Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-3131 G Temp. Reso #9193 10/25/00 Revision #1 11/14/00 Revision #2 11/15/00 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000-- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF ONE RESCUE VEHICLE FROM AERO PRODUCTS CORPORATION BASED ON THE MIAMI-DADE COUNTY BID #5472-4/01-2 FOR "EMERGENCY MEDICAL CARE VEHICLES" AT A TOTAL COST NOT TO EXCEED $133,481.00 THROUGH A LEASE PURCHASE PLAN; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac has indicated a desire to improve emergency medical transport services; and WHEREAS, the Fire Department needs one additional vehicle to meet the desired level of service; and and WHEREAS, the current rescue vehicle design has proven to be very functional; WHEREAS, Aero Products Corporation has given the City of Tamarac a quotation attached hereto as (Exhibit #1) based on Miami -Dade County Bid # 5472- 4/01-2 attached hereto as (Exhibit #2); and Temp. Reso #9193 10/25/00 Revision #1 11/14/00 Revision #2 11/15/00 Page 2 WHEREAS, funding for the vehicle in an amount not to exceed $133,481.00 will be obtained through the use of a master lease purchase agreement; and WHEREAS, the FY 01 Budget approved the purchase of the rescue vehicle; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing and Contracts Manager that this purchase be awarded to Aero Products Corporation; and WHEREAS, City Code §6-155 allows the Purchasing Officer the authority to utilize contract prices from other governmental agencies; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to authorize the purchase of one rescue vehicle. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: That 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 one rescue vehicle from Aero Products Corporation utilizing the Miami -Dade County Bid #5472-4/01-2, in an amount not to exceed $133,481.00, funding for which will be 1 1-1 Temp. Reso #9193 10/25/00 Revision #1 11 /14/00 Revision #2 11 /15/00 Page 3 through a master lease purchase agreement to be brought to the Commission for approval at a later date, is hereby authorized SECTION 3: That all resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: That if any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this �day of , 2000. SCHREIBER AYOR ATTEST: MARION, ,9VVFNSON, CMC CITY CLERK =rr I HE Y�EkTIFY th/IaverohisESOLU ITCHPLL S. KRj TY ATTORNEY "W" • • l • _ LOP , TEMP RESO #9193 Exhibit #1 November 5, 2000 Jim Terry, Rescue Chief Tamarac Fire Department 7501 NW 88 Avenue Tamarac, Florida 33321-2401 RE: Emergency Medical Vehicle American LaFrance MedicMaster 700 Aero Lane Sanford, Florida 32771 phone: (800) 292-2376 fax: (800) 642-7895 email: medicrost@bellsouth.net Aero Products/Medicmaster offers the City of Tamarac the opportunity to "Piggy Back" the Miami -Dade Bid No. 5472-4/01-2 for "Emergency Medical Care Vehicles". The price of a vehicle that meets the requirements of the Tamarac Fire Department is $ 133,481.00. Accompanying this letter is a detailed description of the vehicle required, and. the difference between Miami -Dade & Tamarac's units. Construction of a vehicle takes approximately 240 days from the date of order. I appreciate the opportunity to quote on this emergency medical vehicle. If you have any further questions please call me at 1- 800-292-2376. Yours truly, Bob Ivey Regional Sales Manager November 5, 2000 Price Break Down Miami -- Dade Base: $125,819.00 Delete Vogel Lube System: $643.00 Delete Inverter: $1,234.00 Total: $123,942.00 Tamarac Options: Front ar rear sway bars: $1, 300.00 Strobe light package: $1,340.00 Mounted aluminum wheels: $1,400.00 Ship loose aluminum wheels: $1,400.00 Curbside X-Cab Cmpt: $1, 300.00 Set back squad bench: $375.00 Compartment decking at mats: $490.00 EVS Childs Seat: $ 5 50.00 PING Tanks: $461.00 Wedge mounted AC condenser: $512.00 Oxygen system "T" ar 2" regulator: $411.00 Total Options $ 9, 5 3 9.00 Total — $ 133,481.00 Tamarac Fire Department A B C 1 CUSTOMER INFORMATION 2 • 3 4 Tamarac Fire Department 5 7501 NW 88 Ave. 6 Tamarac, Florida 33321-2401 7 8 Work Order Number: 9 10 Work Order Date: 11 11.5.2000 12 Revision Number >>>> 13 14 15 16 17 CUSTOMER APPROVAL 18 19 SIGNATURE: 20 21 DATE: 22 23 + 24 Contact Person: 25 Jim Terry, EMS Chief 26 int _tamarac.ona 27 Dennis Peloso, Battalion Chief 28 Telephone: 29 (954) 724.2436 30 (954) 724.1218 - Direct 31 Fax Number: 32 (954) 724.2438 33 Delivery Point (F.O.B.): 34 Tamarac, Florida 35 36 37 + 38 CAB & CHASSIS 39 + 40 41 Chassi,5 Manufacturer: 42 Freightliner 43 C Model: 44 FL-60 -Extended cab 45 Chassis,Moded Year: 46 2001 47 YIN##: 48 49 Cha sis Spegifficatian Additions Deletions: Page 1 Tamarac Fire Department - A B C 50 1. Bendix AD-9 air dryer 51 2. Air pressure gauge 52 3. Yellow push/pull parking brake knob 53 4. Delete AM/FM radio 54 5. Delete dash cup holder 55 6. Four outer Alcoa aluminum wheels 56 57 58 59 60 CHASSIS PREPARATION 61 62 63 Prep rorT,h►_&oks Or es: 64 Front: OEM installed 65 Rear: None 66 67 Fuel Tank Cover/Entry Step: Fuel tank cover with step on passengers side. .100" diamond plate 68 aluminum. 69 70 Battery Storage/Entry Step: 71 Description: Slideout battery tray with step on drivers side. 7 =272 Material: .100" diamond plate aluminum. 73 74 Air Ride Suspension: 75 j Air system will deflate (lower to stretcher loading height) when: 76 1. Switch on basewall cabinet . works off of lead >rght< door 77 2. When switch in cab console is activated. 78 Air system will inflate (return to ride height) when: 79 1. When the lead >rght< door is closed. 80 2. When switch in cab console is activated. 81 3. When unit is placed in gear. Note: If unit is in deflated (dumped) positioned, it will remain there 82 when power is turned off. 83 Note: Don't use door jamb switch to activate air dump 84 85 1 Exhaust System odific ti n: Right side behind curbside entry door - 45 degrees straight out - no 86 turn down - 4' below rubrail - 5" clear pipe from end. 87 Adapts to Nederman System . Install Magnet Magnet - 45 1/2" to center from floor - 8" to center from door 88 extrusion 89 90 Cab And Module.,.Passage-Way: 91 Walk thru with door Page 2 Tamarac Fire Department 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 iF"Z:i 127 128 129 130 A I B I C I PING Tanks: Yes Sway Bars: Front: IPD Rear: IPD <r EXTERIOR BODY DIMENSIONS » Overall Interior Height 72' Overall Mofte Length: 160' Drawing NyMbpr�!: B-60135.2000 B-60136-2000 B-60137.2000 B-60138-2000 B-60138-2000 r< GENERAL BODY CONSTRUCTION as e Insulation: 2' blue block IATS - insulate interior fire wall in steering column area. rr BODY DOORS & HARDWARE as Side Entry Dior: Door Interior Panels: Mica - Brushed SS - Embossed SS Door Grab Handles: One (1) 10'. Door Window(s): Two <> (1) upper sliding, screen, standard tint & one (1) lower fixed- standard tint. Red Reflector: One (1) three (3) inch in lower outboard corner. Hardware: Trimark Rear tr 131 Door Hold Open Hardware: Cast Products Grabbers (2) per door. 132 Door Interior Panels: Mica - Brushed SS - Embossed SS 133 Door Grab Handles: One (1) 10" per door. Door Window(s): Two (2) <> (1) sliding, screen, std. tint & (1) 134 fixed glass, standard tint. Page 3 Tamarac Fire Department 1 A l B I C 135 Red Reflector: One (1) three (3) inch in lower outboard corner. Hardware: Trimark CoMparlMent Doors: Lead Door Handles and Locks: Trimark Trailing Door Handles: Trimark Door Interior Panels:.100' diamond plate. Inspection Panels: Provide interior access panel to lock mechanism on each door ConiRartment Finish: .100' Diamond plate Electric Door Locks: Dana - Sprague Keyless Entry System - keypad mounted on streetside cab Keypad to open all doors Hardwire switches - (1) dash left of steering column - (1) hidden under the streetside front module - (1) in rear AA switch panel <> switches to lock & unlock all doors 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 Doors with electric locks are: SS cab - CS cab - # 1 - # 2 - # 4 - # 5 151 # 7 - # 8 - # 9 - # 10 - # 11 - CS module entry - rear module entry <c EXTERIOR COMPARTMENT INFORMATION » Exterior Compartment # 1: Streetside front Door: One (1) One (1) Grabber - mount on corner extrusion Interior Dimensions: 83 3/4'H - 21 1/4'W - 22 5/8"D Internal Dividers: (1) centered Fixed Shelves: (1) 7' above floor forward of divider & (1) rear of divider above cylinder access window Vertical Tool Boards: Dual 'M' oxygen cylinders wall # 3 152 153 154 155 156 157 158 159 160 161 162 163 164 IU.P 166 Exterior Compartment # 2: Streetside forward of wheel wel 167 Door: Two (2) Cleveland door hold open hardware Interior Dimensions: 40 3/4'H - 47 7/8"W - 22 5/8'D Adjustable Shelves: Two (2) r Coma nt # 3: Streetside Door: One (1) Dual gas strut door hold openers 168 169 170 171 172 173 174 Page 4 Tamarac Fire Department A B - -- C 175 Interior Dimensions: 35 3/4"H - 47 5/8"W - 5 3/4'D 176 177 Compartment # 4: Over Yffieell Well CQmpgriMent. 178 Side: Streetside 179 Door: Drop down with lever arms - (2) each 180 Door size: 9 3/4'H - 39 3/4'W - 19 7/80D 181 No interior access 182 183 Exterior Compartment # 5: Streetside rear of yrbelwell, 184 Door: Two (2) 185 Cleveland door hold open hardware 186 Interior Dimensions: 30 3/4'H - 33 3/8"W - 19 7/8'D 187 188 Rear Kickplate Compartment # 6 189 Door: One (1) drop down - rubber bumper protectors on door face 190 Dimensions: 9 3/4"H - 21 5/8'W - 24 7/8' deep 1911 Drains in rear corners 192 SCBA Storage: (3)'V' troughs - Line with black ribbed rubber mat 193 194 Exterior Compartment #_7: Curbside rear. 195 Door: One (1) 196 One (1) Grabber mounted above compartment # 8 197 Interior Dimensions: 83 3/4"H - 16 3/4'W - 21 3/8"D Internal Dividers: One (1) - provide 7' clear pass thru for forward 198 lower section 199 1 Fixed Shelves: Two (2) forward of divider - (1) at 40' & (1) at 55' 200 Fixed Shelve: One (1) 8" above floor rear of divider lip turned down 201 Note: Two (2) restraint straps for rear section. Protect the rear side of the ABS panel for the dump switch with a 202 aluminum plate 203 204 Eiderior Compartment # 8: Curbside behind Wheel well 205 Door: One (1) 206 Rubber bumpers - door & body 207 Interior Dimensions: 16 1/4'H - 16 1/4'W - 21 3/8"D 208 209 er- Compartment # 9: Curbside forward gi gntry door. 210 Door: >> One (1) cc 211 Cleveland door hold open hardware 212 Interior Dimensions: 75 3/4"H - 27 5/8'W - 22 758' D to Wall #2. 213 Mjustable Shelves: Three (3) Page 5 Tamarac Fire Department A B C 214 215 Exterior CoMpart gnt # 10 - Extended Cab: 216 Location: Streetside 217 Doors: ROM with electric & key lock 218 Dimensions: 47 3/4'H - 21 1/2'W - 14/25 3/4'D 219 Tool Boards: One (1) - gas strut control SCBA Brackets: Zico # SC-50-H-5-SF for Scott 4500 PSI - 30 220 minute - restraint strap 221 Install hooks for fire coat and helmet 222 223 EMgj141 Compartment # 11- Extended Cab: 224 Location: Curbside 225 Doors: ROM with electric & key lock 226 Dimensions: 47 3/44H - 21 1/2"W - 14/25 3/4"D 227 Tool Boards: One (1) - control with gas strut SCBA Brackets: Zico # SC-50-H-5-SF for Scott 4500 PSI - 30 228 minute - restraint strap 229 Install hooks for fire coat and helmet 230 231 Extended Cab Step Co_mnartme 12: 232 Location: Streetside extended cab step 233 Dimensions: 14 3/44H - 22 3/4'W - 14 7/8"D 234 Diamond plate drop down door with butterfly latch. 235 Cover floor with Tiger Tile >black<. 236 (2) floor drains 238 239 PAINT, LETTERING & STRIPING 240 241 242 Primary, Paint: 243 Brand: PPG 244 Color: Red 245 Paint Number: DCC-71528 246 Location: Total unit kzlb 248 Secondary Paint: Brand: PPG Color: White Paint Number: DCC-2185 Location: Module roof - flat section - inside extrusion Reflective Striping: See pictures - 8' white reflective Undercoating: Yes tter' 249 250 251 252 253 254 255 256 257 258 259 260 Page 6 Tamarac Fire Department A B C 261 Block - white with black drop shadow/outlined 262 See pictures 263 Customer supplied seals Number Slots & Plates: Two (2) each - ??? on one side & ??? on the 264 ? other side of each plate - cmpt. doors 5 & 6. Plates 12' X 124 265 266 AC Condenser: 267 Paint condenser and wedges to match body. 268 269 E dended Cab Compartment Finish: 270 Gray Zolatone 271 272 273 << CAB CONSOLE as 274 275 276 Cab Console: Front to rear t> Switches/siren/etc- <> clear surface c> (4) 277 section book storage <a (3) storage slots - pictures in file Cigar lighter in console if not OEM installed in dash. Map Light: Federal LF12ES dash in cup holder position n Wgrning Panel: Map outline cmpts. - 1/2' red warning light - audible alarm. Voltmeter: Analog Ammeter: Analog << 12v DC ELECTRICAL SYSTEM as _Circuit lE�oard: Wired Rite System 21 - Compartment # 3 Load Managm Yes Batteries: Four (4) GP.-31's Battery Switrhjnga Paddle on/off - driverside center console 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 298-Sequencer- 299 300 301 302 303 304 305 Page 7 Tamarac Fire Department A B C 306 307 Battefy "ON" indiolor: 308 Green back lighted label in center console. 309 310 Battery Charger: 311 PC-45 312 Location: Ceiling compartment # 10 extended cab 313 314 Alternator: 315 270A Leece Neville 4864JB 316 317 Autg-Throttle: 318 Interface with electronic engine 319 320 Polder BUSS's. 321 CC - 30A wk, 323 << ICC & DOT LIGHTING & REQUIRED DEVICES » Clearance and Marker Lights: Standard ICC/DOT body and cab marker lights. Standard ICC/DOT body reflectors. Note: The left front and right rear side marker lights will stay on as a ' battery power on' indicator warning light. Back Up Alarm: DOT approved back up alarm. »Auto -reset<< License Plate KoWgr: Cast Products standard. Tail Light Housing: Whelen CAST 3. Brake/Tail Lights: Top Whelen 6E - Red lens. Turn Signals:, Middle Whelen 6E amber lens - Left turn. Whelen 6E amber lens - Right turn. Back up lights: Bottom Whelen 6E clear lens Back Up Lights: 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 342 343 3441 Use rear load lights IAT back up lights. Wire to reverse and rear 345 door open switch. Also switch from console as rear flood. 346 Modular Body Turn Signal: 347 Two (2) - 4' red rubber grommeted lights 348 349 350 cc N.F.P.A. & OTHER SAFETY PLACARDS as 351 * Page 8 Tamarac Fire Department A B C 352 353 Product Logo: 354 Two (2) MedicmasterTm name plates. 355 One (1) American LaFrance name plate 356 Seat Belt Warning Sign; 357 1. Cab. 358 2. Patient compartment. 359 Na -Sm9kipg�Sign- 360 1. Cab. 361 2. Patient compartment. 362 Star of Life Certification: 363 As required. 364 Payload Weight C ' ' do : 365 As required. 366 FMVSS Label: 367 As required. 368 AMD Label: 369 As required. 370 Set Parking Brake Label,_ 371 Warning Set Parking Brake Neutral does NOT set park Brake 372 Vehicle ar nce Warn" " 373 White vinyl top inside windshield - 1 1/2"T 374 375 376 rr AUDIBLE EMERGENCY WARNING DEVICES as 377 ' 378 Electronic Siren: 379 Whelen WS-295 HFRS>1< - wire to horn ring 380 Center console. 381 382 Speakers: 383 Cast SH3015 - two (2) - (1) in each outer bumper section 384 ABS weather shields 385 386 Air Horns: » WIRE BATTERY SWITCH_H Grover 1510 - two (2) each - one each side engine cowling - driver 387 side floor switches & button on passengers side center dash. 388 389 390 cr VISUAL WARNING DEVICES » 391 392 393 Front Light Opl; 3941 Federal View Point Six Pod Model # FV2250 Pod Setup: # 1-95FPM-RED # 2.175FPM-CLEAR # 3-95FPM-RED # 395 4-95FPM-RED # 5.175FPM-CLEAR # 6-95FPM-RED Page 9 Tamarac Fire Department A B C 396 Location: cab roof 397 Switch As: Light bar - NS cut off - Override. 398 Install interior reinforcement plates cab roof 399 400 Qb Grille: 401 Whelen 810 strobe - Two (2) split red/clear lens 402 Upper corners of grill. 403 Switch As: Warning - NS cut off - Override. 404 405 Front Intersection: 406 Whelen 508 strobe - Two (2) split red/clear lens 407 One on each leading edge of the engine cowling. 408 Switch As: Warning - NS cut off - Override. 409 410 Fro-nt.Qf Bodr. 411 Whelen 810 strobe - Two (2) red lens 412 Reds on outer corners 413 Switch As: Warning 414 415 Front of Body: >Center< 416 Whelen 508 strobe - One (1) red lens 417 Centered on face of AC condenser 418 Switch As: Warning 419 420 Side/Rear, Intersection: 421 Whelen 508 strobe - Two (2) red lens 422 One (1) each side centered over wheel wells 423 Switch As:. Warning - NS cut off - Override 424 425 Curb Side of Body: 426 Whelen 810 strobe - Two (2) red lens. 427 Outer upper corners. 428 Switch As: Warning 429 430 Street Side of Body: 431 Whelen 810 strobe - Two (2) red lens. 432 Outer upper corners. 433 Switch As: Warning 434 435 Rear of Bodyz 436 Whelen 810 strobe - Five (5) <> (2) red lens & (3) amber lens 810 strobes with red lens in upper outer corners 810 strobe with amber lens centered over rear doors 810 strobes with amber lens mid body window level Switch As: Warning Strbg PQyrer Supply: Three (3) Whelen UPS690's 437 438 439 440 441 442 443 Page 10 Tamarac Fire Department A B C 444 Location: Compartment # 3 445 446 447 cc SCENE LIGHTING as 448 449 450 Curb -Side Scene Log 451 Two (2) Whelen 810 halogen 8 to 32 degree. 452 Inboard of red lights on upper body. Switch As: 1. Right flood - 2. Curbside door opened - 3. rear light 453 as BU. 454 455 Street Side Scene Lights: 456 Two (2) Whelen 810 halogen 8 to 32 degree. 457 Inboard of red lights on upper body. 458 Switch As: 1. Left flood 2. Rear light as BU 459 460 Rear Scene Lights; 461 Two (2) Whelen 810 halogen 8 to 32 degree. 462 Over rear doors outboard of amber light. Switch As: 1. rear flood - 2. Vehicle placed in reverse - 3. Rear 463 doors opened. 464 465 Spotlight: 466 Optronics 400,000 CP - aluminum holster 467 468 469 ca115v/230v AC ELECTRICAL SYSTEMS » 470 471 472 Shoreline s em• 473 Kussmaul WP-15 Super Auto -Eject - streetside front 474 475 Block Heaten Wire to shoreline. Switch drivers side center console. Switch to 476 have pilot light. 477 478 Circuit Breaker Panel: 479 One (1) 15 amp GFI breaker - panel box in AC cabinet 481 << 120V AC POWER RECEPTACLES » Interior 120V 15A Duplex ReceptagIgn (1) RF/ALS left forward upper wall #1 (1) RF/ALS left forward midwall # 1 482 483 484 485 486 487 488 489 Page 11 Tamarac Fire Department A B --- C 490 cc EXTERIOR TRIM & COMPONENTS as 491 492 493 494 Rear SleR Kick Plate: as BUMpgE Under Ride Style CC 495 .100'aluminum diamond plate with 1/4" PVC skirt 4'H. 496 Rear Tow Eyes: None License Plate Holder: Cast Products RRC30002_ - »streetside<< 497 on kick plate 498 499 Rear Step Bumper: » Under Ride 5tyl 500 Description: 90" wide Steel 'C' channel-.100" diamond plate skin. Dock Bumpers: Yes Stone Guards: Front: (2) .063" aluminum diamond plate Rear: (2) .063' aluminum diamond plate Rub Rails: Aluminum "C" channel with rubber insert. Reflective Insert: White Wheel Well Skirts: Yes - see pictures Rear Fenderettes: Rubber Mud Flaps: Front: Yes Rear: Yes << EXTERIOR COMPARTMENT ACCESSORIES as ' Compartment Lighting: Krystal Lites Special Note: The oxygen cylinder regulator light shall activate by switch in rear action area. Floor &Shelf Decking: Compartment Floors: Black Tiger Tile with beveled edges in compartment bottoms Shelves: Black ribbed rubber mat 501 502 503 504 505 506 507 508 509 510 511 512 513 514 515 516 517 518 519 520 521 522 523 524 525 526 527 528 529 530 531 532 533 Page 12 Tamarac Fire Department A B C 534 rr PATIENT COMPARTMENT INFORMATION as 535 536 537 Attendants Seat: 538 EVS Childs seat mounted on swivel base that locks forward & rear. Position seat to allow more space between the stretcher and the seat Side CPR eat: Standard with » fixed « back rest & lap belt. Set the seat and rear AA section back '6' Air Cogd i i Heat U Non -Ducted Hoseline heat/cooling unit #UNT-4191 Location: Forward bulkhead 539 540 541 542 543 544 545 546 M547 548 R-134 Condenser: Wedge mounted HoselineTMC # 2004 top mounted condenser - Paint wedges & condenser to match body Second Compressor: Yes Interface with Horton 450 Corsair fan - Activate in neutral & AC in operation. Upholstery: Ash Floor Covering; Lonseal it Mica # 421 - roll up walls 4' Wall Panels 1 Dolphin Gray 549 550 551 552 553 554 555 556 557 558 559 41-44 561 Uxan Glass Clear Ceili-ng Panel:_ Fiberglass reinforced plastic (white) Ceiling IV _ s: 562 563 564 565 566 567 568 Two (2) Cast Products model A2014 recessed IV hangers. 569 Mid -chest (1) each side 570 571 Interior tora e a ets: 572 573 Cabinet "A" 574 Location: Streetside upper rear 575 Door: Restocking - sliders - (2) gas struts - center latch 576 Shelves: (1) Aluminum Page 13 Tamarac Fire Department 577 578 579 580 581 582 583 585 586 587 588 589 590 591 592 593 594 595 596 597 598 599 600 601 602 603 604 605 606 607 608 609 610 611 612 613 614 615 616 617 618 619 620 621 622 A I B I C Cabinet 'B' Streetside forward of "A" & above rear AA Door: Restocking - sliders - (2) gas struts - center latch Shelves: (2) aluminum Inset 6' with rear action area Cabinet "C' Location: Streetside above rear section of forward action area Door: Restocking - sliders - (2) gas struts - center latch Shelves: (1) Aluminum Cabinet 'D' Location: Streetside above forward section of forward action area Door: Restocking - sliders - (2) gas struts - center latch Shelves: (1) Aluminum This cabinet is inpiace of the refrigerator Cabinet "E" Location: Streetside below cabinet "A" Door: Restocking - sliders - (2) gas struts - center latch Shelves: (1) Aluminum Drawer 'G" Location: Streetside below cabinet'E' Drawer: Locking lever latch - lock in the out position Lever latch to have matching keys Drawer 'G1' Location: Streetside below rear action area Drawer: Locking lever latch - lock in the out position Lever latch to have matching keys 8-1/2' X 8-1/2' security section - forward front corner - Medeco lock - door to hinge to rear Cabinets 'P1' Location: Forward of attendants seat 'stacked" Door: 3/8' Lexan - finger hole - positive lock Cabinets "P2" Location: Forward of attendants seat "stacked" Door: 3/8" Lexan - finger hole - positive lock Cabinets 'P3' Location: Forward of attendants seat "stacked" Door: 3/8" Lexan - finger hole - positive lock Page 14 Tamarac Fire Department A 1 B 1 C 623 Cabinet "P4" - Radio Cabinet 624 Location: Below cabinet'P3" 625 Door: Solid - Lever latch - plastic vent in door 626 627 Door: "L" 628 Location: RF access to exterior compartment # 629 Door: Solid with lever latch 630 631 Cabinet 'L1' 632 Location: Above cabinet 633 Door: Top hinged - (1) gas strut - solid Lexan center - Southco latch Squad Bench "Q' Hinged padded lid Cabinet "S' Location: Curbside above forward squad bench Door: Restocking - sliders - (2) gas struts - center latch Cabinet "S1" Location: Curbside above rear squad bench Door: Restocking - sliders - (2) gas struts - center latch Interio Grab Handles: Centerline roof: Full length module. Rear Entry: (2) 24' rightside & leftside of entry Curbside entry: (1) 24' rightside entry Squad Bench: » 4" center set back << Auxiliary Stretcher Hardware: No Deceleration Barrier: Mansaver Bar Hold Open: Gas Strut (2) Maximum height cushion 18" 634 635 636 637 638 639 640 641 642 643 644 645 646 647 648 649 650 651 652 653 654 655 656 657 Cabinet: Use available space forward end behind aisle facing waste area - drop down door - Southco latch - cable restraint with Perko clip Biological t : Single container - open face - angled container Forward end aisle side squad bench Maxxim # 8707 - Sample in Iveys office Action Areg (forward): Corian counter top Clock: 6" battery powered clock Light: 19' fluorescent Oxygen line pressuregauge: One (1) 658 659 660 661 662 663 664 665 666 667 668 Page 15 Tamarac Fire Department A I B - C 669 Oxygen outlet: One (1) 670 Suction outlet: One (1) 671 Suction control and gauge: One (1) 672 Suction canister: One (1) 673 12 volt power outlets: One (1) 674 Cylinder Access Window: Wide window to reach both cylinders Action Area (rear): Corian counter top Dome Lights - 12y: Weldon # 8045 Quantity: Seven (7) Location: Four (4) over primary stretcher, and three (3) over squad bench. Switch From: Action area switch panel, primary stretcher low power when entry doors are opened. Swivel Light: Intertek WKL5531 ceiling in front of CPR seat Auxiliary -12v. pC Power Source: Description: Cigar lighter style Quantity: Two (2) 675 676 677 678 679 680 681 682 683 684 685 686 687 688 689 690 691 Location: (1) Action area & (1) RF/ALS next to top 110V outlet. Radio P_Qmgt_D4SS: 50A in radio cabinet Antenna C,onngctigns: 1. Cab roof to cabinet P4 2. Cab roof to cabinet P4 3. Cab roof to center console Exhaust Blower: Attwood in -line bilge blower #1741-4* 230 CFM. Left interior wall. Switch in action area. r< ACCESSORY EQUIPMENT as stretcher: Type: Set up for Model 93 stretcher Mounting Hardware: Ferno 175-4 692 693 694 695 696 697 698 699 700 701 702 703 704 705 706 707 708 709 710 711 712 713 Page 16 Tamarac Fire Department A B C 714 715 << OXYGEN & SUCTION SYSTEM » 716 717 718 CYLI E S- Type of System: Pull out storage board - Zico QR-MV bracket - Use 719 two (2) slides to get cylinders completely out of the compartment Number of cylinders: 2 Size of cylinder: Set up for aluminum'M,s' Compartment # 1 wall # 3 rear of divider Two (2) 50 PSI regulators 'T' together 9xygen Outlets: Type: Ohio Number: Two (2) Location: (1) AA & (1) handrail recess head of stretcher Reffulator Line-P-ressure Gaugc Type: Analog dial in action area. Suction System: Outlet: Ohio Canister Type: Disposable Bemis. Regulator type: SSCOR model 22000 Pump Type: Thomas R907BDC22 - AC cabinet left side Location: Action area. SHIP LOOSE EQUIPMENT 720 721 722 723 724 725 726 727 728 729 730 731 732 733 734 735 736 737 738 739 740 741 742 743 744 1. Two (2) 5 pound ABC fire extinguishers with vehicle brackets. 2. Owners manuals - (2) each. 3. OEM Manuals 4. Three complete sets of spare keys. 5. Shoreline connector plug 6. Coax PL-259 connectors 7. As built electrical drawings. 8. Temp. vehicle tag 9. Ferno Model 93ES stretcher complete 10. Two (2) aluminum 'M' cylinders 11. Two (2) 50 PSI cylinder regulators 12. Four (4) Alcoa aluminum wheels - (2) front & (2) rear 745 746 747 748 749 750 751 752 753 754 755 Page 17 TES RESO #9193 Exhibit 2 CONTRACT BID NO.: 5472-4/01-3 EMERGENCY MEDICAL CARE VEHICLES CONTRACT PERIOD: 06/01/00 through 05/31/01 COMMODITY CODE: 929-39 PART #1: VENDORS AWARDED FEIN: 59-1897336 VENDOR: Aero Products Corporation STREET: 700 Aero Lane CITY/STATE/ZIP Sanford, Florida 32771 F.O.B. TERMS: Destination PAYMENT TERMS: 1% 20 Days Net 30 DELIVERY: 250 to 300 Days A.R.O. PHONE: (407) 330-5911 FAX: (407) 330-9920 CONTRACT PERSON: SCOTT BARNES AWARD SHEET (Previous Bid No. 5472-4/01-2) OTR YEARS: (4) Four PART #2: ITEMS AWARDED Emergency Care. Vehicle, Type I, per Bid Specifications, Freightliner 1998 FL60 Extended Cab Chassis 192", Wheelbase 100" Cab to Axle, Module Body 160" Lenght X 96" Width X 72" Headroom @$125,819.00. 4 c Option 1- $1,626.00 credit per vehicle. � Option 2- $1,175.00 for raised roof cab per unit. C :ate Option 3- $1,800.00 Linex Interior of patient compartment per unit. TOTAL VEHICLE PRICE WITH OPTION #3: $127,519.00 c3-n PART #3: AWARD INFORMATION �n � -v3 (XX)BCC AWARD DATE: 5/06/97 AGENDA ITEMS #: N/A ti BIDS & CONTRACTS RELEASE DATE: 05/22/97 OTR YEAR: Third of Four ADDITIONAL ITEMS ALLOWED: NONE SPECIAL CONDITIONS: N/A TOTAL CONTRACT VALUE: $1,542,979.90 USER DEPARTMENT FIRE DOLLAR AMOUNT ALLOCATED $1,542,979.90 SENIOR PROCUREMENT AGENT: J. CARLOS PLASENCIA, CPPB 06/27/00 f METROPOLITAN DADE COUNTY, FLORIDA Air%� METRO'DADE MIME STEPHEN P. CL4RK CENTER GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION SUITE 2350 111 N.W. 1st STREET MIAMI, FLORIDA 33128-1989 (305) 375.5289 ADDENDUM NO. 1 0 September 3, 1996 TO: ALL PROSPECTIVE BIDDERS SUBJECT: Bid No. 5472-4/01-OTR Emergency Medical Care Vehicles OPENING DATE: October 2, 1996 at 1:00 p.m. This Addendum is and does become_ a part of Bid 5472-4/01-OTR entitled: Emergency Medical Care Vehicles. Please note the following change(s): See Attachment consisting of 17'Pages. ALL ELSE REMAINS THE SAME Tony Arroyo, CPPB Supervisor, GENERAL SERVICES ADMINISTRATION Procument Management Division TA/jcp METROPOLITAN DADE COUNTY, FLORIDA M® DADE ADDENDUM NO. 2 September 4, 1996 TO: ALL PROSPECTIVE BIDDERS �S�/% STEPHEN P. CLARK CENTER GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION SUITE 2350 111 N.W. 1st STREET MIAMI, FLORIDA 33120-1989 (305) 3755289 SUBJECT: Bid No. 5472-4/01-OTR Emergency Medical Care Vehicles OPENING DATE: October 2, 1996 at 1:00 p.m. This Addendum is and does become a part of Bid 5472-4/01-OTR entitled: Emergency Medical Care Vehicles. Please note the following change(s): Section 3.0: 1) Paragraph 3.2.1.1- delete 73 MPH. 2) Paragraph 3.2.2.13 first paragraph last sentence add after the word below " (and vocation # 2720). Item 5 -Delete 96% add 95.74%. Last sentence after the word "chart" add (which shall be submitted with the bid.) ALL ELSE REMAINS THE SAME Tc;y Arroyo, CPPB Supery or, �;l GENERAL SERVICES ADMINI RATION Procument Management Division TA/jcp METROPOLITAN DADE COUNTY, FLORIDA MBE DADS .. _ ADDENDUM NO. 3 September 23, 1996 TO: ALL PROSPECTIVE BIDDERS 10"o'� V, 110F - STEPHEN P. CLARK CENTER GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION SUITE 2350 111 N.W. 1st STREET MIAMI, FLORIDA 33128-1989 (305) 375-5289 SUBJECT: Bid No. 5472-4/01-OTR Emergency Medical Care Vehicles OPENING DATE: October 2, 1996 at 1:00 p.m. This Addendum is and does become a part of Bid 5472-4/01-OTR entitled: Emergency Medical Care Vehicles. Please note the following change(s): Bid Opening is hereby re -scheduled for October 23, 1996 at 1:00 p.m. for the Technical Response Section of the Bid. SECTION 2.0 PARAGRAPH 2.6 ADD THE FOLLOWING: Bidders shall submit CAD Drawings, unflagged SCAAN printout and Fully Loaded Weight Distribution Chart with the Techical Response Section. However, Bidders who fail to submit the above -referenced documents as specified, shall do so within (15) days after bid opens or no later than November 7, 1996 at 5:00 p.m. Failure to submit these documents during the extended period, shall render the proposal as "Non Responsive". SECTION 2.0 PARAGRAPH 2.9 ADD THE FOLLOWING: Item 2.9.20- Each manufacturer that offers a bid shall be required to submit detailed CAD Drawings depicting its exact offering in response to the bid specifications. Generic or "standard" CAD drawings from any bidder that do not depict the interior or exterior configuration (with minor variations allowed for differences in the manufacturing process) as indicatedin this bid are not acceptable. At a minimum, views must include front, rear, streetside and curbside exterior views, including any special exterior compartment configurations and special equipment. Interior views of the front bulkhead, rear doors, curbside and street - side cabinetry shall also be provided with the bid submission. 2.9.21 The successful bidder shall sublrit within (30) thirty calendar days after the pre -construction conference, the shop drawings for approval to the MsUo .Dade.Ti-re -DePartmen-t, 2.9.22 At the final inspection, the successful bidder shall provide to the Metro Dade Fire Department "As Built" Drawings for each vehicle. ALL ELSE REMAINS THE SAME Tony Arroyo, CPPB Supervisor, GENERAL SERVICES ADMINISTRATION Procument Management Division ADDENDUM RESCUE 96 Bid No: 5472-4/01-OTR 2.6 Change to read Failure to submit bids in accordance with the requirements of this bid will result in the bid being rejected as non -responsive and the bid will not be considered. 2.9.7 Change to read The equipment and features required are listed in the bid specifications. The County may after delivery and acceptance of the initial equipment order, make changes to the required equipment or equipment options supplied provided; such changes are mutually agreed between the bidder and the County, and , all changes in unit pricing are no more than the change in Per unit documentable cost to the bidder, and, that the net amount of any such changes is no more than seven and a half (7.5) percent of the unit price originally bid. Bids requiring a pre - construction conference, or, the construction and approval of a prototype unit, will be considered in satisfaction of the initial equipment order provision of this.paragraph. 2.9.16 , Change to read Upon failure to deliver the. equipment in accordance with good commercial practice, excellent ready to work condition, and full compliance with the bid specifications and requirements to the County within.the time stated by the bidder with their proposal, the bidder shall be subject for liquidation damages in the amount of $200.00 for each vehicle every calendar day that the vehicle is not delivered acceptably. The charge for liquidation damages is in addition to other remedies and timetable requirements listed in paragraph 2.9.16 below. Change numbering sequence between 3.3.20.2 and 3.3.21.2 . (1) 3.1.2 Change to read A third seat in the cab, Zico fold down type, shall be mounted on an approved track system. This seat will slide out of the way in order to travel from the cab to the patient compartment. The seat shall slide into a pocket on the curbside of the rear wall of the extended cab. The entire seat assembly shall lock in both the stored and in service positions. A three point seat belt shall be provided and installed for the flip up seat. This shall have a D.O.T. certification. 3..1.3 Change to read The extended cab shall have an exterior compartment on the street side (Extended cab #1). This compartment shall be approximately 48" H x 21" W x 27" D. There shall be a Robinson (no substitute) roll -up locking dDor on the exterior and the interior of this compartment. Four (4) coat hooks shall be mounted in compartment. The exact dimension shall be determined at the pre -construction conference 3.1.4 Change to read The curbside of the extended cab shall have ah interior storage cabinet for the storage of paper supplies (Extended cab #2). The approximate size of the cabinet is 27" H x 26" W x 23" D. The exact dimension shall be determined at the pre -construction conference. -3.2.1.1 Change to read The rear axle shall have a ratio to provide positive gradability to 70 MPH and a maximum speed of 75 mph. 3.2.1.2 Change to read 15,000 Ibs GVWR rear axle shall have dual wheels and 245/70R x 19.5 tires with 12,000 Ibs GVWR air suspension. 3.2.1.3 Change to read 8,000 Ibs, GVWR front axle shall have wheels and 245/70R x 19.5 tires. (11) 3.2.2.5 Change to read Four wheel hydraulic disc brakes with anti -lock system. 3.2.2.13 Change to read Allison MD 3060 World six speed automatic transmission. Submit with the bid proposal an unflagged SCAAN printout verifying the performance of the Allison MD-3060 Transmission with the criteria listed below: 1. Use a fully loaded gvw of 17,500 pounds. 2. Actual rear axle bid. 3. Frontal area of 72 square feet. 4. Clutch fan, air compressor, power steering, air conditioning and the alternator are engaged. 5. A drive line efficiency of 96%, a traction limit coefficient of .7000, a road factor of 1.000, an air resistance coefficient of .8000 and the transmission and tires specified. Use six (6) tires on the ground and the drive axle weight (rounded to an even thousand) shown on the fully loaded weight distribution chart. 3.2.2.15 Change to read Tow hooks, two (2) front shall be mounted to the frame rails. 3.2.2.18 Change to read Premium interior trim. 3.2.3.4 Delete 3.2.3.6 Change to read A "Vanner" (no substitute) automatic low voltage sensing engine high -idle control shall be provided and installed. There shall be a manual override switch in the cab within reach of a seat belted driver. The high -idle shall operate only when the transmission is in neutral and the parking brake is applied. (3) 3.2.3.8 Change to read Two (2) "Little Light" model # L-5/12 (no substitute) flexible neck map lights with red lens and rheostat switch. Mounting location to be determined at the pre -construction conference. . 3.2.3.9 Change to read A D.O.T. approved back-up alarm. 3.2.3.12 Change to read Provide closed cell insulation in the cab to limit sound levels to a maximum of 82 db. during a full power acceleration from a standstill to maximum speed. 3.2.3.16 Change to read Cab doors, exterior compartment doors, and the patient compartment entry doors shall have electric door locks. These locks shall operate from three (3) remote switches, two (2) mounted on the body and one (1) in the cab. All doors shall lock and unlock from all switches. Exact location of switches shall be determined at pre -construction. 3.3 Change to read MODULE BODY CONSTRUCTION The body shall be 160 inches in length, constructed of 1/4 inch 6061-T6 structural aluminum extrusions, 6063-T-5 2" X 2" tubing, aluminum castings, and 5052-H32 aluminum .125 sheet. Structure assembly and sheet mounting shall be accomplished by 3 inch skip welding. All butt welds shall be continuous on at least three sides (example 6 inches of weld minimum on 2" x 2" square tubing ). Sheeting must be securely bonded to all structural components that it comes in contact with. Compartment seams shall be completely welded to provide structurally strong watertight compartments. Maximum substructure spacing shall be 12 inches center to center. Non- toxic closed cell foam insulation shall fill all the hollow areas between all structural members in walls, floor, and ceiling of the (al body. The closed cell foam shall be covered with 1/4" Reflextex foam. The wheel wells and entry door steps shall be lined with lead lined foam to minimumize road noise. There shall be a walk through between the cab and patient compartment. A rubber bellows shall join the cab and body. The interior of the walkway shall be finished to match the cab interior. 3.3.7.3 Change to read Drip rails shall be mounted on a marine quality, non -hardening bedding compound and be fastened by pop -rivets at 6 inch intervals. 3.3.8 Change to read DOERS --ALL Exterior doors shall be full pan construction using .125" aluminum face skin with an inner pan of channel construction (see attached drawings). 3.3.8.6 Change to read Triple ribbed, closed cell foam gaskets shall be secured around the entire perimeter of each door where it makes contact with the body and bulb type, closed cell foam gasket on the body frames where the doors make contact with the frame to provide a double sealing system. 3.3.8.8 Change to read Alternate door construction methods will be considered upon written request and presentation of a working model prior to the pre -bid conference only. 3.3.9.6.1 Change to read Exterior compartment #1 shall be located street side front. Approximate interior dimensions 84" h x 21" w x 20" d One (1) internal divider 10.5 inches from the front wall with one (1) shelf 20 inches from the compartment floor There shall be a second shelf the full width of the compartment approximately 48" k I above the floor. The top section of compartment shall have inside and outside access. One (1) vertical sliding tool board, with mounting brackets for SCUBA shall be mounted in the 25" space between the two shelves. Two (2) Zico or equal SCBA brackets with retaining straps shall be provided and installed in compartment on sliding tool board. 3.3.9.6.3 Change to read Exterior compartment #3 located above wheelwell street side. Shall be a drawer with approximate interior dimensions of 10" h x 40" w x 19" d. This drawer shall open clear of the body and shall have a rated capacity of 200 lbs. 3.3.9.6.4 Change to read Exterior compartment #4 located street side rear of wheels. Approximate interior dimensions: 30" h x 33" w x 19" d Three (3) Zico SCBA or equal brackets with retaining straps shall be provided and installed in compartment #4. SCBA brackets shall fit a Dreager PA-80-FS breathing apparatus with backpack in place. 3.3.9.6.6 Change to read Exterior compartment #5, rear kick plate compartment. Approximate interior dimensions: Full width between the frame rails and as deep and high as possible. 3.3.9.8 Change to read Exterior compartment #8 located curbside above the wheel well shall be a drawer with approximate interior dimensions of 10" h x 68" w x 19 d. This drawer shall open clear of the body and shall have a rated capacity of 500 lbs. 3.3.9.11 Change to read All interior surfaces of exterior compartments including floor, walls ceiling, shelves and trays shall be finished in "Line -Ex" # XS-350 (no substitute). Color to be determined at pre -construction - conference Note: For product information contact: Advanced Composites Technology, Kevin Heronimus PH. 205-464-9100 �/o) Hialeah, Florida , 33010 3.3.16.1.2 Change to read A solid state electrical management system shall be provided, "Wired Right" or "CLASS I" systems are acceptable. This system shall be accessible from an exterior compartment on the street side of the unit (electrical compartment). The electrical compartment door shall be keyed with a #510 key. 3.3.16.1.3 Change to read All wiring shall be run through convoluted loom point to point with no intermediate connections (ei. terminal blocks, crimped or soldered connections). Any wiring that runs through the frame, crossmembers or structural members shall be insulated against abrasion. 3.3.16.3 Change to read A Pollack (no substitute) on -off switch shall be used to isolate the batteries from all circuits except those specifically noted to be energized all of the time. This switch shall be located in the cab in easy reach of the driver. 3.3.16.14 Change to read __A two inch (2") flashing red "Door Ajar' warning light shall be . provided in the cab for the exterior compartment doors and for the entry doors. A map indicating which door is open shall be mounted in the cab as well. 3.3.16.16 Change to read A panel shall be provided in the action area to control the air exhaust system, left and right dome lights, action area lights, suction, air conditioning and fans. 3.3.17.2 Change to read (f) 3.3.10.3 Add A manually operated R.V. style step shall be provided and installed under the side entry door step. 3.3.12.E Add A 12 " x 40" tinted window shall be provided in the curb side of the body above the squad bench. Exact location to be determined at the pre -construction conference. 3.3.13.1 Change to read A floor capable of withstanding a distributed load of at least 150 p.s.i. shall extend the full length and width of the patient compartment. All structural butt welds shall be continuous on at least three sides (6 inches of weld minimum on 2 x" x 2" square tubing). 3.3.13.2 Change to read An aluminum moisture shield of not less than .050" shall seal the interior from the elements. 3.3.15.10 Change to read Successful bidder shall supply all the interior cabinets with Adapto plastic bins as follows: 1. 13 ea. PA2-4 2. 1-ea. PA2-6 3. 3 ea. PA2-8 4. 16 ea. PA8-4 5. 7 ea. PA8-6 6. 4 ea. PA8-8 7. 28 ea. PAM-2 8. 17 ea. PAM-3 The bins shall be placed in the interior compartments at delivery. Exact location to be determined at pre -construction. NOTE: For product information contact: Adapto Storage Products Ph .305-887-9563 625 East 10 Th. Avenue Ph. 800-327-0745 (_;0 ga v r- r� N M n Om �::r �o P9 �r Q _ Cad C a Four (4) Whelen 508S (no substitute), one (1) red, one (1) clear and two (2) amber -shall be provided on the cab grille. 3.3.19.4 Add The right side scene lights shall be activated by the side entry door. An automatic resetting switch shall be mounted on the interior of the patient compartment between the window and the door jam for turning these scene lights off. 3.3.20.2 Change to read Two (2) oxygen flow meters shall be provided and installed in the outlets. The system shall be pressure and flow checked. 3.3.21.3 Change to read A Hoseline (no substitute) #UNT-4191 shall be provided with -an under truck auxiliary condenser unit # CND 4191 (no substitute). The air conditioner shall be located near the ceiling above the walk through in close proximity to the patient compartment's center line. The cold air shall be ducted through the ceiling of the patient compartment to ensure equal cooling through out the patient compartment. A minimum of eight (8) vents shall be provided in duct work. This A/C unit shall be a self contained system with no connection to the O.E.M. A/C unit. 3.4.2 Change to read Two (2) twenty four (24), inch Grover (no substitute) stuttertone air horns shall be mounted one on each side of the hood. These horns shall be actuated by one 12 volt solenoid controlled air valve. All horn mounting bolts shall have self locking nuts. 3.4.2.2 Add The air horns shall function any time the battery switch is on. 3.10.3 Add All surfaces inside the patient compartment shall be finished in "Line -Ex" (no substitute) # XS-350. These surfaces shall include the floor. ceiling, walls, cabinets interiors and exteriors. (5 Y�� r It Ql) 0 METRO-DADE FIRE RESCUE a CURB SIDE BODY m 0 (SCALE I., n x (Y) C�7 y O C� �Oz 0 C� �o tz ab \\ wl 16 I �w (ld r f1t1 m 1. 41 BID NO: 5472-4/01-OTR OPENING: 1:00 P.M., WEDNESDAY DATE: OCTOBER 2, 1996 METROPOLITAN DADE COUNTY, FLORIDA I N V ITATI0N TO BID TITLE EMERGENCY MEDICAL CARE VEHICLES FOR METRO-DADE FIRE DEPARTMENT IN CONJUNCTION WITH GSA/FLEET MANAGEMENT DIVISION FOR A ONE (1) YEAR PERIOD WITH FOUR (4) ONE YEAR OPTION TO RENEW ON A YEARLY BASIS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: PRE -BID CONFERENCE/WALL-THRU RACE -CONSCIOUSNESS MEASURE! SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: N/A N/A N/A N/A N/A SEE SECTION 2.0, PARA. 2.2 N/A N/A N/A N/A N/A J. CA S PLASENCIA, CPPB %WoiPROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION L1 Ook 4A INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE TO A SOLICITATION Each bid proposal submitted to the Clerk of the Board should have the follow information clearly marked on the face of the envelope: S a Bidder's -name and return address a Opening date of bid > Bid Number > Title of the bid Failure to include this information may result in your bid not being considered Bidders should submit each proposal, consisting of one original and three copies and ap attachments in one envelope. _y Bid responses submitted tte at the same time for different solicitations must bg'placed in separate envelopes and each envelope should contain the information pre "usly :stated. Failure to comply with this requirement may result in the bid(s) placed in the Wrong envelope from being considered. ong THE RESPONSIBILITY FOR OBTAINING AND SUB CLERK OF THE BOARD ON OR BEFORE THE STATETIME ING A BID A T IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAID, PACKAGE OR COURIER SERVICE, INCLUDING THE U.S. MAC OR CAUSED BY ANY OTHER OCCURRENCE, BIDS RECEIVED BY THE CLERK OF THE BOARD AFTER BIDS HAVE BEGUN TO BE OPENED WELL NOT BE OPENED AND WILL NOT BE CONSIDERED. Bids must be submitted to the fallowing address: CLERK OF THE BOARD Stephen P. Clark Center 111 N W. Ist Street, Suite 210 k'.Mi . d a ,331*-1913 r It is the policy of Metropolitan ? 'd Coin to o Americans with DisabilrtieS Act (A.. Al. For'_D.A. camWlaintscall equ�rements of the All bidders recommended for award shall be re fired to complete an A.D.A. 75.-66. , ccardan with Resolution R-38� 5 prior 'the -award of a contri "'.~ ..;.F�auret to complgte 6 affida as Irequire =ma re 1 -4 recomme ded Y t the i'election oP� a previously ward } Rev. 51U'. /96 4' U BID NO: 5472-4/01-OT R OPENING: 1:00 P.M., NVEDNESDAY DATE: OCTOBER 2, 1996 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID TITLE EMERGENCY MEDICAL CARE VEHICLES FOR METRO-DADE FIRE DEPARTMENT IN CONJUNCTION WITH GSA/FLEET MANAGEMENT DIVISION FOR A ONE (1) YEAR PERIOD WITH FOUR (4) ONE YEAR OPTION TO RENEW ON A YEARLY BASIS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: PRE -BID CONFERENCE/NAL[-THRU RACE -CONSCIOUSNESS MEASURE! SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: N/A N/A N/A N/A N/A SEE SECTION 2.0, PARA. 2.2 N/A N/A N/A N/A N/A . J. CA S PLASENCIA, CPPB M&WROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION B. Addition of a ion/Ad end (1) Requests for additional information, explanations, clarifications or interpretations must be made in writing to the PAID contact person identified on the cover page of this bid solicitation. These requests should be received by PLAID no later than 7 working days prior to the bid opening date. Any request received after that time -may not be reviewed for inclusion in the bid solicitation. The request must contain the requester's name, address, and telephone number. If transmitted by facsimile, the request should also include a cover sheet, with the sender's facsimile number. (2) PMD will issue responses to inquiries and any other changes it determines to be necessary, by written addenda, issued prior to the bid opening date. Bidders should not rely on any representations, statements or explanations other than those made in the bid solicitation document or in any addenda issued. Where there appears to be a conflict between this solicitation; and any addenda issued, the last addendum issued will prevail. (3) It is the Bidder's responsibility to ensure receipt of all addenda. Proposers should verify with the PAID contact person, prior to submitting a Bid, that all addenda have been received. If applicable, Bidders are required to acknowledge the number of addenda received as part of this solicitation, by completing and signing the attached Addenda Acknowledgement Form. C. Conflicts in the Bid S lickgion Where there appears to be a conflict between the General Terms and Conditions, the Special Conditions, the Technical Specifications, the Bid Proposal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Proposal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. D. ' Prices onta M in id (1) Prompt Payment Terms a. Bidders may offer cash discounts for prompt payments; however, such discounts shall not be considered in determining the lowest price for bid evaluation purposes. 2 SECTION 1 GENERAL TERMS AND CONDITIONS 1.1- DEFINMONS The term " Bid" shall refer to any ofier(s) submitted in response to this solicitation. The term "County" shall refer to Metropolitan Dade County. The term "Bidder" shall refer to anyone submitting a Bid in response to this solicitation. The term "Contractor" or "Vendor" shall refer to the Bidder(s) receiving an award as a result of this solicitation. The term "Contract" shall mean this bid solicitation, the Bidder's response to this solicitation, as approved by the County in accordance with Administrative Order 3-2 and any purchase order or change order issued by the GSA Procurement Management Division (PLAID). The term "GSA" shall refer to Dade County's General Services Administration Department. 1.2 CONTENTS OF BID A. General Conditions 0). Bidders shall thoroughly familiarize themselves with the terms and conditions and requirements of this solicitation. (2) It is the sole responsibility of the Bidders to familiarize themselves with the bid requirements and all conditions affecting the performance of the work. No pleas of ignorance by the Bidder of conditions that exist, or that may exist as a result of the failure to fulfill the requirements of the bid solicitation, will be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the successful Bidder. (3) Bidders are advised that this contract is subject to all legal requirements contained in the County's Administrative Order 3-2 and all other applicable County Ordinances and/or State and Federal Statutes. Where conflicts exist between this bid solicitation and these legal requirements, the higher authority shall prevail. Rev. 5/ 15/96 1 B. Ye d r Re ' ration Dade County requires vendors to -complete a registration application with GSA Procurement Management Division. Bidders recommended for award who are not so registered prior to award, may not be recommended for award. Failure to register may result in the rejection of the Bid. To register, or for assistance in registering, contact (305) 375-5289. C. Criminal C nvictio Di closure Pursuant to Metro -Dade County ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten years shall disclose 'this information prior to entering into a contract with or receiving funding from the County." Forms -are available from PMD. D. Sworn tatemen o Public E ity Crim s Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any 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 goods or services to a public entity, may not submit a bid on a contract with a public entity for 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, or subcontractor, or consultant under a contract with any public .entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO ($10,000.00). for a period of 36 months from the date of being placed on the convicted vendor list." E. Minori and Di advanta ed Business EnteEprises The County endeavors to obtain the participation of all minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, 1 I l N.W. 1st Street, Suite 1710, Miami, FL 33128, Phone; (305) 375-4132. 4 r b. Bidders are required to provide prompt payment terms in the space provided on the Bid Proposal signature page of this solicitation. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is hereby understood and agreed that the payment terms shall be 2% 20 days, effective after receipt of invoice or final acceptance; whichever is later. 1.3 PREPARATION AND SUBMISSION OF BIDS A. Preparation/Submission (1) The Bid Proposal Form must be used when submitting a Bid. Use of any other form may result in the rejection of the bid. (2) The bid must be typed or completed in ink. Use of pencil or erasable ink shall result in the rejection of the bid. The Bidder's authorized agent must sign the Bid Proposal Form in ink. All corrections made by the Bidder should be initialed in ink by the authorized agent. Failure to do so may result in the rejection of the bid. (3) Where there is a discrepancy between the.unit prices and any extended prices, the unit prices shall prevail. (4) Additional bid proposals may be considered. The County will consider additional bid proposals from the same Bidder for the same solicitation, provided that the additional bid(s) offer a different product or level of service that meets or exceeds the solicitation requirements. Additional bids which offer a different price for the same product or level of service shall not be considered. In order for the County to consider _ _additional bids, the bidder shall complete a separate Bid Proposal form for each bid. Three copies of each bid should be placed in the same bid envelope. (5) Unless otherwise specified in the Special Terms and Conditions, the proposed delivery time, if required, must be stated in calendar days. (6) Bidders shall not charge federal taxes nor State of Florida sales, excise and use taxes in bid prices, as the County is exempt from payment of all such taxes. Upon request, the County will provide a tax exemption certificate. (7) Telegraphic of facsimile bids will not be considered. 3 D. Demonstra 'on f Competengy (1) Bids will only be considered from firms who are regularly engaged in the business of providing the goods and/or services required by this solicitation. Bidders must be able to demonstrate a good record of performance and have sufficient financial resources, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded the contract. (2) The County may conduct a pre -award site inspection or hold a pre - award qualification hearing to determine if the bidder possesses the requirement outlined in (1) above and is capable of performing the contract. The County may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the County or any other governmental entity in"making the award. (3) The County may require the Bidder(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier, if required by this solicitation. (4) Dade County reserves the right to audit all records pertaining to this solicitation or any award(s) resulting from this solicitation, financial or otherwise. E. Bids may be rejected if price(s) are not fair and reasonable, as determined by the County, and/or exceed the County's estimated budget for this contract. 1.6 AWARD OF CONTRACT A. The Bid Solicitation, any addenda and/or properly executed modifications, and the purchase order (if issued), constitute the entire contract. B. Tie bids will be decided by the Director of Procurement or designee, and according to Ordinance 94-166, Resolution No. 50-96, and Ordinance 96- 26, when applicable. C. The award of this solicitation may be preconditioned on the subsequent submission of other documents, as specified in the Special Conditions or Technical Specifications. The Bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the County. Where the Bidder is in default of these contractual requirements, the County, through action taken by PMD, may rescind the award. 6 1.4 MODIFICATION OR WTI'HDRAWAL OF BIDS A. Modification of Bid Any modification to a bid must be submitted to the Clerk of the Board prior to the time and date set for bid opening. The Bidder shall submit a new Bid Proposal Form and a letter, on company letterhead, signed by an authorized agent of the Bidder, stating that the new submittal supersedes the previously submitted bid. proposal. The sealed envelope should contain the same information as required for submitting the original bid. In addition, the envelope should contain a statement that this bid replaces the previously submitted bid. No modifications of a bid shall be accepted after bids have opened. B. Withdrawal of Bids Bids shall be irrevocable unless the bid is withdrawn as provided herein. A bid may be withdrawn only by written letter received by the Clerk of the Board prior to the bid opening date. Bids may also be withdrawn 90 days after the bid was opened and prior to award, by submitting a letter to the contact person identified on the front cover of this solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. 1.5 EVALUATION OF BIDS A. The County may reject a bid proposal and award to the next lowest responsive/responsible bidder or: The County may reject and re -advertise for all or any part of the Bid Solicitation, whenever it is deemed in the best interest of the County. B.----Elimination From Consideration A contract shall not be awarded to any person or firm which is in arrears to the Dade County upon any debt, taxes, or contract; or which is a defaulter as surety or otherwise upon any obligation to the County. C. Waiver of Informalities The County reserves the right to waive any informalities or irregularities in any or all bids. W 1.8 CONTRACTUAL OBLIGATIONS A. Rule RegUlations. Licensing Re tiireme is The Bidder shall comply with all laws and regulations applicable to the goods and/or services contained in this solicitation. Bidders are presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affect the goods -and/or services offered. B. Conditions of Material and PlIckWn (1) Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with the County's Recycled Packaging Resolution No. R738-92. (2) All goods furnished shall be fully guaranteed by the Bidder against factory defects and workmanship. Any defects which may occur within the period of the manufacturer's standard warranty shall be corrected by the Bidder at no expense to the County. The standard manufacturer's warranty may be superseded by the Special Conditions. C. Spbcontracting (1) Unless otherwise specified in this solicitation, the Bidder shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of the contract for default. (2) Quarterly reporting when subcontractors are utilized: Bidders are advised that when sub -contractors are utilized to fulfill the terms and conditions of this contract, Dade County Resolution No. 1634-93 will apply to this contract. This resolution requires the successful Contractor(s) to file quarterly reports as to the amount - of contract monies received from the County and the amount that have been paid by the Contractor directly to Black, Hispanic and Women -Owned businesses, performing part of the contract work. Additionally, the listed businesses are required to sign reports, verifying their participation in the contract work and their receipt of such monies. The requirements of this resolution shall be in addition to any other reporting requirements by law, ordinance or administrative order. 8 D. The term of the contract shall be specified in one of four documents, issued to the successful Bidder. These documents may either be the contract, a purchase order, notice of award, or an award sheet. E. The County reserves the right to automatically extend this contract for up to 90 calendar days beyond the stated contract term. The County shall notify the Bidder in writing of such extension. F. The implied warranty granted under the Uniform Commercial Code shall apply to all goods purchased under this solicitation. G. Estimated quantities or estimated dollars if provided are, for Bidder's guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract ' period. The County is not obligated to place an order for any given amount subsequent to'the award of this bid. Estimates are based upon the County's actual needs and usage during a previous contractual period. Said estimates may be used by the County for purposes of determining the low bidder meeting specifications. H. Any award made under this solicitation does not create an exclusive contractual relationship. The County reserves the right to obtain the goods or services contained in this solicitation from other sources of supply_ 1. The award of this contract is subject to Ordinance No. 94-166, Resolution No. 50-96 and Ordinance 96-26 pertaining to interlocal agreement with Broward County; which, except where federal or state law mandates to the contrary, allow preference to be given to a local business in the amount of one and one-half percent (1.5%) of the bid proposal price. In the case of tie bids involving local businesses, preference will be given to the local business having the greatest percentage of its employees that are Metro - Dade County residents first or Broward County residents second. For the purposes of the applicability of this ordinance, "local business" means the vendor has its headquarters located in Metropolitan Dade or Broward Counties or has a place of business located in Metropolitan Dade or Broward Counties at which it will produce the goods or perform the services to be purchased. 1.7 RIGHT OF APPEAL Any Bidder may protest any recommendation for contract award or rejection of all bids, in accordance with the procedures contained in Section 2-8.4 of the Code of Metropolitan Dade County. 1.9 MODIFICATION OF THE CONTRACT The contract may be modified by unilateral action of the County or by mutual consent, in writing, and through the issuance of a modification to the contract, purchase order, notice of award or award sheet, as appropriate. 1.10 TERMINATION OF CONTRACT A. TeaWnation_ of Conv rnence The County, at its sole discretion, may terminate this contract without cause by providing the Bidder(s) with thirty (10) day advance notice. Upon the receipt of such notice, the Bidder shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the Vendor(s), as determined by the County, regardless of the method of payment required by the contract. B. Termination for Default The County may terminate this contract upon the failure of the Vendor to comply with the provisions and requirements of the contract. The County's decision not to . take action upon a failure of the Vendor to perform shall not be construed as a waiver of the ability of the County to take action at a later date and time. The County shall also have the ability to place a Vendor on probation or terminate any portion of the contract. The date of termination shall be stated in a written notice to the Vendor. In the.event the Vendor is terminated for default, the County reserves the right to re -procure the goods or services from the next lowest responsive and responsible bidder or re -solicit the contract. The County may charge the Vendor any differences in cost between the Vendor's price and the re - awarded price and any costs associated with re -awarding or re -soliciting this contract. The County may also debar or suspend the vendor from conducting business with the County, in accordance with appropriate County ordinances. 10 E. F G (H) (3) Where sub -contracting is permitted, the Contractor shall obtain consent of the County prior to utilizing the sub -contractor. All actions of any sub -contractor are the sole responsibility ofthe Contractor. No e: This requirement is separate and independent from any requirements that may be contained in the Special Conditions, Paragraph 2.2. Assi nt The Vendor shall not assign, transfer, or otherwise dispose of this contract, including any rights, title or interest therein, or their power to execute such contract to any person, company, or corporation without the prior written consent of the County. Deliver! Unless otherwise specified in this solicitation, prices quoted shall be F.O.B. Destination with freight included in the proposed price. E—m-ployees Are Responsibiliy of Bidder All employees of the Vendor shall be considered to be, at all times, employees of the Bidder under its sole direction and not an employee or agent of the County. The Bidder shall supply competent and physically capable employees. The County may require the Bidder to remove an employee it deems unacceptable. Each employee shall wear proper identification. Indemnification of County By Successf M Bidder The successful Bidder shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action, including but not limited to patent and royalty infringement, which may arise out of the fulfillment of the contract. The Vendor shall pay all claims and losses of any nature in connection with this contract, and shall defend all suits, in the name of the County when required by the County, and shall pay all costs and judgments which may result. Protection of Property All existing structures, utilities, services, roads, trees, shrubbery, etc. shall be protected against damage or interrupted services at all times by the Vendor during the term of this contract. The Vendor shall be held responsible for repairing or replacing property, to the satisfaction of the County, which is damaged by reason of the Vendor's operation on County property. mclKuruL1iAn unut LUUNIT BID NO. 5472-4/01-OTR 2.5 Intentionally Omitted 2.6 METHOD OF AWARD FOR TWO STEP BIDDING Bidders will submit their Proposal(s) in two (2) parts, simultaneously. These two parts will consist of the Technical Response Section and the Pricing Response Section of this Bid Solicf-tation. The two parts will be submitted in separate envelopes, each plainly labeled with the Bidder's name and address and the Section contained. The envelope distributed to you (marked with a red dot) is to be used for the Pricing Response Section. 1. The Technical Response Section will contain all applicable requirements of this Bid Solicitation and all technical material the Bidder is required/wants to submit as part of their Technical Proposal. 2. The Pricing Response Section will be submitted in the envelope furnished with the Red Dot and must be sealed prior to submitting this bid solicitation. Upon the opening of this bid solicitation a Technical Section evaluation period of approximately four (4) weeks will commence. At the conclusion of this evaluation period all proposers will be notified by mail of the result of that evaluation. Upon the mailing of that notification a ten (10) day protest period will commence. Any protests made under this provision must be in accordance with Article 1.7, Section A, or the Invitation to Bid. Upon the conclusion of the protest period or the resolution of any such protests. Bidders will be advised of the opening date for the Pricing Response Section. Failure to submit bids in accordance with the requirements of this bid will result in the bid being rejected as non -responsive and the bid will be considered. 2.7 Intentionally Omitted 2.8 Intentionally Omitted 2. SPECIAL CONDITIONS FOR BIDDING MOBILE E g PMENT A. BIDDING EQUAL PRODUCTS, NO SUBSTITUTION COMPONENTS, MANUFACTURER'S CATALOGUES/BROCHURES AND PRODUCT DEMONSTRATIONS: 2.9.1 Manufacturer's name, brand name and/ or model number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of quality, standards ' of performance and design required. They are in no way intended to prohibit the bidding of other manufacturer's brands of equal or similar material, quality, design and standards of performance, unless the wording NO SUBSTITUTION is used. When an equal or similar product is bid, the bidder will furnish with the Bid Proposal the factory information sheets (specifications, brochures, etc.) that show the product meets the required specifications; however, the bidder may be given the opportunity Page 2 METROPOLITAN pADE COUNTY BID NO. 5472-4/01-OTR SECTION 2.0 SPECIAL CONDITIONS EMERGENCY MEDICAL CARE VEHICLES 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid is to establish a contract for the purchase of Rescue Ambulance Vehicles in conjunction with the County's needs on an as needed when needed basis. 2.2 RACELTHNICITYLGEND_ER CONTRACT MEASURES: This contract includes Participation Provisions for Certified Black Business Enterprises (BBE's) and/or Certified Hispanic Business Enter- prises (HBE's) and/or Certified Women Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal solicitation. 2.3 PRE -BID CONFERENCE (RECOMMENDED A pre -bid conference will be held on August 20, 1996 N.W. 1st Street, 18th Floor in conference room no. proposed specifications. It is recommended that a the firm attend in order to become familiar specifications. at 9:30 A.M., 111 18-3 to discuss representative of with the bid Bidders are requested to bring this Invitation To Bid package to the conference, as additional copies may not be available. 2.4 TERM OF CONTRACT AND PRICE ADJUSTMENTS: This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division. The contract shall remain in effect for twelve (12) months. The County shall have the option to. renew this contract for an additional two (2) years on a year to year basis. Continuation- of the contract beyond the initial period is a County pregrogative; not a right of the bidder. If the County and the successful bidder mutually agree this contract may be extended for two (2) additional years after the first two option years for a total of 5 years. At the conclusion of the sixth month and twelfth month of each year of this contract's life a price adjustments will be applied to the acquisition price of the equipment and any requested option prices tendered by the bidder. This price adjustment will be equal to the percentage change of the "Unadjusted percentage change" in the Producer Price Index for Capital Equipment, as it has changed from the original implementation month of this contract to the most current printed index available on the last day of each price adjustment point month. At all other times the prices offered under this contract are fixed and firm except that the bidder may offer incentive discounts from established pricing at any time during the life of the contract. Page 1 METROPOLITAN DADE COUNTY B. EQUIPMENT FURNISHED BID NO. 5472-4/01-OTR 2.9.6 The equipment furnished by the bidder shall be new and the most recent model available. Demonstrators are not acceptable. Any optional components that are required in accordance with these Bid Specifications shall be considered standard equipment for the purposes of this solicitation. Any optional components that are recommended by the vehicles' manufacturer for the application intended must be included and will be considered standard equipment for the purposes of this solicitation. The application and usage of all components, sub -components or parts must be in accordance with their manufacturers' recommendations as well as the recommendations of all associated component manufacturers. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete and ready to work unit. The silence of specifications on any point shall mean that only the finest commercial practices of the industry shall apply and all interpretations of Bid Specifications shall be so governed. The unit shall conform to all applicable O.S.H.A., State and Federal requirements and standards, and D.O.T. regulations. All components and included craftsmanship are to be in accordance with current S.A.E. standards and recommended practices. The engineering, materials and workmanship shall exhibit a high level of quality and appearance consistent with or exceeding the industry standards. 2.9.7 The equipment and features required are listed in the bid specifications. The County may, after delivery and acceptance of the initial equipment order, make changes to the required equipment or equipment options supplied provided; such changes are mutually agreed between the bidder and the County, and, all changes in per unit pricing are no more than the change in per unit documentable cost to the bidder, and, that the net amount of any such changes is no more than five (5) percent of the per unit price originally bid. Bids requiring a pre -construction conference, or, the construction and approval of a prototype unit, will be considered in satisfaction of the initial equipment order provision of this paragraph. C. BIDDER STATUS 2.9.8 Bids will not be accepted for evaluation which are submitted from sources other than .the vehicle's manufacturer or fabricator, or, an approved dealer thereof. The County may require the successful bidder to furnish authenticating documentation of such status. At such time the bidder shall be given fifteen (15) calendar days -to submit the information. Failure to meet this requirement may result in that bid being rejected. 2.9.9 When the bidder is the equipments' manufacturer or fabricator, an approved service facility capable of performing warranty repairs and supplying needed parts must be located in Dade or Broward County. The Service facility will be subject to GSA/Fleet Management Divisions' review and approval. Page 4 METROPOLITAN QADE COUNTY BID NO. 5472-4/01-OTR to submit the information sheets to the County during the bid evaluation period. At such time the bidder shall be given fifteen (15) calendar days to submit the information. Failure to meet this requirement may result in that bid being rejected. The County shall be sole judge of equality or similarity and its decision shall be final. 2.9.2 When NO SUBSTITUTION is used in combination with a manufacturer's name, brand name and/or model number, that named item is the only item that will be accepted by the County. 2.9.3 Manufacturer's standard information sheets, catalogues, brochures and all* supporting documentation submitted must show the product meets the required specifications. Bids that are submitted with standard product literature which offer technical data or product descriptions indicating the item or product bid does not meet the required specifications must be accompanied by a letter on the bidder's company stationary identifying those differences and describing how compliance with the required specifications is to P --- - - requirement may e accom is ed. Failure to comply with this re uire result in that bids rejection for not meeting the -specifications. * Photographs and pictures illustrations that are part of standard product literature will not be used in determining product compliance with these specifications. 2.9.4 After the Bid Proposals have been evaluated by the County, the low bidder as stipulated in Section 2.6 of these specifications, may be required to demonstrate the equipment which has been proposed for evaluation by and at no cost to, the County. The purpose of the demonstration is to observe the equipment in an operating environment and verify its capability, suitability, and adaptability vis-a-vis the performance requirements stipulated in the bid. If a demonstration is required, the County will notify the bidder of such in writing and will specify the date, time and location of the demonstration. If the bidder fails to perform the demonstration on the date stipulated in the notice, the County may elect to reject the bidder's proposal or to re -schedule the demonstration, in the County's best interest. The County shall be the sole judge of the acceptability of the equipment in conformance with the Bid Specifications and its decision shall be final. 2.9.5 The equipment used for the demonstration will be the same as the manufacturer's model identified in the bidder's proposal. Accordingly, the equipment used in the demonstration shall create an express warranty that the actual equipment provided by the bidder during the contract period shall conform to the equipment used in the demonstration. Should that equipment be new, not previously demonstrated and conform with all bid specifications and requirements, the County reserves the right to purchase that equipment upon successful completion of the demonstration and approval of the Board of County Commissioners. Page 3 1_14 1 nvrult i An UnUC l.UUN 1 1 BID NO. 5472-4/01-OTR Tom B1anke at (305) 271-8165 forty eight (48) hours prior to delivery. 2.9.14 Delivery is required within the number of days stated by the bidder within the Bid Proposal. In no case may this date be later than 330 days from the date that the County department orders the equipment by sending a printed Purchase Order to the awarded bidder. All deliveries are to be made in accordance with good commercial practice. All equipment delivered must be in full compliance with bid specifications and requirements, 'and must be in excellent condition ready to work. Upon verification of compliance with these requirements the County will accept the delivered equipment. See paragraph 2.9.16 for delivery defected correction requirement. 2.9.15 Upon failure to deliver the equipment in accordance with good commercial practice, excellent ready to work condition, and full compliance with bid specifications and requirements to the County within the time stated by the bidder with their Bid Proposal, the bidder shall be subject to charges for liquidation damages in the amount of 1200.00 for each vehicle and every calendar day that each unit of the equipment delivered acceptably. This charge for liquidation damages is in addition to other remedies and timetable requirements listed in paragraph 2.9.16 below. 2.9.16 The bidder shall be responsible for promptly correcting any equipment delivery deficiency, at no cost to the County, within ten calendar days after the County notifies the bidder of such deficiency in writing. If the bidder fails to correct or replace the defect within the period specified, the .County may, at its discretion, notify the bidder in writing that the bidder may be debarred as a County bidder and/or be subject to contractual default 'if" the corrections are not complaeted to the satisfaction of the .County within ten (10) calendar days of receipt of notice. If the bidder fails to satisfy the delivery requirements within the period stipulated in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or service's 'from another vendor and charge the bidder for any additional costs that are incurred by the County either through a credit memorandum or through invoicing. 2.9.17 The County shall issue payment within twenty (20) days after completion of items A. and B. below: A. The delivered unit is successfully inspected for compliance with all specifications and requirements and is accepted (including delivery of the required manuals). B. All documentation described in the Purchase Order has been received as stipulated therein. F. PARTS, REPAIRS AND TRAINING MANUALS 2.9.18 The successful bidder shall supply the County with a minimum of Page 6 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR When the bidder is an approved dealer of the manufacturer or fabricator they must be the operator of a service facility capable of supporting the proposed sale and have a service facility capable of performing warranty repairs and supplying needed parts located in Dade or Broward County. Service facility will be subject to GSA/Fleet Management Division of review and approval. D. WARRANTY REQUIREMENTS 2.9.10 The successful bidder shall supply and be responsible for the equipment's warranty. This warranty must cover the entire unit and have a minimum term from equipment acceptance of twelve (12) months or 2,100 operating hours or 12,000 miles, whichever comes first. When equipment or component manufacturers provide a warranty with coverage in excess of that stipulated herein, that additional coverage shall not be diminished by the requirements of this paragraph. The administration of delayed in-service warranty starts is specifically included. 2.9.11 The bidder shall be responsible for promptly correcting any warranted deficiency, at no cost to the County, at a warranty service center that meets the criteria stated in paragraph 2.9.9 within five calendar days after the County notified the bidder of such deficiency verbally or in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defect within the period specified, the County may, at its discretion, notify the bidder in writing that the bidder may be debarred as a County bidder and/or be subject to contractual default if the corrections, replacement or repairs are not completed to the satisfaction of the County within five (5) calendar days of receipt of notice. If the bidder fails to satisfy the warranty within .the period stipulated in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder ,for any additional costs that are incurred by the County for the work or items; 'either through a. credit memorandum or through invoicing. 2.9.12 The successful bidder and/or their local service representative may be required to enter into an Original Equipment Manufacturer parts and service supply agreement at any time during the useful life of the equipment furnished. This maintenance support agreement would be to supply parts, repairs and service at the County's discretion. By the submission of this bid the bidder agrees to enter into such agreement at the County's discretion, with parts and labor pricing at rates no higher than industry standard. E. DELIVERY AND PAYMENT 2.9.13 All prices are to be quoted F.O.B. destination. Deliveries are authorized at Fleet Management located at 6800 S.W. 87th Avenue between the hours of 8:00 A.M. and 2:00 P.M. weekdays. Contact Page 5 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR six (6) each; a comprehensive training manual which describes the appropriate use of the equipment purchased, and, a comprehensive repairs and parts manuals which identify the component parts and which describe the appropriate process for repairing the equipment purchased. Additionally, six (6) wiring schematics that identify the location of electrical components on the vehicle. G. PRE -CONSTRUCTION CONFERENCE: 2.9.19 The successful bidder shall be required to conduct a Pre -Construction Conference for five (5) County officials designated to represent the County prior to the manufacturing or assembly of the equipment which is specified in this bid solicitation. The bidder may select the location of this Pre -Construction Conference subject to concurrence by the County. Any costs incurred by these County officials in conjunction with the Pre -Construction Conference will be bourne by the County. 2.11 INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER The successful bidder shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the contract. The bidder shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 Intentionally Omitted 2.16 Intentionally Omitted 2.17 Intentionally Omitted 2.18 Intentionally Omitted 2.19 Intentionally Omitted 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: J. Carlos Plasencia at (305) 375-1084. Page 7 MtIKUPULlIAN UAUL LUUNIY 3.2 CHASSIS BID NO. 5472-4/-01-OTR 3.2.1 DIMENSIONS The cab/chassis shall have a wheel base that is approved by Freightliner for this application. 3.2.1.1 The rear axle shall have a ratio to provide positive gradeability to 70 MPH. 3.2.1.2 The rear axle shall have dual wheels and 245/70R x 19.5 tires. 3.2.1.3 The front axle shall have wheels and 245/70R x 19.5 tires. 3.2.2 FACTORY OPTIONS The following factory options shall be provided on the cab and chassis: 3.2.2.1 Rear air suspension with two (2) leveling dump valves. 3.2.2.2 One matching, mounted and balanced spare tire and wheel, not mounted on the vehicle (245/70R x 19.5) 3.2.2.3 Tilting and telescopic steering wheel. 3.2.2.4 Automatic reset circuit breakers. 3.2.2.5 Four wheel air disc brakes with anti -lock system. 3.2.2.6 Low oil pressure, high coolant temperature warning light and buzzer. 3.2.2.7 Challenger 310 Amp alternator (no substitute) shall be provided. 3.2.2.8 Intermittent windshield wipers with wet arm windshield washers. 3.2.2.9 Halogen headlights. 3.2.2.10 230 hp B 5.9 Turbo charged in -line 6 cylinder Cummins engine. 3.2.2.11 A dash mounted air cleaner restriction indicator. 3.2.2.12 All cooling system and heater hoses shall be silicone with appropriate stainless steel clamps. 3.2.2.13 Allison World MD 3060 PR six speed automatic transmission with output retarder. The output retarder shall be programmed in the performance mode. Submit with the bid proposal an unflagged SCAAN printout verifing the performance of the Allison MD-3060-PR Transmission with the critera listed below: Page 9 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR SECTION 3.0 TECHNICAL SPECIFICATIONS EMERGENCY MEDICAL CARE VEHICLES DESIGN: Modular Type I walk-through with a minimum interior module height of six (6) feet and a maximum clearance height of nine (9) feet four (4) inches meeting "Federal Specification for Ambulance #KKK-A-1822D" (LATEST EDITION) Class 1, floor plan "A", and the requirements of the the Metro -Dade Fire Department as contained herein. In those areas where the Dade County Specification conflicts with the Federal Specification, the Dade County requirements will prevail. Refer to the attached conceptual drawings for approximate dimensions and design configurations. 3.1 CAB 3.1.1 Freightliner FL 60, extended cab (no substitute) 3.1.2 A third seat in the cab, Zico fold down type, shall be mounted on an approved track system. This seat will slide out of the way in order to travel from the cab to the patient compartment. The seat shall slide into a pocket on the curbside of the rear wall of the extended cab. The entire seat assembly shall lock in both the stored and in service positions. A three point seat belt shall be provided and installed for the flip up seat. 3.1.3 The extended cab shall have an exterior compartment on the street side (Extended cab #1). This compartment shall be approximately 48"H x 21"W x 27"D. There shall be a Robinson (no substitute) roll -up door on the exterior and the interior -of- this compartment. Two (2) coat hooks shall be mounted in the compartment. The exact dimension shall be determined at the pre -construction conference. 3.1.4 The curbside of the extended cab shall have an interior storage cabinet for the storage of paper supplies/(Extended cab #2). The approximate size of the compartment is 274 x 28"W x 23"D. The exact dimension shall be determined at the pre -construction conference. 3.1.5 A four (4) slot diagonal organizer approximately 15"W X 20"H shall be mounted on the rear wall of the extended cab over the storage cabinet. The exact dimension shall be determined at the pre -construction conference. Page 8 1F-1 nvrVLA 1P%11 UAUC LUUN 1 T BID NO. 5472-4/01-OTR 3.2.3.3 Three complete sets of keys. 3.2.3.4 Barrier type air conditioner output hoses. 3.2.3.5 The side windows and a three inch strip across the top of the windshield shall be tinted with 3M Scotchshield #SH435NEARL 50% neutral gray film (no substitute). 3.2.3.6 "Vanner" model #73-46 (no substitute) engine high -idle speed control or an equal. 3.2.3.7 "Monsanto Rain Guard: mud flaps #MDF-4321 (no substitute) for the rear wheels that just clear the ground with the air bags deflated. 3.2.3.8 One "Little Light" model #L-5/12 (no substitute) flexible neck map light with red lens and rheostat switch. Mounting location to be determined at the pre -construction conference. 3.2.3.9 A.D.O.T. approved back-up alarm. 3.2.3.10 Full rubber floor mat in the cab. 3.2.3.11 Two (2) high back air -ride Bostrom seats #910 (no substitute) with three point seat belts.. 3.2.3.12 Provide closed cell insulation in the cab to limit sound levels to a maximum of 82 db. 3.2.3.13 The exhaust pipe is to terminate on the driver's side just in front of the rear wheel, angled down and back at approximately forty-five degrees. The pipe should extend no more than one inch out from the body. 3.2.3.14 Provide and install a "Purair UV Germicidal System" (no substitute) Model #EMS-500 UV-1 do in the patient compartment. The exact location to be determined at the pre -construction conference. 3.2.3.15 Vogel (no substitute) centralized chassis lubricating system #KFK-3 shall be provided, installed and fully operational. 3.2.3.16 Cab doors, exterior compartment doors, and the patient compartment entry doors shall have electric door locks. There shall be four (4) controllers for the locks. 3.3 MODULE BODY_ CONSTRUCTION The body shall be 160 inches in length, constructed of 1/4 inch 6061-T6 structural aluminum extrusions, 6063-T-5 2" x 2" tubing, aluminum castings, and 5052-H32 aluminum .125 sheet. Structure assembly and sheet mounting shall be accomplished by 3 inch skip welding. All butt welds shall be continuous on at least three sides (example 6 inches of weld minimum on 2" x 2" square tubing. Sheeting must be securely bonded to all Page 11 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR 1. Use a fully loaded gvw of 17,500 pounds. 2. Actual rear axle bid. 3. Frontal area of 72 square feet. 4. Clutch fan, air compressor,. power steering, air conditioning and the alternator are engaged. 5. A drive line efficiency of 94.74%, a tyraction limit limit coefficient of .7000, a road factor of 1.000, an air resistance coefficient of .8000 and the transmission and tires specified. Use six (6) tires on the ground and the drive axle weight (rounded to an even thousand) shown on the fully loaded weight. 3.2.2.14 Seventy five (75) gallon capacity fuel tank on the passenger side not extending beyond the rear of the cab. 3.2.2.15 Tow hooks, two (2) front and two (2) rear tow eyes shall be mounted to frame rails -3.2.2.16 Manual door window operators. 3.2.2.17 Driver's convenience group._ 3.2.2.18 Custom interior trim. 3.2.2.19 Engine hour meter integral with tachometer. 3.2.2.20 Automatic transmission oil temperature gauge. 3.2.2.21 Steel disc wheels (Budd type). 3.2.2.22 Racor fuel filter/water separator with heater, sight glass, 30 micron filter and dash mounted drain indicator light. The filter shall meet the engine manufacturers' recommendations. 3.2..2.23 The vehicle shall be equipped with factory air conditioning with cooling package and heavy-duty "down flow" radiator. 3.2.2.24 The heater shall be the manufacturer's standard with brass 1/4 turn cut-off valves located in the engine compartment. 3.2.3. ADDITIONAL FEATURES The following additional features shall be provided; 3.2.3.1 A 12 volt D.C. clock with hour, minute b seconds displayed constantly. The clock is to be wired straight to the battery and mounted in a location to be determined at the pre -construction conference. 3.2.3.2 Brass heater hose hardware. Page 10 BID N0. 5472-4/'01-OTR 3.3.5 TRIG L A black hard rubber trim rail shall be mounted along the module sides with pop -rivets at 6 inch intervals to prevent damage from adjacent vehicle doors. The trim rail configuration shall be approved `.at the pre -construction conference. 3.3.6 FENDERS Black curved rubber fender extensions shall be provided over the rear wheels. 3.3.7 DRIP RAILS 3.3.7.1 Extruded aluminum drip rails of sufficient depth to protect upper compartment joints from water shall be provided over all doors. 3.3.7.2 Drip rails shall be continuous over adjacent compartments and doors. .3.3.7.3 Drip rails shall be mounted on a marine quality, non -hardening bedding compound and be fastened by pop -rivets a 6 inch intervals. 3.3.8 DOORS -ALL Exterior doors shall be full pan, flush mount construction using .125" aluminum face skin with inner an pan of channel construction. (See attached brawings) 3.a.8.1 All,.doors shall be lockable from the exterior with a "Hurd" #1250 cylinder (no substitute). 3.3.8.2 Easy access to the lock body shall be provided by 9" removable panel on'the interior of the.door. 3.3.8.3 Doors shall be attached to the body with slotted stainless steel piano hinges with a minimum pin diameter of 1/4 inch. The hinge mounting shall in permit field horizontal and vertical adjustment. 3.3.8.4 Hinges shall be attached to the door and frame with stainless steel bolts. 3.3.8.5 Hinge pins shall be staked at both ends. 3.3.8.6 Triple ribbed, closed cell foam gaskets shall be secured around the entire perimeter of each door and on the body frames where the doors make contact, to provide a double sealing system. Page 13 ' METROPOLiTAN DADE COUNTY BID NO. 5472-4/01-OTR structural components that it comes in contact with. Compartment seems shall be completely welded to provide structurally strong watertight compartments. Maximum substructure spacing shall be 12 inches center to center. Non -toxic closed cell foam insulation shall fill all the hollow areas between all structural members in walls, floor, and ceiling of the body. The closed .cell foam shall be covered with 1/4" Reflextex foam. The wheel wells shall be lined with lead lined foam to minimize road noise. There shall be a walk through between the cab and patient compartment; A rubber bellows shall join the cab and body.. The interior of the walkway shall be finished to match the cab interior. 3.3.1 ROOF The roof shall be arched 1 1/2" to 2" to increase strength and prevent the pooling of water. 3.3.1.1 One single piece of 1/8" sheeting shall cover the roof.- 3.3.2 CORNER CAP Cast aluminum top caps shall be provided which interlock with the roof and vertical support structures. 3.3.3 FASTENERS Threaded fasteners shall be stainless steel. Non -threaded fasteners may be stainless steel or aluminum. 3.3.3.1 Wherever possible through bolting shall be used. 3.3.3.2 One half inch (1/2") thick metal tapping plates shall be welded to the body or framing when mounting equipment, benches, brackets, partitions, cabinets etc. 3.3.2.3 Self -tapping fasteners shall not be used except whdn necessary for securing trim, moldings, scuff plates and 'lighting fixtures. 3.3.4 RUB RAIL A black hard rubber rub rail shall be provided at the lower edge of the body on both sides. 3.3.4.1 The rub rail shall be constructed of "Tech Sales Engineering" part #TSE-7344 (2 1/4" X 2" X 1" drometer-70) (no substitute) mounted in a stainless steel "U" shaped channel, pop -riveted to the body at six (6) inch intervals. A 1/8" thick rubber washer shall be used at each fastener between the body and the stainless channel. Page 12 " BID NO. 5472-4PO1-OTR •� top of compartment. This tray shall befull width and full depth. 3.3.9.5.3 Exterior compartment #3 located above wheelwell street side. Shall be a drawer with approximate interior dimensions of 10"h x 401W x 19"d. 3.3.9.5.4 Exterior compartment #4 located street side rear of wheels. Approximate interior dimensions: 30"h x 3311w x 1911d. Three (3) Zico SCBA brackets shall be provided and installed in compartment #4. 3.3.9.5.5 Exterior compartment #5 located rear kick plate compartment. Approximate interior dimensions: Full width between the frame rails and as deep and high as possible. 3.3.9.6 Exterior compartment #6 located curbside rear. Approximate interior dimensions: 84"h x 17% x 19"d. One (1) divider centered in compartment. Two (2) adjustable shelves forward of divider. 3.3.9.7 Exterior compartment #7 located curbside behind wheelwell. Approximate interior dimensions: 20"h x 16 % x 19"d. 3.3.9.8 Exterior compartment #8 located curbside above the wheel well shall be a drawer with approximate interior dimensions of 10"h x 68"w 19"d. x 3.3•9•9 Exterior compartment #9 located curbside in front of entry door. The compartment shall have three (3) adjustable shelves. Approximate interior dimensions: 30% x 27"d x 62"h. There shall be a Robinson (no substitute) roll -up door for access to compartment #9 from the patient compartment.. 3.3.9.10 Seven (7) "Buddy System" Model #FD-2 or equal cylinder mounting fixtures shall be mounted at locations to be determined at the pre -construction conference. 3.3.9.11 All interior surfaces, shelves and trays in exterior compartments shall be finished in "Line -Ex" #XS-350 (no substitute). Color to be determined at pre -construction conference. 3.3.9.12 The floors and bottoms of trays in exterior compartments shall be covered with Turtle Tile or equal. 3.3.10 DOORS The curbside entry door shall be forward hinged with an approximate opening clearance of 30 inches wide x 77 inches high. 3.3.10.1 ,Latching shall be accomplished with Eberhard (no substitute) series 400 rotary latches and Nader pins, actuated on the exterior by an Eberhard (no substitute) paddle handle Page 15 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR 3.3.8.6.1 Gaskets shall be secured by applying 3M weather stripping adhesive #08001 (no substitutions) to the entire surface of the gasket back and the surface to which it is being applied. 3.3.8.8 Alternate floor construction methods will be considered upon written request and presentation of a working model prior to the Pre -Bid Conference only. 3.3.8.9 Compartment doors shall be latched with Eberhard #M--206 (no substitute) slam latches mounted in the inner pan channel. 3.3.8.10 Latches shall be activated by a 6 inch stainless steel bent "D" ring handle. The street side "D" ring handles shall operate with a left turn and the curb side "D" ring handles shall operate with a right turn. 3.3.8.11 All exterior compartment doors shall be equipped with Cleveland #2395-AA (no substitute) closure devices. 3.3.8.12 Side entry doors shall be equipped with "Hansen" #430000547 (no substitute) closure devices with heavy duty springs. 3.3.9 EXTERIOR COMPARTMENTS Note: Please submit a list of actual dimensions being ro osed. 3.3.9.5 Exterior compartments shall be located per the attached drawings. 3.3.9.5.1 Exterior compartment #1 shall be located street side front. Approximate interior dimensions 84"h x 21"w x 20"d One. (1) internal divider 10.5 inches from the front wall with one (1) shelf 20 inches from the compartment floor. There shall be a second shelf the full width of the compartment approximately 48" above the floor. The top section of compartment shall have inside and outside access. One (1) vertical sliding tool board, with mounting brackets for SCUBA shall be mounted in the 25" space between the, two shelves. Two (2) Zico or equal brackets shall be provided and installed in compartment on sliding tool board. A "M" cylinder bracket shall be mounted in rear half of compartment #1. Two (2) aluminum "M" oxygen cylinders shall be provided, one (1) mounted in the bracket and one (1) shipped loose in the vehicle. 3.3.9.5.2 Exterior compartment #2, located street side forward of wheel well. Approximate interior dimensions: 41"h x 5011w x 20"d. Roll out trays: two (2) in bottom of compartment. The two (2) trays shall be mounted on top of each other and be full width of the compartment. The top tray shall have mounting brackets for "Hurst" power unit and "Hurst" JL-27 spreader. A divider .shall be placed eighteen inches from the front wall of this tray. One (1) slide out/tilt down tray shall be mounted in the Page 14 LInVrVLllhry u„uc 4uunlT BID NO. 5472-4/01-OTR 3.3.12.4 All windows shall be tinted with 3M Scotchshield #SH345NEARL 50% Neutral gray film (no substitute). 3.3.13 FLOOR 3.3.13.1 A floor capable of withstanding a distributed load of at least 150 p.s.i. shall extend the full length and width of the patient compartment. All structural butt welds shall be continuous on at least three sides with 6 inches of weld minimum. 3.3.13.2 An aluminum moisture shield of not less than .5011 shall seal the interior from the elements. 3.3.13.3 A layer of 3/4 inch seven (7) ply marine grade plywood shall be securely fastened to the structural framing on top of the moisture shield. 3.3.13.4 Special reinforcement plates shall be through bolted per AMD standard #004 for anchoring the ambulance cot mounting hardware. 3.3.13.5 Finish floor covering shall be seamless, one piece, bacteriostatic, ""Marley"" safety flooring or approved equal applied the full length and width of the module floor and extending 3 inches up the adjacent walls. 3.3.13.6 A one inch (111) cove molding strip shall back the areas where the finish floor makes 90 degree transitions. 3.3.14 BODY MODULE MOUNTING The modular body shall be mounted to the chassis incorporating an .outrigger system with rubber isolation mounting "doughnuts" that will allow the body and the cab to flex together, maintain minimum floor height, and isolate the body from road vibration. -3.3.14.1 .Mounting shall be accomplished'in a manner that will not -void the chassis warranty. 3.3.14.2 The body module shall be attached to the chassis frame with a minimum of eight (8) grade "eight" bolts. 3.3.14.3 A ten (1011) inch black accordian bellows Star Class (no substitute) #ED 5388 shall be provided between the cab and body. 3.3.15 INTERIOR CABINETRY The storage cabinets shall be constructed of 3/4 inch exterior grade plywood. The cabinets shall be covered on all surfaces with plastic laminate. All street side interior compartments shall have a minimum of 18.25 inches of usable depth (see attached conceptual drawings). Page 17 METROPOLITAN pADE COUNTY BID NO. 5472-4/01-OTR 3.3.10.2 3.3.11 3.3.11.1 #25-4975-SS51 and the interior by a recessed, manually lockable (without a key per FMVSS) device. The interior door skin shall be attached with aluminum pop -rivets at 6 inch intervals. REAR LOADING DOORS The two (2) rear doors shall provide a clear opening of approximately 70 inches -high by.47 inches wide combined. The maximum load height shall be 30 inches. A full length double gasket seal shall be provided where the two doors meet. 3.3.11.2 The street side door shall close first and provide the jamb face, gasket and latch striker for the curb side door to close upon. 3.3.11.3 The curb side door shall provide the outermost seal at the contact edge with the street side door. 3.3.11.4 Latching shall be accomplished with Eberhard (no substitute) series 400 rotary latches and Nader pins, actuated on the exterior by an Eberhard . (no substitute) paddle handle #25-4975-SS51 and the interior by a recessed, manually lockable (without a key per FMVSS) device. 3.3.11.5 CP1 grabber type hold open devices shall be mounted on each door at a location that will preclude the door from contacting other components (lights, drip rails etc.) 3.3.11.6 A stainless steel threshold shall be installed in the rear entry door. 3.3.11.7 A sturdy folding style rear step/bumper with end skid plates shall be installed in the rear bumper per KKK-A-1822-D, #3.9.6 and 3.15.3-21. The design of -which will be approved at the pre -construction' conference. The folding part of the step must stay in the up position when put there. 3.3.12 WINDOWS 3.3.12.1 Six tempered safety glass windows shall be provided (glass shall meet current Q.O.T. specifications) as follows: 3.3.12.2 Each entry door shall contain a 17 1/2" x 17 3/4" two piece horizontally sliding window with exterior screen mounted_ in aluminum extrusions in the upper quadrant. Exact location to be determined at pre -construction conference. 3.3.12.3 Each entry door Shall contain a 17 1/2" x 12 1/2" fixed window mounted in aluminum extrusions in the lower quadrant. Exact location to be determined at pre -construction conference. Page 16 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR 3.3.15.10 Successful bidder shall supply all the interior cabinets with Adapto plastic bins. 3.3.15.11 A locking controlled drug box shall be provided and installed in the patient compartment. The approximate dimensions of the box are 10"l x 1011w x 4"d. This drug box is to be keyed with a "Million Key Locks" (no substitute) lock. All drug boxes are to be keyed differently. The exact location of box to be determined at the pre -construction conference. 3.3.16 ELECTRICAL SYSTEM In addition to the electrical system requirements of KKK-A-1822D, section 3.7, the following criteria shall be satisfied: 3.3.16.1 Wiring shall be "Dupont Hypolon Crosslink" or equal SAE --grade SXL type wire conforming to SAE J1128. 3.3.16.1.1 All wires shall be color coded, and have the circuit number and function, heat stamped into the insulation. This stamp shall repeat every six inches. 3.3.16.1.2 A solid state electrical management system shall be provided, "Wired Right" or "CLASS I" systems are acceptable. This system shall be accessible from an exterior compartment on the street side of the unit (electrical compartment), This door shall be keyed alike on all trucks and the key shall be different from the rest of the compartments. 3.3.16.1.3 All wiring shall be run point to point with no intermediate connections (ei. terminal blocks, crimped or soldered connections). 3.3.16.2 Four (4) group 31 950 CCA batteries shall be supplied in place of the batteries supplied by Freightliner Corporation. For ease of maintenance they 'shall be mounted on "Grant" rollers in a corrosion proof tray under the cab on the left side. The tray shall have a positive locking mechanism to hold it in the closed position. The running board/step shall be mounted to this tray so the whole assembly rolls. 3.3.16.3 A Pollack (no substitute) on -off switch shall be used to isolate the batteries from all circuits except those specifically noted to be energized all of the time. This switch shall be located in the can in easy reach of the driver. 3.3.16.4 All electrical system components and wiring shall be easily accessible for repair and replacement. 3.3.16.5 Electrical components shall be selected to minimize current consumption. Page 19 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR 3.3.15.1 The cabinets shall have 1/4" clear plexi-glass sliding doors. 3.3.15.2 To better facilitate cleaning and restocking of the cabinets the plexi-glass doors shall be in a frame that swings up on a stainless steel piano hinge. This frame opening shall be the size of the interior compartments and shall have gas shocks to stay open and positive lock closed. 3.3.15.3 Adjustable shelves with an infinite adjustment system shall be provided in all interior cabinets. 3.3.15.4 There shall be an attendant seat against the street side,.wall. When sitting in this seat the left leg of the attendant shall be even with the pivot point of the stretcher when the patient is raised to the sitting position. One set of seat belts shall be provided and installed for this attendant seat. 3.3.15.5 The back rest for the attendant seat shall be hinged to the wall so it can be folded down and make a continuous shelf with the action area. The back of the back rest shall be finished in stainless steel the same as the "Action Area". 3.3.15.6 The "Action Area" shall be fini.shed with stainless steel sheeting and contoured to facilitate cleaning. The action area shall have a stainless steel backsplash all the way up to the underside of the interior cabinets. The backsplash shall be one piece with the action area. 3.3.15.7 The squad bench seat/lid shall be fitted with cup brackets for mounting a ""Ferno Washington" Model 11 stretcher. 3.3.15.7.1 The squad bench seat/lid shall be hinged with a full length piano hinge with 1/4" pin. The seat/lid shall be latched both in -the opened and closed position. 3.3.15.7.2 A "Sharps" disposal box and access door incorporating a one hand operation design shall be provided in the left front section of -the squad bench., 3.3.15.7.3 The squad bench shall be 18 inches high. 3.3.15.7.4 Three (3) sets of seat belts shall be provided and installed on the squad bench. 3.3.15.8 There shall be a rear facing, pedestal mounted, attendant seat at the forward left corner of the patient area. It shall adjust back and forth six inches on the pedestal and have lap seat -belt. This attendant seat shall rotate 180 degrees towards the curb side entry door. 3.3.15.9 A radio console shall be mounted in the cab to hold two (2) Fire Department radios. This console shall be ventilated in order to cool the radios. Page 18 3.3.16.23 Two (2) 110 volt duplex house receptacles shall be provided in the ALS compartment #9. One (1) on the forward wall 1/3 down from the top and one (1) on the forward wall 1/3 up from the bottom. 3.3.16.24 One (1) 110 volt duplex house receptacle shall be provided in the action area. 3.3.16.25 A 20 amp Kussmal #WP-20 (no substitute) auto eject shall be provided on the front left of the body for shorepower. The exact location will be determined at the pre -construction conference. 3.3.16.26 All 110 volt receptacles shall be wired to the shoreline power and the onboard inverter. 3.3.17 EMERGENCY LIGHTING Emergency lighting as stipulated in items 3.3.17.1 thru- 3.3.17.10 shall be positioned during the pre -construction conference consisting of the following: 3.3.17.1 Two (2) Federal View Point pod model #FV 2250 (no substitute) on the cab roof. 3.3.17.2 Two Whelen 810S (no substitute) with flange one (1) red and one (1) clear shall be provided on the cab grille. 3.3.17.3 Four (4) Whelen 508S (no substitute) with flanges shall be provided for intersection lights. Two (2) red and two (2) clear. 3.3.17.4 Eight (8) Whelen 810H (no substitute) six (6.) red and two (2) amber. 3.3.17.5 Three (3) Whelen 8105 (no substitute) two (2) red and one (1) front center amber. "3.3.17.6 An "ETM" (no substitute) wig wag headlight flasher system. 3.3.17.7 A Collins model #CL 12 (no substitute) hand held spot light with momentary switch shall be hard wired in the right front seat area. This light shall hang on an automatic positive locking hook. 3.3.17.8 One (1) Whelen USP-188C (no substitute) and one (1) USP-52C (no substitute) shall be provided. 3.3.17.9 Four (4) Whelen 810 H "Opti-Scene" (no substitute) two (2) each side with clear lenses. 3.3.17.10 Two (2) Whelen 508H-26 degree (no substitute) on rear for load, back-up and scene lights. Page 21 METROPOLITAN DADE COUNTY BID NO. 5472-4/01.OTR 3.3.16.6 There shall be a Vanner BRC-12-1800 (no substitute) 1800 watt/80 amp. inverter/charger wired directly to the batteries. When plugged into shorepower it will charge the batteries. When unplugged from shorepower it will, when- turned on, make the shoreline receptacles 110 volt. 3.3.16.7 All components that produce radio frequency interference (R.F.I.) shall be shielded, filtered or suppressed to comply with the maximum allowable limits of "SAE J551". 3.3.16.8 Switches shall be "Carling" with silver cadmium oxide contacts with internal indicator lights or equal. 3.3.16.9 Switches, switch labels, and gauges shall be back lighted. 3.3.16.10 Batteries shall be connected with crimped, solder dipped terminals and #000 (minimum) stranded copper cable routed over the frame members and supported to prevent chaffing. 3.3.16.11 The voltage meter shall be "T.S.D.", (no substitute). 3.3.16.12 Exterior compartment lights shall be flush mounted and parallel wired for independent operation. 3.3.16.13 Three RG-58 coaxial cables shall be routed to 3/8 inch roof antenna sites from cab control console and the action area. 3.3.16.14 Two (2) two inch (2") flashing red "poor Ajar" warning lights shall be provided in the cab. One for the exterior compartment doors and one for the entry doors. 3.3.16.15 A control console shall be provided in the cab to control warning devices, lighting, heating, and air conditioning. 3.3.16.16 A panel shall be provided in the action area to control the air exhaust system, left and right dome lights, action area lights, suction and fans. 3.3.16.17 Exterior clearance lamps shall be Trucklite 19002R and 19002Y (no substitute) 3.3.16.18 All circuits with a load over 5 Amps shall be ground switched and relay controlled. 3.3.16.19 Electrical components shall not be mounted under the cab hood. 3.3.16.20 Circuit safety interruption shall be accomplished through terminal blocks that will accept automotive plug-in fuses, and manually resetable circuit breakers. 3.3.16.21 All vehicles shall be wired identically. 3.3.16.22 All emergency lighting and warning devices shall be controlled through a circuit sequencer. Page 20 mt1Kuruc11AN UAUC LUUN1Y BID NO. 8472-4/01-OTR 3.2.20.5 Oxygen hoses shall be run in conduit to facilitate in -field replacement. 3.2.21 ENVIRONMENTAL SYSTEMS In addition to the general requirements of KKK-A-1822D, section 3.13; The vehicle shall be equipped with a complete climate environmental system which will supply and maintain clean air conditions and a comfortable level -of inside temperature in both driver and patient compartments. The various systems for heating, ventilating, and air conditioning must be .separate, which shall permit independent control of the environment in each compartment. The ambulance shall be equipped with heating, ventilating and air conditioning systems that can be made to collectively operate using recirculated air and ambient air and shall be capable of maintaining interior temperature within the established comfort zone of 68 degrees Fahrenheit, to 78 'degrees Fahrenheit, when operated between 8 degrees to 95 degrees Fahrenheit ambient. The air systems shall be high volume capacity with low velocity delivery for minimum draft circulation while providing a positive pressure within each closed compartment. Positive pressure may be attained through the fresh air ventilation system either apart from, or as an integral part of either the air conditioning system, or in combination of all three. Environmental system components shall be readily accessible for servicing at the installed location(s). Connecting hoses for heating and the air conditioning system shall be supported by rubber insulated metal clamping devices at least every 12 inches. The driver and patient compartment environments shall not in any way be dependent upon each other. 3.2.21.1 The driver's compartment shall be furnished with a hot water, fresh air high capacity, heavy-duty heater, with dual defrosters, and dehumidifying air condition system. Systems shall provide outside air and variable mixtures as desired, circulating conditioned air through the compartment in compliance with the environmental criteria specified herein. 3.3.21.2 The patient compartment shall be heated, ventilated, and air conditioned to comply with the criteria specified herein. The air flow selector switch shall provide a high, medium and low setting. This switch shall be a common switch for both the heater and the air conditioner. These environmental control switches shall be immediately accessible to the attendant while seated in the primary attendant seat located at the head of the primary patient. Systems that require the attendant to leave this seat or unbuckle the seat belt are unsafe and therefore not acceptable. 3.3.21.3 A Hoseline (no substitute) #UNT-4191 shall be provided with an under truck auxiliary condenser unit #CND 4191 (no substitute). The air conditioner shall be located near the Page 23 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR 3.3.18 PATIENT COMPARTMENT ILLUMINATION 3.3.18.1 Two banks of four "dual -density" halogen lights shall be recessed in the patient compartment headliner (four over the primary patient are and four over the squad bench), controlled by a "double throw" rocker switch i.n the action area console. The second light from the front in the left row of lights shall be in an amiable high intensity spot light. 3.3.18.2 A "Xantec" 12" (no substitute) 12 volt fluorescent light shall be provided in the action area. 3.3.18.3 Two step -well lights shall be provided for the rear entry doors and one for the curb -side entry door: Note: All step -well lights shall be illuminated when any of the three doors are- opened. 3.3.19 LOADING DOOR WIRING 3.3.19.1 The rear loading lights shall be activated by an automatic rear door switch, a switch in the cab control console, and when the vehicle is shifted to reverse gear. 3.3.19.2 An automatic resetting switch shall be positioned to the inside right of the right door to deactivate the automatic door switch. This switch shall not affect the back-up light operation. 3.3.19.3 A switch to control the rear air bag suspension system shall be positioned in the door frame structure in a manner that will permit deflation upon. demand and automatically actuate the.inflation cycle when the left -rear door is closed. 3.3.20 OXYGEN AND SUCTION SYSTEMS In addition to the requirements of KKK-1822-D, section 3.12, the following shall. be provided: 3.3.20.1 Three (3) "NCG" self sealing outlets; one each in the action area, over the patient cot, and forward curb -side wall of the squad bench. 3.3.20.2 Two (2) oxygen flow meters shall be provided and installed in the outlets. The system shall be pressured and flow checked. 3.2.20.3 Two aluminum "M" cylinders (one mounted in compartment #1, one shipped loose). 3.2.20.4 One "Rico R/S 4" 12 volt powered aspirator (no substitute) with a "NCG" quick connect vacuum outlet with check valve shall be provided in the action area. Page 22 3.5.5 Two (2) "Kidde" (no substitute) ten pound ABC fire extinguishers. 3.5.6 Two six (6) inch, 12 volt fans, Bergstrom, part #756360 (no substitutions). 3.6 METAL FINISH AND PAINTING Metal surfaces shall be prepared and painted to the requirements of KKK-A-1822�D, section 3.16.1 and .treated per the following: 3.6.1 All metal surfaces shall be primed and painted except those that are aluminum diamond plate, stainless steel or chrome plated. 3.6.2 All metal to metal surfaces shall be sealed with a marine quality, non -hardening bedding compound. 3.6.3 Any metal surface that has a protective coating that -is burned, ground or abraded during the manufacturing process must be recoated after assembly or before painting. 3.6.4 Areas where metal plates are to be mounted must be primed and painted prior to the mounting of the plates. 3.6.5 Grinding and drilling wastes shall be removed from all surfaces prior to mounting of plates, fixtures or fittings. 3.6.6 The cab and module shall be rust/corrosion proofed with MIL-16173-D grade I material in all boxed -in areas, body compartment undersides, cab doors and fender wells. NOTE: Material shall -not be applied to the engine, engine compartment, wheels, wheel wells exhaust system or drive train components. 3.6.7 Exterior "surfaces including..the door jambs and wheels but excluding the cab and body roof shall be painted with "Dupont Imron" #7744-U-ALT 2 or an equal which will be approved at pre -construction conference. 3.6.8 The cab and body roof shall be painted "Dupont Imron" 817-U or an equal which will be approved at pre -construction conference. 3.7 REFLECTIVE LETTERING AND MARKING 3.7.1 Lettering shall be 4 inch "Helvetica Medium" reflective "Scotchlite" (no substitute) dark green applied over a 4 1/2" inch black to form an 1/8 inch black border around the 4 inch green letter. 3.7.2 One -hundred fifteen (115) letters will be required in a configuration that will be determined at the pre -construction conference. Page 25 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR ceiling above the walk through in close proximity to the patient compartment's center line. The cold air shall be ducted through the ceiling of the patient compartment to ensure equal cooling through out the patient compartment. A minimum of eight (8) vents shall be provided in duct work. This A/C unit shall have its' own compressor with no connection to the O.E.M. A/C unit. 3.3.21.4 The return air grill shall be stainless steel. 3.3.21.5 A return air filter shall be provided for both the front and rear A/C systems. 3.4 WARNING DEVICES 3.4.1 One Whelen WS 295 HFRS-1 1001200 watt (no substitute) siren is to be mounted in console in the cab. 3.4.2 Two (2) Grover (no substitute) Stuttertone air horns,.one ten inch and one twelve inch, actuated by a 12 volt solenoid controlled air valve, shall be mounted behind front bumper cutouts. All horn mounting bolts shall have self locking nuts. 3.4.2.1 The air horns shall be controlled by one "Compact" (no substitute) line master #491-5 floor mounted switch on the driver's side and one dash mounted push button switch on the passenger's side. 3.5 PATIENT COMPARTMENT EQUIPMENT The following equipment in addition to KKK-A-1822-D requirements, shall be mounted in the patient compartment. 3.5.1. A "Ferno-Washington" (no substitute)'Model 28 stretcher with mattress, three straps and mounting hardware shall be provided an installed. 3.5.1.1 Ferno-Washington (no substitute) #175-4 mounting hardware shall be installed to mount a Model 29-M stretcher in addition to the hardware specified for the Model 28. 3.5.1.2 The necessary hardware shall be installed in the floor so the Ferno-Washington Model #29 stretcher may be center mounted and mounted to the extreme left side of the patient compartment. 3.5.1.3 The necessary hardware shall be installed in the floor so the Ferno-Washington Model #93-ES stretcher may be center mounted and mounted to the extreme left side of the patient compartment. 3.5.2 Two (2) "Cast Products" (no substitute) swing -down IV holders. 3.5.3 One (1) "Power Group" (no substitute) "Life -Pack 10" holder. 3.5.4 One (1) "Power Group" (no substitute) "Apcor" telemetry holder. Page 24 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR D o QOm Y 4 3 Page 27 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR 3.7.3 The edges of all letters shall be sealed with a clear epoxy coating. 3.7.4 Four (4) Dade County Fire Department seals (provided by Dade County) shall be applied at locations to be determined at the pre -construction conference. The seals shall be encapsulated and sealed around the edge to prevent peeling. 3.7.5 A six (6) inch white "Scotchlite" (no substitute) stripe shall be applied to the sides and rear of the vehicle. 3.7.6 An inch and a half (1 11211) dark green "Scotchlite (no substitute) stripes shall be provided on the sides and rear of the vehicle. 3.7.7 Two (2) 1" white "Scotchlite" (no substitute) stripes shall be provided on the sides and rear of the vehicle. 3.7.8 See attached drawing for proposed striping. Exact configuration will be determined at the pre -construction conference. 3.8 QUALITY ASSURANCE PROVISIONS 3.8.1 A current certificate of compliance with Federal Standard KKK-A-1822-D (latest edition) from an independent testing laboratory is required with the bid proposal. 3.9 MANUALS 3.9.1 The following service manuals, parts manuals, and electrical schematics shall be provided: (a)..Cummins Engine - Service, troubleshooting and parts manuals (b) Transmission - Service, troubleshooting and parts manuals (c) Freightliner - Service, troubleshooting and parts manuals (d) Freightliner - Electrical schematics and troubleshooting manual (e) Successful bidders - As built body electrical schematics to include its interface with the O.E.M. wiring. 3.9.2 One (1) set of manuals shall be provided with each vehicle and an additional six (6) sets shall be provided for use by the fire shop. 3.10 OPTIONS 3.10.1 Freightliner FL 60 (no substitute) 2 door cab. 3.10.2 Freightliner FL-60 (no substitute) extended cab with raised .roof. Page 26 I. - METROPOLITAN DADE COUNTY BID NO. 5472-4/01—OTR u METROPOLITAN DADE COUNTY BID NO. 5472-4/01—OTR m U 0: $ o. C � s W W .9'.b Z �r \\\ d =' :\\♦ cL Nl— \\\` \\\` \2L% W ............� W W " m O W O� Wv z" 4^ H 1-4 c/)M m w D U METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR v /1 ."RIMhR c� A. PPI M NTA SEA I � y H I D-RING HANDLE EXPANDED _EQAm ....:.�._.. ••-•- - , INSULATIQN: ENTIRE CAVITY V I W --- .r...mwwi:,I FA VI E hl 1 NTERICR V' 7W REMO'VEAELE Page 33 v METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR METROPOLITAN DADE COUNTY ., BID NO. 5472-4/01-OTR METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR X LLJ METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR .1 Paqe 37 METROPOLITAN DADE COUNTY 0 O v BID NO. 5472-4/01-OTR u METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR O oc -� J d ox Ao gm 9 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR u z 09 6 W6 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR BID PROPOSAL FOR: EMERGENCY MEDICAL CARE VEHICLES FIRM NAME: Item Quantity Description ___-- -- _ Unit Price Total 1. 11 Each Emergency Medical Care Vehicles $ $ Type 1,'Per Bid Specifications Page 41 BID NO. 5472-4/01-OTR JETUM T1111EE NPIES gLESS OTH6RVV1SE SPECIFIED ,�TflIS IiV�iITATl01 T6 AID INVITATION TO BID SECTION 4.0 BID PROPOSAL FORMS OPENING: 1:00 P.M. Wednesday DATE: October 2, 1996 CLERK OF THE BOARD Metro Dade Center 111 N.W. 1st Street Suite 210 Miami, Florida 33128 PLEASE QUOTE PRICES LESS TAXES, F.O.B. DESTINATION, DELIVERED IN DADE COUNTY, FLORIDA NOTE: Dade County is Exempt From All Taxes (Federal, State, Local). Bid Price Should Be Less All Taxes. Tax Exemption Certificate Will Be Furnished By The County On Request Issued by: Date Issued: 07/25/96 This Bid Proposal Consists GSA Procurement Management Division Dade County Florida. of Pages 40 Thru 44 Sealed bids, subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Proposal, such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Proposal will be received at the office of the Clerk of the Board at the address shown above on behalf of the Dade County Board of County Commissioners until the above stated time and date, and at that time publicly opened for furnishing the. supplies or services described in the accompanying Bid Proposal Requirement. EMERGENCY MEDICAL CARE VEHICLES FOR METRO-DADE FIRE DEPARATMENT IN CONJUNCTION WITH GSA/FLEET MANAGEMENT DIVISION FOR A ONE (1) YEAR PERIOD WITH COUR (4) ONE YEAR OPTION TO RENEW ON A YEARLY BASIS A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the Contract by the successful bidder and Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED REJECTED NON -RESPONSIVE _... _ NO BID DATE B.C.C. ITEM NOS. ACCEPTED COMMODITY CODE: 929-39 SPECIALIST: J. CARLOS PLASENCIA, CPPB/sc FIRM NAME STREET ADDRESS 14110 STATE & ZIP CODE TELEPHONE NUMBER AUTHORIZED AGENT TITLE OF OFFICER Page 40 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR ACKNOWLEDGEMENT OF ADDENDA TITLE: EMERGENCY MEDICAL CARE VEHICLES DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID: Addendum # 1, Dated Addendum # 2, Dated Addendum # 3, Dated Addendum # 4, Dated Addendum # 5, Dated Addendum #'6, Dated Addendum # 7, Dated Addendum # 8, Dated Addendum # 9, Dated , 199 199 199. 199 199 , 199 , 199 , 199 , 199 PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: ,Date Page 43 METROPOLITAN DADE COUNTY BID NO. 5472-4/01-OTR BI0 PROPOSAL FOR: EMERGENCY MEDICAL CARE VEHICLES IF NO BID PLEASE INDICATE REASON: ~ Prompt Payment Terms: T- _%days -net =--== ! days______________ FID NO. of Bidder:(Bidders �Federal Employer Identification Number �as- used ^- on Return Form 941.) If none Bidders Social Security No. The undersigned- Bidder �certifies rthat `this Bid Proposal is rsubmitted �in accordance with the Bid Specifications and -Conditions governing this Bid, and that the Bidder will accept any awards made to him as a result of this bid. =IRM NAM STREET ADDRESS :ITY,STATE,& ZIP CODE 'ELEPHONE NUMBS ►UTHORIZED SIGNATUR (Signature) ITLE OF OFFICER tate below mailing address (if other than above): FAX NUMBER (Print Name) (Date) .0. BOX city state zip code Page 42 METROPOLITAN DARE COUNTY BID NO. 5472-4/01-OTR APPENDIX A METROPOLITAN DADE COUNTY FLORIDA Department of Business and Economic Development BLACK BUSINESS ENTERPRISE PROGRAM (ORDINANCE 94-96 - A.O. 3-3) HISPANIC BUSINESS ENTERPRISE PROGRAM (ORDINANCE 94-95 - A.O. 3-17) WOMEN BUSINESS ENTERPRISE PROGRAM (ORDINANCE 94-94 - A.O. 3-18) PARTICIPATION PROVISIONS There are five (5) contract measures: Set -Asides, Subcontractor Goals, Project Goals, Selection Factors and Bid Preference. THE CONTRACT MEASURE(S) APPLICABLE TO THIS PROJECT Set -Aside Subcontractor Goals Project Goals Bid Preference Selection Factor BBE HBE WBE X I X Department of Business and Economic Development 111 N.W. 1st Street, Suite 1710 Miami, Florida 33128-1975 (305) 375-4132 Fax 375-4232 Revised October 1994 Page 44 A. DEFINITIONS:. The definitions in this section apply only to these Participation Provisions, hereafter refwed to as "Provisions". These Provisions shall- apply to every bid, request for proposals and contract to which a contract measure is applied. The phrase "BBE, and/or HBE, and/or * WBE, as appropriate," means to apply the contract measures to this contract as indicated on the cover sheet Only the contract measures and programs indicated on the cover sheet apply. For example: If the cover sheet indicates a 100/0 subcontractor goal for BBEs and a 20 % subcontractor goal for WBE's, and no subcontractor goals for HBEs, then only BBE and WBE subcontractors goals would apply to this bid. Note: THESE PROVISIONS ARE IN ADDITION TO FEDERAL REQ GOVERNING DISADVANTAGED BUSINESS ENTERPRISES. 1. "Approval better" means a document issued by DBED at the request of a BBE, and/or HBE, and/or WBE, as appropriate, or bidder that, based on the- written representations of the BBE, and/or HBE, and/or WBE as appropriate, or .bidder, finds a specified activity or scope of work consistent with normal industry practice. 2. "Available or availability" means to have, prior to bid submission, the ability to provide goods or services under a contract, by having: reasonably estimated, uncommitted capacity; all necessary, - licenses, -permits, registrations and certifications; the. ability to obtain bonding that is reasonably required consistent with normal industry practice; and the ability to otherwise meet bid specifications. 3. "Bid" means a quotation, proposal, letter of interest or offer by any bidder in response to' any kind .of invitation, -request or public announcement to, submit such quotation, Proposal, letter of interest or offer for a contract.. 4. "B iddee' i means any person, partnership, corporation or other business _ entity that submits a, bid. . 5. "Bid preference" means an amount deducted from the total bid price in order to calculate the bid price to be used to evaluate the bid. 6. "Black" means a person who is a citizen. or lawful resident- of the United States and Who has origins in any of the Black racial, groups of Africa. 7. "Black Business Enterprise" or "BBE" means a firm that is owned and controlled by one or more Black individuals, has an actual place of business in Dade County, and is certified in accordance with Ordinance 94-96., and Administrative Order 3-3. 8. "BBE selection factor" -means an element specified in bid documents that designates as one criteria for choosing among bids that the bidder is a non-BBE that demonstrates Sig' nificant utilization of BBEs in accordance with Ordinances 94-96 is a BBE or is a joint venture owned and controlled by a BBE. 3 5�ction L. Appendices 1. Project Worksheet 2. Forms a_ Schedule of Participation b. Letter of Intent C. Certificate of Unavailability d. Set -Aside List of Subcontractors e. Monthly Employment Data Report f. Monthly Utilization Report g. Bid Preference. h. Significant Utilization 3. Certification List DBED 101 DBED 102 DBED 103 DBED.104 M-201 M-200 DBED 105- DBED 106 fta 22 N ii. construction of a public improvement; professional services subject to Section•187.055, Florida Statutes, and Section 2-10.4 of the Code of Metropolitan Dade County; iv. or other professional services including but not limited to accounting, legal, health care, consulting and management services. v. Contract does not mean an agreement to purchase, lease, or rent real property; _ grant licenses, permits, or franchises; operate concessions; or make grants. 15. "Contract Measure" means a set -aside, or a subcontract goal, or a project goal, or a bid preference, or a selection £actor, singly or in or any combination. 16. "Contracting Officer" means the person assigned under a contract, usually a Department Director or his or her designee, who has primary responsibility to monitor.. the contract and enforce contract requirements. 17. "County" means Metropolitan .Dade County, Florida, a political subdivision of the State of Florida 18. -"Debar" means to exclude a. contractor, ,its individual officers, its shareholders with significant interests, or -its ., affiliated:; - businesses from.. county � . • contracting ..-and subcontracting for a specified period of time, not to exceed five (5) years. 19. "DBED" means the Metropolitan Dade.County Aepartment of Business and Economic Development 20- "Employment Data Report" means a document completed by a subcontrapting. BBE, and/or HBE, and/or.: ' WBE as appropriate, and submitted monthly by the successful bidder on a contract with goals providing information regarding .the number, ' gender, race. and• ethnicity of the ..BBE, and/or HBE, and/or,- WBE's -as appropriate, employees. ' 21. "Goods" means any tangible product, material or supply that is not a service. 22. "Hispanic" means a person who .is a citizen or lawful resident of the United States who has origins in Cuba, Mexico, Puerto Rico, Central or South America or other Spanish or Portuguese culture regardless of race. 23. "Hispanic business enterprise or HBE" means a business that is owned and controlled by one or more Hispanic individuals; has its principal place of business in .. Dade County; and is certified in accordance with Ordinance 94-95 and Administrative Order 347 5 "HBE selection factor" means an element specified in bid documents that designates as one criteria for choosing among bids that the bidder is a non-HBE that demonstrates significant utilization of HBEs in accordance with Ordinances 94-95 is a HBE or. is a joint venture owned and controlled by a HBE. "WBE selection factor" means an element specified in bid documents that designates as one criteria for choosing among bids that the bidder is .a non -VIBE that demonstrates significant utilization of WBEs in accordance with Ordinances 94-94 is a WBE or is a joint venture owned and controlled by a WBE. 9. "Board" means the Metropolitan Dade County Board of County Commissioners, Dade County, Florida. 10. "Broker" means an individual or business that acts as a contact for the purchase "of goods or services from a supplier and transfers funds to a non-BBE and/or non-HBE and /or non WBE, as appropriate, in a manner. that does not add economic value to the purchase, except where such conduct is normal industry practice. 11. "Certification - List" means a list maintained by the Department of Business and Economic Development that contains the names, addresses, and certification expiration date, -of certified %BBEs, and/or • : HBEs, and/or WBEs, as appropriate, sorted by trade, service, and/or commodity. 12. "Commercially useful function" means contractual responsibility for the execution of a distinct element of the work of a contract by a business enterprise and the canying out Of its contractdW responsibilities by actually .performing, managing, and supervising -the work involved other than acting as a broker. The determination -of Awther on activity -is a. commercially useful function shall include the evaluation of the amount of work subcontracted, normal industry practices, the skills, qualifications, or expertise of the enterprise to perform the work, whether the business owner himself or herself Performs. manages, and/or supervises the work involved, and other relevant factors. 13. "Compliance monitor" means the Director of the Department of Business and Economic Development or his or her designee assigned to review compliance pursuant to Ordinances 94-96, 94-95, 94-94 and the Administrative Orders 3-3, 3-17, and 3-48. M . Contract means an agreement proposed by County staff, or approved by the County Commission in any of the following classes: i. procurement of goods and services not included in the classes b, c, and d below, work. 34. "Services" means construction, maintenance, alteration, or repair of a public improvement and any performance of work offered for public or private consumption that does not consist primarily of goods. 35. "Set -aside" means the designation of a given contract for competition . solely among BBEs, and/or HBEs, and/or WBEs, as appropriate. 36. _ "Set -aside List of Subcontractors" means a form contained in the bid documents of set -aside contracts for services identifying the work the bidder will perform with his own forces and, listing at time of bid submission, all subcontractors, the scope of work each will perform, including the services each will provide, and the dollar value of such work. 37. "Si " - gnificant Utilization means purchases of goods or services from BBEs, and/or HBEs, and/or WBEs as appropriate, by a bidder in the preceding .twenty-four (24) months that were not required under govemmental contract measures or hfmority Business Enterprise Program; and were not a nominal amount relative to the bidder's purchases of goods and services in Dade .County, the bidders overall purchases . of goods and services, and the availability of BBEs, and/or. -HBEs, :and/or,. -WkE ,.:as appropriate; and were pursuant to ..the bidder's systematic efforts to. eliminate drscriraination against BBEs, and/or HBEs, and/or . WBEs, as appropriate, in its purchases of goods and services in Dade.County. 38. "Subcontractor goal" means a proportion of a total contract value stated.as.a percentage to be subcontracted to a BBE, and/or HBE, and/or WBE, as appropriate;.. to perform a commercially useful function. 39. "Successful bidder"- means the bidder to which the contract, is awarded.'- 40. "Unavailability Certificate" means a document signed by a BBE,:and/or .HBE, and/or WBE, as aPProPriat. stating that the BBE, and/or . BBE.and/or WBE, as aPPMPriate, is not available to participate on a specific project at a specific time. 41. "Utilization Report" means a.report completed by the successful bidder on a contract with goals and submitted monthly listing all work performed in the past month by. the BBEs, and/or HBEs, and/or WBEs, as appropriate identified on the Schedule of Participation and all expenditures made in the last month to the identified BBEs. 42. "Women " means persons of the female gerider, regardless of race or ethnicity. 43. "Women business enterprise or WBE " means a business that. is owned and controlled by'one or more women; has its principal place of business in Dade County; and is 7 24. "Joint venture" means an association of .two or more persons, partnerships, corporations, other business entities or any combination of the above, at least one of which is a BBE, and/or HBE, and/or %YBE as appropriate, certified in accordance with the relevant ordinance, that is lawfully established to carry on a single business activity that is limited in scope and duration. 25. "Joint Venture Agreement" means a document submitted to DBED by a- joint venture that provides information regarding the nature of the joint venture. 2& getter of Intent" means a letter signed by a subcontracting BBE, and/or HBE, and/or _ WBE as appropriate, detailing the scope and dollar value of the work to be performed by the BBE, and/or HBE, and/or WBE as appropriate, for the successful bidder on a contract with subcontractor goals. 27. "MDC" means Metropolitan Dade County, Florida 29. "Owned and controlled" means a business that is at least fifty one (51) percent owned by one or more Blacks, Hispanics or women, as appropriate, or in the case of a publicly owned business, at least fifty one (51) percent of the stock of which is owned by one or more Blacks, lispanics orwomen, omen, as appropriate, and whose management and daily business operations are.., controlled by one .or more such individuals. The determination of whether an owner has demonstrated such- control shall include an evaluation. of the following: the ownees experience in-the:industryIn which certification is sought; the owner's independence in making business policy and day-to-day operational decisions; the owner's technical competency or knowledge of technical. requirements in the industry in which certification is sought; and other relevant factors. 29. "PMD"..- means the General Services Administration Procurement Management Division. 30. "Principal Place of Business" means the location at which the business records of the. applicant concern are maintained and the location at which the individual who manages the day-to-day operations spends the majority of his/her working hours. 31. Project goal means that a proportion of a total 'contract value stated as a percentage to be awarded to HBEs in contracts that create a pool of qualified. contractors from which the County selects pool members to perform the work of the contract 32. "Review Committee" or "RC" means the committee established by the County Manager to review proposed projects for the application of contract measures. 33. "Schedule of Participation" means a form contained in the bid documents of contract with goals on which bidders list at the time of bid submission all BBEs, and/or HBEs, and/or WBE s, as appropriate, to be used to meet the goal, the scope of work each will perform, including the goods or services to be provided. and the dollar vahin of Such C. CERTIFICATION I. Attached as an example is a Certification List with a specified date. Certification Lists are updated and issued every two weeks. Bidders shall use the most recent Certification List available prior to bid opening. Certification lists may be obtained by contacting DBED at telephone number (305) 3754132 during normal business hours. 2. The firms on the Certification List will be identified by trade, commodity or service area.. A BBE and/or HBE and/or WBE, as appropriate, must be certified in a trade, commodity, or service area in order to be eligible to participate as a BBE, and/or . BBE, and/or WBE, as appropriate, on contracts in such trade, commodity or service area. General contractors in order to be eligible to participate as a BBE, and/or HBE, and/or WBE, as appropriate, subcontractor must be certified in the'trade, commodity or service area in which they are to perform work as a BBE, and/or HBE, • and/or WBE. 3. In order to participate as a BBE, and/or HBE, and/or WBE, as appropriate, on this contract, a BBE, and/or HBE, and/or WBE, as appropriate, must have a valid, certification at the time of bid submittal, bid award, and throughout the duration of the contract in which the BBE, and/or HBE, and/or WBE, as appropriate participates as a BBE, and/or HBE, and/or WBE. 4. Joint Ventures. Only joint ventures approved by DBED in accordance with Administrative Orders 3-3, 3-17, and/or 3-18, as appropriate, are.eligible to participate as joint ventures in the Program,. Joint ventures must be lawfully established. The Black, Hispanic and/or woman member of the joint venture must be certified as a BBE, and/or HBE, and/or WBE, as appropriate, before the joint venture can be approve. D. CONTPACT MEASURES 1. Set Asides a. Contracts that are set -aside and do not have subcontractor goals are for bidding solely among BBEs, and/or HBEs, and/or WBEs, as appropriate. -A BBE, and/or HBE, and/or • WBE, as appropriate, awarded a set -aside contract shall not transfer to a non-BBE, . and/or non-HBE, and/or non -VIBE, as appropriate, . through subcontracting or otherwise, any part of the actual work of the contract unless these bid documents expressly and specifically require and/or permit such transfer as consistent with normal industry practice, -or the BBE, and/or HBE, and/or WBE, as appropriate, requests and receives P= to bid award an approval letter from DBED. 6 certified in accordance with Ordinance 94-94 and Administrative Order 3-18. 44. "Work" means the provision of goods or services, including construction. B. GENERAL INFORMATION 1. The bidder shall fully comply with these Provisions which implement- Metropolitan Dade County Ordinances 94-94, 94-95, and 94-96 and Administrative Orders 3-18, 3-17 and 3-3, respectively. 2. Five individual contract measures are possible under -the Black Business Enterprise Program (Ordinance 94-96 and Administrative Order 3-3), the Hispanic Business Enterprise Program (Ordinance 94-95 and Administrative -Order 3-17) and the Women Business Enterprise Program - (Ordinance. 94-94 and Administrative Order 3-18): set -asides, subcontractor goals, bid preferezim, project goals, and BBE, and/or HBE,. - and/or WBE, selection factors. While neither a bid preference nor a BBE and/or HBE and/or WBE selection factor may be applied to set -aside contract, contract measures may otherwise be used - in combination with each other. For instance a set -aside contract for WBEs may also contain subcontractor goals for BBEs and HBEs. The contract measures) applicable to this contract is indicated on the cover -sheet -of these Provisions. MDC shall not award -a contract to any.bidder which it determines fails to comply with all the applicable requirements of these Provisions. 3. A certification list is included as an appendix to assist bidder compliance:with.-any subcontractor goal established for this project The certification list .is updated every two (2) weeks. - Bidders must utilize the - most - current certification list in ,fcomplying with -.these Provisions. 'A current certification list may be obtained by contacting .the Metropolitan Dade County -(MDC) Department of. -Business - and . ; Economic Development (DBED) at 111. N.W.- 1st Street, Suite 1710 or by jeJcpbono .at (305). 375-4132, facsimile (305) 375=4232. Hap- and/or. MMIF, 4. MDC shall -monitor. the compliance of the successful Bidder with the requirements of these Provisions during the course of the work to be performed under the contract , 5. Forms necessary for - submittal of . information pertaining. to these Provisions are included in the appendix. Additional copies may be obtained by contacting the Compliance Monitor (DEED), at: Metropolitan Dade County (MDQ Department of Business and Economic Development (DEED) at 111 N.W. l st Street, Suite 1710 or by telephone at (305) 375-4132, facsimile (305) 375-4232. executed by the Public Health Trust, by that body. d• A bidder challenging or protesting the subcontractor or project or project goal must submit to the office or person to whom the bid is submitted, no later than the time of bid submission, written reasons for such challenge or protest. Challenges or protests to a BBE, and/or HBE, . and/or WBE, as appropriate, subcontractor goal by - bidders after the time of bid submission, or challenges based on reasons not Previously provided in writing prior to bid submission, shall not be heard by the County Commission. c. The Project Worksheet for establishing the stated subcontractor goal is included in the appendix of these Provisions. f. Bidder Responsibilities for Subcontractor Goals: i• Bidders must submit a completed Schedule of participation (Form DBED 101) at the time of bid submission. The Schedule of .Participation constitutes a written representation by the bidder that to the best of the bidders knowledge the BBEs, and/or HBEs, and/or WBEs, as appropriate, listed are available and have agreed to perform as specified, or that the Bidder will demonstrate unavailability. The Schedule of Participation is a commitment by the bidder that if awarded the contract, it will enter into subcontracts with the identified KBEs, and/or HBEs, and/or WBEs, as appropriate for the scope of work at the price set forth in the Schedule of. Participation. ii. Bidders that are BBEs, and/or HBEs, and/or wBEs, as appropriate, and bidders that are joint ventures that are owned and controlled by one or more BBEs, and/or HBEs, and/or WBEs, as appropriate, may use their own forces to meet rip to 50% of a specified- goal. - _ - - - iii. Bidders who fail to submit the Schedule . of Participation shall be considered non-rrsponsive. Bids. that contain a defective Schedule of Participation are voidable. Examples of defects include but are not limited, to: incomplete Schedules; the listing of an unidentifiable BBEs, and/or 1-m&, and/or WBEs, as appropriate, and percentage miscalculations that are not mere clerical errors apparent on the face of the Schedule. iv. Expenditures to subcontracting BBEs, and/or HBEs, and/or WBEs, as appropriate, shall be counted toward meeting specified goals as follows: (1) -One hundred percent (100%) of the expenditures to BBEs, and/or HBEs and/or WBEs, as appropriate, that perform a commercially useful function in the supply of goods or services required for fulfillment of the contract; b. Set -aside contracts with subcontractor goals•tequire that subcontractor goals be met _ in areas specified in the Schedule of Participation. In areas not being used to meet a subcontractor goal the work is to be performed by the BBE, and/or HBE, and/or WBE for which the contract was set -aside. For example: A BBE set -aside with a 20% WBE subcontractor goal requires 20% of the work be performed by a WBE and the remaining work be performed by BBEs. c. A BBE that performs the work of the set -aside contract with its own .forces may count such work towards reducing the BBE goal applied to the contract by a maximum of fifty (50) percent. - d. Bidders on set -asides that cannot demonstrate their compliance with the requirements of the preceding paragraphs (D.(1.)(a.) and (b.) shall be found to be in non-compliance with these provisions. e. Bidders on set -asides, to be eligible for award, shall submit upon request of the Compliance Monitor a "Set -Aside List of Subcontractors" (Form DBED 104). Failure to submit the list and any relevant information the Compliance Monitor may request with respect to the bidders submitted list shall constitute non-compliance with these provisions. f. The following shall constitute non-compliance with these Provisions: i. Submission of a Set -Aside List of Subcontractors that the bidder knew or should have known is incomplete or inaccurate; or I Deviation from the list without the written approval of the Compliance Monitor. 2. Subcontractor Goals a. The purpose of a Subcontractor Goal is to- have portions -of the work under the Contract performed by available BBEs, and/or - - HBEs, - and/or WBEs, as appropriate, for Prices totaling not less than the percentage of the contract price -set out in the bid form. b. In contracts with subcontractor or project goals for .BBEs, and/or .. HBEs, , and/or WBEs, as appropriate, a Black and/or ffisPcertified in more than one category shall be counted toward meetingthe pal fss or category only. The prime bidder shall declare at bid submission toward which subcontractor goal a business enterprise certified in more than one category shall count. c. After a bid is advertised with a subcontractor or project goal, it may be reduced only with the approval of the County Commission or, if the contract is to be goal. To prove lack of availability, bidders must submit the following; (1) Unavailability Certificates (Form No. DBED 1 p3) either completed and signed by the BBE, and/or HBE, and/or WBE, as appropriate, or completed and signed by the bidder explaining the contacts with the BBEs, and/or HBEs, and/or WBEs, as appropriate„ statements or.actions of the BBEs, and/or HBEs,' and/or WBEs, as appropriate,* showing unavailability, and the reason(s) why the BBEs and/orHBEs WBEs, as appropriate, signature could not be obtained; and and/or (2) A listing of any bids received from a BBEs, and/or HBEs, and/or WBES, as VproPriate„ the scope of work and price of each bid, and the bidder's reasons for rejecting each bid; and (3) A statement of the bidder's contacts with DBED for assistance in determining available BBEs, and/or HBEsand, and/or' WBEs, as appropriate, (4) A statement showing compliance with paragraph D. 2. d. above; and (5) A complete description of the biddees process for soliciting and evaluating bids from BBEs, and/or HBEs, and/or WBEs, as appropriate, (6) Bidders may establish a BBE, and/or HBE, and/or WBE, as appropr, as unavailable if the bidder'provides evidence proving the BBEs, and/or HBEs, and/or. WBEs; as appropriate, bid is' not reasonably competitive with comparable bids of non-BBE's, and/or non-HBE's, and/or non�WBE's, as appropriate, for the same scope of work. (7� .Evidence of lack of availabili submission. ty may address only the period prior to bid viii. The bidder shall either meet the subcontractor goal or demonstrate lack of availability as a condition of being awarded this Contract. If a bidder who has not met the subcontractor goal fails or refuses to substantiate the lack of availability, any security submitted with the bid may be forfeited as liquidated damages because of such failure or default. ix. The successful bidder on a contract with subcontractor goals shall promptly review billings from BBEs, and/or. HIM, and/or WBEs, as appropriate, 'listed on the Schedule of participation. On those amounts not in dispute, the successful bidder must make payment within thirty (30) days of its receipt of the billing. 3• BID PREFERENCE. 13 - (2) - - One hundred percent (100%) of the expenditures to BBEs, and/or HBEs, and/or WBEs, as appropriate, that subcontract work further to non-BBEs, and/or non-HBEs, and/or non-WBEs, as appropriate, only if bid documents expressly and specifically permit such subcontracting as consistent with normal industry practice, or the bidder_ Dr BBEs, and/or HBEs, and/or WBEs, as appropriate, requests and receives prior to bid award an approval letter from DBED; (3) One hundred percent (100%) of the expenditures to BBEs, and/or HBEs, and/or WBEs, as appropriate, who are general contractors, working as subcontractors, that perform actual work with their own forces; . (4) None of the expenditures to a BBEs, and/or - HBEs, an"r WBEs, as appropriate, that acts essentially as a conduit to transfer funds to a non-BBEs, and/or non-BBEs, and/or non-WBEs, as appropriate, unless,. bid documents expressly and specifically permit such transfers as consistent with normal industry practice or the bidder or BBE, and/or HBE, and/or WBE, as appropriate, requests and receives prior to bid award an approval letter; v. Bidders agree to take all necessary and reasonable steps in accordance . with - these Provisions to ensure that BBEs, and/or HBEs, and/or WBEs, as appropriate, have the maximum opportunity to compete for and perform this contract. Bidders shall select portions of the work to be performed by BBEs, and/or. HBEs, and/or WBEs, as appropriate, so as to increase the likelihood of meeting the subcontractor goal including, where appropriate,., breaking down contracts into economically feasible units to facilitate BBE, and/or, HBE, and/or WBE, as appropriate, participation. : vi. Bidders must submit Letters of Intent (Form No. DBED 102) to the person or office to whom the bid was submitted by 4:00 pan. on the second business day following bid opening. Defective Letters of Intent are voidable. Examples of defects include but are not limited to improperly executed letters, the listing of an unidentifiable BBEs, and/or HBEs, and/or WBEs, as appropriate, and percentage miscalculations that are not mere clerical errors apparent on the face of the Letter of Intent. Expenditures to BBEs,.and/or . HBEs, and/or WBEs, as appropriate, on a Schedule of Participation that are not confirmed by a Letter of Intent shall not count toward the goal. vii. Bidders whose bids do not meet the specified goal, in order to remain eligible, must submit to the person or office to whom the bid was submitted by 4:00 p.m. on the second -business day following bid submission evidence proving the lack of available BBEs, and/or HBEs, and/or WBEs, as appropriate, to afford effective competition to provide the goods or.services to meet the subcontractor c. DEMONSTRATING SIGNIFICANT UTILIZATION. i. DBED shall prepare and make available on a monthly basis a list of BBEs , HBEs and WBEs that have held valid certifications during the prior twenty-four. (24) months. ii. Bidders claiming a bid preference based on significant utilization shall demonstrate such significant utilization by submitting evidence including but not limited jo the following: '(1) Bidder's total purchases of goods and services in the prior twenty-four months. (2) Bidders total purchases of goods and services in Dade County in the prior twenty-four months. (3) Bidder's total purchases from BBEs, and/or HBEs, and/or. WBEs, as appropriate, in the prior twenty-four months, identifying each BBE, and/or HBE, and/or WBE, as appropriate (4) Bidder's total purchases from BBEs in the prior twenty-four months,' identifying each BBE that was not pursuant to any governmental contract or Black Business -Enterprise Program requirement with which .the - bidder complied.- (5) Data showing lack of availability of BBEs. (6) A description of the biddees systematic efforts to eliminate discrimination against-BBEs in its purchasing operations. iii. Based on its review of the evidence, DBED shall issue a letter stating the bidder has demonstrated significant utilization or the reasons why the bidder has failed to demonstrate significant utilization. E. BBE, HBE and WBE Selection Factor 1. in bid as that assign weights to evaluation or selection criteria, bid documents shall assign a weight of ten percent (10%) to the BBE and/or HBE and /or WBE selection factor, as appropriate. in bids that do not' assign weights to evaluation or selection criteria, bid documents shall provide that among bidders evaluated to be otherwise substantially equal, the BBE and/or HBE and /or WBE selection factor, as appropriate, shall be the deciding factor for award of the bid. i5 a. ELIGIBILITY. Bidders claiming a bid preference shall complete and submit with their bid a claim of bid preference. The Compliance Monitor shall determine whether the bidder qualifies for the bid preference for the specified contract. In the event that a bidder qualifies for a bid preference in more than one category for the specified contract; the bidder shall be awarded the largest preference. Only one preference shall be awarded per bidder per contract. Bid preferences -shall be given to: i. Bidders that are BBEs, and/or IMEs, and/or WBEs, as appropriate; ii. 'Bidders that demonstrate significant utilization; iii. Bidders that are joint ventures approved under Section IIi of "Administrative Orders 3-3 and/or 3-17and/or 3-18 as appropriate. b. PREFERENCE LEVEL. Bid documents for contracts with bid preferences shall state the following bid preferences which will be given to qualified bidders as appropriate: Bid Price BBE% HBEs WBEs Siguitcant Utiltratiou of BBEs,HBEs, WBE$ Joint Ventures BBEa�51% HBEsbSM WBEsm>51% Joint Venture BBEs <S1% HBEs t51% - WBEs C5l h 25,000 <75,000 10.00/o - .7.50% 5.0% 3.35% 75,000 <125,000 5.0% 3.75% 2.50% 1.25% 125,000 c 250,000 4.0'/o 3.00% 2.00% 1.000/0 - - - - - 0,000 C5001000 3.0% 2.25% 1.50o/a 0.75% 500,000<1,000,000 2.0% 1.50% 1.00% 0.50% 1,000,000<2,000,000 1.0% 0.75% 0.501yo 0.25% On contracts greater than two million dollars (S2,000,000), the bid preference shall only be calculated for the first two nullion dollars of the bid price. The bid preference shall be calculated and subtracted from the total - bid price. This difference shall be used in evaluating the bid. The bid preference is used only to calculate an amount to be used in evaluating the bid and does not affect the contract price. 14 Board deems appropriate. 5. Consideration of Other Bids. If the Contracting 'Officer or Compliance Monitor deems it advisable in the interest of expediting the award of the contract, the procedures Set forth in this subsection may be carried out with respect to the bids of one or more additional Bidden, at the same or different tunes with each such proceeding to be separately conducted. 6. Failure of Bidder- to Participate. The Bidder will.be bound by the proceedings under this subsection to which they have been given required notice without regard to their Participation or lack of participation. A lack of participation upon receiving notices and requests pursuant to these Provisions shall not be grounds for reconsideration of any action taken in the proceedings. 7. MDC shall not award this contract to any Bidder which it determines fails to comply with the applicable requirements of these Provisions. Nothing herein shallrelieve any Bidder from any of the terms, conditions or requirements of the contract or modify MDC's rights as reserved in the Contract document. G. PROMPT PAYMFEVT 1. It is the County's intent -that- BBEs -and/or -HBEs -and/or WBEs, providing goods or services to the County shall receive payments. promptly in order to maintain -sufficient cash flow. 2. Ile successful bidder on a contract with goals shall promptly,review billings from BBEs, and/or HBEs, and/or WBEs, as appropriate, listed on the Schedule of Participation. On those amounts not in dispute, the successful bidder must awake payment -within thirty (30) daya_of its receipt of the billing. H. POST AWARD COMPLL4NCE AND'MONITORING 1. Approval of Subcontracts. The Successful Bidder shall submit to the Contract ,Officer for approval subcontracts corresponding in all respects to the . proposed agreements listed on the Successful Bidders Schedule of Participation, or . Set -Aside Last of Subcontractors, unless a deviation is approved under paragraph H.4. below The Successful Bidder shall enter into each subcontract and shall thereafter .neither terminate any such subcontract nor reduce the scope of work to be performed by or decrease the price to be paid to the BBEs, and/or HBEs, and/or WBEs, as appropriate, thereunder without in • each instance the prior . written approval of - the Compliance Monitor. The Contracting Officer shall not give a final written determination without a recommendation from the Compliance Monitor. 2. Access to Records. Successful bidders and BBEs shall permit the County to have access during normal business hours to books and .records relating to the bidder's 17 2. A BBE and/or HBE and /or WBE selection factor, as appropriate,- may be applied to any request for proposals or similar invitations to bid that are not set -aside. F. PRE -AWARD COMPLIANCE l . • Investigatory Meeting by Compliance Monitor. a. The Compliance Monitor shall review for compliance with these provisions every contract to which a contract measure has been applied. If the Compliance Monitor has concerns regarding compliance with these provisions, the Bidder shall upon at least three (3) days notice meet with the Compliance Monitor. The purpose of this investigatory meeting shall be for the Compliance Monitor to consider whether to recommend the Biddees bid be determined to be in compliance or non-compliance with the requirements of these Provisions. The Compliance Monitor may consider relevant information from any person in malting this decision. At the investigatory meeting the Bidder shall have an opportunity to present information and arguments pertinent to his compliance with the applicable requirements. The Compliance Monitor may require the Bidder to produce such information as -the Compliance Monitor deems appropriate and may obtain whatever other and further information from whatever sources the and Monitor deems appropriate. b. No later than fifteen (15) business days after this investigatory meeting with the Bidder, the Compliance Monitor shall make a written recommendation to the Contracting Officer which shall include a statement of the facts and reasons upon which it is based. This recommendation shallalso be forwarded to the Bidder. 21. Determination by MDC. Following receipt of a recommendation of non-comphance from the Compliance Monitor, the. Contracting Officer shall notify the Bidder.of an informal hearing regarding the bidders compliance with these provisions _ Such• notice shall indicate the date, time and place at which the Bidder willDave as opportunity to present pertinent arguments and information to the Contracting Officer relating to the recommendation of non-compliance by the Compliance Monitor. The Bidder shall supply such further relevant information as required by the Contracting Officer. 3. The Contracting Officer in conjunction with the Compliance Monitor may also conduct informal hearings, to which .the Bidder shall be invited, in which other parties invited by the Contracting Officer may offer information relevant to the issue of the Biddees non-compliance. 4. The Contracting Officer shall in writing determine whether the bid of such Bidder complies with the requirements of these Provisions and whether to recommend to the County Manager that the Contract be ,awarded to the Bidder. A copy of such recommendation shall be sent to the Bidder. Such recommendation shall not affect the . Power of the Board of County Commissioners to reject the Bidder's bid for any other reason or to take such action on the recommendation of the Contracting Officer as the Contracting Officer. The Contracting Officer shall not make a final -determination without a recommendation regarding compliance from the Compliance Monitor. Deviations from the goal stated in the contract that shall be monitored include but are not limited to: i. Termination of a BBEs, and/or HBEs, and/or WBEs, as appropriate, - subcontract; ii. Reduction -in the scope of work to be performed by a BBE, and/or HBE, and/or WBE, as appropriate; - iii. Modifications to the terms of payment or price to be paid to BBEs, and/or HBEs, and/or WBEs, as appropriate; iv. Failure to enter into a contract with BBEs, and/or HBEs, and/or WBEs, as appropriate. c. Excuse from Entering Subcontracts. If prior to execution of a subcontract required by these Provisions, the Successful Bidder submits a written request to the Contracting Officer demonstrating to the satisfaction of the Contracting Officer that, as a result of a change in circumstances beyond his control of which he was not aware and could not reasonably._ have been aware until subsequent to the date of the award of the Contract, a BBE, and/or HBE, and/or WBE, as appropriate, who is to enter into such subcontract has unreasonably refused to execute the subcontract,'. or is not available, the Successful Bidder shall be excused from executing. such subcontract. The procedures of paragraphs 11.41 and g. below apply to this paragraph. d. Tc�on of Subcontracts. It after execution of a subcontract requimd by these Provisions, the Successful . Bidder submits a written request to the Contracting Officer and demonstrates to the satisfaction of the Contracting Officer that, as a result of a change in circumstances beyond his control of which he was not aware and could not reasonably have been aware until subsequent to the date of execution Of such subcontract, a BBE, and/or HBE, and/or WBE, as appropriate, who entered into such subcontract has committed a material . breach of the subcontract, the successful Bidder shall be entitled to exercise such rights as may be available to him to terminate the subcontract. The procedures of paragraphs f. and g. below apply to this paragraph. e. MDC's Determination of Bidder's Excuse or Tennination. If the Successful Bidder at any time submits a written request to the Contracting Officer under the prior two Paragraphs the Contracting Officer, as soon as practicable, shall determine whether the Successful Bidder has made the requisite demonstration, and shall not determine that such a demonstration has not been made without first providing the Successful Bidder, upon notice, an opportunity to present pertinent information and arguments. 19 compliance with the and/or contract, measures applied to the contract or relating to BBE compliance with certification requirements. Such books and records include but are not limited to corporate -documents, charters, organizational filings, tax filings, registrations, licenses, stock registrations, partnership agreements, contracts, subcontracts, joint venture agreements, checking accounts- - journals, ledgers, correspondence, and documents and records between the bidder or the BBE- and other entities. This right of access shall be granted for one year after completion of the work or frill payment of contract obligations, whichever comes last, or for one year after the expiration of BBE certification. 3. Monthly Reporting. The successful bidder on a projedt with a contract measure shall submit monthly a Utilization Report (Form M 200) and an Employment Data Report (Form M 201) to the Contracting Officer on or before the tenth working day following the end of the month the report covers. - Standard reporting forms are included in these Provisions. Additional forms may be obtained from the Compliance Monitor. The Employment Data Report is to be completed by each BBE, and/or HBE, and/or WBE, as appropriate, listed on the Schedule of Participation or Set -Aside List of Subcontractors and is to be submitted by the successful bidder. Failure to comply with the reporting requirements may result in the imposition of either or both contractual sanctions or administrative penalties by the County: at its option. 4. Deviations from the Schedule of Participation or Set -Aside List of Subcontractors. a. In the event that during the performance of a contract a BBE, and/or HBE, and/or WBE, as appropriate, is not able to provide the goods or services specified on the Schedule of Participation, 'the successful bidder must locate a BBE, and/or HBE, and/or WBE, as appropriate, to substitute for the unavailable BBE, and/or HBE, and/or WBE, as appropriate, unless the bidder can prove the lack -of an available BBE, and/or HBE, and/or WBE, as appropriate, to provide the.goods or services to be provided by the prior BBE, and/or - HBE, and/or WBE, as appropriate.:. The successful bidder must receive approval from the Contracting Officer, revise : the Schedule of Participation to include the substitute BBE, and obtain a Letter of Intent from the substitute BBE, and/or HBE, and/or WBE, as appropriate. A successful bidder that cannot secure a substitute BBE, and/or HBE, and/or' VBE, as appropriate, must provide a written statement to 'the Compliance Monitor and Contracting Officer that includes a list of the names, addresses, and - telephone numbers of all BBEs, and/or HBEs, and/or WBEs, as appropriate, contacted, and the date of contact for each BBE, and/or HBE, and/or WBE, as appropriate. b. The Compliance Monitor shall be responsible for monitoring the performance of the successful bidder regarding compliance -with contract measures applied to the contract. The Compliance Monitor may, at his or her discretion, investigate . deviations in the utilization of BBEs, and/or HBEs, and/or WBEs, as appropriate, from that described on the Schedule of Participation or Set -Aside List of Subcontractors and make Mre 0 Mfb.nfiatin.,e .,.r......1:.... .......mot._-_ _ At_ _ The procedures of paragraphs f. and g. below apply to this paragraph. f. Alternative Subcontracts. If the Successful Bidder is excused from entering into a subcontract or rightfully terminates a subcontract under- these' Provisions and without such subcontract the Successful Bidder will not achieve the level of BBE, and/or HBE, and/or WBE, as appropriate, participation upon which the contract was awarded, the Successful Bidder shall make every reasonable effort to propose and enter into an alternative subcontract or subcontracts for the, same work to be performed by another available BBE, and/or HBE, and/or WBE, as appropriate, .for a subcontract price or prices totaling not less than the subcontract price under the excused or terminated subcontract, less all amounts previously paid thereunder. The Bidder must submit a revised Schedule of Participation or Set -Aside List of Subcontractors and Letter of Intent to .include the substitute BBE, and/or HBE, and/or WBE, as appropriate,.' A successful bidder that cannot secure a substitute BBE must provide a written statement to the Compliance Monitor and Contracting _ Officer that includes a list of the names, addresses, telephone numbers, and the date of contact for each BBE, and/or HBE, and/or WBE, as appropriate,. The procedures of paragraphs f. and g. below apply to this paragraph. g. The Compliance Monitor shall promptly meet with the Successful : Bidder and Provide him with an opportunity to demonstrate compliance with these requirements. The -Compliance - Monitor- shall, as.- promptly as ; practicable, recommend to the Contracting Officer whether the Successful -Bidder should, -be determined to be m compliance with these requirements: The Compliance Monitor may .require the Successful Bidder to produce such informatiQn as the Compliance Monitor deems appropriate and may, obtain whatever other and further -information from whatever sources the Compliance Monitor deems appropriate. The Compliance Monitor shall make his recommendation . under this paragraph to the contracting Officer and forward a copy -to the Bidder. h. The Contracting Officer will consider L objections to the Compliance Monitor's recommendation only if such written objections are received by the Contracting Officer within five calendar days from the Successful Bidders receipt of the Compliance Monitors recommendation. The Contracting Officer with or without a hearing, as he in his discretion may determine, will reply to the Successful Bidders written objection. within 10 daysof receipt of these objections. _The Contracting Officer's determination upon consideration of the Successful Bidders written objection shall be final and binding without right of appeal. I. SANCTIONS FOR CONTRACTUAL VIOLATIONS If at any time, the Successful Bidder is in violation of his obligations under these Provisions, MDC not withstanding any other penalties and sanctions provided by law may impose one or more of the following: 20 oo❑ mmm O a a w w J w U IA ki A I. The suspension of any payment or part thereof ut►til such time as the issues concerning compliance are resolved; 2. Work stoppage; 3. Termination, suspension, or cancellation of the contract in whole or part_ Th& County may debar a BBE, and/or BEE, and/or WBE, as appropriate, or a non-BBE, and/or non-HBE, and/or non-WBE, as appropriate, for violation of, or non-compliance with, the provisions of Ordinances 94-96, and/or 94-95, and/or 94-94, Administrative Orders 3-3, 3-17, 3-18 or these bid documents.. 1. . Violations that may result in debarment include but are not limited to: a. Falsifying or wrongfully withholding information in the certification, bidding, or reporting processes for BBE, and/or HBE, and/or WBE, as appropriate. b. Failing to perform a commercially useful function, or subcontracting to a BBE, and/or HBE, and/or WBE, as appropriate, by a non-BBE, and/or non-BBE, and/or non -VIBE, as appropriate, that knew or should have known the BBE, and/or HBE, and/or WBE, as appropriate, could not perform a commercially useful function. When determining whether the BBE,- and/or HBE, and/or WBE, as appropriate, performs a commercially useful function, DBED shall consider factors such as but not limited to: i. Whether actual work is performed by the BBE, and/or BBE,. and/or WBE, as appropriate. Actual work includes drop shipping when the BBE,.agd/or HBE, and/or WBE, as appropriate, has actual and legal responsibility for billing and performance of the contract. Brokering is considered to be actual work when it is consistent with normal industry practice. I Whether further subcontracting by the BBE, and/or HBE, and/or WBE, as appropriate, is consistent with nomad industry practice; iii. Whether the BBE, and/.or HBE, and/or WBE, as appropriate, subcontractor is a general contractor, iv. Whether the BBE, and/or HBE, arid/or WBE, as appropriate, subcontractor has entered into bonding agreements that shift to another the expenses, risks, or responsibilities of the work for the purpose of meeting bonding requirements. 2. Debarment procedures shall comply with Section 10-38 of the Code of Metropolitan Dade County. I CERTIFICATE OF UNAVAILABILITY I Name .f of certify that on Firm Name - - Data I contacted the BBE. HBE. or WBE to obtain a bid for work items to be performed on Metropolitan Dade County Contract No. - a Signature Print Name Mae I was offered the above opportunity to, bid BBE. HBE orVME 1, was unavailable to perform the above work at the above specified time due to: - - - I a o"MS of V t Meptipptdan Dade �tY A ftir"tralive orders Provide that: Any (BBE and/or HBE and/or WBE,) that tab to bid at a ndni"m the deoer>Itfed or dardad n;cerw�ti� . in it: Prkrg" oarfltied trade. Commodity or service area. dudrp tha verlifioatbn year may be Slgnatrrrr Print Name DBED CerlMkation Number Expiration Date Title DBED 103 LETTER OF INTENT BLACK, HISPANIC and WOMEN BUSINESS ENTERPRISE PARTICIPATION Bidders must submit Letters of intent ) to the person or once to wham the bid was submitted by 4:00 p.m. on the second business day following bid opening. Expenditures listed on a Schedule of Participationthat are not confirmed by a property executed Letter of Intent shall not count toward the goat. TO: Name of Prime CONTRACT NAME CONTRACT NO.: TOTAL BID $ The undersigned holds DBED Certification -No expiring on. Federal Employer Identification Number to connection The undersigned has reasonably uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services. the ability to obtain bonding that is reasonably required to provide such goods or services consistent with normal industry practice, and the ability to otherwise meet the bid specifications. Signature Tint Name Title Date BBE Firm Total DEED 102 B Bidder's Name; ID PREFERENCE DEED Certification Number. K any: Certlticadon Exiration Date. Check Appropriate Box Bidder Claims 181iderlsajoint OI. Bidder b a sigNdcant WOW utu now of.. OBE 0 BBEso HOE i❑ MEs❑ Dam Range of Old WBE ❑ WBE10 >25,0 )0 <75,00p 10.0% 7.50% - 75 000 -125 1 s a Jolt s 31 51% ❑ BBE c.51% ❑ c2151% ❑ MEc51% ❑ 0a51% O WOE s51% .000 5.070 3.75% 2.5 % 1.25% 125,000 c 250,000 4.0% 3.00% 2.00% 1.00% 250,000 C500,000 3.0% 2.25% 1.50o 500,000<7,000,000 2.0% 1.50% 1.00°� 0.75 /o 1,000,000c2,000,000 1.0% 0.75% i 0.50% . 0.50% 0.25% If Bidder is claiming Signifil ant Utilization attach DBED Form 106 or DBED letter Issued pursuant to A.3.c.of Administrative Orders 3-3,3-17 or 3-18. "All joint ventures must be approved by DEED prior to bid submission. DBED Form 105 11 2 E Z V m a F- w 0 iL NW�/ LL Q H— Z w 0 a 2' W J z 0 aIW 9a zCD o V Ix m G 12 C� CL E a ... a, o o tmE1a eEcs $ co co LD �yan� O C co .a -Q E cc C -abl a L' Qr-:o-.d . L- • E � :.i -v `m w. O m+goc �0.0 y�W�Oo LLrta I Vo CO = moao Es o �o0 o v C �co V co p �.; m ro m�6 E. a a .6. 0W�c a�� .06 A� c c �cc .o c � y o 0 'C F-• c o aM 0 c _10 co F N m co 0 n E sc C M fA m a � N CL N cm C 'C O ' C = E c cn o c " E m U �y c O WCo O E E v a. LD N CLIi E ? 6 .0 C N U . a ;U'm. 5: Z CL 0 y 0 o � .S c N � CD Gr E3 0 0 fA..00. C -00 _G 0 N ts G m CD O � m 0 qJ H 3 -S M 3 CO. .n_A E o 0 ci m ti o 0 0 � N co N U M !y to 1 la CONTRACT BID NO.: 5472-4/01-3 EMERGENCY MEDICAL CARE VEHICLES CONTRACT PERIOD: 06/01/00 through 05/31/01 COMMODITY CODE: 929-39 PART #1: VENDORS AWARDED FEIN: 59-1897336 VENDOR: Aero Products Corporation STREET: 700 Aero Lane CITY/STATE2IP Sanford, Florida 32771 F.O.B. TERMS: Destination PAYMENT TERMS: 1% 20 Days Net 30 DELIVERY: 250 to 300 Days A.R.O. PHONE: (407) 330-5911 FAX: (407) 330-9920 CONTRACT PERSON: SCOTT BARNES AWARD SHEET (Previous Bid No. 5472-4/01-2) OTR YEARS: (4) Four PART #2: ITEMS AWARDED Emergency Care Vehicle, Type I, per Bid Specifications, Freightliner 1998 FL60 Extended Cab Chassis 19211, Wheelbase 100" Cab to Axle, Module Body 160" Lenght X 96" Width X 72" Headroom @$125,819.00. Option 1- $1,626.00 credit per vehicle. Option 2- $1,175.00 for raised roof cab per unit. Option 3- $1,800.00 Linex Interior of patient compartment per unit. TOTAL VEHICLE PRICE WITH OPTION #3: $127,519.00 PART #3: AWARD INFORMATION (XX)BCC AWARD DATE: 5/06/97 AGENDA ITEMS #: N/A BIDS & CONTRACTS RELEASE DATE: 05/22/97 OTR YEAR: Third of Four ADDITIONAL ITEMS ALLOWED: NONE SPECIAL CONDITIONS: N/A TOTAL CONTRACT VALUE: $1,542,979.90 USER DEPARTMENT FIRE DOLLAR AMOUNT ALLOCATED $1,542,979.90 SENIOR PROCUREMENT AGENT: J. CARLOS PLASENCIA, CPPB 06/27/00 SIGNIFICANT UTILIZATION of BLACK, and/or HISPANIC and/or WOMEN BUSINESS ENTERPRISES Check Applicable Contract Title: Contract No. - Date: — i� oalelm iwt pursuant to any governmental race. gw4ar ore conftct ml Purchases Prior 24 Months and/or HBE and/or WBE _ SerAm Amount Cantrad Provided Domw Amount any systematic efforts to eo t-1te dis wn against B9E'a and/or HBEs and /or WBEs to your pumhm*V I certify that the representations above are to the hest of my kna+Medge true and accurate. AUTHORIZED SIGNATURE O BIpDER PRINT NAME TITLE COMPANY