documents for ADA COMPLIANT MODIFIED MINI VANS. 1. FUEL CELL: Capacity is approved as either 20 gallons or 22 gallons. 2. FUEL CELL: A molded plastic fuel cell replicating the OEM design and meeting all current FMVSS requirements, including FMVSS 301 in addition to CARB and EPA, and calibrated to the OEM fuel guage is acceptable in lieu of the 14 guage fuel cell called for in the original bid specifications. 3. STORAGE CONTAINER: It is acceptable for the storage container to be mounted separately from the spare tire and the fire extinguisher. Any mounting location for the storage container, spare tire and fire extinguisher will be acceptable as long as they are mounted behind the rear bench seat, are readily accessible, do not present a safety hazard and do not interfere with either the capacity of the rear bench seat or the comfort of those passengers who may be required to use it. 4. BID OPENNING DATE: The bid opening date has been changed from Tuesday, August 24, 2004 to Friday, August 27, 2004 at 2:00 PM. All bids will be time stamped upon receipt and must show a time stamp of no later than Friday, August 24, 2004, 2:00 PM to be considered. All other terms, conditions and specifications remain unchanged for Bid No. 04-18B. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum with the Bid package. This Addendum should be signed below and returned with your bid. NAME OF BIDDER: ' ul� Florida Transportation Systess, inc. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomoroc.org Equal Opportunity Employer �d OF r�Mq 9 City of Tamarac t Pe "Committed to Excellence... Always" Purchasing and Contracts Division ADDENDUM NO.2 BID NO.04-18B ADA COMPLIANT MODIFIED MINI VANS DATE OF ADDENDUM: AUGUST 24, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Bid Documents for ADA COMPLIANT MODIFIED MINI VANS. 1. MODEL YEAR: Per original bid specification: Only vehicles of the 2005 model year will be accepted. 2. PAINT COLOR: Per original bid specification. Color shall be OEM White for the 2005 model year. 3. AFTER MARKET SUSPENSION MODIFICATIONS: Standard Venture rear suspension will be acceptable for this vehicle. The automatically adjustable air shock absorbers at the rear of the vehicle specified in the original bid document will not be required. 4. STORAGE BOX: The capacity of the storage box will not be fixed to a minimum size. It must be of sufficient capacity to store all of the wheel chair hold down straps. The box must be able to be completely closed when all of the straps are loaded inside of it. 5. BID OPENING DATE: The bid opening date remains Friday, August 27, 2004 at 2:00 PM. All bids will be time stamped upon receipt and must show a time stamp of no later than 2:00 PM, Friday, August 27, 2004, to be considered. All other terms, conditions and specifications remain unchanged for Bid No. 04-18B. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum No. 2 with their Bid package. This Addendum should be signed below and returned with your bid. NAME OF BIDDER: Florida w� tiro Systems, Inc-CIL- Ross Rayner Sales Representative 7525 NW 88th Avenue ■ iomaroc, Florida 33321-2401 ■ (954) 724-2450 ■ Fox (954) 724-2408 a www.tomaroc.org cquoi vppcounity ernpivyer SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 8C AVENUE TAMARAC, FL 33321 954-724-2450 INVITATION FOR BID Bidder Acknowledgement BID NO.: 04-18B BID TITLE: ADA COMPLIANT MODIFIED MINI VANS BID OPENING DATE/TIME: August 24, 2004 at 2:00 PM local time BUYER NAME: Steven J. Beamsderfer, C.P.M. BUYER PHONE: 954-718.1791 BUYER EMAIL: stevenb@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: N/A BONDING: Not required for this bid. GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES 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 INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER 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 BID FORM MAY BE DEEMED NONRESPONSIVE. 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: Florida Transportation Systems, Inc. COMPANY ADDRESS: 7703 Industrial Lane Tama FL 33637 COMPANY PHONE: 13 NAME OF AUTHORIZED AGENT: Ross Rayner TITLE OF AUTHORIZED AGENT: Sales Representative AUTHORIZED AGENT EMAIL ADDRESS: rraXner@fts4buses.com BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER: FEID : 36-3285618 SIGNATURE OF AUTHORIZED AGENT: ✓� �i I certify that this Bid 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. G TC-1 city of Tamarac -0 Purchasing and Contracts Division 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 not limited to Request for Quotes, Request 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. 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 shall 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. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. All prices, temns and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. 2. BID DEPOSIT When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashier'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 firm licensed to do 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 specified 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. 4. WITHDRAWAL OF BID 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, S. PUBLIC ENTITY CRIMES 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 leases 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. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shall submit this form with the bidiproposal. 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. S. 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 AND DISCOUNTS 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 prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. r rr City of Tamarac Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall 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 Florida Prompt Payment Act, F.S. Chapter 218. 10. DELIVERY All items shall be delivered F.O.B. 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 Manufacturer's name, trade name, brand name information and/or modellcatalog 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 specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's name and modelleatalog 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 all 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 Bidders 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. All demonstrations will be done at the expense of the Bidder. 13. BACKGROUND INVESTIGATION 0 Purchasing and Contracts Division 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. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidders 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. 15. 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 and its amendments to any industry standards, if applicable. 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. 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 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City 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 for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the City may without cause and without prejudice to any other right or remedy, terminate the agreement for the City's convenience whenever the City determines that such termination is in the best interest of the City. Where the agreement is terminated for the convenience of the City the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, shall terminate all outstanding at Tamarac __0 Purchasing and Contracts Division sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract, and refrain from placing further orders and sub- contracts except as they may be necessary, and shall complete any continued portions of the work. 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. 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. EQUAL EMPLOYMENT OPPORTUNITY No Contractor shall discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, or physical or mental handicap if qualified. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, gender, national origin, or physical or mental handicap. Such actions shall include, but not be limited to the following: employment, upgrading, 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 agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non- discrimination clause. The Contractor further agrees that he/she will ensure that 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. 25. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services 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. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall 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: Line of Business/ Occurrence Aggregate Coverage Commercial General $1,000,000 $1,000,000 Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Statutory Employer's Liability 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. Best's 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. The Bidders liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured", The Bidder's Worker's 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 City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and rrr_a of Tamarac expenses (including attomeys' 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 life, 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. 27. CLARIFICATION S 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 prevail. 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 sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 28. BID TABULATION Bidders may download the bid tabulation directly from the Internet at htto:llw-w--w-.tomarac.orotDepVfin/r)uLgh/results.html. The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), 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. §12Q.S7(3)(a), or within 10 days after bid/proposal opening, whichever is earlier. 29. RECORDSIAUDITS 0 Purchasing and Contracts Division The Contractor shall maintain during the term of the contract 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 make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 30. UNBALANCED BIDS When a unit price bid has variable or estimated quantities, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected. 31. 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. r, Tr..,F City of Tamarac 0 Purchasing and Contracts Division SPECIAL CONDITIONS BID NO.04-18B ADA COMPLIANT MODIFIED MINIVANS 1.0 PURPOSE OF BID I.I. The City of Tamarac is hereby requesting Bids, from qualified Bidders, to supply a modified 2005 Chevrolet Venture paratransit mini -van, compliant with the requirements of the Americans with Disabilities Act and meeting all relevant United States and Florida Department of Transportation requirements. 1.2. In order to be considered for this project, the Bidder must meet be: 1.2.1. The manufacturer or authorized dealer for the equipment being bid. 1.2.2. Able to provide factory authorized service for the equipment being bid. 2.0 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 days of the date of issuance of the purchase order. 3.0 COMPLIANCE WITH SPECIFICATIONS All items shall be delivered in exact compliance with specifications. Failure to comply with 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). 4.0 EXCEPTIONS TO SPECIFICATIONS 4.1. 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. 4.2. 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 4 days prior to the bid opening. of %marac and Contracts Division 5.0 DELIVERY 5.1 Delivery shall be made within 120 days of receipt of City's authorized Purchase Order. All units are 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. 5.2 Delivery shall be coordinated with the Public Works Fleet Supervisor. Awarded vendor must contact the Fleet Supervisor at least 7 days prior to anticipated delivery date to make all delivery arrangements. Vehicles shall be delivered to: Public Works Department Operations Division 6011 Nob Hill Road Tamarac, FL 33321 Attn: Vince Sciacca, Fleet Supervisor (954)724-1382 6.0 LIQUIDATED DAMAGES Upon failure of awarded vendor to deliver the vehicles within the time specified in Section 5.0 above, plus approved extensions if any, said vendor shall pay City the sum of $25.00 for each calendar day that delivery is delayed beyond the time specified, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Bidder to deliver on time. City shall have the right to deduct from and retain out monies which may be due or which may become due and payable to awarded vendor. 7.0 REQUIREMENTS AT TIME OF DELIVERY The awarded vendor shall be required to provide the following at the time of delivery: 6.1. Vendor's invoice referencing the authorized City of Tamarac Purchase Order number. 6.2. Standard service policy filled -out and signed by the authorized dealer. 6.3. A Certificate of Origin complete with all required information. 6.4. State of Florida Department of Highway Safety and Motor Vehicles Application for Certificate of Title with/without registration filled -in as follows: of Tamarac Purchasing and Contracts Division City of Tamarac 7525 NW 88th Ave Finance Department, Room 100 Tamarac, Ft. 33321 6.5. A temporary State of Florida tag, in duplicate, registered to the address shown in Section 6.4 above, must accompany each vehicle. 6.6. State of Florida Odometer Disclosure Statement. 6.7. 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 ensure payment as soon as possible, vendors are reminded to comply with all provisions. 8.0 INQUIRIES Non -technical inquiries shall be directed to the Purchasing S Contracts Manager at (954) 724-2450. Technical inquiries may be directed to the Transportation Supervisor at (954) 724-1382. 9.0 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. 10.0 ALTERNATES Except where the City exercises the right reserved herein to reject any or all bids and subject to the restrictions stated above, the Bid shall be awarded by the City to the responsible Bidder who has submitted either the lowest responsive bid, or the lowest responsive bid on the base bid, including such alternates as the City determines to be in its own best interest. 11.0 WARRANTY: 10.1 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 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 e of Tamarac Purchasing and Contracts Division 10.2 Bidder 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, Bidder 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 Bidder or require correction or replacement of the item at the time the defect is discovered, all at the Bidder's risk and expense. Acceptance shall not relieve the Bidder of its responsibility. 10.3 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. Use additional sheets if necessary. See attached. 4 of Tamarac and Contracts Division VEHICLE SPECIFICATIONS BID Q4-18B ADA COMPLIANT MODIFIED MINIVANS The purpose of these specifications is to describe a production minivan, built by the OEM and modified by a second -stage manufacturer. For this bid, only vehicles based on the 2005 model year Chevrolet Venture van, configured for side ramp entry will be considered. These restrictions are due to safety concerns and issues involving existing fleet compatibility. This minivan is intended for use as a pars -transit vehicle, providing transportation for both ambulatory passengers and having the capability for rapid conversion to accommodate one (1) or two (2) wheelchair passengers. Definitions and abbreviations commonly used throughout this document include: "Agency" - the name of the transit provider or the requesting entity. "Awarded Vendor" - the name of the successful bidder that is awarded a Bid by the agency to provide the equipment described in these specifications. "FMVSS" - Federal Motor Vehicle Safety Standard. "GVWR" - gross vehicle weight rating. "GAWK" - gross axle weight rating. "Manufacturer" - an individual, partnership, or corporation duly registered with the U.S. Department of Transportation, National Highway Traffic Safety Administration, per 49CFR, Part 566. "OEM" — Original Equipment Manufacturer (the manufacturer of the vehicle chassis). Each vehicle delivered by the awarded vendor must meet or exceed all of the specifications contained in this bid, and must meet all applicable requirements of the Americans with Disabilities Act (ADA), 49CFR, Part 38. Upon the request of the agency, the awarded vendor shall present test reports which substantiate that the vehicle being offered complies with all applicable FMVSS regulations. Upon request by the agency, the awarded vendor shall present a copy of the report indicating the results of the vehicle test performed by the Altoona Bus Testing Center on a vehicle representing the current configuration. City of Tamarac Purchasing and Contracts Division All standard and common features, some related to safety and others to driver and passenger convenience, which are generally provided in a para-transit vehicle without stipulation shall be furnished. These features include but are not limited to: adjustable instrument panel lights, interior sun visors, exterior backup lamps, variable. speed windshield wipers, rear window wiper, front and rear washers, windshield defroster, coolant recovery system, horn, interior and exterior mirrors, etc. Standard and other common features, if not _specifically stated, shall not be interpreted as items that can be deleted to reduce the vehicle price or to provide a bidding advantage. Used, demonstration, shop worn, or prototype vehicles will not be accepted. of Tamarac Purchasing and Contracts Division iw GENERAL OEM CHASSIS SPECIFICATION Overall body length and width of Chevrolet Venture minivan will be maintained. Vehicle shall have a minimum payload of 1100 pounds. Engine D Shall be V6 design with minimum cylinder displacement of 3.4 liters. Transmission D 4-speed overdrive automatic transaxle. Suspension D Vehicle shall utilize OEM front MacPherson struts and steering components. D Vehicle shall use the OEM rear automatically adjustable air shock absorbers. Steering D Shall be power -assisted, rack and pinion type with a tilt steering wheel. Brakes D Shall be power -assisted, front disc, rear drum, 4-wheel antilock type. Sliding doors D Vehicle shall be equipped with dual, sliding side doors. Wheels and tires D Tires shall be tubeless, radial design, black sidewall, P215/70R15 or larger as recommended by the OEM for GVWR compatibility. D A compact spare tire shall be included along with jack and lug wrench. Bumpers D Shall use original OEM front and rear painted bumpers. D No bumper modifications shall be allowed. Electrical System D Shall use a single 600 cold cranking amp battery. D Shall use 105-amp rated alternator. Instrumentation D Speedometer with odometer and trip odometer with reset feature 3 City of Tamarac Purchasing and Contracts Division ➢ Fuel gauge. ➢ Oil pressure gauge or indicator. Glass ➢ Windshield shall have a strip of OEM deep tinting across the top 6" in width as measured down from the upper frame and from outside the vehicle. ➢ All side and rear glass shall be OEM tinted. No after market film will be accepted. Exterior Lighting ➢ All exterior OEM lights, to include headlights, parking lights, tail and brake lights, turn signals, clearance lights, backup lights, daytime running lamps, and rear collision avoidance light shall be used. Heating and Air Conditioning System ➢ A dual front / rear OEM air conditioning / heating system shall be used. ➢ This unit shall have separate fan controls, (3 speed minimum), for the front and rear. ➢ The defroster shall be capable of clearing all moisture from the windshield and side glass of each front door. The rear electric defroster shall be maintained. Dimensions Body ➢ Maximum height, (without luggage rack) 70.5 inches ➢ Maximum height, (with luggage rack) 72.5 inches ➢ Minimum height, (floor to ceiling at center) 56 inches ➢ Minimum ramp door opening usable height 56 inches ➢ Minimum clear ramp door opening width 32 inches ➢ Structure shall be adequately reinforced at all joints and corners to cant' loads up to the GVWR. ➢ Shall be able to withstand road shock under normal driving conditions without deformation or separation. ➢ Shall be tightly sealed to eliminate drafts and water leaks at body, floor, and roof joints. ➢ Vehicle shall be fully undercoated with a non-flammable material ➢ Vehicle, at maximum GVWR and at static conditions, with any one wheel on a 6 inch high block or in a 6 inch deep hole, shall not exhibit deformation or 4 of Tamarar. Paint and Contracts Division deflection that impairs operation of doors, windows, wheelchair ramp, or other mechanical elements. ➢ Color shall be OEM White for the current model year. ➢ Modified exterior surfaces requiring painting shall be thoroughly degreased, primed, and painted with a high-grade automotive paint matching the OEM mixture. Fuel Cell ➢ Shall have a capacity of 20 gallons. ➢ Shall be constructed of a minimum of 14 gauge, aluminized, and painted metal. ➢ Shall be approved by DOT, EPA, and the California Air Resource Board (CARB). After Market Suspension Modifications ➢ Shall utilize on OEM automatic, load -leveling, air -ride system. ➢ Shall incorporate electronic level sensor and dual, individually controlled air bags for reduced body roll. ➢ Shall be able to maintain a minimum ground clearance of (5) inches, as measured from frame), under all load conditions up to the GVWR limits. ➢ Shall maintain OEM front drive axle specifications for the operating angle of the constant velocity, (CV), joints. ➢ A complete 4wheel suspension alignment shall be performed by the manufacturer following conversion. Lowered Floor ➢ The OEM floor shall be lowered from the base of the firewall to the area immediately in front of the rear axle. ➢ This assembly shall be steel, (16 gauge minimum), either of a non -corrosive alloy or coated and able to meet or exceed the 1000 hour salt spray rating. ➢ Lowered floor shall be joined to the body frame members in a manner that provides a leak -proof floor. ➢ The floor shall be lowered through the threshold of each sliding door, while the door itself shall be extended to seal. Floor Covering ➢ A vapor -insulating barrier of 3/8" marine grade plywood shall be applied over the lowered metal floor. 5 City of Tamarac Purchasing and Contracts Division iw ➢ Flooring shall be laid without gaps or openings. ➢ Seams shall be filled with color matching material. so as to be tight against any influx or seepage of moisture. ➢ Floor covering shall be thoroughly cemented into position throughout the entire area. ➢ Flooring manufacturer shall approve the flooring cement or adhesive. ➢ Floor covering shall be transit grade Altro or approved equal. Wheelchair Ramp Door ➢ Shall be located on the right side of the vehicle. ➢ Shall be a single, rearward sliding type. Wheelchair Ramp ➢ Shall be hinged, manually operated, fold up, formed aluminum design. ➢ Shall have a 60 grit powder coat bonded to the walking surface. ➢ Shall incorporate a latching, swing -away feature to allow ambulatory passengers to easily pass through the right side sliding door with the ramp folded. D Shall use dual spring resistance to control the rate of movement as it folds and unfolds. ➢ Shall not block any part of the door glass while in the stowed position. Wheelchair Positions and Securement ➢ Vehicle shall have (2) forward facing wheelchair positions. A wheelchair Securement system shall be provided to hold wheelchairs in the prescribed positions. ➢ Securement system shall be Q Straint or an approved equal. ➢ Securement system shall utilize recessed anchor points in the floor, which provide 4 points of securement, 2 in front of the wheelchair and 2 behind the wheelchair. ➢ No anchor points shall project more than 1/8" (one -eighth inch) above the finished floor. ➢ Securement system shall be adjustable and be capable of accommodating a wide variety of commonly used wheelchair types. A wheelchair passenger restraint system shall be provided to secure the wheelchair user. ➢ Passenger restraint belts and latches shall be provided for all seating positions. 9 City of Tamarac and Contracts Division ➢ Entire securement and restraint system shall comply with all applicable state and federal regulations. ➢ All wheelchair securement and restraints shall comply with the applicable regulations under the California Code of Regulations, Title 13, Section 129. Storage Container ➢ A metal storage container for wheelchair securement straps and other miscellaneous items shall be mounted directly behind the rear bench seat on the left side of the vehicle. ➢ Storage container shall have a hinged access door and a minimum storage capacity in excess of 1000 cubic inches. Storage container shall incorporate a mount for the fire extinguisher and the spare tire. Insulation ➢ A flame-retardant insulation material equivalent to that supplied by the OEM shall be used to provide sound absorption and a thermal barrier. Interior ➢ The interior shall provide an aesthetically pleasing environment. ➢ Interior walls and headliner shall provide a finish that is durable, easy to clean, and coordinates with the overall interior scheme of the vehicle. Seating ➢ Configuration of seating shall allow for the transport of up to two (2) wheelchair passengers simultaneously without removal of the OEM rear bench seat. ➢ All seats shall be covered with the same material. A fixed driver's seat shall meet the following criteria: ➢ Fore and aft adjustment of at least 8" (8 inches). ➢ Shall recline and have a right side arm rest. ➢ Shall be equipped with a receiver buckle for a 3-point lap/shoulder restraint belt. Removable front passenger seat ➢ Shall be removable so a wheelchair passenger can occupy the front seat location. ➢ Shall be mounted on a base with wheels for the ease of removal and installation. of Tamarac and Contracts Division ➢ Shall be secured to the floor by means of (4) OEM seat latches mounted on the seat base and (4) matching OEM seat attachment pockets in the floor. ➢ Shall incorporate a latch -release mechanism operated by means of a single, quick -release foot pedal connected to the latch. ➢ Shall be equipped with a receiver buckle for a 3-point lap/shoulder restraint belt. ➢ a 4-point wheelchair securement system, which also will accommodate a 3-point lap/shoulder restraint belt, will be installed at this location. Middle foldup (2) passenger seat, (if applicable) ➢ Shall consist of a single pedestal supporting frame of tubular steel, with a folding mechanism and base plate. ➢ Shall be secured to the floor of the vehicle by (4) bolts passing through the base plate and the floor. ➢ Back of seat shall be hinged at the bottom edge so that it can fold forward and flat against the seat cushion. ➢ Shall be designed so that, by lifting the right end of the cushion, the seat and frame can be folded and latched in an "onend" position adjacent to the left side wall of the vehicle. ➢ Shall weigh no more than 75 pounds and, when folded, shall not extend more than 15 inches from the wall into the passenger area. ➢ Shall be equipped with restraint belts for 2 people. ➢ Shall meet the requirements of EMVSS 207 and evidence thereof shall be provided by the Contractor on request of the agency. Rear bench seat ➢ Standard, removable, OEM 3 passenger rear bench seat shall be utilized. D When a middle foldaway seat is utilized in the center, the rear bench seat becomes a two -passenger bench seat to maintain vehicle GVW. ➢ Regardless of which rear seat is utilized, passenger restraint belts and latches will be in place for each designated seating position. Emergency exit ➢ Rear bench seat shall fold forward to facilitate exiting the vehicle through the rear door in an emergency. ➢ Rear door shall be clearly marked as an emergency exit with easy -to -read instructions. 8 of Tamarac and Contracts Division Rear Air Conditioning Modifications ➢ Any modifications or alterations to the system shall use components that meet or exceed OEM specifications. ➢ Modifying the system by simply re -bending or re -configuring the existing OEM tubes and/or hoses is not acceptable. ➢ All refrigerant lines shall be corrosion resistant. Electrical ➢ All wiring other than that provided by the chassis OEM shall be PVC or better insulated and color coded for positive identification. ➢ Precautions shall be taken to prevent damage from heat, water, solvents, and chafing by proper routing, clamping, and the use of grommets or suitable elastomeric cushion materials. ➢ All vehicles shall be wired identically. ➢ Complete wiring schematic diagrams shall be furnished covering all electrical equipment and circuitry, complete with wiring color codes. Interior lighting ➢ A dash mounted warning light indicating the wheelchair ramp door is open shall be included. ➢ Lighting producing a minimum of 2 foot candles of illumination on entrance ramp area shall be provided. ➢ Wheelchair ramp area lighting shall be activated whenever the door is open. Exterior lighting ➢ All exterior lighting shall be in accordance with Federal Motor Carrier Safety Regulations (393.12). ➢ All lights have sufficient excess wire to allow the light, or bulb, to extend a minimum of 6 inches beyond its normal mounting position for service purposes. ➢ All lights shall be grounded to vehicle body or chassis frame. ➢ All lights and fixtures shall be sealed from moisture. Safety Equipment First aid kit ➢ 10 unit or greater kit shall be provided. ➢ Shall be located in rear storage container. City of Tamarac Purchasing and Contracts Division Fire extinctuisher ➢ A 2.5 pound or greater type BC unit shall be provided. ➢ Shall be secured by means of a mounting bracket to the rear storage container. Reflectors ➢ Three (3) folding triangular red reflectors with storage box shall be provided. ➢ Reflector storage box shall be located in the rear of the vehicle adjacent to the storage container. Backup alarm ➢ An electrically operated device that produces an intermittent audible signal when the vehicle's transmission is shifted to reverse shall be provided. ➢ Alarm shall meet or exceed SAE J994B standards. 10 City of Tamarac Delivery and Contracts Division Miscellaneous Items All vehicles shall be serviced prior to delivery in accordance with the OEM and manufacturer's new vehicle pre -delivery service requirements. Vehicle registration Manuals Awarded vendor shall provide all necessary documents to enable the purchasing agency to register the vehicle in the state of its choice. Registration and licensing fees shall not be included in the bid price, as those costs will be borne by the purchasing agency. In addition to the vehicle OEM owner's manual, a manual prepared by the manufacturer, which contains all of the pertinent operating and service instructions, shall be provided with each vehicle. Instructions shall cover all components and accessories added or modified during the conversion, including the wheelchair ramp. Conversion warranty Conversion shall be warranted against "rust through" damage, (excluding surface rust), to metal components of the installed floor and ramp, by replacement or repair, for a period of seven (7) years or seventy thousand (70,000) miles, whichever occurs first. All other components of the conversion shall be warranted, by repair or replacement, for a period of thirty-six (36) months from the in-service date or thirty-six thousand (36,000 miles), whichever occurs first. Maintenance items, diagnostic work, and troubleshooting labor shall not be covered. Warranty shall be transferable upon the sale of the vehicle within the warranty period, on the condition that the information pertaining to the seller and the buyer is provided to the manufacturer within (30) days of the date of the sale. Ignition/door locks and keys: OEM standard keyed ignition switch and door locks shall be used. Three (3) sets of keys shall be provided with each vehicle. 11 of Tamarac BID FORM BID NO.04-1813 ADA COMPLIANT MODIFIED MINIVANS and Contracts Division Submitted by: Florida Transportation Systems, Inc. Date August 23, 2004 THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. 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. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. a) 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. b) 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. c) 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. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. of Tamarac BID FORM (continued) BID NO.04-18B ADA COMPLIANT MODIFIED MINIVANS and Contracts Division The City of Tamarac is hereby requesting Bids, from qualified Bidders, to supply ADA compliant modified Mini -Vans. We propose to furnish the following in conformity with the specifications and at the bid prices indicated on this Bid Form. The bid prices quoted have 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. BASE BID Item Indicate Mfg. 3 Model No. Quanti Price per Each Extended Total ADA Compliant Braun Corporation 2 ea. $ 34,272.00 $68,544.00 Modified Mini -Van "Entervan" SUBTOTAL BASE BID $68,544.00 ALTERNATE ITEM Item Indicate Mfg. & Model No. Quantity_Each Price per Extended Total All Vinyl seat Hraun Corporation$ 35,047.00 $70,094.00 option for ADA "Entervau" 2 ea. Compliant Modified Mini -Vans SUBTOTAL ALTERNATE ITEM $ 70,094.00 Bidders Name: Florida Transportation Systems, Inc. of Tamarac BID FORM (continued) 04-18B ADA COMPLIANT MODIFIED MINIVANS and Contracts Division The City reserves the right to reject any bid, if it deems that a Bidder 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 specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet 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. /FVZA / 1 Florida Transportation Systems, Inc. Authorized Signature Company Name Ross Rayner Typed/Printed Name (813) 980-0174 Telephone (813) 864-0718 Fax rrayner@fts4buses.com Email address for above signer (if any) 7703 Industrial Lane - Address Tama FL 33637 City, State, ZIP FRID: 36-328 618 Federal Tax ID Number Contractor's License Number of Tamarac BID FORM (continued) BID NO.04-18B ADA COMPLIANT MODIFIED MINIVANS and Contracts Division Bidders Name: Florida Trans ortation Systems, Inc. TERMS: 0 % DAYS: 30 Delivery/completion: 120 calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original of the Bid Form must be submitted, and two (2) additional copies of the Bid Form should be submitted with your 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 Bidder listing. of Tamarac Purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(sYservice(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUALF-1 PARTNERSHIP CORPORATION FX I OTHER[] If "Other', Explain: Authorized Signature Sales Representative Title Ross Rayner Name (Printed Or Typed) FEID: 36-3285618 Federal Employer I.D./Social Security No. Florida Transportation Systems, Inc. 7703 Industrial Lane Company Name Address Tampa, FL 33637 City/State/Zip (813) 864-0718 Fax Number (813) 980-0174 Telephone Ross Ra ner Contact Person Page 1 of 1 Certification of Tamarac BIDDER'S QUALIFICATION STATEMENT & Contracts Division The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 88t' Avenue CHECK ONE: Tamarac, Florida 33321-2401 ElCorporation F-1 Partnership F-11ndividual Joint Venture 1-1 Other SUBMITTED BY (Company Name) Florida Transportation Systems, Inc. ADDRESS: 7703 Industrial Lane CITY, STATE ZIP: Tampa, FL 33637 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: Correct Name of Bidder Florida Transportation Systems, Inc. Principal address of Business 7703 Industrial Lane City, State Zip Tam a, FL 33637 2. If Bidder is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name of Resident Agent 1983 Missouri Christopher A. Rustman Steven G. Rustman Howard B. Revelle Howard B. Revelle Howard B. Revelle 3. If Bidder is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT I 4 of Tamarac 8 Contracts Division State whether general or limited partnership If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? 21 a. Under what former names has your organization operated? N/A 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. Florida Dealers License — VF000118 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: RE 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE Mark Foinier Cit of Mar ate Mara 9 4 Z— John Cresitelli City -of Sunrise, nrige. Geri, Freedman Cit of Miramar Mira a 4 City of Tamarac —V Purchasing Division 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). -Christopher A. Rustman, President, 10 years in industry Howard B. Revelle, CFO, Secretary, Treasurer, 30 years in industry__ -Ray Cullers, Sales Manager, 15 years in industry Ross Rayner, Sales Representative9 years in industry 11. State the name of the individual who will have personal supervision of the work: Ross Rayner THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE T aRD AN�RCONTRACT. (Signature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of Hillsboroupth On this the 23rd day of August 20 04 , before me, the undersigned Notary Public of the State of Florida, personally appeared Ross Rayner 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: D M A L QAACE-MtM�OBREY r�wr�room��pe � rf..+anv�aa Mawr wM goo�as+ woeer ,wn.. i„e NOTARY PUBL , STATE OF FL RIDA Diana L. Grace-Whobrey (Name of Notary Public: Print, Stamp, or Type as Commissioned) M Personally known to me, or ❑ Produced identification: (Type of Identification Produced) IN DID take an oath, or 0 DID NOT take an oath of Tamarac CERTIFIED RESOLUTION & Contracts Division I Howard B. Revelle (Name), the duly elected Secretary of Flo Ada (Name of Cor p.), a corporation organized and existing under the laws of he State of Missouri , 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 Ross Rayner (Name)", the duly, iolefr Sales Re resentative (Title of Officer) of c (Name of Corp.) 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. NAME TITLE —;� SIGNATURE Ross Rayner Sales Representative / �0�4.�- J Given under my hand and the Seal of the said corporation this 23rd#y of Au$r 20 O4 (SEAL) Secretary Chief Financial Officer 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. pane I of 1 Certified Resolution 0 City of Tamarac Purchasing & Contracts Division NON -COLLUSIVE AFFIDAVIT State of Florida ) )ss. County of Hillsborough Ross Rayner being first duly sworn, deposes and says that: 1. He/MW the Representative (Owner, Partner, Officer, o i3ar �ransportallon Offeror Representative or Agent) of „� atnm}s_ TR _ the O r that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. 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 person interested in the proposed Work; 5. The price or prices quoted 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. Signed, sealed and delivered in the presence of: Witnes Witness By Ross Rayner Printed Name Sales Representative Title Paqe 1 of 2 Non -Collusive Affidavit I STATE OF FLORIDA DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES DPaSION OF MOTOR VEHICLES LICENSE YEAR 2004 - Xicenoc FLORIDA r,YEVT'EMS INC 7703 LANE 313637 - 6775 TAMPA Lima 14UMBIER vF* ,r D A *T R A N lz'.3 P 0 Rl'itil'l 0 N S Y S *r E m IS 1 N c F I ORA. LAK Fl- 33637 'TAMPA 0 Aak of Tamarac Purchasing & Contracts Division ip ACKNOWLEDGMENT NOA-COLLUSIVE AFFIDAVIT State of Florida County of Hillsborough On this the 23rd day of August , 20 04 , before me, the undersigned Notary Public of the State of Florida, personally appeared Ross Rayner and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/skm0my acknowledge that he&JzAW executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: a w► oar aoeu1w swadimon"364MI I's IT11rwr A.r�. f.. NOTARY PUBLIO, STATE OF FLO I Diana L. Grace-Whobre (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 Page 2 of 2 Non -Collusive Affidavit of Tamarac VENDOR DRUG -FREE WORKPLACE & Contracts Division 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: 1. 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. 2. 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. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. 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 nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. 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 t at this form complies fully with the above requirements. � Florida Transportation S stems, Inc. p Y Authorized Signature Company Name Page 1 of 1 Drug -Free Workplace of Tamarac Purchasing & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax 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 Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Florida Transportation Systems, Inc. 7703 Industrial Lane Tampa, FT. 13637 81.3 80-0174 813 864-0718 City of Sunrise 10650 W. Oakland Park Blvd. Sunrise. FL 33351 954 746-3678 954 572-2476 i e 1Transprotation Coordinator__ City of Margate 102 Rock Island Road 954 972-8126 ext. 16 954 972-8126 Mark Poirier, Tansportation Coordinator _.__.. City of Miramar 6700 Miramar Parkway Miramar, FL 33023 954 894-2076 954 894-2080 Geri Freedman Council on Aging of St. Lucie, Inc. 1505 Orange _Aven e _Fort Pierce, FL 34950 _ (772) 464--7433 / (772) 465-1682 Ro'e Gonzalez Transit Vehicle Main. & Security -Director _Key West Dent. of Transportation P.O. Box IQ78 Kay West, FL 33040 �305) 292-8161 / (305) 292-828-9 _. _,Myra Hernandez, Manager, Dept_. of_Transprotation Page 1 of 1 References eeouthern- Owners Page 3 19020 (11-84) Issued 06-15-2004 'INSURANCE COMPANY TAILORED PROTECTION POLICY DECLARATIONS 6101 ANACAPRI BLVD., LANSING, MI 48917-3999 PREMIER GARAGE Renewal Effective 07-01-2004 AGENCY LASSITER-WARE INC 12-0249-00 MKT TERR 051 (352) 787-3441 POLICY NUMBER 44-541-245-01 INSURED FLORIDA TRANSPORTATION SYSTEMS INC Company Use 20-46-FL-0307 R-2 ENTERPRISES INC Company POLICY TERM ADDRESS 7703 INDUSTRIAL LN Bill 12:01 a.m. 12:01 a.m.. TAMPA FL 33637-6738 to 07-01-2004 07-01-2005 In consideration of payment of the premium shown below, this policy is renewed. Please attach this Declarations and attachments to your policy. If you have any questions, please consult with your agent. COVERAGE TERRITORY LIABILITY COVERAGE GARAGE LIABILITY COVERAGE LIMITS COVERAGES LIMITS Combined Liability $ 1,000,000 each occurrence Auto Medical Payments $ 5,000 each person Personal Injury Protection $ 10,000 Premises Medical 8 10,000 each person Uninsured Motorist S 500,000 each person 500,000 each occurrence PREMIUM BASIS: Audit is Annual. Entity is a Corporation . Location 001: 7703 INDUSTRIAL LN TAMPA FL 33637-6738 Garage Liability - DIVISION I COVERAGES Combined Liability Auto Medical Payments Personal Injury Protection Premises Medical Uninsured Motorist FOREIGN TERRORISM CERTIFIED ACTS SEE FORM S9350 007 Hillsborough County, FL CATEGORY I CATEGORY II RATE/1000 RATE/1000 ED 54.81 .65 1.74 .48 TOTAL Additional Endorsements For This Coverage: 79376 (02-98) 79377 (02-98) 79379 (01-99) CA9903 (12-93) 79898 (02-98) 79899 (02-98) CA0303 (12-93) CA2505 (12-93) PREMIUM BASIS: Franchised Dealer M Automobile Sales. Humber of licensed vehicles - 0. Number of dealer platas ^ 15. Category I payroll $404,500. e`outhern-Owners Page 1 55040 (11/87) Issued 06-15-2004 INSURANCE COMPANY TAILORED PROTECTION POLICY DECLARATIONS 6101 ANACAPRI BLVD., LANSING, MI 48917-3999 Renewal Effective 07-01-2004 AGENCY LASSITER-WARE INC 12-0249-00 MKT TERR 051 (352) 787-3441 POLICY NUMBER 034612-20541245-04 MOW FLORIDA TRANSPORTATION SYSTEMS INC R-2 ENTERPRISES INC Company POLICY TERM AooREss 7703 INDUSTRIAL LN Bill 12:01 a.m. 12:01 a.m. TAMPA, FL 33637-6738 07-01-2004 to 07-01-2005 In consideration of payment of the premium shown below, this policy is renewed. Please attach this Declarations and attachments to your policy. If you have any questions, please consult with your agent. COMMERCIAL GENERAL LIABILITY COVERAGE LIMITS OF INSURANCE General Aggregate Limit (Other Than Products -Completed Operations) Products -Completed Operations Aggregate Limit Personal And Advertising Injury Limit Each Occurrence Limit Fire Damage Limit Medical Expense Limit $1,000,000 11000,000 11000,000 11000,000 100,000 Any One Fire 10,000 Any One Person "General Aggregate Limit" shown above, is reinstated once per policy period at no additional charge, in accordance with form 55050. AUDIT TYPE: Annual Audit FORMS THAT APPLY TO LIABILITY: 59350 (02-03) 55118 (08-91) 55146 (07-96) 55229 (01-02) 55086 (12-88) 55091 (01-69) IL0021 (11-85) 55081 (08-88) 55029 (07-87) 59246 (05-00) CG0001 (11-68) CG0220 (07-92) IL0017 (11-85) 55050 (07-87) 55064 (07-87) CL175 (02-86) 55069 (01-88) CG2147 (09-89) 55137 (06-92) S514S (12-01) 55181 (11-95) LOCATION OF PREMISES YOU OWN, RENT OR OCCUPY LOC 001 SLOG 001 7703 Industrial Ln Tampa, FL 33637-6738 TERRITORY: 004 COUNTY: Hillsborough Premium Classification Subline Basis Rates Premium CODE 00507 Pa Each 1350 Premier Garage - Extended Garage Prem/Op Liability CODE 49950 Additional Interests Designated Per/Organization L Prem/Op If Any School Brd Of Browar School Brd Of SaraSP Pram/Op If Any Am School Brd Of Alachu Prem/Op If Any FLORIDA TRANSPORTATION SYSTEMS, INC. City of Tamarac Invitation To Bid Bid No. 04-18B ADA Compliant Modified Minivan Proposed Product - Braun Corporation "Entervan" Exceptions requested to specifications — 1) Fuel Cell - We request the City accept a fuel cell of 22 gallons constructed of molded plastic replacing the OEM material. Cell meets current FMVSS requirements incluing FMVSS301, as well as all current CARB and EPA requirements. The cell is calibrated with OEM dash fuel gauge. 2) After Market Suspension Modifications — We request the City accept standard Venture suspension. Braun Corporation does not offer the air -ride suspension. Braun does not offer a rear -entry wheelchair ramp configuration. This air -ride feature is used in rear -entry wheelchair ramp vans providing the lowest possible ramp entry. As the City specifies a side entry wheelchair ramp the rear air -ride is not necessary. In addition, the air -ride suspension is typically used in downtown major urban applications. Braun Corporation believes there will be no discernable ride quality noticeable without the air -ride suspension. 3) Storage Container — We request the City accept the standard container provided for securement belt storage. The container is adequate size to accommodate the securement belts. The fire extinguisher, first aid kit and triangle reflectors will be attached to the spare tire mount. Braun Corporation wants to provide the end user a fire extinguisher that is readily accessible. nuv ,..: Luu4 MU till[ III 111L UIMU11 .r.1',1 I nil W.l. U14 74U UUIU r, uJ t) LA Q. "Providing Access to the Worlds' '�,,ADA ENTERYAN" Evamies Lowered floor from firewall to rear axle 59.1/2" floor -to -ceiling at center of van Manual'swing ramp providing 30" usable width M.u!dple wheelchair securement locations P One belt system for wheelchair securement 4 Manual driver and passenger side sliding door providing 56" vertical opening (ADA compliant) passenger door provides 32" in width Quick -release driver and front passenger seat • Front passenger floor tracks for wheelchair securement, with 58" floor -to -ceiling height Stylized lower body panels • Mnyl flooring w/ 3/8" marine grade plywood ....underlayment ADA-compliant interlock • ADA-compliant ramp and door entrance fighting Priority seat decal • Wheelchair securement location decals • Three -passenger bench seat at rear of vehicle * Auxiliary wiring harnesses include fused circuits e Emergency rear hatch release * Easy maintenance interior trim package 9 OEM steering column extension * OEM brake fines and proportioning valves - OEM fuel fill pipe * OEM seat bases s OEM SDM (air bag module) bracket e OEM seat belts/receptacles * 22 gallon FMVSS-compliant fuel tank Qptional Equipment * 125 Fold -A -Way seat for middle seat position * Additional wheelchair occupant securement belts * DOT equipment package * Vinyl seating upgrade The ADA Entervan's removable seating offers flexible floor plan options. Both the driver and front passenger seats can easily be rolled out of the vehicle when required. 30tW A n it iv ersi i r�jl IW4 x>san 1111111,114 "f�roviding Access to the or 0-0 0404WAF ZZAP77 For B'd V.- r1h r A 7"A F, r /VeWjWrr Y~' $nzernational Corporate Hdqr.s: P.O. Box 310 %[Anarnac. IN 46996 tAA 1-800-843-5438 (574) 946-61SA FAX. (S741 94"670. rnn au. 0Iq yqb bUlb P. 02 STURAA TEST 4 YEAR. 100,000 MILE BUS from THE BPAUN C,DRPORATION MODEL 2002 GM ENTERVAN 11; MAY 2002 PTI-B T-R 0206 PE NST T • The Pennsylvania Transportation Institute 201 . &search Office Building 1814) 665-1891 The' ennsylvanla State University Unly rs4 Park, PA 16802 Bus esting and Research Center 61h-Avenue and 45th Streel (814) 949-7944 Alto a, PA 16602 1 '1" I-Vv7 1 1% 1 11 • W.J I II IIIL Lmnun uunr NIA NU, 514 U4b bulb P. U3 EXECUTIVE SUMMARY', The Braun Corporation submitted a model 2002 GM Entervarl •111, gasoline -fueled, 5 sea 6-foot converted mini -van, for a 4 y m cmoo0 mile STUAARtest„ The odometer a readin at the time of delivery was 128.0 miles. Vesting started on February 25.002 and. was ►npleted on April. 30, 2002. The Check -In section of the• report provides •a descriloon of the bus and specifies its major components. _ e .primary part bf the test program is the Structural Dura•billty Test, which also provide the information for the Maintainability' and Reliability results. The Structural Durabih Test was started on March 18, 2002 end was completed on April 12, 2002. he interior of the test vehicle is configured with seating -for 5 passengers and• i handic-position including the driver. At 150 Ibs per person, this load results in a measur d gross vehicle weight of 5,460 lbs. Th a first segment of the Structural Durability Tesf wa performed with the bus loaded to a GN,,W of 5,460 Ibs: The middle segment was • Performl d at a seated load weight of 5,460 Ibs and the final segment was performed -at a curb we ht of 3,110 Ibs. Durability driving resulted in unscheduled tinaintenance and . failures at'invoived a variety of subsystems. A description of failures, and a complete and det Had Jisting of scheduled and, unscheduled, malritenance is •prove in the. Maintain btlity section of this report. . A cessibility, in general, Was adequate, components covered in Section 1.3 (Repair -and/or eplacement of Selected Subsysterra), along with all other components encount red during testing, were found to be readily accessible and no restrictions were noted. T e Reliability section compiles failures that occurred during Structural Durability Testing, 3reakdowns are classified according to subsystems. The data In this section are arranged so that those subsystems with more frequent problems are apparent. The problems: are also listed by. class as defined in Section 2. The test bus encountered no Class. 1, or 4 failures. Of the two reported failures, both were Class 3. Th Safety Test, (a. double -lane change, obstacle avoidance test) was safely performe in both right-hand and left-hand directions up to a maximum test speed of 45, mph. The. performance of the bus is illustrated by a speed vs. time plot_ Acceleration and gradeabili y test data are provided in Section 4, Performance. The average time to obtain 50 mph s 13.35 seconds.' Th Shakedown Test produced a maximum final loaded deflection of 0.067 Inches, with a per anent set ranging between 0.000 to 0.006 inches under a distributed static load of 3,075 I ' s. The Distortion Test was completed with all subsystems, doors and escape mechanis s operating properly. No water leakage observed throughout the test. All subsyste : s operated properly. Th4 test vehicle was not eQuipped with an v type of low eyes or tom ),--ks, thei a; -L the Static owing Test was not performed. The Dynamic Towing Test was performed by ...... .... .r . , „+ • 1 Vd 1 11 11IL. U„nUl7 VVnr rMA NU. b (4 Ab bUlb P. 04 means o a front -lift tow. The towing interface was accomplished using a hydraulic -lift • : wrecker. 1 The bus was towed without incident and no.dernage resulted from the test. The manufa urer does not recommend towing the bus from the rear, therefore, a .reartest was not perfo P ed. 7be Jacking and Hoisting Tests were also performed without Incident. The bus was found to be stable on the jack stands, ;and the minimum., jacking clearancio observed with a tire deflated was 4.4 inches: . A uel Economy. Test was run on simulated central business district, arterial, and commute, courses. The results were 13.83 mpg, 1S.1 O mpg, and 25:25 mpg respectively; 77 A- t"n- exalt-average-of•16.34 mpg. : .............�. -.:. .. ... .. _...�..�_.................. . A s ries bf Interior and exterior Nolse Tests was performed. These data are listed in Section 7.1 and 7..2 respectively. 1 11/1 nV, J In U`lw V V I V r, ue. International C rporate HeAdgesetrters. The Braun C rporation 631 W. 1 1 th Itreet P.O.Box 310 �Irrnamac, IN 46996 USA 1-800-TH8 FT (574) 946.61 3 F�574 9 6-4670 www.braunlift.com Warranty: THE RRAUR AfAYA CORPORAT1000 "Providing Access to the World" s ' . OVA Ask The vehicles being proposed would include the fallowing * Chassis; 3 year 36,000 mile bumper to bumper * Conversion: 3 year 36,000 mile * (See attached conversion warranty) Signed; �. Kevin Larkin Date: Augu,5t 23, 2004 Title: ParAtransit Sal g Mana er • - ---•• -- -.. �....w.. rr... 1'ur IWO v14 vlv vuiu U.) �i rn M M . M CD co _ Cl) S 00 7 p C O- D 5 N.r to CC w Q N °co o � V) o a = C) V, o n FL 31 Am oco �0:z sad M0MCD CD 002 It m ~~ N 0) 00' 5. ro W O N_, w. O O S � O - � O - m CS FxA no,6- m o _ w o 0.3 N N C C n =� a Luo �1 N CD C w O .w O O O � N ©0 oR ai m rn - N a �wcacD7 � C CD I.ti,. 96W 9-1wul „vil Uu • -FQ , If I nc uanuii uvKr rHR NU. b (4 Job bU 1 b P. 04 w M o ! `$ a M 7 H � sgx c1:1. o N cN tb. N IN N O 0 cob 0 � �• n pl � _ `" ° a .. c Z. Tg �RI�1 oo p Q y 7 O C .r � O- . O N ' col -2` n , CL . S� ' m In CD +N+ ! M � y ; G pl �- n• a • n m m CD C. O N N 3 a m N � 8� N a a Q m a a z I" a.+ wvv ► wn vv • vv j j a i uL- ui►nul► vuiu f nA PIU. UN 4 040 OU 10 r, Uo Q W !D O cp C1 ¢ W q �$ o m S v C a m M m$ p `C C 3 CD Or N 3 o � 5R M 3 m � w -3 �Rto Ej, R 21 ' I.ro g Q per" N 9w. 00 tr , I N O: » 0 •e �, m �- $ row is M 9. O O O O' a c w can w $ � H ,� ro I &ug Alw. vil W-Tv vvlw It VU �-Om 7 w w� -1 n 10. �� g.0 a���� � w93 c�D O n i) ,O to in O M 9� �' � 3'a w6 H nmA, coo m alAlin enrt 6l(lrybdb mw•�-P CDwo C2 (1' 10 n n 0.1 cn j b 7lp 14 aN o eDs en •con w 3 m -• c � c JU 1 Q m, =02 mow no$O nl'wnv acneCL in o as N --1 m mom Cy CD a t�� ��m JR o 218 o g w •• �•?C3. n wroa c a ?L -; p Si .�. A C O afm .r O G N O mn @ C. .« .... 4 C O p 0. w a Ind cow a C m CD CV M cn c. �D Fj'o Coco �CL m � :-- �• C w � 4e w a cr t.vM A.v . %ow-V a 11, a t A • vJ A A A & m. un nvii vvni r MA 14U. 9 f 9 U4n DU 10 / . Ub 2002 Chevrolet .Venture LS MPV 'into a FMVSS 208,204 I, -and 301 Frontal TRC Inc. Test Number: 01j114-1 Prepared by: Transportation Research Center Inc. 10820 State Route 347 P. O- Box B-67 East Liberty, OR 43319 Final Report November 2001 Prepared for: Braun Corporation P.O. Box 310 627 West 11 th Street TN 4499A ADA Compliant Lowered -Floor Minivan (Venture) Rev 1/13/03 Ca aci : This minivan shall be capable of carrying in one trip at least three (3) ambulatory adult forward -facing seated passengers and two (2) passengers seated in mobility aids, in addition to the driver. The vehicle is convertible to at least five (5) ambulatory passengers, plus the driver if optional Braun 125 Fold -A -Way seat is chosen. This minivan shall be made ADA compliant through a modification whereby the vehicle floor area is cut from the engine firewall to the rearmost passenger seat and lowered to meet minimum ADA door opening height requirement (56"). There shall be no modification to any portion of the vehicle roof in meeting the ADA door opening height requirement. A 30" usable clear width manual, 80-degree swing -away, fold -up mobility aid ramp is to be mounted vertically and inboard of the curbside sliding door, and two (2) mobility aid positions will be provided. Chassis: The model shall be a long wheelbase Chevrolet Venture. Chassis must be equipped with (FE3) Touring Suspension and (Y3H) Commercial Paratransit Package. • Engine: 3.4 L, V-6, gasoline engine with electronic fuel injection. • Stereo: Stereo shall be OEM AM/FM radio with factory installed speakers. • Transmission: The vehicle shall have an automatic, minimum four (4) speed transmission with automatic over drive. • Radiator and Cooling system: Heaviest duty available, with coolant recovery system factory installed; 50-50 mixture of factory specified antifreeze and water. • Brakes: The vehicle shall be equipped with a factory Anti -Lock Brake System. The converted vehicle must have been tested to comply with FMVSS 105. • Parking Brake: The vehicle shall be equipped with the factory OEM parking brake assemblies and dash warning light. • Tilt Wheel, Cruise control and Power Steering: The vehicle shall be provided with an OEM tilt steering wheel, cruise control, and OEM power steering. • Wheelbase: The minivan shall have a 120" minimum wheelbase. • GVWR: The chassis shall offer a minimum GVWR of 5,357#. The vehicle as converted shall not exceed the OEM chassis GVWR with 6 passengers. Line Protection: All metal and rubber fluid lines beneath the vehicle that are altered or exposed as a result of floor modification shall be secure and reasonably protected from road damage. Any fuel and brake line modification/alteration must be of OEM equivalent material or workmanship. Replacement Fuel Tank. Tank shall have a Twenty (22) gallon minimum capacity. Tank, fuel lines, and hardware must meet all current FMVSS, including FMVSS 301, as well as all current CARB and EPA requirements. Tank shall be calibrated with the OEM dash fuel gauge. Suspension: Vehicle will retain the complete OEM front strut suspension and components. Rear suspension must be capable for the payload identified. Spacers may be added to front and/or rear suspension to maintain ground clearance and ADA requirements. There must be a minimum of five (5) inches clearance between the break - over angle position of the vehicle exhaust pipe and level ground. Wheels: The minivan shall be equipped with four (4) Aluminum wheels, 1 S" minimum, and an OEM compact spare. Tires shall be steel belted radials, as provided by the OEM for the chassis specified. The spare tire shall mount inside the vehicle and be secured on an easily accessible carrier. Tire changing equipment, as provided by the OEM, shall include a jack of sufficient strength/capacity, and other tools necessary for changing the mounted tires, shall be stored in a compartment/container within the vehicle. Electrical: Each vehicle shall have a 12-volt electrical charging system as supplied from the OEM. All electrical wiring shall be automotive stranded copper, of sufficient gauge to handle the load, color -coded to match the OEM. All harnesses that are modified or added to the vehicle will be secured to the frame/body at a maximum of two feet intervals with insulated clamps. All exposed terminals and wiring shall be protected from the elements using sealed terminals or heat shrink where necessary. Exposed wires will be wrapped or loomed in corrosion/moisture-resistant material. Battery. Vehicle shall have the heaviest -duty available factory installed battery. Battery cables and connectors shall be OEM (600 cca, 12 volt maintenance free). Alternator: Alternator shall be factory installed, heaviest duty available (120 amp minimum). Front and Rear Heating and Air Conditioning: An OEM heating/defrosting and air conditioning system with vents front and rear shall be provided. All lines and hoses shall be sufficiently fastened, protected, and insulated to ensure against wear from friction and the elements. The lines must be mechanically attached, with OEM clamps, to the vehicle structure at no greater than 18 inch intervals and must be routed so as not to be exposed to wheel spray and not pass within 2 inches of any part of the exhaust system. Conversion shall not impede access to front and rear air conditioning components. Interior Lighting: Overhead and lower lighting shall be installed in the interior center seat row of the vehicle that provides not less than two foot-candles of illumination at the entrance area. This system shall illuminate automatically when the vehicle front or sliding doors are open. All accessory vehicle lighting shall conform to ADA 49 CFR, Part 38, Subpart B. Body Specifications: Conversion of a minivan by modifying the existing, sidewalls, and floor, shall require the construction that maintains OEM structural equivalent. All metal components that are added shall be welded by qualified operators and made corrosion resistant through a commercial primer application or the use of stainless steel material. Interior Height: Conversion shall provide a minimum clearance of 59 '/z" at the vehicle center of the interior roof. Body Length: Chassis shall not exceed 200.9" in length. Paint: The basic vehicle factory color shall be OEM standard white, with other available OEM factory colors optional upon request. Sealant, Rustpt roofingnd Undercoating: All exposed floor seams shall be sealed with a industrial grade butyl sealant or equivalent which conforms to ASTM C920. The entire surface of exterior lowered floor shall have a rust inhibiting coating, such as an epoxy primer base, applied to cover all welded areas, and then a fresh application of undercoating over the entire surface. Undercoating shall comply with current Federal and State flammability standards. Passenger Doors and Ste wells: The minivan shall have standard OEM driver and passenger front doors; one manual left side rear door (extended to floor level), and one manual right side mobility aid accessible rear door. The manual left side sliding door shall be OEM and extended to floor level to provide a minimum entry height of 56". This door shall be equipped with an interlock system so that the door cannot be opened from the inside or outside when fuel door is open. The manual right side mobility aid accessible entry door shall offer a minimum opening height of 56", a minimum usable width of 32 ''/2", and a maximum of 9" floor -to -ground height. Door extensions shall be constructed of stainless steel. Both sliding doors shall have a mechanism to securely hold doors in open position when vehicle is on a hill. Passenger Door Tracks: Sliding doors must have reinforced glides with an added stop brace to prevent doors from sliding off track. Door tracks shall be reinforced or strengthened beyond OEM standards as needed in all areas of contact with sliding door arms. Sliding Passenger Door Arms/Brackets: Reinforcement of the sliding door components shall at a minimum be adequate to support the excess weight created by the door extensions. Under normal closure conditions, there should be no evidence of door track flexing or wobbling. Locks: Driver and Passenger doors shall be lockable by key from the exterior. All access doors shall have power locks; all door locks shall be keyed alike. Rear Door Emergency Exit: The rear cargo door shall be provided with a quick release, manual override for opening the door from inside the vehicle. Capable of opening the door even if the door is locked. The vehicles override device shall be spring loaded and mounted on the inside of the rear door to prevent accidental release. A decal shall be provided showing operating instructions. Interior Panels: All interior panels shall be OEM or OEM equivalent. Panel fastening devices shall match the color of the panels. The interior shall provide a pleasant atmosphere, be aesthetically pleasing, and contain smooth finishes without any unprotected sharp edges. The basic vehicle interior shall be gray. All interior panels shall meet FMVSS 302. Ground Effects: Exterior lower body panels shall be added to the vehicle on both the driver and passenger sides of the vehicle. Panels to be constructed of formed plastic and painted to match the exterior color of the vehicle. Floorin : Sub Floor: The interior floor shall be insulated with 3/8" marine grade plywood to provide a smooth surface for flooring attachment and to minimize interior noise. Floor Covering Material: 3/16" thick commercial grade vinyl transit floor covering shall cover the entire floor surface. Flooring should also possess anti- skid properties (Altro flooring or equivalent). Floor Assembly: The lowered floor skin shall be constructed of 16 ga. Aluminized steel. The frame rails shall be made of] 4 ga. formed channels; the floor shall be reinforced with 16 ga. farmed channel cross ribs. The floor shall be lowered from the front firewall to just before the rear axle_ The width of the floor shall extend from side doorsill to side doorsill. Mobility aid restraint tracks and seat locks shall be beveled, with no sharp edges and will protrude no more than '/." above floor surface. Seats and Grab Handles: All seats and restraints in the vehicle as specified must comply with current FMVSS standards. Front Seats: The front passenger seat shall be OEM, matching the driver's seat. The seat base shall be adapted to permit easy roll out for mobility aid access/securement. The seat shall lock and unlock easily from the floor area. Rear Seat: The rearmost passenger seat shall be the OEM rear bench seat, capable of comfortably accommodating two adult passengers, and is to be covered with OEM upholstery to match the driver and front passenger seats. The seat shall be lowered to accommodate the lowered floor. Passenger Restraint: Restraints shall be furnished for all passengers, consisting of shoulder seatbelts and/or lap belts. Each belt shall be equipped with an automatic retractor. Securement devices, both for ambulatory and mobility aid passengers, shall meet all State and Federal Standards. Grab Handles: Grab handles shall be installed, OEM are acceptable. Mobility Aid/Occupant Restraint S, sy terns: Each vehicle shall be equipped with one (1) Q-Straint Q-5000-T forward facing mobility aid securement and occupant restraint system. The system shall utilize flanged "L" continuous track, capable of securing a variety of common mobility aid designs and accommodate a wide range of occupant sizes. All attachment hardware and anchorages shall meet or exceed the 30 mph/20 Impact Test criteria per SAE J2249, 36 CFR Part 1192 and CFR Part 38, and all applicable Federal Motor Vehicle Safety Standards, as amended. Each securement position system shall consist of four (4) adjustable securement strap assemblies that attach to the structural frame of the mobility aid at four separate points and anchor into the track on the vehicle floor at four separate points. Each securement system shall have a corresponding occupant restraint system. The occupant restraint system shall consist of an adjustable lap and a shoulder belt and shall meet all applicable Federal Motor Vehicle Safety Standards. Mobility Aid Ramp: The vehicle shall be equipped with a manually operated, 80-degree swing -away mobility access ramp which stows vertically and folds and unfolds through the right side door. The fold and unfold motion of the ramp must be counter balanced so that the force exerted by the operator does not exceed 15 ibs. The installed ramp shall not obstruct the view of the driver through any vehicle window. The ramp shall have a minimum usable width of 30" and a slope meeting the requirements of ADA, 49 CFR. The ramp surface shall be continuous and made skid resistant through powder coating. It shall have no protrusions from the surface greater than'/4" and shall accommodate both four-wheel and three -wheel mobility aids. The ramp shall have a rated capacity of 600 lbs, with a safety factor of at least three (3) based on the ultimate strength of the material. Each side of the ramp shall have protective barriers at least two (2) inches high to prevent mobility aids from rolling off of the ramp edge. Control Interlock: The ramp doors shall be interlocked with the vehicle transmission to ensure the vehicle cannot be moved when the ramp is deployed. Altoona Bus Testing Report: The converted minivan must have been submitted to the Altoona Bus Test Center for a 4 yrJ100,000 mile Surface Transportation and Uniforrnn Relocation Assistance Act (STURAA) test. Testing must have been completed on current body style being converted. A copy of the test report shall be made available to the State upon request. Optional Equipment Braun 125 Fold -A -Way seat for middle seat position (increases ambulatory capacity to five (5) passengers plus driver.) Additional wheelchair occupant securement belts DOT Package (5# Fire Ext., 10 Unit F.A.K., Triangle Flare Kit, Body Fluid Clean-up Kit)