Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-264Temporary Resolution 10245 September 24, 2003 Revised October 14, 2003 Revised November 5, 2003 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2003- ,,),6 L . A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE PURCHASE OF TWO FIRE APPARATUS VEHICLES AND EQUIPMENT FROM HALL -MARK FIRE APPARATUS, INC. BASED ON THE HILLSBOROUGH COUNTY PURCHASE ORDER BPCW02000033, FOR EMERGENCY VEHICLES AND ANCILLARY EQUIPMENT AT A TOTAL COST NOT TO EXCEED $700,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to maintain a high level of emergency services, including fire suppression capability; and WHEREAS, the purchase of two new fire apparatus vehicles and equipment will assist the Tamarac Fire Rescue Department in maintaining apparatus reliability, response times and meeting the desired level of service; and WHEREAS, the City of Tallahassee issued a competitive sealed bid, for fire apparatus, which was awarded to Hall -Mark Fire Apparatus, Inc. on November 7, 1995 as Bid No. 2166-95-A01-966 (Exhibit 1); and WHEREAS, other Florida political subdivisions were permitted to utilize pricing made available on this contract; and WHEREAS the City of Tallahassee renewed this agreement through November, 2005 (Exhibit 2); and WHEREAS, Hillsborough County, Florida was able to negotiate more favorable discounts based on the Tallahassee contract, and subsequently established Hillsborough County Contract #BPCW02000033; and Temporary Resolution 10245 September 24, 2003 Revised October 14, 2003 Revised November 5, 2003 Page 2 WHEREAS, Hall -Mark Fire Apparatus, Inc. the local Emergency One distributor, has given the City of Tamarac a quotation attached hereto as "Exhibit 3" based on the Hillsborough County Contract #BPCW02000033 attached hereto as "Exhibit 4;" and WHEREAS, the two fire apparatus specified (fire engines) and equipment in the attached quotation are designed to meet the needs of the City; and WHEREAS, funding for the vehicles was approved in the FY03 budget; and WHEREAS, City Code §6-155 allows the Purchasing Officer the authority to utilize contract prices from other governmental agencies; and WHEREAS, the City Manager, the Fire Chief and the Purchasing and Contracts Manager agree that this purchase be awarded to Hall -Mark Fire Apparatus, Inc.; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase two fire apparatus vehicles and equipment from Hall -Mark Fire Apparatus, Inc. to serve the needs of our residents. NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Section 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution Section 2: The appropriate City Officials are hereby authorized to purchase two fire apparatus vehicles and equipment utilizing the Hillsborough Contract #BPCW02000033 in an amount not to exceed $700,000. Section 3: All resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temporary Resolution 10245 September 24, 2003 Revised October 14, 2003 Revised November 5, 2003 Page 3 Section 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in application, it shall not affect the validity of the remaining portion or applications of this Resolution. Section 5: This Resolution shall become effective immediately upon its adoption. PASSED, ADOPTED AND APPROVED this 12`h day of November, 2003. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCH�LL S. KRAFT CITY ATTORNEY JOE SCHREIBER, MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER Jam` DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCQ � DIST 3: COMM. SULTANOF JAW , DIST 4: V/M ROBERTS AAM Mir A 4IWM . Subsidiary of Federal Signal Corporacion November 7, 1995 EXHIBIT 1- TR #10245 The City of Tallahassee Request for Proposal He No.. 2166-95-AOI-966 Emergency One, Inc. and our Northern Florida dealer, Hall -Mark Fire, Inc. are pleased to submit the attached proposal for a multi -year contract for emergency vehicles. Specifications on each specific vehicle are enclosed for your review. Included with these specifications are the requested warranty statements along with replacement parts recommendations. Prices are firm for ninety (90) days and are quoted F.O.B. Tallahassee, Florida. A $5,000 bid bond along with the proper insurance certificate have been enclosed and a 100% performance bond will be provided as requested after receipt of order. We continue to look forward to working with the City of Tallahassee on your valued emergency vehicle business. Please contact us if you have any questions. Sincerely, Jeffrey H. Haase Vice President, Sales & Marketing /atk Emergency One, Inc. • P.Q. Box 2710 • Ocala, Florida 34478 6 904/237-1 122 M TALLAHASSEE CONTRACT AGREEMENTS Page 1, Item Z: Pricing format is descnibed on proposal form page 14. Emergency One will provide documentation of dealer net price increases as they apply to this agreement. Page 5, F.1 Warranty: The nearest authorized warranty center will be Emergency One in Ocala, Florida, for Emergency One chassis, aerials and bodies; Tallahassee Mack will be the authorized center for commercial chassis. Page 11, Penalty Clause: Emergency One, Inc. This Penalty Clause excludes delays to war, fire, labor disputes, acts of God, govemmental regulations, supplier issues and other causes beyond E-One's reasonable control. Changes to the original order may void the Penalty Clause. .Delivery dates shown on' the proposal form shall be negotiated annually. CITY OF TALLAIIASSEE FIRE APPARATUS AND SPECIAL APPLICATION VEHICLES i FILE NO. 2I66-95-AOI-9GG PROPOSAL AND CONTRACT DOCUMENT CONTENTS This set of documents includes: DOCUMENT Notice to Proposer/Special Conditions Proposal Form Proposal Guarantee NUMBER OF PAGES to S 2 Contract 2 Contract Bond 3 When completed and executed, these documents, along with the vehicle and equipment plans and specifications, collectively with applicable Power of Attorney certifications for bond agents and Certificates of Insurance for the Contractor, form the Contract for this project. Exhibit A CITY OF TALLAHASSEE REQUEST FOR PROPOSAL FIRE APPARATUS AND SPECIAL APPLICATION VEHICLES Fire Apparatus and Special Application Vehicles General Services Department Fleet Management Division October 16, 1995 File No. 2166-95--A01-9GG L NOTICE TO PROPOSER: You are requested to provide a proposal for the above referenced vehicles and equipment_ Your proposal should be directed to the Office of the Purchasing Administrator, Third Floor, City Nall, 300 South Adams Street, Tallahassee, Florida 32301. The proposal should be submitted not later that 4:30 P.M., ET on November 9, 1995_ Under provisions of the following Special Conditions, General and Technical Specifications, and Contract Documents, it is the intention of the City of Tallahassee to enter into a contract with a single provider for purchases of various fire apparatus and certain special application vehicles_ A price structure is to be established for vehicles, options, accessories and parts which the City of Tallahassee may purchase during the five (5) year period foIlouring contract award. The resulting contract shall guarantee the construction and delivery to the City of Tallahassee additional fire apparatus and specialized vehicles as may be required during the time period beginning date of award and ending five (5) years thereafter. II. SPECIAL CONDITxONS: A. QUOTATIONS/PROPOSAL: 1_ All vehicle and equipment prices are to be F.O.B. City of Tallahassee, Fleet Division, 400 Dupree Street, Tallahassee, Florida. File No_ 2155-95-AO1.-9GG 2. The Seller shall state any discounts to apply. (Discounts must be shown for each classification of items or individual items unless all items have the same percentage of discounts.) 3. Seller's proposal must be firm for acceptance for ninety (90) days after due date_ The City of Tallahassee reserves the right to reject the Seller's proposal or.,any part of the proposal, to waive any informality in the proposal, and to award purchases in the best interest of the City of Tallahassee_ 4. The City. reserves the right to reject any offer subject to an open or unlimited escalator clause. The City may consider any proposal offered which may be subject to an escalator clause based on a nationally recognized index which permits both upward and downward escalation_ The City may also consider any proposal that contains existing prices adjusted for future changes in Seller's costs of acquiring or manufacturing equipment. A set (stated) percent markup above dealer's net price as made available to the dealer's distributors may be proposed. Seller may also elect to propose costs based on a percent discount from list prices for vehicles, equipment, options, accessories or parts. The City reserves the right to verify prices by examination of dealer or distributor's invoices and to evaluate all purchases with respect to reasonableness of price. The City may reject any proposal made by the Seller in favor of renegotiation or bidding. 5. Contract award will be made on a total basis only. Award will not be split. B. DELIVERY: The Seller shall state in their proposal firm delivery dates for the various fire apparatus and special application vehicles. The delivery times shall be a major factor in the award of this contract. 2_ The fire apparatus and special application vehicles shall be assembled, serviced, adjusted, and demonstrated to the satisfaction of the City that they are in perfect mechanical condition. Seller is responsible for the complete construction and assembly of all vehicles and equipment components. 3_ Vehicles and equipment will be accepted only after the above requirements for delivery have been rnet. Delivery of vehicles and equipment to the purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the delivered vehicles or equipment meet specifications and the conditions listed in the specifications have been met. Should the delivered vehicles or equipment difFer in any respect from specifications, payment will be withheld until such time as the Seller completes necessary corrective action. W File No. 21 GG-95-A O I-9 G G The Fleet Management Division shall notify the vehicle provider of any deviation(s) in writing within ten (10) calendar days and the contract provisions regarding delivery shall prevail. Within ten (10) calendar days following notification of non-compliance by the Fleet Management Division, the Seller shall provide to the City a detailed proposal for corrective action. If the proposed corrective action is not acceptable to the receiving agency, the Pwchasing Division may authorize the recipient to refuse final acceptance of the vehicle and/or equipment, in which case the vehicle and/or equipment shall remain the property and the responsibility of the provider and the City shall not be liable for payment for any portion thereof 4. Seller must include with initial delivery of each model year vehicle the following manuals. a. Three (3) each Technical and Service Manuals for Cab and Chassis. b. Three (3) each Technical and Service Manuals for Vehicle Body. c. Three (3) each Parts Manuals for Cab, Chassis and Body. d. Three (3) each Operators Manuals. 5. Seller must furnish a copy of manufacturer's preventive maintenance schedule at the time of delivery- C. PROPOSAL SUBMITTAL: The Seller shall after appropriate deliberation, review of all contract documents contained herein and understanding of the requirements, submit all the requested information on the attached Proposal Form. I. Seller shall submit a proposal one (1) original, so identified and four (4) copies to the Purchasing Administrator, Third Floor, City Hall, 300 South Adams Street, Tallahassee, Florida 32301_ The proposal shall be enclosed in a sealed envelope using the courtesy label provided or clearly marked PROPOSAL NO. 2166-95-AOI-9GG "FIRE APPARATUS AND SPECIAL APPLICATION VEHICLE PROPOSAL" and "NOT TO BE OPENED UNTIL 4.30 P.M., NOVEMBER 91 1995." 2_ Proposers are required to provide all requested information. Proposal submittals should be in a sealed envelope as instructed. Only information provided inside this envelope will be considered, unless otherwise instructed by the City. Failure to follow this instruction or any other instruction contained in this request for proposal may result in the rejection of your proposal. 3_ Proposal modifications are not allowed. Complete withdrawal or complete exchange of proposal is acceptable, if done before scheduled proposal deadline_ J File No. 2166-95-A01-9GG No representation made by any of the Owner's officers or agents during or prior to the execution of the Contract, shall be binding on the Owner unless such interpretations or representations are expressly stated in the Contract. Persons ivith disabilities reguiring reasonable accommodations to attend- nrectings, please call Glenn Guertin at (904) 891-8280 or FRS TDD at 1-(800) 955-8773 at least forty-eight (48) hours in advance (excluding weekends and holidays)- D. ENGINEERING DATA: 1. Seller shall enclose a complete description of vehicle construction. Proposal should be accompanied by a set of contractors specifications consisting of a detailed description of the fire apparatus and special application vehicles proposed_ These specifications should include size, type, model and make of all component parts and equipment. 2_ Seller must include nearest factory authorized parts and service facility. E. REPLACEMENT PARTS/OPTIONAL EQUIPMENT: Seller shall include as a part of their proposal a list of recommended OEM replacement parts and optional equipment to include guaranteed delivery time (standard and emergency), guaranteed pricing or price structure and/or discount terms to apply. Seller must be. able to supply 90% of parts required to maintain this equipment within 24 hours and have access to the remaining 10% of parts within 72 hours. Seller will supply upon request original manufacturer part numbers crossover for parts which are not manufactured by the equipment manufacturer after the award of contract and prior to the delivery of equipment_ 2. Seller shall include as a part of their proposal suggested stocking levels for replacement parts. F. 'WARRANTY: 1. Seller shall have full responsibility for warranty of all components of the equipment. A statement shall be attached with the proposal setting out the conditions of the warranty(s)_ The manufacturer's standard warranty shall be furnished. Warranty shall include parts and service for a minimum of two (2) years. A delay in warranty start date is required on all vehicles purchased by the City of Tallahassee. Warranty shall become effective when the vehicle is put into use by the City rather than at time of delivery. Vehicles and equipment must meet all ANSI, SAE and other applicable standards. 4 File No, 2t66-95-A01-9GG The purchaser desires to purchase the best equipment at the lowest price possible with warranty being given full consideration as a part of the purchase Price- It is the purchaser's desire to have a warranty policy made with one company and to be able to execute all warranty through one service department. Ifjhe proposal offered includes more than one warranty or more than one service department and parts department then a list must be provided of different dealers names and locations. Seller mus list the nearest licensed and authorized Facto dealer for the chassis 2. Seller shall include as part of the proposal, a quotation on any extended warranty(s) which may be offered by the Seller or OEM, 3. It is the desire of the Owner to become a factory authorized repair facility for warranty work All necessary training and expenses associated with the authorization shall be included in the purchase price_ Seller shall provide per hour rate to be reimbursed to the Owner for warranty work performed. In addition, Seller shall provide as a part of the purchase price on -site assistance for unresolved warranty work, G. INDEMNIFICATION: L The Contractor shall indemnify and hold harmless the City, and their agents and employees from and against all claims, for infringement of any United States Patent, or damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work, furnishing of services, or furnishing of materials, goods, or equipment, as required by the contract, including but not limited to claims regarding defects in materials, goods, or equipment, which is caused in whole or in part by any breach of contract, or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 2- In any and all claims against the City, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts or other Employee Benefit Act. 5 Zile No- 2166-95-AD1-9GG l� INSURANCE REQUIREMENTS; I. All insurance certificates mus read as follows: CANCELLATION "Should any Of' above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the certificate holder named to the left." - 2. Alf insurance coverages shall be placed with companies who are either licensed by the State of Florida or admitted as a surplus lines carrier by the state. All companies shall have at least a B+-10 rating by A.M. Best or other recognized rating agency. 3. The successful bidder will be required to file proof of insurance in the following amounts prior to commencement of work: A_ Workers' Compensation and Employer's Liability B- Commercial General Liability with following coverages: a) Premise/Operations b) independent Contractor c) Personal Injury d) Products/Completed Operations e) Contractual Liability f) Broad Form Property Damage g) Fire Legal Liability C. Commercial Automobile Liability for: a) Owned4eased autos b) Non -Owned Autos c) Hired Autos Worker's Compensation limits as required by the State of Florida statutes 440 and Employer's Liability limits of $ 5, 000, 000. Combined single Limits for both Property Damage .and Injury of at least 35,000,000. Combined Single Limits per accident for Property Damage and Personal Injury of at least S5,000,000. R Fle No. 2166-95-At)1-9GG D. Additional Requirements: a) City named as "additional insured" as its interest may appear. b) 30 days minimum notice of policy cancellation. c) Certificate of insurance(s) filed with Treasurer -Clerk on or before commencement of work <, L -PROPOSAL BOND AND PERFORMANCE BOND: 1. The Seiler shall supply, as part of their Proposal, a Proposal Bond, Certified Check or Cashier's Check in the amount of $5,000.00 at the time of Proposal submittal to guarantee that if the Seller shall be awarded the contract, the Seller will enter into a contract and give bond for the faithful performance of the contract. The City reserve the right to hold the Sellers' proposal bonds, certified checks or cashier's checks until a contract has been entered into between the City and the Seller. 2. Proposal Bonds, Certified Checks or Cashier's Check will be returned to the proposer after award by the City Commission and a contract has been entered into, and executed, 3. Performance Bond in the amount of 100 percent of award shall be required of the Seller, prior to work beginning, as a guarantee that all provisions of the contract and attached specifications and these special conditions shall be met. The Seller shall supply the aforementioned as per the agreement and will well and truly perform such work as may be required by said agreement. The Performance Bond is to be posted with the Office of the City Treasurer -Clerk within ten (10) business days after contract award. Failure to post said Bond may result in the immediate revocation of Contract Award by the City. The Performance Bond shall be kept in full force and effect and shall be held by the Owner until delivery and acceptance of the completed vehicle has occurred_ Additional performance bonds shall be provided upon receipt of orders for additional equipment. I DEFAULT AND TERIIIINATION OF CONTRACT: Should the Contractor fail to correct any condition which is in violation of the terms of the contract, within 24 hours after having been notified by the City, then the City may declare this contract in default and terminate same. Continuous failure to comply with the terms of contract or failure to correct problems brought to the attention of the Contractor shall be grounds for the City to terminate the contract. This contract may be terminated by either party with just cause with ninety (90) days written notice. 7 File No. 2166-95-A01-9GG The City of Tallahassee's performance and obligation to pay under this contract is contingent upon -in annual appropriation by the City Commission. K EXTENSION OF CONTRACT_ This contract may be extended by mutual agreement for a period of five (5) years beyond --the initial expiration date as set at the beginning of the contract period, unless either the Contractor or the City notifies the other of its intent to terminate the contract at the end of the contract period. If extended, the prices for vehicles and equipment furnished during the extended period shall not be renegotiated by the parties, rather the pricing format accepted in the initial contract shall continue. Notice to terminate the contract at the end of the initial five (5) years period, shall be given in writing at least 30 days prior to the initial expiration date of the contract. E QUANTITIES_ The City anticipates purchasing fire apparatus and special application vehicles on as needed basis during the contract period. There is no obligation on the part of the City to purchase any set or minimum amount of fire apparatus or special application vehicles during this contract period. AL PAYMENT: 1. Prompt Pay Policv It is the policy of the City of Tallahassee to fully implement the provisions of the State of Florida Prompt Payment Act which requires the prompt payment of proper invoices within forty-five (45) days of the date received by the Chief Disbursement officer. For more information, please refer to Section 501 of the City's Administrative Policies & Procedures Manual, 1 Withholding Paxment In the event a contract is canceled under any provision herein, the City of Tallahassee may withhold from the Seller any monies owed on that or any contract, an amount sufficient to compensate for damages suffered because of the violation resulting in cancellation- N. INQ UIRTES: Please direct any inquiries concerning the technical specifications to Tim DeMay, phone (904) 891-5225 and inquiries concerning non -technical specifications to Glenn Guertin, phone (904) 891-8280 or through FRS TDD at 1-(800) 95-5-8771. All telephone conversations are to be considered unofficial responses and will not be binding. Questions, verifying the proposed conditions and specifications content, if appropriate, will be responded to in writing. The written response will be the City's official response and will be mailed to the Proposer. 8 File No. 2166-95-A01-9GG O_ INSPECTION: It is recommended that the Seller visit the Fleet Management Division and the Fire Department to re -familiarize themselves with the needs of the end -users, the intended use of the vehicles and equipment and the maintenance and training needs. P_ SELLE-It PERFORMANCE EVALUATION: The Seller is subject to have their performance evaluated by the City of Tallahassee, using a standard form. This form will be on file in the Purchasing Division of General Services and will become a "Public Record"- Q. EQUAL OPPORTUNITY REQUMMENTS: The Seller must comply with the Equal Opportunity Pledge of the City of Tallahassee as set forth in the attached Proposal Form. Failure to complete the Equal Opportunity Pledge included in this Request for Proposal may result in rejection of your proposal. R. PUBLIC ENTITY CRIMES: The Seller must complete the attached Sworn Statement under Section 287.133 (3)(a), Florida Statutes, on Public Entity Crimes (Form PUR 7068). This form is now required annually on a calendar year basis, from January 1st through December 31st. If your firm has previously submitted this form, complete R-2 on page P3 of this document. Failure to complete and return this form or to indicate previous filing date, with your submittal, may result in the rejection of your proposal. S. PURCHASES BY OTIIER PUBLIC AGENCIES: With the consent and agreement of the Seller, purchases may be made under this Proposal by other governmental agencies or political subdivisions within the State: of Florida. Such purchases shall be governed by the same terms and conditions stated herein and within the Seller's Proposal. This agreement in no way restricts or interferes with the right of any Florida State or political subdivision or other public entity to bid any or all of these items independently. T. SPECIFICATIONS: General Specifications All vehicles and equipment fitrnished shall be manufacturer's latest model. Appurtenances and/or accessories not herein mentioned, but necessary to furnish a complete unit ready for use upon delivery shall be included, conform to best practice known to the fire fighting or special application trade in design, quality of workmanship and material, and be subject to these Specifications in full_ These specifications shall be construed as a minimum. 9 File No_ 2166-95-ADI-9CG Should the manufacturer's current published data or specifications exceed these, they shall be considered minimum and be furnished. The units proposed shall meet all requirements of NRTSA, FMVSS, State of Florida and NFPA. All vehicles furnished under this Contract shall be constructed with due consideration to intended use and performance characteristics, including but not limited to load distribution, such that they will operate under all conditions (weather, environmental, load, etc.) in conformity with the Owner's specifications and all applicable federal, state, and local laws. a. Manufacturer's Line Setting Ticket: (If applicable.) To be delivered with each vehicle. b. Paperwork: Manufacturer's Statement of Origin (MSO), title application, invoice and all warranty papers shall be delivered with each vehicle. C. Liens and Security Interests: The seller shall assume full responsibility that all vehicles and equipment delivered to the City are free and clear of all liens and security interests. 2., Technical Specifications Detailed technical, minimum specifications are the responsibility of the City's Fleet Management Superintendent. The Fleet Management Superintendent shall have final determination as to the specifications of all new fire apparatus and special application vehicles purchased. The City requires that representatives of the Seller and any Sub -contractors attend a Pre -Construction Conference to finalize technical specifications for each type model and vehicle to be purchased. The Fleet Management Division shall confer with the Seller to schedule a date for each Conference. The Pre -Construction Conferences will be held at the Manufacturing site to best facilitate attendance of the Seller's Engineering and Manufacturing Representatives. 10 1;'ile No. 2166-95-A,ot-9GG Exhibit B -Pl- CITY OF TALLAI IASSEE PROPOSAL FORM TO: Lu Banks, Purchasing Administrator DATE: 11/6/95 I (WE), the undersigned propose to furnish and deliver, in accordance with the requirements of the Notice To Proposer and the Special Conditions dated October 16, 1995, prepared by the City of Tallahassee Department of General Services, 'Purchasing Division the following, fire apparatus and special application vehicles. I (WE), the undersigned, hereby declare that the only persons, or Firm or corporation interested in this proposal or the Contract to be entered into, as principals, are named herein, and that this Proposal is made without collusion with any person, firm or corporation, and that it is in all respects fair and in good faith; that I (we) have carefully examined and fully understand the form of Contract and Bond, approved Special Conditions and Specifications and other documents attached hereto and am (are) satisfied as to the actual conditions and requirements of the work, and I (we) hereby propose and agree that if this Proposal is accepted, I (we) will contract with the City of Tallahassee, Florida., in form of Contract hereto attached, to furnish all necessary labor, equipment and materials, to construct and deliver the various fire apparatus and special application vehicles desired by the City, and that I (We) will fully complete all necessary work in accordance with the Special Conditions and the Specifications and the requirements under them of the Fleet Management Superintendent within the time specified below (IT.B.1.) after receipt of purchase order(s) and, upon failing to meet the delivery time, will pay as liquidated damages the sum of $75.00 per vehicle for each consecutive calendar day delivery of an acceptable vehicle is not made. II. SPECIAL CONDITIONS: A.I. All prices F.O.B. Fleet Management Division, 400 Dupree Street, Tallahassee, Florida? YES X NO A.2. Discounts rm E-One. A.3. Condition of Proposal FIRM for acceptance for ninety (90) days? YES X NO Proposal prices must be firm for minimum ninety (90) days, A4. Seiler has proposed guaranteed Fixed Pricing? For vehicles? YES NO For vehicle options? YES NO X For vehicle accessories? YES NO For cab and chassis Parts? YES NO`X For body parts? YES NO X 1'. m File No. -2(66-95-A01-9C(; -P2- CITY OF TALLAHASSEE PROPOSAL FORM Seller has proposed pricing subject to increase or decrease and calculated based on a set percent above Seller's dealer net price? For vehicles? For vehicle options? For vehicle accessories? For cab and chassis Parts? For body parts? YES X NO YES NO YES X NO YES NO - YES N0� Seller has proposed pricing subject to increase or decrease and calculated as a set percent off list price? For vehicles? YES NO X For vehicle options? YES NO X For vehicle accessories? YES NO X For cab and chassis Parts? YES X NO For body parts? YES X NO Seller has proposed pricing subject to increase or decrease and is calculated based on change of a national price index? For vehicles? YES NO X For equipment options? YES NO X_ For vehicles accessories? YES NO X For Cab and Chassis Parts? YES NO X For body parts? YES NO X Name of Index? Index Standing? NOT APPLICABLE B.1- Guaranteed delivery time: Tanker Pumper *See L __days *See Ladder below days *See below days Special Application Vehicle*See below days 13.4. Seller will provide all required manuals at time of delivery? YES X NO C. Seller has thoroughly examined contract documents, special conditions and specifications? YES X NO * Tanker: Commercial Chassis 120 E-One Chassis 240 days Pumper: Commercial Chassis 120 E-One Chassis 240 days Ladder: 240 Days Special application vehicle: to be days after receipt of chassis days after receipt of chassis determined based on special vehicle requirement. 12 File No. 2166-95-AO1-9GG _p3_ CITY OF TALLAHASSEE PROPOSAL FORM D-1. Seller has included a complete description of vehicle construction? YES x NO (exception taken for customized special application vehicle). D.2. Nearest factory authorized parts and service facility tier en ne: pcala Florida Hall -Mark Fire: Ocala Florida E.1. Seller has include a list of replacement parts and equipment options, delivery and pricing? YES x NO Seller will deliver parts to City within 24 hours Emergency and I hours Standard. F.1. Seller has included terms and conditions of warranty(s)? YES X NO Nearest factory authorized dealer for Commercial Chassis repair E-Qne/Hall -Mark/ . F.2. Seller will make available extended warranty? YES X NO Tallahassee Mack F.3. Seller will authorize Owner to conduct warranty repairs? YES - NO G. Seller will indemnify the City..? YES X* NO H. Seller has insurance with minimum coverage as outlines? YES X NO I.l. Seller has submitted a $5,000.00 Proposal Guarantee? YES X NO 13. Seller will furnish Performance Bonds as required? YESig_ NO Q. EQUAL OPPORTUNITY REQUIREMENTS: Have you signed and returned Equal Opportunity Pledge? YES NO R PUBLIC ENTITY CRIMES_ 1 _ Have you signed and returned Sworn Statement Under Section 287.133(3)(a) Florida Statutes, on Public Entity Crimes? YES X NO 2. Form previously submitted: Bid/RFP No. Date: S. PURCHASES BY OTHER PUBLIC AGENCIES: Seller agrees to extend pricing, terms, and conditions to other public agencies YES—X— NO *Any work or workers who perform warranty work for Emergency One will not be indemnified.-7',wrs Sp�Q,F1e gA4 J IveR;r �.va Ta Cary o A' 6"�pZvy��-s 7 13 "iru_ txuu-ya-nUl-Jl,l: -P4- CITY OF TALLAHASSEE PROPOSAL FORM We propose to furnish the fire apparatus and special application vehicles as indicated in this Proposal Form, delivered to the City of Tallahassee with transportation charges prepaid, and for the price quotedbelow_ All vehicles and equipment to be furnished in accordance with City of Tallahassee special conditions and specifications contained herein. T11e City Commission reserves the right to accept or reject Sellers Proposal in the best interest of the City. ITEM DESCRIPTION Price Format: (State price or percent or index as applicable) a. Vehicles b. Options c. Accessories d_ Cab and Chassis Parts e. Body Parts 2. Extended Warranty Per Month (AAer 24 Months) 3. Warranty Training Charges 4. Reimbursement Rate for Warranty Work 5. Less Discounts UNIT PRICE 3X Above dealer net 3X Above dealer net '` 1 er net 20% Above dealer net 20% Above dealer net ud per speci f i c request. � p $ 42-50 /Hr. Nnnp Proposal to be received no later than 4:30 p.m. on the 9th day of November, 1995. NOTE: ABOVE PFJCE TAX EXEMPT _ The Seller will not be exempt from the Florida Sales Tax on materials and services. The Owner is exempt from all Federal excise taxes on materials, appliances, etc_, which are incorporated into and become a part of the finished improvement. I (WE), the undersigned hereby certify that I (we) have carefully examined the foregoing Proposal after the same was completed, and have verified each item placed thereon; and I (we) agree to indemnify, defend, and save harmless, the City of Tallahassee against any cost damage or expense which it may incur or be caused by any error in my (our) preparation of same_ * Accessories are described as loose fire equipment for installation on apparatus. 14 File No. 2166-95-AOI-9GG CORPORATION: Emer enc One Inc. (Scat) Principal (Contractor BY. (Seal) or Vice -President ATTEST: k Secret r St_ Secretar}l) (AIDx Corporate Seal) INDIVMUAL OR FIRM TRADING AS: Principal (Contractor) (Sc71) Signature: Individual or Cnvner Witness: Wi(ness: -P5- PARTNERSHIP: (Seal) Principal (Contractor) Signature: (1) Co -Partner or General Partner (2) Co-Pariner or Genera] Partner WITNESSED BY: (1) (I) (2) (2) (If Partnership, list names and addresses of each partner below. If Joint -Venture, use this space for additional bidder). M r Ile OW- I lbo-J-�-AU1-YUU 1 -P6-- CITY OF TALLAHASSEE DEPARTMENT OF GENERAL SERVICES PURCHASING DIVISION EQUAL OPPORTUNITY PLEDGE All Contractors and Suppliers must agree to the following: A The Contractor/Supplier will not discriminate against any employee or job applicant because of his or her race, creed, color, sex, marital status or national origin, B. The Contractor/Supplier will post in a conspicuous place, available to all employees and job applicants, a copy of this pledge. C. The Contractor/Supplier will, in all solicitations or advertisement for job applicants place or cause to be placed, a statement that the Contractor/Supplier is an "Equal Opportunity Employer-" Compliance with this Equal Opportunity Pledge is mandatory of all Contractors/Suppliers- Failure to sign and return this Pledge may result in your Contract/order being cancelled, voided or suspended in part or whole. as a (Name of Company) Contractor/Supplier, for the City of Tallahassee, Florida, pledges itself to support and abide by this Equal Opportunity Pledge. 1601 S.W. th Avenue ADDRESS Ocala CITY STATE ZIP 11 7 DATE SIG - D 16 File No. 2166-95-AOI-9GG -P7- SWORN STATEMENT UNDER SECTION 287-133(3)(a), FLORiDA STATUTES ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This shorn staterrient is submitted to The Cityof d 1 haS e [print name of the public entity] by (print individuals name and title) for Ono T.- [print name of entity submitting sworn statement) ivhose business address is 1601 S.W. 37th Avenue Ocala Florida 34470 and (if applicable) its Federal Employer ldcntification No. (FEIN) is 59-1515283 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes means business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation_ 3. I understand that "convicted" or "comiction" as defined in Paragraph 287.133(l)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, wrilh or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of jury verdict, non jury trial, or entry of a plea of guilty or nolo contender. 4. I understand that an "afTliate" as defined in Paragraph 287.133(1)(a), Florida Stahrtes means_ A predecessor or successor of a person convicted of a public entity crime; or 2_ An entity under the control of any natural person who is active in the management of the entity and ivho has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate_ The Mrneiship by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person tivho has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an ffj hate. 5- 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the 1311's of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which othenvise transacts or applies to transact busincss with a public entity. The term "person" includes those officers, directors, exccutives, partners, shareholders, employees, members, and agents who are active in management of an entity_ 17 File No_ 2166-95-A01-9GG -P8- 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement_ [Please indicate which statement applies.] h� Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders 4 employees, members, or agents who are active in management of the entity, nor any afI-iliate of Qie entity has been charged tvilh and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this s►vom statement, or one or more of its officers, directors, executives, Partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the Stale of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Ofl;cer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE 1.S FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD .AMOUNT PROVIDED IN SECTION 297.017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. 51Vprn to and subscribed before me this ,W% day of ) qloqIm'Q� 19 Personally known 0- OR Produced Identification Notary Public - State of J14 Lf Y My Gomm 35t m / cc DEVESLY A- t22A M My commission et-pires N"! �.F ,:•(Type of identification) ! @ �c+ebsr 2E, 19M �1 � WmWm* ynru PloCry Pic Undennttxs (Printed t)Tcd or amped missioned name of notary public) 18 morOSAL GUA- ANTE (Bid Mond) STAB OF FLORWA CQLNIYUF. MARION KNOW ALL J1? By THESE Pp�ESEN S THAT WE J✓mer ency one inc. 3611 S.W. 20th Street, Ocala, (hCre#nAft Ct Gdllcd "prii 10 or i d a Pal"),. and eco insurance Cam an us Surety (hereinafter exiled "Surety") arc hold and firmly bound unto the City ofTallalu�aee (hereinafter caiicd'owr,e, ") in the $urn 0E'F;re Tltoa3and buttes and nq cen($ $S U00.00 lawful mono► ofthe United Stet;; of Am ICI for payment of'which Sum wiil and truly) made, we bind oc,raclv�a, our heirs, exmlors, administrators and successors, joints and e S-cvexially, firmly by these presents: y VMMEAS, the''FrinciPal" contemplates submitting yr has submitted a propoRA to the City of Tellobassee for construction and delivery or various fire appxrm1u3 and :pccW application vcitiicks. ' - WkiEREAS, it. was' a condition prmedent to 1hc'rubmiaslon of said Proposal that a Gen;frod chcck or 6rd bond in the amount ornot less tltart ryo thousand dollars and no ct�tt$ (�,ovo.ao) be submzrred with [110 proposAI U a guarantee that the Proposer would, if awarded the Contract, antcr into a written contract with the City of T1111 haaaec and furnish a contras surety band In the Amount equal to one hundred percent (140'p) of'the contract sum far the performance of Wd Contract within tcn (10) consecutive calendar days af'ler written notice having been given vfthe award of the Contract. NOW THEREFORE, the ean�itiom Ofihls obligation arc such that ifthc Proposal of the "principal" herein be acrcpted and 'Mid prtrtcipal within ten Qu) sonscaative Galerjdar days nfttr writtar notice being �n �i Sur h acceptance, enter into a vvrlttcn contract with hundrreded Tallahassee and fia"O a contract surety bond in the amourrt c ual to one rc �t (100'%) ofthc contract sum, 31113tactory to the city orraususgcd, that this obligation shall be Vold; athcrwisc, the sum herein stated $hell be duc and payable to the City of Tallahasne and the "Surely" herein agrees to pay said sum to goad and lawful money of the United S►ntca ofAmcrioa, as liquldat.cd damages for failure thereto of said "principal".' PrOPO& 1 Q11mmn1cc, ppgc J of 2 D ruCAvn, �i4b-�5-ADI-9GG 1�1 �VITMSS WFIEP'rio , the said - EMERGENCY ONE INC. "P'ip�" haan has cu�cd these presorts to be signed and at*4 and the 04 SAF'ECO INSURANCE COMPANY as "Surety" herein hna cluxW the" pmmis to be signed In Its nanit by its ATTORNEY-- I N- FACT andar Its cvrposit rael, jhis L day of November ATTEST: Jeff Haase TITLE: Vice President --Sales & —W—rk eting ATTEST; ELLEN BRELIF�:,,' J I-E: A� SST. VICE PRESIDENT AA., 19 9 5 %I ' Emergency One, Inc. BY., �SFAi,) Va TITL's: Vice President -Finance SAFEoO,INSURANCE COMPANY_ 13 SEAT, Its torncy� TI-jLE; SENIOR VICE PRESIDENT COUNTERSIGNED Flnridp Ras;dcnt rnsurnrjr,t BY: - License NO, 41-7 - 5 4 0 - 4 61 or r L. Fr oida Re dent Agent NUTS: Power of Attumey 8h9wing RWhority of Attorney-zn-Fact shall be attached. Proposal GuMnIcc, Page 2,42 I I I ZAJDEL 0 3 IFECO® ACKNOWLEDGMENT BY SURETY STATE OF ILLINOIS -ounly of COOK $S• SAFECO uISURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE. WA$HINGTOII 9gIII5 )n this 3RD day of NOVEMBFR ppeared LOU IS T . ZAUDEL 1 9 4 5 ,before me personally iAFECO II�SURA,�'CE COMPANY -Fpct of OF ANIERICA, GENERAL INSURANCE o COtiiPANYnto me to b OF e ALIERICA,I FIRST IATIONAL INSURANCE CO\IPANY OF ANIERICA or SAFECO NATIONAL INSURANCE COMPANY, the corporation hat executed the within instrument, and acknowledged to me that such corporation executed the same. N WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, he day and year in this certificate first above written, "OFFICIAL SEAL» Jean K. Belke tl Notary Public, State of Illinois My Commission Expires Sept. 8,1996 EP 5191 Notary ubl c in the Slate -of County n Re0terel Irademarltof SAFECO Corporation, PRINTED IN U.S.A. IF File No. 2166-95-AD1-9GG CONTRACT THIS CONTRACT, executed this 9th day of ovt tuber A.D., 19_ SL, by and between the City of Tallahassee, a municipal corporation created and existing under the laws of the State of Florida, hereinafter called the "Owner", party of the first part, and EMERGENCY ONE, INC. hereinafter called the "Seller", party of the second part, WITNESSETH That for the consideration and under the provisions hereinafter referred to moving from each to the other of said parties, respectively, it is mutually understood and agreed as follows: 1. That. the Seller has proposed to furnish certain fire apparatus and special application vehicles, for a period of five (5) years commencing on the 9th day of NOYemba __ , 1995, and has been awarded the contract for furnishing of the same in accordance with the detailed Special Conditions and Specifications of the City of Tallahassee and the Proposal of the Seller dated November 9 1995 2. The Seller will, at its own cost and expense, furnish the vehicles, equipment, services and materials required to be furnished according to the Special Conditions and Specifications of the City of Tallahassee, a copy of which is attached hereto as Exhibit "A" and by reference made a part hereof. 3_ The Seller agrees to furnish the vehicles, equipment, services and materials at the unit prices as determined and set forth in the Proposal Form, attached hereto as Exhibit "B" and by reference made a part here of, which the City agrees to pay to the Seller upon delivery pursuant to the terms of this Contract, when delivered, tested to the satisfaction of the City, and accepted by the City. 4_ For the sum of Ten Dollars (S10.00), which has been included in the prices set forth above, the Seller will indemnify, defend and save harmless the City from all suits, claims or actions brought because of any injuries or damages sustained by any person or property as a result of the Seller's operations in connection with this Contract. 5. The Contractor agrees to the following conditions: a. The Seller will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin_ The Seller will insure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color or national origin. Such action 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. b. The Seller agrees to post in a conspicuous place, available to all employees and applicants notices setting forth the provisions of this nondiscrimination clause_ J L 1 Contract, page 1 of File No. 2166-95-A01-9GG c. The Seller will, in all solicitations or advertisements for employees placed by or on the behalf of the Seller, state that the firm is an Equal Opportunity Employer. d- In the event the Seller does not abide by these statements of nondiscrimination, this contract may be canceled, terminated, P� or suspended in whole or in IN WITNESS WHEREOF, the parties hereto have duly executed this contract in quadruplicate and under their respective seals, the day and date first above written. Signed, sealed and delivered in the presence of Oti R - CITY OF TAL AHASSEE: r� BY- (Seal) STEVEN C. BURKETT 1 City Manager WITNES As to caner r R BERT B. rNz City Treasurer -Clerk CONMACTOR: Emergency One Inc. (Typed name o ) By (Sea]) esident, Sales & Marketing As to Contractor ATTEST - National Sales Mana er Apprgve as to form: Title Executed in .� City Attouadmrn Q plicate* wF_ Distribution: (1) Treasurer -Clerk, (2) purchasing Division, (3) Contractor, (4) Department Head Contract, page 2 of Filc No- 2166-95-A01-9GG CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: That we (hereinafter called the: Principal), and a corporation duly authorized under the laws of the State of Florida to act as Surety on bonds (hereinafter called the Surety) are held and firmly bound unto the City of Tallahassee, a municipal corporation created and existing under the laws of the State of Florida, (hereinafter called the Owner) in the penal sum of Dollars and cents $ ( lawful money of the United States of America to be paid to the City of Tallahassee, a municipal corporation as aforesaid, its successors and assigns, for the payment whereof will and truly be made we do bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents - Signed, sealed and delivered this day of A.D. 19 NOW THEREFORE, the condition of this obligation is such that has entered into certain Contract with the said City of Tallahassee, a municipal corporation, bearing date for provision of fire apparatus and special application vehicles upon certain terms and conditions in said Contract more particularly mentioned; and WHEREAS, it was one of the conditions of the award of the Owner pursuant to which said Contract was entered into that these presents shall be executed. NOW =BEFORE, the conditions of this obligation are such, that if the above bonded Principal shall in all respects, faithfully and fully perform their terms and conditions of the said Contract and the obligations of the Contractor. thereunder to be performed including the call for Proposals, Special Conditions, Specifications and the Proposal of the Principal and therein provided for, and shall pay to said City of Tallahassee as Owner, all costs, expenses, damages, loss and injuries sustained by said Owner by reason of any failure on the part of said Principal to fully perform said Contract and shall indemnify and save harmless the Owner from any and all liability of any nature, kind or character which may be incurred in the performance of such Contract or such other liability resulting from negligence or otherwise on the part of said Principal, including patent infringement on the part of said Principal and subcontractor or their agents or employees in the execution or performance of said Contract, except as otherwise provided in said Contract and shall fully reimburse and repay the Owner for all expenditures of any kind, character and description which may be incurred by the Owner in making good any and every default which may exist on the part of the Principal in connection with the performance of said Contract and further shall promptly make payments to all persons supplying the said Principal or any subcontractors labor, materials, -equipment and supplies used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract and further, shall remedy any defects Contact Bond, Page 1 of 23 File No. 2166-95-AO1-9GG which may exist, appear, occur or result in or from said work and pay for any damage to other work resulting therefrom, which may exist, appear, occur or result in or from said work; then this obligation shall become null and void; else to remain in full force and effect. .Any failure or default on the part of the Principal in the payment of any lawful claim of any person supplying the said Principal or any subcontractor with labor, material or equipment and supplies used directly or indirectly, as aforesaid in the prosecution of the work provided for in said contract, shall give such person a direct right to action against the Principal and the Surety under this obligation; provided, however, that no suit, action or proceeding by reason of any such failure or default shall be brought on this bond after one (1) year from date on which final payment under this Contract falls due. It is further covenanted and agreed that any alternatives or additions made under this contract or in the work to be performed thereunder or the granting of any extension of time for the performance of the Contract or any other forbearance by or on the part of either the Owner or the Principal shall not in any way release the Principal and the Surety or either of them, their respective heirs, executors, administrators, successors, or assigns, from any liability hereunder. Notice to the Surety of such alterations, extension or forbearance is hereby specifically waived. This obligation shall remain in full force and effect until the full performance of all covenants, terms and conditions herein stipulated. Contrad Bond, Page 2 of 3 24 r �:•, POWER SAFECO INSURANCE COAeANY OF AMERICA -� OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA � SO^ 1`10t.IE OFFICE SAFECO PLAZA SEATTLE. WASHINGTON e01E5 N ALL 9Y THESE PRESENTS: No. 7377 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a WasNnglon =orporation. does each hereby appoint "a0EBE M K. 9ELKE; ARLIENE BARBORIK; LOUIS T. ZAJDEL; DOUGLAS S. WINER; ChIcego. Illinois""■■" Is Irue and lawful attorneys) -In -fact, with full mAhorlty to execute On Its behalf fidelity and surety bonds or undo loc"Twnts of a similar character Issued In the course of Its business, and to bind the respective camparny thereby. rtakings and other 4 WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each xecuted and attested these presents INS I h day Of 192 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 10 V. Section 13. - FIDELITY AM 5U 'Ty BOWS _ , the president. any Vice asldent appdnled for that purpose by the officer In charge of sure President. the Secretary. and any Assistant Vice ornays-In--fact or under other appropriate titles with authority to axecut on behalf"I each cave authority to appolnt Individuals as per documents of similar character Issued by the company In the course of Its business c�wy fidelity and surety bonds and ch appointment, the signatures may be affixed by facsimile. On any Instrument conferring suuch aauuthori 1 or on t making Dr evidencing ny rtaking the ConTany, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced: bond e oduced:bond or ,xldu3weve . t the seal shall not be necessary to the validity of ary such Instrument or undertaking.' provided, however, Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted JI.IIy 28, 1970. i any certificate execu led by the Secretary or an assistant secretary of the Company salting out, (1) The provisions of Article V. Section 13 of iha Ety-Laws, and 00 A copy Of the power -of -attorney appOlnimeni, executed pursuant thereto, and (lil) Certifying that said power -of -attorney appointment Is In full farce and effect. signature of The certifying officer may be by facskn(le, and the seal of the Cornparry may be a facsimile thereof.' t_ A_ Piersm Secretary of SAFECO INSURANCE COMPANY OF AMERICA and Of 13ENERAL INSURANCE COMPANY OF AMERICA, hereby cerlify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Dns Directors Of these corporatio, and Power of Attorney Issued pursuant thereto, are I" and correct, and that both the By -Laws, the Resolutlon and the Power of orney are still In full force and effect. WITNESS WHEREOF, 1 have hereunto set mY hand and affixed the facsimile seal of said corporation INS 3RD day of NOVEMBER 19 95 4/EP 1193 Registered trademark of SAFECO Corporaliolt PENALTY CLAUSE AUTHORIZATION . *E:tcl odes !Force l�1a j eut'e REQUEST BATE: ��7 C DEALER: r DI' J11 DEALER SALESMAN: .n CUSTOMER; 4- DID DATE: ORDER AWARD DATE: EFFECTIVE PENALTY DATE: cG,..,,,.�rs /?_<� TOTAL CALENDAR DELIVERY DAYS: g i�l] C Gust G.cr7�: Z4� pr}fJ PENALTY DOLLAR AMOUNT (per unit) r1 T• p `f /��rrpyS : Z{�r�f� MA:{IMUM PENALTY: APPROVAL DRAWINGS REQUIRED: (fir YES [ ] NO PRE -BUILD; ( -1fYES ( ) NO UNIT BID PRICE: UNIT TYPE:} -� UNIT QUANT'_'TY:�_, BODY MODEL NO.: A %/ The complete stripper of the proposed model must be submitted with this Ecrm. ANY changes made from the submitted stripper will void this authorization. MAKE CHASSIS ENGINE TRANSMISSION FRONT A.!LE REAR AXLE BRAKES PUMP CAB TYPE Cep, WHEELBASE SPECIAL ORDER EQUIPMENT: MODEL .t y 1 r ---------------------------------------------------------------------------------- 'Force Majeure: sh can Iza? jaah��d but s�aota od, o ental rao Ja fQ1f`a and bayancd r One �i •reacrQrA-b eT" corer T AUTIJCR ZED SIGNATURES: D �f?r1i SALES ADMINISTRATOR G �, � C5ALE5 ADh1IPIIST �i4,yIl� S R�9/4TIMAtd�jGEIZ, -/ C 1' L,A' r ITY E.!PIRATION: ,L "'Z��✓' &/� �v ,- /J� �Q rf C /-5t ff - ------ -- --- ------------------------------f-'-- �-'-------- - DIS7-RIPUTICN: ORIGINAL -SALES ADMINISTRATOR CbFf-DEALER ;.,i•; 0 FL�R!1 �1 REVISED 1-17-9.1 No Text TABLE OF CONTENTS �. Executive Summary ........................... 1 IT. Background ................................. . 2 111. Conditions, CaLlses and Proposed Corrections ....... 3 1V. Recycling of Fire ApparatLis ......... . ........... 5 V. Replacement Criteria ........................... 6 V1. ML11ti-Year Contract ...... 7 V11. Management Direction ......................... l l r. EXECUTIVE SUMMARY A comprehensive review of the City of Tallahassee Fire Department fleet apparatus and equipment was conducted jointly by the Tallahassee Fire Department and the Fleet Management Division of the Department of General Services. The accompanying report is a compendium of this joint group's findings and recommendations. This review included the inventory and categorization of existing equipment, evaluation of the condition of equipment, identification of problem areas and operational needs, survey of other fire departments and market research to determine product availability. The i-view found the following conditions: ♦ Lack of standardization in vehicles and components o Vehicles do not meet operational needs of the department. o Essential firefighting tools and equipment not available on all apparatus. e Inadequate number of reserve vehicles to adequately provide for vehicle downtime associated with repairs and preventative maintenance. o No planned Fleet Management for Fire Department vehicles. o Vehicle design was outdated. o Industry standards not met. Corrective strategy plan includes: e Implementation of a Fire Apparatus and Equipment Plan that includes such features as 0 Vehicle and Equipment Standardization 0 Compliance with National Fire Protection Association minimum standards 0 Recycling of equipment 0 Use of multi -year contracts 0 Operational and safety concerns receive priority status ZZ. BAGI�GROUND In 1990, the Fleet Management Division was assigned the responsibility for maintenance and assistance in the management of the Tallahassee Fire Department (T.F.D.) vehicles. Our first and foremost objective during this transition was to provide maintenance services without impeding service delivery by T.F.D. After an initial adjustment period, both departments became more acutely aware of each others mission, objectives, service philosophy and operational needs. As a result of retirements and interim management, the t; Y `91, 92 & 9; budgets for eplacement of fire Department vehicles were formulated by T.F.D. with ;itt:e or no Fleet Management Division involvement. With the knowledge that a new Chief was to be appointed, all vehicle purchases were postponed until the new Chief had a chance to review the fleet. In the summer of `93, Fleet kfanagement and the Fire Department initiated the idea of developing a Fire Apparatus and Equipment Plan for T.F.D. vehicles. District Chief Dan Spillman and Jim De1VIay, Fleet Nfanagement Superintendent, were assigned project responsibility and proceeded to embark on the development of the plan. Many hours of research were conducted to effectively inventory, categorize, evaluate conditions, identify problem areas and operational needs and to research the ►Marketplace to determine availability of products to meet those needs. By October of 1993, enough information had been gathered to enable staff to identify the problems, determine the causes, and make recommendations for correction. Outlined in the following section are the results of that research. III. CONDITIONS, CAUSES AND PROPOSED CORRECTIONS The following is an evaluation of tile problem Conditions, the Causes and the Proposed Corrections. Condition Cause Proposed Correction 1, Lade of standardization in Vehicles had been spec'ed T.F.D. and Fleet Management vehicles and components, without regard to standardization believe that a strong Total Fleet Of components such as engine Management prograrn of T.F.D. transmissions, differentials, vehicles is required. This pumps, tardcs, pump panels, commitment has been made by lighting systems, etc. both parties. Standardization of equipment will be addressed in the specification writingor phase of vehicle ac uisilion. ?. Vehicle operational needs In most cases, vehicle Vehicle operational aceds will be not met. specifications were developed nnct by communication with without addressing current and management on long term goals fllure operational needs. and growth, by monitoring new products, and communication with front line personnel ufio use the equipment. 3. Essenli;il (irclightind fouls Vehicles were spec'cd out Vehicle tools and equipment will and equipment not equipment lvithout needed equipnent such be provided by fYrrnishing al If on all apparatus. as ladders, axes, nozzles, etc. complete, ready to work vehicles resulting In the cgLllplllent for T.F.D. shortage.. d. Inadequate number of Reserve vehicles IN'ere not Inadequate number of reset-ve vehicles to addressed previous to this time. appropriate reserve units will be adequately provide for addressed by requests for vehicle downtime additional vehicles in the agenda associated with repairs and request relating to this policy, preventative maintenance. The addition of these vehicles n ill provide the Fire Deparuncrlt wittt the capability of keeping fire companies in service while the Primary unit is being serviced Mid/or men. i red. . 5. No planned Fleet Prior to 1990, (here had been no Planned effective Fleet 1\fanagement for Fire crileria for a comprehensive Flcct Management is addressed by Department vehicles. Management program for Fire adoption of a revised replacement Depnrinlent vehicles. criteria (See Section V, page 6, Replacement Criteria), Also see Section VI, page 7, initiating a multi -year contract for purchase of Creflghting appar:ltus and increasing the number of apparatus to the appropriate level to meet operalional needs. 3 Condition G. Vehicle design was outdated. .Industry standards lint met. S. Vehicles do not meet operational needs of the (10:11'htlen t. Cause Little regard for vehicle design n-as present which resulted in a miX of commercial vehicles and custom fire vehicles. This resulted in inadequate space to transport firefighters and equipment and at times, resulted in very unsafe operating conditions. E?CAMPLIa: Unsecured gear stowed in cabs of vehicles which could become deadly projectiles in the event of an accident. Many of the current vehicles are not in compliance with National Fire Proteciion Association standards, which are the nationally recognized minimum standards for apparatus specifications. Inadequate long range planning Proposed Correction___ Outdated vehicle design is being corrected by specification development, monitoring the marketplace and insuring compliance with national standards (fiat affect firefighter safety and productivity. Industry standards will be met by insuring specifications have definitive statements requiring Compliance Will all recognized fire apparatus standards. Plan ahead for recycling of fire fighting apparatus (vehicles) by Purchasing the right vehicle for the job. Utilize commercial chassis for County trucks where one or two firefighters are assigned to a vehicle and utilize custom build cabs for Cite use where five or more fireifighters are assigned to a truck. This will result in a considerable cost savings yet will allow both t}-pes Of vehicles to be standardized in areas of maks, pumps, engine cC power train components, and will allow for recycling/refurbishing. The specification of fire apparatus will be completed after a thorough revir,w of the latest fire apparatus standards and anticipated Fire Department operational requirements. cl IV. RECYCLING Recycling of fire apparatus is a relatively new practice in fleet management, yet the process and its associated savings has been well documented. Cost savings have been shown to be in the 40-60 percent range vs. the purchase and acquisition of a total new vehicle. By purchasing quality equipment, the life of that vehicle can, by recycling/rebuilding, be extended from the average ten year life to a twenty year life and receive updated technology at the time of recycling and be retitled as a new vehicle. By utilizing this practice, there is the potential for substantial dollar savings over the course of the Fleet Management / T F.D. twenty year plan. Projected Recycle Saving-s Pumper Cost FY'94 - one unit $330 000 ,average 3% Price Increase per year for ten (10) years $113,492 Pumper cost FY'04 - one unit $443,492 Recycle Avet-age Cost (lei- ullit) Savings Perceritae d60sin�te0S �4st 40% Pumper Ztiti in';s..i $443,492 50% $$173,9 243,492 $2:,74660% $_G6,95 ' 6! V. REPLACEMENT CRITERIA Replacement criteria, including the recycling of T.F.D. vehicles, was developed by Fleet Management and T.F.D. This replacement schedule criteria was then compared to the replacement criteria of fifteen of the largest Fire Departments in Florida. The two were then analyzed and found to be comparable. City of Tallahassee Fire Depaii•tment - Fleet Alanagement Division Fire Apparatus Replacement Sche(Mle ENGINES Custom - 10 year recycle / 20 year replacement Con-unercial - 10 year recycle / 20 year replacement TALKERS Custom - 10 year recycle / 20 year replacement Commercial - 10 year recycle / 20 year replacement AERIAL 15 year Peplaccmcnt SQUAD 7 year/ 80,000 mile replacement RESCUES 10 rear / 80,000 mile rcplaccment With upgrade to Midi -Pumpers BRUSH 10 year / 80,000 mile replacement HAZ-A IAT 10 ),car recycle / 20 year replacement AIRPORT RESCUE AND FIREFIGHTING UNITS Airport 51 - 10 year recycle / 20 year replacement Airport 52 - 10 }'car recycle / 20 year replacement Airport 53 - 10 year recycle / 20 year replacement DISTRICT CHIEF VEHICLES 80,000 mile replacement n.ith change to utility rchicies SEDANS and VANS 80,000 mile replacement AIR UNIT 10 year recycle / 20 year replacement 6 VI. AIIULTr--YEAR CONTRACT The practice of multi -year contracts with vendors for furnishing specialized equipment has proven to be a sound business practice. This practice provides an ability to standardize equipment, reduce parts inventory, provide familiarity for mechanics and operators and to provide better accountability of the vendor concerning training, warranty, etc,. The City of Tallahassee has utilized this practice for Police vehicle purchases and for the acquisition of refuse vehicles with the Crane Carrier Corporation. Some of the key issues in selecting a vendor in this type of situation is the ability of the vendor to fLiri-iSh all types of equipment that may be needed, to prcvide training, To provide parts and service support, have a sound financial history and a reputation of quality manufacturing. As part of the selection process, Fleet IVIanagement and T.F.D. issued a Request for Information (R.F.I.) from twenty-three (23) of the major manufacturers of fire apparatus and equipment. We received four-esponses on time with one manufacturer's response arriving seventeen (17) days late and therefore was not considered. One vendor, E-One of Ocala, Florida, was the most responsive to the Request for Information. Based upon this response and management direction, a formal proposal was submitted and a multi -year contract negotiated. The proposed contract has been reviewed by the City Attorney's Office. 7 � n �cno r o n� O r7 �, � , r, ti a XJ C CrJ G7 H n o 0 0 0 0� O CD 4 d U i _ _ n o 0 o a o� � � t-j 7 d 0 d O d C _ d CD 2' Ci�7 r-7 -d "3CCC�t� G' C. yy �' .7 7 .�7 z y 0 0 7 0 0 n > 71 c„wOOOpO c„cn(Acnm U: wCnwcn 000000 o�oy�oyar0000 ,U �(/�•] r.,mn [0�y0y000 _00000 � n C~i�] (nor] CAcn [n U� [n L] C/[n C� Vi -ro ��roro d U] V] Ui V_ �r ' -7 i�.'1 ,Tl (-�'1 nrnc�n , = -1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 %ro`J- 00000 o o o z4C/ J] U, `J] Cn U) cn zzzzzzzz Cn Cn C/] zzzzz '✓� z.-r_zzz m rn•i�� r� m m m m �.-� ;-i ;:� m ,:� m CA Cn V: ,n ;:� - ;.� r--, ;J; .n C/.� C,] Cn ri• �:. Iml;a r.:lrn ml I �. IIIIII AIIII'M [n ,n .r^ cn ,n vi cn ra n r d I''�Ir I,7IW OIL IOIOIC4 EnI 0 'W'j cr,l0l0I0 (D 0 I Iv�lri�l�il r C!: :r7 :J: ✓J I :n �IC/alvilCii�U no r M -j n s n 000000 000700000 ooy�000 00000 i."1 T � iC/3 C�1 Cn U, (n i�l t%7 '1 7'; �7��Jy R_ Cn [n Cr] ro ~a -a ro -d 0 0 0 0 0 0 UJ (n W cn cn cn w w -o ro ro ~J -� ro ~n ro Cn fn (n rn (n -0 ro n ro '-" -C"a w(A Cn w rZi� ccnZZZ 0 0 0 0 0 0 0 0 v3 O p 0 p p O O 00 p , n cn CC/ t c m r 7 CZ CA C/) w i cn vZ, m m t n m; r m m m GO cn vZi chi, rn -i z z Z z z CA - n m r 7 r• ; :7 ; n r n M I Tl m m n Cl = O "00W�0 WW000000 Wtn�CAc w�w� ��� a� 0000002ro, 0000 000000 00000 z Mi;�n00000000000000000 zzzzzzzz 00000 zzzzzfn z°0zo U) m C/, U) Cn cn Cn cn (n cn U1 !n Cn cn(n mmc�nPIM U) [r) Cn L]r�c�mmr7rnrnmrn r�mcnrnm �r to C ci =y^3CA �O�-J C h rOc��n �ry 4 1 H Cn— C �n w 4� ' > �aoo2r '� o ����,o�_,r� o_ G7 b In,yyy A v v, V, v v, b ;; o v, r CJ G O O =1 [27 `� [�J •, (ni fNC ry r N rD r'p (�L fro Q' Ll Lor) n Z Z Z z z Z z z Z 000 000000 0 0 0 0 Z Z Z Z z Z Z z cncn 000 00000 („ O Z Z Z 000 ZZZZZZ z z Z z z Z Z z z z' z z Z z 000000 000000 � 000 00000 0 4 C/] CIO 0O0 Cn [n n�o-oro /] Cn C/J V] G] G7 (�/1 J] V] , [� ? 7: zzz o00000 Z7. z z �roro �roro ^000�o ro coo �-cn ��Ln ro oa000 — T 0 �7f n (l1 U7 m C7 m Z z [. Z z Z �;, :� V, :n Cr [A z Z Z Cn �] �7 zzzzz Z m m i'7 i 1 �-7 - im m -.i m Cn 7 rn w U: .: cn ram: Cn �:, C%i m i7 m ✓] ri- UI C/] L/.' Cr V.' Co (n �! :/] '✓, O :J: :/� U] L7 71 ri 'T 000 00000 � 00`� 1 1 J 1 . un W C/i Cn n 0 t7 can iii csri _`. 000 000000 000000 000 zzzzz z 00000 0 � � 000 v v-n �ro c1 a00000 ro brov o e 000000 000000 _ ��cn ZZZZZZ cnrnrncn[nv ZZZZZZ cnrntnv�r�vi coo znCiz,Czn t] x7� rnC7C7 mmrimrnm mm C/) C4Lnn C'o rzn mtnrnmm n 00o zzzzzz 000000 z-� 00 00 °' � Z��z z �^ o = � cn cn nj 0 v� cn v� 0 0 o Z2� 0o0 z Z Z Z Z 000000 Z Z z Z Z Z 000000 y 000 000oao ��� n 7 `J7 mFriFnFranF» Fn�,FrifnFran�n o r U. L7 cc n Cn C/] 1/1 Cn fnU] '0-n-o-0-nb U7 Cr] -o ororo-n•n Fri�iE7 Cn Cn (n �7'iFn�� E%7 •` "� r' zzz o00000 zzZzzz 000000 000 00000, mmm �„C.,mMm zzzzzz c/IcnC"cncncn zzz zzzzz z rnr,rnmmrn mn7o,r,imm C4C7cn m 7-,1 D�,�c.,� C„ mmmmi,, �= L-1 , 9 ■ n rra cn O' . tQ x n �n o '>� a yy ryy cn�� O C x, i° p�pa�>''" n � da�d��ymx i �'.. ► �y err CA CO) O�>10 d 0 n p m o 0000000C„0�O0p000IZ 1 0 z 10 VII. MANAGEMENT DIRECTION ��By �• , PIN CITY OF TALL IPSSEE CIP HALL WC 5. ADA..IS 5T. rALLAHAS.Gc_. EL 32301-1731 (;C-1,'391.3'CC ;cc 1-2cc cc 9:%i ,WcvCr �cmro,uicner SCCr W,0DOA ,Mcicr r:m rem- C, mriss:cner DCHIE LIGHfSEY Ccmmumcner STEVE AIEI50URG CCmmissicner RCN H. WEAVER CCmmissicner MEMORANDUM TO: Anita Favors, Deputy City Manager FROM: Kenneth M. Austin -Director, General Services Thomas C. Quillin-Chief, Fire Department DATE: June 22, 1994 CJAiJIEL A. KLENIAM Cdrr Mcnager JAt E5 R, rCEERi B INZER Cary Aficrney Cary freo.Urer-Clerk rC:ARDOF=nNAPIDEZ Cihr AuC.ICr SUBJECT: Meeting On May 6, 1994 - Fleet Management Twenty Year Plan For Fire Department Vehicles At the subject meeting there were three basic actions recommended by General Services and Fire Department. The following is our understanding of your responses. Recommendation -1i 1: Initiate a multi -year contract for purchase of ill speciali2,=d apparatus. (Crane Carrier Refuse Trucks and Police Cars have been done) Discussion of Recommendation # 1: Since this h:7s been done in other departments, we believe this should be an easy move since there are already precedents for this activity. Also E-One is the only firm with the abiiity to manufacture all types of equipment and performs recycling services. At the meeting there was not a clear "go" or "no go" from you. We are requesting your direction. i c-" Option 1: Proceed with process to do a multi -year contract. `� Y Initi s a �, rrc i Option 2: Delay process until notified to proceed. Initials 12 ',­ Comments: Recommendation # 2 Approve vehicle replacement criteria 25 recommended by Fleet Management and Fire Department staff. Discussion of Recommendation # 2: The criteria was verbally epproved by you. The Fleet Management Division will include ., s to the F14et Management Administrative Policy later this year this in a rU-i ion Option 1: Approved as requeseed, Initials Option 2: Do not approve. Initials Comments: Recommendation # 3: Approve purchase of additional vehicles - One Rescue Squad Unit, One Mid -Sized Pumper, and Two Suburban Type Utility Vehicles. Discussion of Recommendation # 3: The additional Rescue Sauad Unit is requested in order to reduce the workload demands presently imposed on the large Haz-Mat/Rescue Unit. This unit is being heavily used in rescue calls and is deteriorating rapidly, suffering structural cracks as pointed out in the slide presentation. This unit needs to be designated and used for Haz-Mat responses only. An additional smaller unit similar to the one we recently purchased will 13 suffice for rescue responses, will be more maneuverable in traffic and more efficient to operate. The Haz-Mat unit cannot carry all the gear necessary to respond as a rescue unit and a Haz-Mat response vehicle. The additional Midi -Pumper is requested to provide an alternate unit for two Rescue Units, five Mini -Pumpers (county) and three Brush Trucks when these units are out of service for maintenance, training, pump cerlification etc. At the present time alternates for these units are provided by full size pumpers from other stations thereby reducing coverage at one or more stations. The two Utility Vehicles are needed for the Emergency Medical Services Coordinator and the Plans Examiner. The E.M.S. Coordinator travels to all stations to review training, equipment inventories and manages the Bio-Hazardous Waste Disposal Program. These programs require regular and routine trips to every station. This employee must currently borrow vehicles assigned to other activities within Tallahassee Fire Department and when other vehicles are not available to borrow, he uses his personal vehicle to perform these duties. The Ex_ a� miner works out of the Building Inspection Division and is responsible for on -site inspection of buildings under construction. Therefore he needs to be availahle for this activity on a relatively short notice. He currently must rely on borrowing a vehicle from the Building Inspection Division to perform these ins;��:ctions. We Propose that the $370,000 needed to purchase these vehicles come from the Fleet Res,arve Fund, Option 1: Proceed with preparation of Agenda Request to Initiatls the City Commission, Option 2: Place hold on additional vehicle request pending Initials further discussion. Comments: 14 EXHIBIT 2 -- TR #10245 AMENDMENT TO CONTRACT Contract No. OIC0189 THIS AMENDMENT TO CONTRACT is entered unto this � day of 2001, by and between the CITY OF TALLAHASSEE, a Florida municipal corporation (the "City") and EMERGENCY -ONE, INC., a Florida Corporation ("Contractor"). WHEREAS, the City and Contractor entered into a certain Contract dated November 9', 1995 relating to the furnishing of certain Fire apparatus and special application vehicles (Bid No. 2166-95-A01-9GG), hereinafter called the "Contract"; and, WHEREAS, the parties mutually desire to extend the term of the Contract; NOW, THEREFORE, in consideration of the following mutual covenants and other good and valuable considerations, the receipt and sufficiency of which are hereby acknowledged, the parties hereby agree as follows: 1. The term of the Contract, as set forth in paragraph 1, is hereby extended through November 8, 2005. 2. Except as specifically amended hereby, the terms and conditions of the Contract shall continue in full force and effect. IN WITNESS WHEREOF the City and Contractor have caused this Amendment to Contract to be executed by the duly authorized representatives effective the date and year first written above. ATTEST: ary Hem n, Interim Ci Treasurer -Clerk i ess as to Contractor �L itness as to Co tra for APPROVED AS TO FORM: City*Attomey CITY OF TALLAHASSEE BY: Cathy Kilpatrick, Manager for procurement Services EMERGENCY -ONE, INC. BY: �(. (Type or Print Name and Title of Signatory) G�_r,A rnp,r k.L f t' r Yvt-u,it-auur, ..,_­ v , _ c__ . �VI I\IIVIIUO JVUIIUldN, aJc-VL.7-.]4! I p.u1 H F 1 RK r • AP *INS EXHIBIT 3 — TR #10245 FIRE APPARATUS PROPOSAL DATE: October 1. 2003 This .Proposal has been prepared for: Tamarac Fire Rescue 7501 N.W. 88'h Avenue Tamarac, FL 33321 Hall -Mark Fire Apparatus PO Box 1770 Ocala, FL 34478 Office: (352) 629-6305 Fax: (352) 629-2018 Toll -Free: 1-800-524-6072 We propose to furnish to you two (2) Emergency One C440 Rescue Pumper on a Typhoon chassis to be custom built and equipped per our phone conversations and meetings. Delivery will be F.O.13_ 'Tamarac, FL and will be made approximately 270 calendar days after receipt of the order at llall-Mark Fire Apparatus, [tic. Terms of payment shall be cash on delivery (C.O_p.). The current purchase price for the specified Rescue Pumper is as follows: Dealer cost. of apparatus: $ 308,761.00 each $ 617,522.00 total Discount per klillsborough contract - 4,631.00 cacti _-. 9 26'2.00 total Total Cost of Apparatus $ 304,130.00 each $ 608,260.00 total NF'l A Equipment 45 870,00 each 91,740.00 total Total Cost $ 350,000.00 each $ 700,000.00 total 'The base vehicles shall be priced according to the open contract with Hillsborough County Fire Rescue. The purchase price shall also include all listed vehicle components and NFPA recommended equipment as required by the fire department - This proposal shall expire unless accepted within 30 days after the date first set above. This expiration date may be ca-tendcd, in writing, providing chassis pricing and availability has not change. This proposal is deemed acceptable by the undersigned. In witness whereof, The Company and the Purchaser shall execute an agreement to this proposal Mtli signatures from authorized representatives as of the date set forth by each. f C F Title: President Date: October 1. 2003 Purchaser By, Typed/Printcd: Title: Date: - Sales & Service for all your Fire Apparatus & Equipment Needs - Mnwuff E-vwti= saulsbu mr r�d d c��c�aa L CD N O .A d d t.AC? O O dW © b CD 1 00 COS O A C? -4 o O _6 .. 4,Q ^x C~A A� CD cr W w © O0 x '�► � CD � N N C!h 8' m (p (� (p LA d X p� n 0 w � 0 C � 'd W CD° n CL y 6 N CD O (nD IV yy Ln i--• i--. Y-r •-- 1-- 1--. i--. ti+ F.• I� Ir Ir Ir Ir Y++ 'RAJ Icy 1KRKK Y�.y.� Y OO� O N �-••• �•-• A b `Y N w 00 O N O� N O is w �•- N C7 CT O �o IDw co w" 00 �c N Cn d O w \D w d N 4 Ouj n ro y m • ro CCD '�. 0 N O .7 ro w CCU CAb O. ti ?C C~D y G. CD _M, w `Y W. O• b b CD 7 0 A Co C)(D CD rGn CD C> o �' ro '.;,'� ".J' N Q d crop A b+ R• ... m O O CD ,� b• A U r. p� cn CCD J ru w b CD O d A,w q• q, � � b a. O O � a. � GO w � a G a CD y o _ � yRIJ 00 sp%. Svc• n� Nx O w O .'y ro y CC ro ro ry• y CD U (-D Cn . y r o D o� [� CD m �y CD °o -0 n Q r x a � z a a 1 1 1 1 1 1 1 1 1 1 1 OCON LA O O O J O C b -• O w a O N Do N �1 a a N Oo a -A fb CD 0 �� �' O y y d a r n > CD > o y � cn -1 w N .4 o0 LA In A -1 �o OO A O oo .A to N N Q� �o VA O O O 00 VI 4 C O O �o O O a f7 d7 w w co H -n o - w b V v.1 ro `o AD W � o .; CD p� 'C r Cc n n ro y m D' a [7 '7 1w O N y CD G' n CQD [�7 O cO cn z; O cn n w n c p x c ?: (IwR (o a Cb v os Do m co p can n rn 7 X ^ a y z' (D C. P 't3 w n Z w _ Z C'7 O ❑ 'r n�'O � � � � • � v; D ^+' — Cn � � CD „��I ern O CD i O r 0 n m O ��o°moo �Qoa a o a a�OHO� CD �C7 C�7va C7 z>z �xy ooazm� 0 o c"oma� zyy ��°a ° xZ oob a o acn r a do y o o 4t 4t N 4 O Q O O d 7C x w Q 00 d Q Q 6 Q O Q d x o pp o Qp c A o W .-. - C O d D 0 O O OO �O Q A N A W N � q W J Qw 6 Q Q v LA ....� N Q -3 O o� �> v a > ate° a a� $ya O rc w' H CD � o tTJ 00 In CD CrQ o ( C� < K h CD rD o (7 � Un v w O w `� ^ y a cy y �• y Q. N �4� N V] � 'C p '0 a � A N � ~ CN N Q N N LA 4� W T Q O Q Q W Cr W W �o ? N -4 �o Q Q1 C �t O coo �y G• O C N C Or Z �. , ," '�'.-3 p3 M C] � C w (D C y �1 Q1 b W O. a ... 7 Q USG En � -a o �. Lv (D d �. -, L, O o w%j :3 m a• o ^� o p N aUQ C n ACD X h Q Z N t1 p~ b .wr d [D ig y C7 O 0 r w w w o h O a a N a r rn^ ^ to d Cn ro b b 0 0> .y0rnx20 a �"� c o m-� C)rn� �a N 0 Z:; m� ��� � 0 n z r n o ma � �C)0 �o zoom a a w W Wr W W W W W W W N N N N N N N N CDd N r N r d N r O O r r 0 0 d d r 0 d r 0 d r �D d N_ .�.. V+ _ t^l+' r O N r O N r CD N i O C O r O d O d r d O r 'a r r 10 r 0 r 0 r a O r O N r r O N Q W O O rO A ON N rO CD OO Cl C% CDO C% b UA O 4 A CS O 0Ccn a��o po o 0 y w C71 m oxoo a r z a a ro o ., cn //CO � �r 'O w O. U9 (M o � coo b a cp (IQ x by c a o a o X C" d � o (9 w � • �n b vim, to v`r o � o �Crl r to p o 00 N tJ 01 N IQ�1 N d O Do �o ^+ ^Tf w o n `+ w n o w 0 0 O C= Cc, -1 o n (h 0 0 0 0 p7 9 ct '- a• �r rL y W p„ Q CD CL w O' w 'O CD y " O.,O,y w C CD �dw COrLW C o ro o CL O w vz O O .y w n, o (ACD CD Nrn f� i' .o `+ Co m ^, (b b O, (n w O C C x- a a s 0 p a c = O CL y C ryq sw y~ Q' CL ^ O CD go CD C° y 0 [b c CG O d d d O d L.. y In --• o• Vr to iv CD ur a' W CD Q�a-� ro w c.ron u n CD w CL aCD �. CD x y � W W W W W W W W W W W W W W w W W W N N �--• N T 4" 71 C1 Q, N lD Oo In C 111 ^' O O O d p O cl� N N N A p O O O G N N C 6 b o o0 LohN O 00 -4 O 0 4 o a a a o o O - v� C t C 00 0 A C O" �Ai ^Ai C) ryepo w cr G » ry .y d y 0 R F h7 n > . j 1 n g G .[ N � (D A CD 0. CD r v n ,�• O O ( V O U CL A 6 O I N — — — — (.) — N V1 �1 �O 00 00 C� 10 00 O N 00 $ In A 0� A �1 N W 01 6 O (Jh N W 00 00 p M A< P LA gyO O��d w 0X ''O O �W =G p � ` CD — pni ?'• `O � 5. K'Dw v p (9^• w v rbx •Q o �(. 0 A R. vO� c '+ CcQ `O CD a aK n A A0w 12: CD�3 y �, CL a gp CDA y CL CD ?� " CD 0 o ao �' 0 CD .. "' �Ga G_ G ", rL Oy _C C `C5 CD •-1 N ,�' CD cab 1--•' �5 G K O p Or, n N W w w �'�" o i (D rL �[ M" [n a r ace 0 c t'" .0 Ll o b c w o o O ° S 5 'o CD [fib A 0 K let (� (b C rye A () [D cb � Uq m � n �•1 _A .A. .�+ .C. CD Y sw 0 CD y � N � � � o d v d d r o a C�7 CJ C7 C� CJ z° y m a O O C7 C7 CJ C7 © -a 0 ILA A A A A A A A A A A A W w w w w w w w w w CD CD �••-' CD �-^' O Cl CD CD;-• O O O O 01 d% O+ A A .A A A w W v W w W o O 1pO o0 0 `O -a 1p o 1p vl .- .r C7 1?1 a O i a 0 C1 0 O1 O O �- O d O o O O O O �--� O O o O O w C O o O a Cl c O O O IJ O N O O O ••-� 6 O In O 6 O lh 6 O . i � O O %D 6 O N i O O 6 O `-+ i O O 6 O O w Cn i 0 "G � 0 N � 0 — 0 — �-' ON In DD CD n t9" L a n ;o f"� O O 0 ' M UQ c co CD 0 [�7 w as < Ln o w o r V] O C. G. C pj C N S _ n O x [ �� p. G Cn G °; o r Z Z w c Co n C UQ �_ r'" CD R b Q. 0 r rn a' h 0" O n. y Cn ~ G ~ CL O d CD`[ CD O N _ _ N N N ^• N O W 00 N VA w w -j W W Q\ W N W w 00 N 1�0 N M N A cn O C. isC. N = �o C Pei O m O m_ _� 00 O.. CD w �° w [D G A O (L9 G x �" G. G CD ^p w CD CL CD CD w y ::r C W. CD O n CD y n tD R CDK C CL O "' O C = ... ��/' °moo -1 a O v' N .°. h N ^� `d rr n cp O L (D Q: O R.CD cf W C 0. [�D CD E� 0 CD ' n CD „y CD n fp O. 7C L CDo d .. `� m w c cD a G CD ° 00 n. 'd G � ti 'O CD O ,n., `C to tiNi •� CDv�i `O C~wi 4 �' w Q•w+ ❑ _ �o a ° •c Cl) � o 0 0 CD v o 0 0 a 0 CD CD CD w m m cfDi w _CD r° o m Cn �U © d E3 c C: r- y r o 0 x A A? A A A A A A A A A A A A A N N N N O lO (D 1d0 00 T d O N In A A O O O O O O C? O O O (D 71 •, O (D lG O N N A O Q\ w 'N to O N O C (D W O O W 41 O CT N N O C (r 0 O 0 C N N tJ ... N . j > CTy n ao o m :z Ln ac 0 ' v y r r r W d iJ O • y `C C N A� n �C C9 av 4 W (y 1 LA "1 N (O cc O, O1 00 w w N ON (h -_] W (O W A W LA O W Q (s LA N 00 (G (C --1 tJ O C G G � L C A W 0 N 0 0 CD �1 C � O �� � ::I a W�� CD C��'' O [) n Y [) n n 2. O a p ,`w G. G ^O Ti y w d G <^ a CD O Q. Co A. a O R. d w '. N G �' C]. O io w m p' w m m O y rL cch v' W a w v�i w n 'O C O p = O cNi, vim; n L Cam` CD Cain rain ¢ �o coati `e Q �' C� a-ti �e E in Coo• t`> Ua •d w 0 0 0 v a� En (A CD ro ro �_ 0 Cl)=; CD 0, a o, rfi ,�� °-' �. » CD C, � � rL " a. � n G rr 5• a Q O O n CD CD d O C .y C r7 C ny C :3 to CD ,y OQ K O b C b yy a CD rn N p) O ip ti CL a Cfl v C On 10 "' 'b < CD= ^O 'O C vi - C At O cn W �; (P y pi O rD ca.CD �e w 2. CD � ?� a =; `� :; � � w .a c am " c cr cr cx.o 0 ITI CD CDCD O O (A cn z z M ao � d v a 0 z ME N O "A N O t-A tJ d Oo 10 N 6 N � O N %A O �6 601 %A d 00 1p d Q I., d pp A v, A O C O CD W W v, d O W -r� N W N W O d C C O lh C ,O O to `a d O Qdi 6 N CL G @ CD^a O. �C' 'n CCDD b G. CD n CL CD O 0 p '� n WO K �; y O. 1 O z Cmrl C tz) G 0 Qy .7 p CL CD''y_ r ON LA ° a. o � 7C S r as CD 'C rn py cD m w CD CD CD z 0 co 'C -C W W W LLA W A t.A O w CA cc W Q1 C 00 pN 00 o0 7� rb C3- M -. ti y w tJ n z* CD w CL w z c w a' a a0 a G co a 0� Y �°_, 7 c. = CD n CD b e c > � -� CD M m O n tn'D C y .w^'t. �_ vim,' C p' N w CD W CL � 4 •W„ CL W' (D 0 ,n fD vGi w �' p' w• C `O y O' C ,n 4. G• N C G 'O M O G �� `� 0 R H O o ^: n� �� a ? p O C' N P � `A a4� a C90 a r O w ° o y w ro ry. ti7 -� c rn o UQ .�'. a. p n w w w n p A;dO 4b O Q � O w 6 ~ � G G .~. `O 0. 0. A n '. O 4 R o a m o a L 0CD D R° ti D a a b Chi G G C7 lb a. CD n G _ ')w• w �' 0 0 w o f W w UQ p O• O CD 4 oaorco O0cnc y (') C -rl cn rn ? a m z y z O CC)rn D CGn O „C m to m a cn = cn O r O �j O r- tron mm O > 00 O ~ N A O O O O �1 N Q O O O —, —, a Oo 00 r. 00 00 6 C 0 0 Q N O CDV�i p ONO N J .a CV S Cl CV❑ a Q0 Croy d a ci CL Ca O �° CD � 0 c, t- W o 0 x r . LA ro ° CD CD ON a c CD r ro x C) x n c 'C z a 'C n m c Ln CD o ro ro CD ro w nz+ .. phi •froj N W A 'Ti' C V 4t Oo N N q• cr cr � a. CAD Q a , " 'O W CL �F a a ym v 0 oro°z rn z ro ;o o > >Cq - �©O Own r A N o• cr a� 0 Ct CL > CD cr a im en w ACL G •ti ro �[ ro n M m O C1 b ft o Re C/J w En tfrob 4 •• O p G 0— o on 4°0aa t0d�°� Cn© to �C) z'TJm a °> � >rn N A �O r8 •00 e. CD 0 CL b0Cr z :� 0 0 CD CL J �D zG ^� coo CDCD ro � b� Cn CD CL 0 w go b R° d p Croy LT zt 0 0 n 7 M O O OnCO >pnCO 4 rfj CJ;n �Ct. ❑ �Cr• v tz Mccn trlmmr�i� M,t'n z�>M �z�tz COa -0ztonOat � OdmO7©0 rr t boo EOJ -l -11 �a l LA LA LA LA LA 0 Pv o Q �A o o bo0 CD v, in vh (n d 1p 1p I?" O O N P � Q Ln Q d Q - Q N P N O �--• d N O d 6 � d d D, �--• � Q C Q P O Q d Q d Q d Q d O Q d Q O P N W d N O %p d b - -� a a a � � p o az °; ON � o �° � 0 �r � � g � CL � m -�- O N z io �' d r7 TJ r p' CD y a o" f7 C o b ro rho w o r� z F+ ar CA Q p W ao o phi "G c co N .A pyi O n w n b C o CL p to pa -, G p Q C9 N n cL W p CT' � Cn vi •L1 CD c cr C.0 y CDlq � y W O — n . " - x n _ W W V5 a o rL ro o w �-+� w �' • O-. n o n � o O O x 7� b7 d �x o L4 a z 0 a 0 .ti a z W N W N 00 w CA 41, w �o oo �o N LA N O� Q, O � � ° •_ •r FR ro w G n7 ^+ IrD d d J a y❑ (JO Q C cf9n t�i� O p (D 0 Ccm P) 0 a CD � p ro CrCr rLCL�. m co O x ry o ° •p v w co o n r`p n CD w m ... , m rb N W ONp ro A) cn `a. A. n :' 7 n_ w ro o cn r D r o �+ o cn CD r 0 r n r r " M D 0 CL p CD nn o y a yCD o wW N O CL rL . 0. m CD o• ❑ yz�� zo y �y o y�o C) � C c- z a cn r° m o�°d bz �z a c °o°�z 0 V °�Cr1 Cry ° r ca p Y, in i° tb ill L;A C o w ] o ado (7,� C46 o a a IK) J d d C p o a C y b CD 0 y' Cp CD CD Ln [ep d CD Q 1p O d cr _ o ° o :J L= r W 4 3 v d d d C7 d d d C d cp a Cn in Cn CA 7 cn m CCD CL CL O C. �CD UO 0 a' yid �o oC U� c� r BOARD OF COUNTY COMMISSIONERS Sraccy l— Fasterling Par Frank Chris Hari Jim Norman Jan K. Platt Thomas Scott Ronda Storms December 27, 2001 Emergency One, Inc. 1701 SW 37" Avenue Ocala, FL 34470 Office of the County Administrator Daniel A. Kleman EXHIBIT 4 - TR #10245 Deputy County Adminisrracor Patricia Bean Assistant County Adminlstrawn Edwin Hunxeker Jimmie Keel Anthony Shoemaker SUBJECT: NOTICE TO PROCEED, Blanket Purchase Order Number BPCW02000033; Emergency Vehicles and Ancillary Equipment You are hereby notified to proceed with the performance of subject purchase order. All work shall be completed in accordance with the terms and conditions of the enclosed agreement. The County's Project Manager for this Contract is Robert Hancock. Please coordinate all activities associated with this project with him. Mr. Hancock may be contacted at (813) 272- 6600. Sincerely, G John M. Benson Jr., C.P.M. Procurement Supervisor — Commodities Attachments: Purchase Order Agreement Cc: Robert Hancock, Administrative Chief Post Office Sox 1110 • Tampa, Florida 33601 An Afjirmraiur Action/Egon! Opportunity Employer 6OCC AGREEMENT BETWEEN HILLSBOROUGH COUNTY AND EMERGENCY ONE, INC. This Contract is made and entered into by and between the Board. of County Commissioners of Hillsborough County, Fiorida, (hereinafter called "County"), and. Emergency One,. Inc. 1701 SW 37" Avenue Ocala, FL 34470 (here ina. ter.called "Contractor"). PURPOSE It is the purpose of this :Contract to .establish a five (5), year agreement for the purchase of fire apparatuses, emergency vehicles and ancillary equipment for the Hillsborough County Fire Rescue 'Department_ In consideration of the terms and conditions contained herein, 'the parties agree as follows: STATEMENT OF WORK The Contractor shall furnish at its own expense (unless otherwise. specified) the"necessary personnel, equipment, ,materiaf andlor services and otherwise do,all things necessary for or incidental to the performance of work in accordance with the requirements set forth `in the following documents, which are incorporated by ceference'hereiri_ Attachment 1, Statement of Work Attachment 2, Fee Schedule Attachment 3, Insurance Requirements + Attachment 4, Hillsborough County Purchasing Council PERIOD OF PERFORMANCE. This Agreement shall begin performance Ripon the effective date. of. Notice to Proceed and "remain in effect five (5) years, unless terminated sooner or extended',as provided in this Agreement. OPTIONS TO RENEW At the sole option of the County, this Agreement may be renewed for an additional one (1) year period at the same terms and conditions. C0114PENSq TfON The County is to pay the Contractor for the performance of all things.necessary for or incidental to the performance of work as set forth in the Statement of Work, Attachment 1, whichis attached hereto and incorporated by reference herein. The Contractor shall accept this amount as full compensation for all services provided and materials furnished; for all costs. and expenses incurred, and loss or damages growing out of the nature of the services provided, or from any unforeseen obstruction or difficulties encountered in the provision of these services; for all 'expenses incurred by or in consequence of the suspension or discontinuance of the provision of service, and for well and faithfully providing the required. services. In no event will the total compensation amount payable under the terms of this Agreement be exceeded unless ;otherwise authorized by the County in a modification to this Agreement. FUIVDING If funds become unavailable, the County reserves the right to terminate this Agreement upon no less than 24 hours written notice. The notice shall be delivered by certified mail, return receipt requested, by telegram or in person. The County shall reimburse the Contractor for all authorized services provided prior to the issuance of this notice. METH, OD OF PAYMENT/BILLING Invoices and other billing materials must contain at a minimum the Contractor's name, Federal Employer Identification Number (FIEN), the date of delivery and quantity of equipment provided, cost for the equipment and all other information necessary for a proper pre -audit and post -audit thereof. The Contractor shall submit to the County, at the time of invoice, a detailed listing of all accessories provided. Copies of all invoices relating to the accessories provided shall be attached to the listing. The County reserves the right to verify prices by examination of dealer or distributor's invoices and to evaluate all purchases with respect to reasonableness of price. All paperwork, including invoices, documents, and obtaining unit's titfe, to be Contractors responsibility. All necessary paperwork, as above, must accompany unit at delivery. Title, application, and supporting documents are to be made out to "County of Hillsborough", P.O. Box 1110, Tampa, FL 33601, and must be dated the delivery date of unit to Hillsborough County. Dealer to be responsible for and pay any penalties for late title application. The County may deduct a 1/2% discount for prompt payment, should such payment be made w. ithin 10 calendar days from receipt of a proper invoice. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for a 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, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Additionally, pursuant to County policy, a conviction of a public entity crime may cause the rejection of a bid, offer, or proposal. The County may make inquiries regarding alleged convictions of public entity crimes. The unreasonable failure of a bidder, offerer or proposer to promptly supply information in connection with an inquiry may be grounds for rejection of a bid, offer or propesai. TEf2NIINATION Hillsborough County may rescind or terminate this Agreement at will upon at least 90 days prior written notice to the Contractor. TERMINATION FOR BREACH Unless the Contractors breach is waived, the County may upon 24 hours written notice terminate this Agreement for the breach. Waiver of a breach of any provision of this Agreement will not be deemed a waiver of any other breach nor will it be construed to be a modification of this Agreement. INT EMNITY The Contractor snail indemnify, hold harmless, and defend the County, its agents and employees from and against any and all liabilities, losses, claims, damages, demands, expenses or actions, either at law or in Equity, including court costs and attorneys' fees, that may hereafter at any time be made or brought by anyone on account of personal injury, property damage, loss of monies, or other loss, allegedly caused or incurred, in whole or in part, as a result of any negligent, wrongful, or intentional act or omission, or based on any act of fraud or defalcation by the Contractor, its agents, subcontractors, assigns, heirs, and employees during performance under this Agreement. The extent of this indemnification shall not be limited in any way as to the amount or types of damages or compensation payable to the County on account of any insurance limits contained in any insurance policy procured or provided in connection with this Agreement. in any and all claims against the County or any of its agents or employees by any employee of the Contractor, any subcontractor, heir, assign, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for Contractor or any subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. CERTIFICATE OF INSURANCE / REQUIRED DOCUMENTATION This Agreement is contingent upon the Contractor furnishing the County, when required, a Certificate of insurance and any other required documentation, within 14 days after Notification of Award. S TA TEMENT OF ASSURANCE During the performance of this Agreement, the Contractor herein assures the County that the said Contractor is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992 in that the Contractor does not on the grounds of race, color, national origin, religion, sex, age, handicap or marital status, discriminate in any form or manner against said Contractor's employees or applicants For employment. The Contractor understands and agrees that this Agreement is conditioned upon the veracity of this Statement of Assurance. Furthermore, the Contractor herein assures the County that said Contractor will comply with Title VI of the Civil Rights Act of 1964 when Federal grant(s) is/are involved. Other applicable Federal and State laws, executive orders and regulations prohibiting the type of discrimination as hereinabove delineated are included by this reference thereto. This Statement of Assurance shall be interpreted to include Vietnam Era Veterans and Disabled Veterans within its protective range of applicability. DRUG FREE WORKPL ACE The Contractor assures the County it will administer, in good faith, a policy designed to ensure the Contractor is free from the illegal use, possession, or distribution of drugs or alcohol. As part of such policy, the Contractor will require, as a condition of employment, that each employee notify their supervisor within five (5) days if they have been convicted under a criminal drug statute for activity occurring at the workplace or outside the workplace, if the offense could be reasonably expected to affect the Contractor's function. The Contractor will, in turn, immediately notify the County of the occurrence as well as any and all corrective action taken. A criminal drag statute is any law, federal, state, or focal, which makes uniawful the manufacture, distribution, dispensation, or possession of any controlled substance or illegal drug. AGREEMENT ALTERATIONS AND MODIFICATIONS This Agreement may be modified by mutual agreement of the parties. Such modifications shall not be binding unless they are in writing and signed by the County and the Contractor. FECORQuS DOCUAJENTS. AND REPORTS The Contractor shall maintain books, records, documents and other evidence of accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this contract. These records shall be subject at all reasonable tirnes to inspection, review, copying and/or audit by personnel duly authorized by the County and federal officials so authorized by law, rule, regulation, or contract. The Contractor will retain all books, records, documents, and other materials relevant to this contract for five (5) years after settlement, and make them available for inspection by persons authorized underthis provision. The Contractor shall be responsible for any audit exceptions or disallowed costs incurred by the Contractor or any of its subcontractors. WAIVER A failure by either party to exercise its rights under this Agreement shall not preclude that party from subsequent exercise of such rights and shall not constitute a waiver of any other rights under this Agreement unless stated to be such in a writing signed by an authorized representative of the party and attached to the original Agreement. ATTORNEY FEES AND COSTS If any litigation is brought to enforce this Contract or any litigation arises out of any contract term, clause or provision, each party shall be responsible for its own expenses, costs and attorney fees. GOVERNANCE This Agreement shall be construed and interpreted in accordance with the laws of the state of Florida and the venue shall be in Hillsborough County, Florida. ORDER OF PRECEDENCE The items listed below are incorporated by reference herein. In the event of an inconsistency in this Agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order; 1. Applicable Federal and Florida State Statutes and Regulations; 2. The Terms and Conditions as contained in this Agreement; 3. Any other provision of this Agreement incorporated by reference otherwise. SEVERABILITY If any provision of this Agreement or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Agreement which can be given effect without the invalid provision, or part thereof if such remainder conforms to the terms and requirements of applicable law and the intent of this Agreement, and to this end the provisions of this Agreement are declared to be severable. d PROJECT f,4AINJAGER The Project (Manager for the Contractor is Hallrrtiark Fire Apparabis, Inc. �Jim Hall ! 3731 NI-W, 251h Avenue Ocala, Ft_ 34475 Phone: 352-629-6305, 800-524-G072 FAX: 352-629-2018 E-mail: FireTrucks ALL WRITINGS CON TA11VED HEREIN The Project Ma. r for the County is: Hillsborough County Fire Rescue Chief Robert F. Hancock 2709 East Hanna Ave. Tampa, FL 33610 Phone: 813-272-6600 FAX: 813-272-6692 E-mail, HancockRra.HiflsborouahCountv.o This Agreement sets forth in full all the terms and conditions agreed upon by the parties, Any other agreement, representation, or understandings, verbal or otherwise, regarding the subject matter of this Agreement shall be deemed to be null and void and of no force and effect whatsoever, IN WITNESS WHEREOF, the parties have executed this Agreement. ATTEST: RICHARD AKE COUNTY: HILLSBOROUGH COUNTY CLERK OF CIRCUIT COURT FLORIDA ! L I ��ppNTY. CO BY: FLORIDR B Y: t � oEPur� CLERK� � � � CHAIR AN, BOARD OF COUNTY COMMISSIONERS fir."' •�. x�Ni LTT)=CT- CONTRACTOR AUTN RIZED SIGNATURE �� cJ� Si /✓1 PRINTED NAME dlCr l% Sr,Enri TITLE DATE F Approval Date racts Legal r j HILL�30FiOl.;Gti CUiJ+ T Y F! CF,lu��. 11�� v I G�_-'t;rfEhlTNn. t l,CF',E'JO!„!LE"ICEfJiCIVT fiF fa"ESPCtPvQLiyT, 6F A CORt�f�R,A T 1�7N STATE OF if% u 1J,,, 0,-, COUNTY OF The foregoing instrument was acknowledged before me this By (Date) U'14(Name of officer or agent, title of officer or agent) Of 11 .1 \04 Ord . hf 'C" . a C �(�h�J ,�:'�� corporation, (Nhme di corporation acknowledging) (State or place of incorporation) on behalf of the corporation, pursuant to the powers conferred upon said officer or agent by the corporation. He/she personally appeared before me at the time of notarization, and is personally known to me or has produced as identification and did certify to have knowledge of the matters stated (Type of Identification) in the foregoing instrument and certified the same to be true in all respects. Subscribed and sworn to (or affirmed) before me this r I r (Date) =,.ti:�'•;. SUZANNEAI�ANA ✓�\� !! f�� __ ` MY CGMMIM N A CC 642355 Commission Number (O�i` '�- xF1Rt-5-7rm alotarySi at re and Notary Seal}1•f { \�.�e BandedThiu Notary Puhk UndalwMarl Commission Expirati (Name of Notary typed, printed or stamped) ACKNOWLEDGEMENT OF RESPONDENT IF A PARTNERS14IP STATE OF COUNTY OF _ The foregoing instrument was acknowledged before me this _ By (Date) (Name of acknowledging partner or agent) partner (or agent) on behalf a partnership appeared before me at the time of notarization, and is personally known to me or has produced He!she personally as identification and did certify to have knowledge of the matters stated (Type of Identification) in the foregoing instrument and certified the same to be true in all respects. Subscribed and sworn to (or affirmed) before me this (Date) Commission Number (Official Notary Signature and Notary Seal) Commission Expiration Date (Name of Notary typed, panted or stamped) ACKNOWLEDGEMENT OF RESPONDENT, IF AN INDIVIDUAL STATE OF COUNTY OF The foregoing instrument was acknowledged before me this By (Date) (Name of acknowledging) who personally appeared before me at the time of notarization, and is personally known to me or has produced as identification and did certify to have knowledge of the matters stated (Type of Identification) in the foregoing instrument and certified the same to be true in all respects. Subscribed and sworn to (or affirmed) before me this (Date) Commission Number (Official Notary Signature and Notary Seal) Commission Expiration Date (Name of Notary typed, printed or stamped) A Attachment I Statement of Work .N„ir .�Wr:^.� ,?fK'k.?n,^} "e••.n�.. rs-e;4��.'c, •.t, w. :w�'.n•. .•:_ •b:Yas"q.' ;�^-"�^s`�r •, ...-y na: a`...i. 1) The County estimates that the resulting expenditures resulting from this contract will not exceed $27,500,000.00 for the performance of all things necessary for or incidental to the performance of work as set forth in the Statement of Work, and in accordance with the Fee Schedule. There is no obligation on the part of the County to purchase any set or minimum amount of fire apparatus or special application vehicles during this contract period. 2) The County reserves the right to deviate from this contract and procure the item(s) from another source should it be deemed in the best interests of the County. 3) This agreement shall be extended to other State, County, Municipality or Special Fire Districts, under the same conditions, for the same contract price, and for the same effective Period. 4) PURCHASING COUNCIL: REFERENCE LAWS OF FLORIDA 69-1112 AND 69-11.19. This agreement shall be extended to the Governmental Purchasing Council of Hillsborough County, under the same conditions, for the same contract price, and for the same effective period, to all public entities in Hillsborough County. (SEE ATTACHMENT 4) a) Any Hillsborough County public entity ma)t_elect to utilize this agreement at their option. All Hillsborough County public entities will issue their own purchase orders and coordinate the delivery locations and quantities with the successful bidder(s). b) Hillsborough County Government will not be responsible for any transactions between the successful bidders and Hillsborough County public entities that maV elect to utilize this a reement. All terms, prices and conditions of this agreement will apply between the Contractor, and any other Hillsborough County public entities utilizing this agreement. NOTE: THE QUANTITIES ESTIMATED IN THIS AGREEMENT ARE FOR HILLSBOROUGH COUNTY ONLY, 5) The County shall issue a Blanket Purchase Order to cover any supplies or services to be fumished under this agreement. The using department(s) will then issue Release Purchase Orders against the Blanket Purchase Order on an as needed basis. The Contractor shall deliver only on a Release Purchase Order. Such orders shall be issued from date of the award through the expiration of the agreement, 6) All shipments by the Contractor must be F.O.6 Destination, unless otherwise authorized in writing by the County. 7) Contractor shall deliver the equipment to the County, ready for service, within the following schedule: a) Tanker: 240 days after receipt of order. b) Pumper: 180 days after receipt of order. c) Aerial Apparatus (Elevating Platform, Ladder Trucks, etc): 210 days after receipt of order. d) Ambulance: 180 days after receipt of order. e) Special Application Vehicle: 240 days after receipt of order. f) Delivery for equipment utilizing commercial chassis will be quoted on a per order basis. Attachment 1, Scope of Work 7 8) Manuals: a) Contractor shall include with the initial delivery of each rnodei year vehicle the following Three (3) Compact Discs (CD) that contain at a minimum; i) Technical and Service Manuals for Cab and Chassis, ii) Technical and Service Manuals for Vehicle Body; iii) Pans Manuals for Cab, Chassis and Body, and iv) Operators Manuals. b) Three (3) sets of printed manuals shall be provided with each vehicle ordered; to a maximum of Four (4) sets per order of like vehicles. c) A copy of manufacturer's preventive maintenance schedule shall be provided with each vehicle. 0) Specifications: a) All Equipment provided shall meet all requirements of the latest edition of NHTSA, FMVSS, State of Florida, and NFPA. b) All vehicles and equipment furnished shall be manufacturer's latest model. c) Appurtenances and/or accessories furnished shall conform to best practice known to the fire fighting or special application trade-in design, quality of workmanship and material,. and be subject to the specifications provided for at the time the order is placed. d) Ali vehicles furnished shall be constructed with due consideration to the equipment's intended use and performance characteristics, including but not limited to load distribution, such that they will operate under all conditions (weather, environmental, load, etc_) in conformity with the County's specifications and all applicable federal, state, and local laws. 10) The fire apparatus and special application vehicles shall be assembled, serviced, adjusted, and demonstrated to the satisfaction of the County that the equipment is in perfect mechanical condition. Contractor is responsible for the complete construction and assembly of all vehicles and equipment components. 11) Pre -Construction and Inspection Visits: a) The Contractor shall provide all transportation, lodging and meals for up to three (3) members of Hillsborough County to travel to the vendors' manufacturing facility (at which the vehicle is being constructed) for a total of three (3) visits. The transportation, lodging and meals shall include air transportation (County option), rental car (County option), lodging and meals (2 nights per trip) for up to three (3) personnel roundtrip from Tampa. The Contractor shall coordinate with the County trip arrangements at least two (2) weeks prior to the scheduled visit. The three (3) visits are as follows: i) A pre -construction meeting to completely review the specifications and drawings prior to the vehicle assembly/construction commencing. ii) A mid -production meeting at the 45-55% completion stage to inspect and verify integral specification compliance for wiring, integral component system installation, etc. prior to progressing to final completion. iii) A final inspection/performance test. The vehicle shall be 100% complete and ready for delivery, The County will perform a final inspection and full performance test of the vehicle and all integral systems. The Contractor shall provide the technical information and representative(s) necessary to allow for a complete and Attachment 1, Scope of work � 8 thorough conformance meetingCnspection. Any and all third party certifications shall be available for review at this meeting. If the vehicle is found to be not ready any additional trips shall be at the expense of the vendor with no additional cost to Hillsborough County. b) Any costs associated with the above Pre -Construction and Inspection Visits that will be charged to the County must be: i) Clearly identified on the apparatus stripper (line item detail). Contractor to use item numbers 2 000_00_10 "Inspection Trip" and 2_000_01_00 "Pre -build Conference" to indicate these costs on the apparatus stripper. ii) Invoiced separately. 12) Vehicles and equipment will be accepted only after all requirements for delivery have been met. Delivery of vehicle(s) and equipment to the County does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the delivered vehicle(s) or equipment meet specifications and the conditions. Should the delivered vehicles or equipment differ in any respect from the specifications, payment will be withheld until such time as the Contractor completes all necessary corrective action. 13) Statement of Warranty: All warranty repairs covered by these requirements shall include all parts, materials, labor and other expenses required to complete the repair to the satisfaction of the County. a) 1 Year Standard: The apparatus manufacturer shall provide a full one year standard warranty. A!I components manufactured by the apparatus manufacturer should be covered against defects in materials or workmanship for a one year period. All components covered by separate suppliers such as engines (minimum 5 year/100,000 miles), transmissions (minimum 2 year/unlimited miles), axles (minimum 1 year), tires, and batteries shall maintain the warranty as provided by the component supplier. A copy of the warranty document shall be provided with the vehicle. b) Lifetime Frame: The apparatus manufacturer shall provide a full lifetime frame warranty. This warranty shall cover all apparatus manufacturer designed frame and frame members against defects in materials or workmanship for the lifetime of the covered apparatus. A copy of the warranty document shall be provided with the vehicle. c) 10 Year/100,000 Mile Structural: The apparatus manufacturer shall provide a comprehensive 10 year/100,000 mile structural warranty. This warranty shall cover all structural components of the cab and/or body manufactured by the apparatus manufacturer against defects in materials or workmanship for 10 years or100,000 miles, whichever occurs first. Excluded from this warranty are all hardware, mechanical items, electrical items, or paint finishes. A copy of the warranty document shall be provided with the vehicle. d) Lifetime Polypropylene Tank: The apparatus manufacturer shall provide a full lifetime polypropylene tank warranty. This warranty shall cover all defects in materials or workmanship of the polypropylene tank for the lifetime of the covered apparatus. A copy of the warranty document shall be provided with the vehicle. e) 10 Year Stainless Steel Plumbing Components: The apparatus manufacturer shall provide a full 10 year stainless steel plumbing components warranty. This warranty shall cover defects in materials or workmanship of apparatus manufacturer designed foam/water plumbing system stainless steel components for 10 years. A copy of the warranty document shall be provided with the vehicle. Attachment 1, Scope of Work 9 f) 10 Year Paint and Lifetime Corrosion Perforation: The apparatus manufacturer shall provide a full 10 year paint and lifetime corrosion perforation warranty_ This warranty shall cover paint peeling, cracking, blistering, and corrosion provided the vehicle is used in a normal and reasonable manner. Paint shall be covered 100% for 10 years and corrosion perforation shall be covered 100% for the life of the vehicle. A copy of the warranty document shall be provided with the vehicle. g) Owner Protection Plan Custom Chassis Pumper, Aerial, Tanker, and Rescue Two (2) Year Standard Warranty: The apparatus manufacturer shall provide a full second year extension on the standard warranty. All components covered in the manufacturer's statement of warranty shall be covered for a total of twenty-four months from delivery of the apparatus. All components covered by separate suppliers such as engines (minimum 5 year/100,000 miles), transmissions (minimum 5 year/unlimited miles), axles and brakes (minimum 1 year), tires, and batteries shall maintain the warranty as provided by the component supplier as long as they meet the minimums stated. A copy of the warranty extension document(s) shall be provided with the vehicle. 14) Warranty Work: a) The County desires to become a factory authorized repair facility for warranty work. All necessary training and expenses associated with this authorization shall be provided to the County at no charge. b) The Contractor shall reimburse the County for warranty work performed by the County at the rate indicated on the Fee Schedule. c) Contractor shall provide on -site assistance for unresolved warranty work as required. Attachment 1, Scope of Work 10 Attachment 2 Fee Schedule 1r•q. I•F�'r'F=1 .n}PI. M. 4;rs ' 4:'•j.'w+;r - 'i`t+`i=.W ;';•p�.f, _i7�ro1J!' �.ri w:<', 7'1" � 1'[s.'. :�h C':Hi="TY`ir'�.�`4 �W �.F: •.li. �J",MC'i'[in �k�:'ilfrr.♦v'•.c-�.'M yr The County is to pay the Contractor for the performance of all things necessary for or incidental to the performance of work as set forth in the Statement of Work, and in accordance with this Fee Schedule. The Contractor shall furnish the County fire apparatuses, emergency vehicles and ancillary equipment in accordance with the Scope of Work at the pricing indicated below: Item Description Vehicles Options Accessories, including freight charges (The term accessories as used herein describes the basic equipment which in essence becomes a part of the apparatus. Examples of which would include; radios, intercom/hearing protection system, deck gun/ground monitor, ladders, intake valve, hydrant valve, adapters, supply hose, booster hose, hard suction hose, etc. Examples of items which would not fall under this provision are; Self Contained Breathing Apparatus, Personal Protective Equipment, etc.). Unit Price Dealer net Dealer net 12% above Dealer Net 2. IPercentage of Discounts and/or Incentives to Dealer I 15% credited to County 3. Reimbursement Rate for Warranty Work I $55.00 per Hour Attachment 2, Fee Schedule page 11 Attachment 3 Insurance Requirements ��.= e' r, e,� , {'• r h :X._ , y;;� � wy:�r�••+,•: ,..� , i:+ r !r" Wl :. � f ,'r•'",z ��,rr.. i'• �'�1'_ s i .. _, � l Se ::-J':.c7,.C2 ...'»'wna;v Contractor will maintain throughout the period of this contract General Liability Insurance with a combined single limit for bodily injury and property damage of no less than $2,000,000 per occurrence and with an annual aggregate limit for Products/Completed Operations Liability of no less than $4,000,000. The policy will be issued by an insurer, on a form and with a deductible all of which are acceptable to the County. County will be named as an additional insured on the Policy throughout the period of this contract. Atiar-hmant d Incirranra Raniriramantc Anna 9) Attachment 4 Hiiisborough County Governmental Purchasing Council . +7 � r�I ... tW City of Tampa ,-03 E. Jackson St. Tampa, FL 33602 Joan McConnell, Purchasing Director p024@ci.tampa,fI.us Kendal Capaz, Purchasing Mgr. (Alternate) oo15@ci.tampa.fi.us littp://wIrrwci.tampa.fl. us Phone: (813) 274.8353 7.4X: (E 13) 27 4-8:55 City of Plant City P. O. Drawer C Fiant City, FL 33564 Phil Weldon, City Manager Bob Bedell (Alternate) Phone: (813) 757-9144 FAX: (813) 757-9154 p:valdl @ix,netcom.com http'//sww,oi.olant-ci y.fl us City of Temple Terrace Mr, Kim D. Leinbach City Manager 11250 N. 56th St. P. O. Box 16930 Temple Terrace, FL 33687 (S13)989-71DO FAX: (613) 989-7185 http://%vww.ternpleterrace.com Clerk of Circuit Court 601 E;_ Kennedy Blvd.-13th Floor P.D. Box 1110 Tampa, FL 33601 Jackie Burns, General Manager I Joy Caruso, Bllyer (Alternate) Phone: (813) 276-8100 Ext.7721 FAX: (813) 272-5521 Expr=zs:vay Authority 412 E. Madison, Suite SOO Tampa, FL 33602 Shari Callahan shari@thcea.org Patrick McCue, Executive Director Mary Hall, Asst. Director (Alternate) Phone: (B13) 272-6740 FAX: (813) 273-3730 Hills. Area Regional Transit Authority 4305 E. 21 st Avenue Tampa, FL 33505 John Clark, Procurement Manager Phone: (513) 623-5335 FAX: (813) 664-1119 SittekeE@.Hartline.org Lakat@Hartfine.org Hillsborough County Aviation Authority P. 0. Bost 22287 Tampa International Airport Tampa, FL 33622-2287 Doug Hanlon, Purchasing Manager Richard Frensley, Buyer (Alternate) Phone: (813) 870-8730 FAX: (813) 875-6670 dhanlon c@tampaairport.com Hillsborough County School Board P. O. Box 3408 Tampa, FL 33601-v408 William Borrer, Purchasing Supervisor Hank Morbach, Principal Buyer (Alternate) Phone: (813) 272-4327 FAX: (313) 272-4007 Bill. Borrer8_sbhc.k12.fl.us http://www.ideas-classroom,org Hillsborough Community College P. O. Box 31127 Tampa, FL 33631-3127 Paul Johnson, Purchasing Manager Pjohnson@hcc,cc,fl.us Vonda Melchior MelchiorQhcc.cc.fl.us Terry Fryman Phone: (813) 253-7060 FA.' : (B13) 253-7561 Hillsborough County Purchasing Dept. 601 E. Kennedy Blvd., 18th Floor P_ D. Box 1110, Tampa, FL 33601 -1110 Lula F_ 'Lu" Banks, Director Lynne Fillmon, Purchasing Manager Phone: (813) 272-6730 FAX' (813) 272-6290 F0D: (813) 272-5938 fillmonl 0,h illsboroughcounty. org Hillsborough County Sheriff P. O. Box 3371 Tampa, FL 33601-3371 Carolyn Hendrickson, Exec. Buyer Phone: (813) 247-BC54 FAX: (813) 247-0907 sferlita@ hcso.tampa.ff. us http=//www.hcso.tampa.fl.us City or Tampa dousing Authority 308 South Rome Ave. Tampa, FL 33607 Denise Surles, Director Andrew Persaud, Purchasing Agent Phone: (813) 253-0551 Eri.31go r Phone: (813) 253-0551 Ext. 315 FAX: (313) 251-4522 Tampa Palms Community Dev. Digit. 18311 Tampa Palms Blvd W Tampa, FL 33647 John Daugirda Phone: (813) 977-3933 Fax: (813) 977-6571 cddtampat?gte.net Tampa Port Authority 1101 Channelside Drive Tampa, FL 3.3M2 David Webb, Fiscaf Analyst Phone: (813) 905-7578 FAX: (813) 905-5109 Iswenson cQtamoaport.com Tampa Sports Authority 4201 N. Dale Mabry Hwy, Tampa, FL 33507 Joseph Haugabrook, Purchasing Director Phone: (1313) 350-6500 ext. 6510 FAX: (813) 673-4308 hauga bi@maii.state.fl.us Hillsborough County State Attorney Tax Collector South Annex Tower-5th Floor 601 E. Kennedy Blvd., 14th Floor Tampa, FL 33602 Tampa, FL 33602 Elvin Martinez, Jr., Administrator Dawn Antinori, Senior Manager Geraldine Battle Phone: (813) 307-6222 battle_ggsaol3th.com FAX: (813) 307-6521 Phone: (813) 274-1998 antinoriO_hctc.co.hilisborough.ft.us FAX: (613) 272-7014 Property Appraiser 601 E. Kennedy Blvd., 16th Floor Tampa, FL 33602 Mike Cook, Asst. Deputy Prop_ Appr. Brandon Spicola, Storekeeper (Alter.) Phone: (813) 276-8831 FAX: (813) 272_5519 cusiserv@proppr.co.hillsborough.fl.us http)/propappr.co.hillsborough.fl.us Supervisor of Elections 6D1 E. Kennedy Blvd., 16th Floor Tampa, FL 338D2 Donna Schomer, Purchasing Agent Phone: (813) 276-8274 FAX: (813) 272-7043 http://www.votehillsborough.org The Children's Board of Hills- County 1205 E. 8th Avenue Tampa, FL33605 Bill Jones, Sr. Manager Phone: (813) 2299-2884 FAX: (813) ' 28-8122 bjones@childrensboard. org Hlllsborough County Purchasing Council bids may be available to all chartered municipalities, local public agencies, boards, and other authorities existing in Hillsborough County. Ctta,^hmmnt d Willchnrnllnh rnjjniv Pilrrharinn r'nllnril pnrlo 11