Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2020-118 TR#13506 Page 1 of 4 Deeem,bcr 9, 202O CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2020- I / A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING APPROVAL TO PURCHASE NEW REPLACEMENT FIRE RESCUE VEHICLES CONSISTING OF TWO (2) 2021 BRAUN MODEL SUPER CHIEF FREIGHTLINER M2 CREW CAB RESCUE VEHICLES AND ONE (1) 2021 FORD F-150 PICKUP TRUCK RECOMMENDED FOR AWARD TO TEN-8 EQUIPMENT INC. AND DUVAL FORD; UTILIZING COMPETITIVE PROCUREMENT METHODS AND CURRENT AGREEMENTS AVAILABLE FOR COOPERATIVE PURCHASE INCLUDING BUT NOT LIMITED TO THE AGREEMENT AWARDED BY THE FLORIDA FIRE CHIEFS ASSOCIATION AND FLORIDA SHERIFF'S ASSOCIATION; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $696,917.65 FOR ALL VEHICLES WHICH INCLUDES A FIVE (5) PERCENT CONTINGENCY AMOUNT OF THE TOTAL COST OF THE TWO RESCUE VEHICLES; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in accordance with the Tamarac Fire Rescue Department vehicle replacement program and to maintain reliability and consistency among the emergency response and staff vehicles; and WHEREAS, funding for the purchase of two (2) new rescues Braun 2021 Model Super Chief Freightliner M2 Crew Cab, and one (1) 2021 Ford F-150 Pickup Truck was approved in the FY 2021 budget; and WHEREAS, Tamarac Fire Rescue will trade in two (2) old Rescue Units and one (1) Administrative support vehicle will be auctioned; vehicle document 1 TR#13506 Page 2 of 4 December 9, 2020 specifications, quotes and trade in amount are attached hereto as Exhibit 1 and 2 respectively; and WHEREAS, City Code §6-156.1 permits the disposal of Surplus Stock; and WHEREAS, a competitive bid for fire rescue vehicles solicited by the Florida Fire Chiefs Association Contract in partnership with Florida Sheriffs Association Contract FSA20-VEF14.01 Type 1, and Florida Sheriffs Association Contract FSA20-VEH 18.0, attached here to as Backup 3 and 4 respectively; provided for piggybacking by local government agencies; and WHEREAS, by using these existing bids, the City will be able to save significant time and administrative expenses; and WHEREAS, City of Tamarac Code §6-148 allows the Purchasing Officer the authority to waive purchasing procedures and purchase vehicles which is the subject of contracts with other governmental agencies; and WHEREAS, the Fire Chief, Director of Financial Services, and the Purchasing and Contracts Manager are recommending that it is in the City's economic interests to purchase these new replacement vehicles as identified in Exhibits 1 and 2 respectively, attached hereto, in an amount not to exceed $696,917.65 for all vehicles which includes a five (5) percent contingency amount of the total cost of the two (2) rescue vehicles, and utilize the current agreements available for cooperative purchase; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that the appropriate City Officials be authorized to execute the purchase of new and 2 TR#13506 Page 3 of 4 -December 9, 2020 replacement vehicles utilizing competitive procurement methods and current agreements available for cooperative purchase including but not limited to the Agreement awarded by the Florida Fire Chiefs Association and Florida Sheriffs Association. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. All Exhibits attached hereto are expressly incorporated herein and made a part hereof. SECTION 2: The City Commission hereby authorizes the purchase of new and replacement vehicles for Tamarac Fire Department utilizing competitive procurement methods and current agreement available for cooperative purchase (attached hereto as Backup 3 and 4 respectively); authorizing an expenditure in an amount not to exceed $696,917.65 for all vehicles including a five (5) percent contingency amount of the total cost of the two (2) rescue vehicles. Vehicle document specifications, quotes and trade in amount are attached hereto as Exhibit 1 and 2, respectively. SECTION 3: The appropriate City Officials are further authorized to execute the purchase of said vehicles utilizing competitive procurement methods and current Agreements available for cooperative purchases. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 3 TR#13506 Page 4 of 4 December 9 242Q- SECTION 5: 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 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this IVV ' day of 1Dv��✓ t 2020. MI ELLE GOM MAYOR ATTEST: __,%.it-L--‘ §- -x-i-,----- JENNIFER 1 HNSQ CITY CLERK RECORD OF COMMISSION VOTE: MAYOR GOMEZ ` G� DIST 1: V/M BOLTON 13S'T DIST 2: COMM.GELIN Na DIST 3: COMM. FISHMAN ` -� DIST 4: COMM. PLACKO yC-! I HERE Y ERTIFY thatI have approved this RESOLUTION as to form. SAM) / L . G REN, CITY ATTORNEY 4 - 1 Equipment Proposal IN SERVICE TO SERVE YOU This Equipment Proposal(the"Proposal")has been prepared by Ten-8 Fire Equipment, Inc. ("Company") in response to the undersigned Customer's request for a proposal. This Proposal is comprised of the special terms set forth below,the Proposal Option List(or for ambulance sales,the Quotation,or Order Form,as applicable),Warranty,and Company's Purchasing Terms and Conditions. Through its signature below or other Acceptance(as defined below),Customer acknowledges having received, read and being bound by this Proposal,all attachments and Company's Purchasing Terms and Conditions. Date: September 17,2020("Proposal Date Customer.Tamarac Fire Rescue("Customer") Customer Address: 6000 Hiatus Road,Tamarac,FL 33321 Quantity Product Description&Options Price 2 2021 Braun Super Chief Ambulances built on 2022 Freightliner M2 $331,934.00 Crew Cab Chassis per the attached specifications. Pricing is based on Florida Sheriffs Association Contract FSA20-VEF14.01, Type 1 Medium Duty Diesel Ambulance *Price includes a final inspection trip for(2)personnel *Optional 100%Pre-Payment Discount: Deduct$14,000 off total Purchase Price: $663,868.00 Delivery Timing:The Product described above in the Product Description and Options Section of this document will be built by and shipped from the manufacturer approximately 10-11 (months)after Company receives Customer's acceptance of this Proposal as defined below. Other.Completion is based on chassis delivery.Lead-time may change based on chassis availability. Unless accepted within 60 days from date of proposal,the right is reserved to withdraw this proposal. ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY AND CUSTOMER. "ACCEPTANCE' MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER'S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS PROPOSAL AND COMPANY'S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER'S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT ANY TIME,ARE HEREBY REJECTED. INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be executed by their duly authorized representatives as of date of the last signature below. Customer.Tamarac Fire Rescue Ten-8 Fire Equipment,Inc. By: By: 7 L/a,I Z7a Title: Title: Authorized Sales kepresentative Print: Print: Michael Day Date: Date: September 17, 2020 1 Tamarac Fire Rescue Florida Sheriffs Association Contract#FSA20-VEF14.01-Option Pricing 1 Price I Quantilel 2020 FSA-Ambulance Type 1 4x2 Medium Duty Diesel Freigthliner M2 $259,265 1 15-00-0091 FRONT BUMPER GUIDE POLES,AMBER LED LIGHT TIP $214 1 30-25-0204 RUNNING BOARD-WHELEN 2 inch round-LED $220 1 30-10-0392 LIGHT,MAP LIGHT VERTICAL LED 18" WITH FLEXIBLE NECK&RED/WHITE LED $139 1 30-10-0746 RUMBLER-FEDERAL SIGNAL SYSTEM/OPERATED VIA VISTA SCREEN/MECHANICAL SWITCH $964 1 20-30-0402 TIRE PRESSURE MONITOR-PressurePro TPMS+Pulse $1,139 1 Install:four(4)Weldon#8080 dome lights with red/clear push on/off lenses int he cab headliner, SR00020230 one(1)located above each seating position. $548 1 SR00020231 Install(1)one Tecniq LED 4"E06-WSOR-1 in the center of the cab in the headliner. $108 1 SR00020235 Chassis options and upgrades to a crew cab Freightliner $18,285 1 5R00020265 Custom cab consoles $2,447 1 5R00020287 Custom cab steps,battery storage and compartment under cab $6,228 1 5R00020288 Custom size patient compartment(length,interior headroom,exterior compartments) $8,054 1 Air horns will be activated by a foot switches,one(1)on the driver's side and one(1)on the SR00020590 passenger's side floor. $468.00 1 Install an electrical Federal EQ2B siren head in the cab console.To be the second siren on this SR00020592 vehicle.Install a foot switch on passenger side to activate the EQ2B. $2,139.00 1 Install(4)Federal Dynamax Siren speakers with"F"grille covers in the front bumper.Two(2) SR00020595 speakers connected to the Federal PA300MSC siren and two(2)speakers connected to EQ2B $1,561.00 1 SR00020600 Battery switch to be installed on the floor between driver seat and door in a small angled box. $255.00 1 SR00020627 Install an engine hour meter in the driver side of cab console. $137.00 1 SR00026423 Install one(1)12VDC outlet on front passenger side of the console,facing forward. $65.00 1 30-10-0079 CAMERAS,TWO(2)SIDE VIEW,STREETSIDE LEFT&CURBSIDE RIGHT,120 DEGREES ANGLE $586.00 1 30-10-0090 BATTERY VOLTAGE INDICATOR LIGHT-KUSSMAUL-LED BAR GRAPH $159.00 1 30-10-0418 LIGHTS,OSS COMPARTMENTS-RIDGEBACK LED STRIP LIGHTING $1,269.00 1 Install a Rosco Vision Back-up Safety system.System to be installed rear bumper edge and have 5R00020628 four(4)sensors.To be tied to the M-Tech display screen. $580.00 1 Install:Two(2)Allied VCC green mini neon indicator lights,one(1)above each shoreline inlet.See 5R00025501 dwg#3 $136.00 1 SR00025703 Install:Vanner 20-1000tu1.2,1050 watt inverter,with remote switch in OSS#1A(non-hardwired) $1,726.00 1 SR00020621 Install one(1)125 VAC outlet in the lower curbside wall between the two(2)squad bench seats. $77.00 1 Install two(2)additional dual USB ports.One(1)to be installed in the lower front wall cabinet#2 SR00020622 per dwg#7.One(1)to be installed on the front passenger side,facing forward on the console. $154.00 1 Install two(2)Kussmaul 20 AMP auto ejects with red covers.One(1)shoreline inlet for SR00020624 outlets/chargers and one(1)shoreline inlet for rooftop AC unit. $477.00 1 SR00020625 Install one(1)inverter status panel in the primary action are per dwg#5. $367.00 1 Install a Dometic Penguin 110V roof-mounted AC unit with a protective cover,center of patient SR00020632 compartment.Cover to be as low-profile as possible.Wire to the second shoreline. $3,538.00 1 Three(3)antenna bases with attached coax cables shall be installed on the cab roof.The coax SR00020633 cables shall terminate from the cab roof to the radio compartment. $218.00 1 Install:One(1)set of 12 volt/40amp radio tie-in points shall be installed in the cab behind the driver's seat.Shall include one(1)"Battery Hot",one(1)"Ignition Hot",and one(1)"Grounded" SR00020640 250 amp junction stud. $152.00 1 Install(3)Customer supplied radio cables.(2)Radio cabinet to action area(1)Radio Cabinet to cab console Install a radio cable wire conduit from the cab console to the action area.Supply a SR00020641 radio cable pull wire in the above location. $806.00 1 Braun is to do radio cut outs only for customer installed radios.One(1)cut out for a Motorola APX6500 on the cab console.On the flat panel in the action area next to the firecom shall be two SR00020642 (2)cut outs,one(1)for a Motorola APX6500 and one(1)for a Motorola PM1500. $90.00 1 5100D Digital Intercom 1 Radio Firecom GA(1)110-5136-30 Mr-52X Motorola,4ft Motorola XTL 5000(!)WB505R Wireless Base Station 5-User Radio Transmit(1)UHW505 Radio Transmit UH, DECT7 Head(5)520-0676-00 Hanger Hook for Headset Black(5) DRIVER AND PASSENGER CAB ROOF REAR CREW AREA,CENTERED OVERHEAD 2 ACTION AREA HEAD OF BENCH WALL EACH SR00020643 LOCATION SHALL HAVE POWER FOR CHARGING OF THE HEADSET. $7,604.00 1 SR00020597 Kussmaul#091-9-12v Auto air pump to be tied into chassis air system and installed in OSS#1A. $983.00 1 Install a prewire 12 volt and ground stud in the ceiling in the rear of the module and cover with an 5R00020598 access plate.Wire battery hot.This is for a future install of a DVD system.Per dwg#9 $152.00 1 30-06-0411 WARNING LIGHTS FLASH PATTERN,COMET FLASH 75 $183.00 1 SSPFH2A002 LIGHTS,SIDE MODULE FLOOD(2)-WHELEN PIONEER PLUS LED DUAL(PFH2) $3,005.00 1 (5)Clusters of(4)Tecniq D21 lights with stainless steel trim on each side.Lights to alternate R/A/R/A/R.Amber lights to flash with turn signals.Lower red light on each side to override as SR00020587 brake.All lights to flash as warning,randomly. $1,294.00 1 Install(4)Red Whelen WION led lights with clear lens and chrome bezel.One(1)on each side of chassis,between front and rear doors per dwg#3 and#4 and one(1)on each side of rear body, SR00020588 above brake/back up light per dwg#2. $702.00 1 Install four(4) Whelen#OSROOFCR red LED lights with clear lens to steady burn on the lower inner panel of each cab door and active with the cab door open circuit.Install lights as far SR00020589 outboard as possible. $361.00 1 Install a Whelen 60"Freedom IV LED lightbar with clear lenses to be mounted on the cab roof. Four(4)red/white corner LED,one(1)alley light on each end,and ten(10)forward-facing LED SR00020256 (Red/White/TD/Red/White/White/Red/TD/White/Red) $4,504.00 1 Install a Black Golight Stryker LED spotlight on a painted black pedastal behind the chassis lightbar.Control to be installed on the overhead panel in the center so the driver and passenger SR00020631 can operate. $900.00 1 40-00-0085 COATING,CERAMIC THERMAL $274.00 1 40-00-0082 SOUND DEADENING PACKAGE $453.00 1 40-10-0104 FENDERETTES-RUBBER $257.00 1 40-10-0283 RUB RAILS,ANODIZED ALUMINUM,"C"CHANNEL $1,106.00 1 40-10-0030 DOCK BUMPERS,REAR $184.00 1 Install a compartment through the center of the rear riser per drawing#2.Compartment to be as large as possible,and will include a hinge down door with a vertical strap with(2)chrome locking SR00020292 lever latches.Include a door open sensor for VMUX warning. $979.00 1 Install three(3)SCBA storage tubes with CPI access doors.Two(2)are located on the streetside per dwg#3 and one(1)located on the curbside per dwg#4.(Install strap and footman loops for door hold opens)Install ribbed rubber matting in the bottoms of the bottle storage tubes.Glue SR00020293 the rubber matting down so it will not slide out when the bottles are removed. $1,095.00 1 OSS#1 has been modified(height)and to be built per dwg#3 dimensions.Zico hydraulic oxygen lift for"M"tank.Compartment 21.75d above the oxygen bracket.One(1)adjustable shelf with SR00020299 track.Hinged door with louvers on lower portion of the door with a locking handle. $4,465.00 1 Install an additional OSS#1A compartment that is to be built per dwg#3 dimensions. SR00020300 Compartment will house misc electrical,inverter,charger,suction pump.Door will be vented. $820.00 1 SR00020337 Ship loose three(3)painted 12 X 12 placards and holders.Paint FLNA 3225 red. $228.00 1 Install 24"high aluminum diamond plate rear corner guards.Guards shall butt-up against the top SR00020289 of the kick plate. $149.00 1 ACCESS STEP MANUAL:#MPOS-24.ZIAMATIC MANUAL QUIC-STEP#MPOS-24,24"W X 9.5"D NON- SKID STEPPING SURFACE.STATIC LOAD OF 500LBS(NFPA)COMPLIANT.Install mud flaps on all SR00020290 three sides of the step to help the road grime from hitting the step. $619.00 1 OSS#3 has been modified(height and width)and to be built per dwg#3 dimensions.Two(2) SR00020325 adjustable shelves with track.Double hinged doors with locking handles. $540.00 1 OSS#4 has been modified(height)and to be built per dwg#4 dimensions.Split compartments #4A and#4B.#4A,rear of the divider,a fixed shelf to be 10"off the compartment floor with backboard/scoop storage above the shelf.#4B,forward of the divider,a fixed shelf 40"off the SR00020327 compartment floor with stair chair storage below the shlef. $1,195.00 1 Install an additional OSS#6 slide-out drawer to be built per dwg#4 dimensions.Drawer to have a SR00020329 locking handle. $1,739.00 1 Install black turtle tile on the floor and shelving of all exterior compartments.To include tapered SR00020330 edge trim pieces where applicable. $575.00 1 SR00026044 The module sides are to be lowered 4.25"on both sides. $2,016.00 1 Three(3)Zico SCBA KD-UH-6-SF(#23891)holders shall be provided and installed in OSS#2. SR00026198 Center on the back wall of the compartment. See dwg#3. $318.00 1 Install Red Tecniq D21 strip lights on the interior of all passage and rear facing OSS compartment doors.Two(2)curbside entry door,one(1)on top and one(1)on bottom.Two(2)on the rear doors,one(1)on each door towards the top.One(1)each top portion of rear entry doors.One (1)on upper portion of OSS#1,2,3,4,and 5.Total of 9 lights. Lights to power with battery SR00020596 switch,regardless of warning mode. $1,173.00 1 50-61-0021 ASSIST HANDLES,(3)'V-BARS'ANTI MICROBIAL(YELLOW),(3)BLACK URETHANE $466.00 1 50-51-2003 CABINET DOORS-BRONZE POLYCARBONATE $146.00 1 50-60-0740 PASSAGE DOORS-STAINLESS STEEL PROTECTOR-LOWER DOOR PANELS $114.00 1 50-60-0631 FLOW METER,OXYGEN-LSP DIAL TYPE(1) $285.00 1 50-60-0720 STAINLESS STEEL WALL PROTECTION-SQUAD BENCH BASE $290.00 1 Install the radio speaker in the ceiling of the patient compartment.(1)towards the front,(1) towards the rear per dwg#9.One(1)radio fader control shall be in the cab radio.The fader shall SR00020599 control the two(2)stereo speakers. $97.00 1 SR00020626 Install(3)ROM Durolumen LED lights in patient compartment ceiling per drawing#9 $883.00 1 SR00026404 Install a 43"high barrier wall at the head of the squad bench. $433.00 1 SR00026405 The secondary action area has been deleted.Custom length main action area $349.00 1 Four(4)Cast Products#IV2008-1 with rubber arm recessed,dual ceiling IV hangers shall be 5R00020338 provided per dwg#9. $396.00 1 Install two(2)32"on the ceiling per dwg#9, one(1)forward of CPR seat and one(1)to the rear SR00020339 of CPR seat.Install one(1)64"on bench side per dwg#9. $520.00 1 The left,upper rear wall cabinet#1 has been modified(height and width)and to be built per dwg #5 dimension.The cabinet shall have a lift-up restocking frame with gas filled hold-open shocks and sliding polycarbonate doors with full length handles and the outer most sliding door with SR00020525 handles on both ends.The cabinet will have one(1)adjustable shelf. $722.00 1 The upper left wall cabinet#2 has been modified(height and width)and to be built per dwg#5 dimensions.The cabinet will have a lift-up restocking frame with gas fill hol-open shocks and sliding polycarbonate doors with full length handles and the outer most sliding door with handles 5R00020526 on both ends.The cabinet will have one(1)adjustable shelf each side of the center divider. $750.00 1 Lower,rear left wall cabinet#3 has been modified(height and width)and to be built per dwg#5 SR00020527 dimensions.The cabinet shall be enclosed with sliding polycarbonate doors with the outer most $519.00 1 Install a pull-out drawer#4 in the lower,rear left wall below cabinet#3.Drawer is to be built per 5R00020528 dwg#5 dimensions.The drawer is to be secured with a locking stainless steel flush pull latch. $783.00 1 Install a tip-out sharps cabinet under the primary action area counter to open towards the aisle. Tip-out to contain a 3.3 qt sharps container.To be secured with a locking stainless steel flush pull SR00020534 latch.Per dwg#5. $324.00 1 Install cabinet#6 above the CPR seating area and to be built per dwg#5 dimensions.Cabinet is to have a top-hinged polycarbonate door with friction hinges and to be secured with a center SR00020535 squeeze latch. $480.00 1 Install a sharps/waste drawer at the head of the squad bench that shall open towards stepwell and house(2)8970 containers.(1)for sharps,(1)for waste.Install using heavy duty slides.Install SR00020562 recessed hinged acrylic lids on top to access each container. Ref.Drawing 6,8,9 $635.00 1 Install a tip-out sharps cabinet in the rear curbside wall per dwg#6.Cabinet shall contain a B&D 3.3 qt oval container and tip-out towards the aisle and be secured with a locking stainless steel SR00020563 flush pull latch. $324.00 1 Install a recessed 3-glove storage box on the wall facing the foot of the squad bench for storage of (3)boxes of rubber gloves.Shall have a 1/4"clear acrylic hinged access panel with three(3)cut- SR00020565 outs.A 1/4"turn latch will be installed on the face of the glove box access panel. $221.00 1 Curbside interior wall,cabinets#3 and#4.Shall have top hinged polycarbonate doors and be SR00020568 secured with center squeeze latches.Per dwg#6. $873.00 1 SR00020569 Install a customer supplied MedVault in the upper front wall pass through area per dwg#7. $337.00 1 Install an additional ProAir#938 AC unit in the upper front wall.Install an additional ProAir#948 SR00020570 HeatAC unit in the upper front wall. $4,419.00 1 30-10-0502 LIGHTS,INTERIOR-WHELEN MINI LED BRAKE/TURN REAR HEADPAD $169.00 1 30-10-0431 LIGHT,STEPWELL-CURBSIDE DOORWAY-2"LED SURFACE MNT $118.00 1 CS_Stryker_P CUSTOMER SUPPLIED STRYKER POWER LOAD COT MOUNT $497.00 1 (2)5Ib ABC fire extinguishers with mounting brackets included tothe be shipped loose with the SR00020340 vehicle. $284.00 1 Chassis is to be painted Silver Metallic FLNA91733 from the window line down.The cab hood, SR00020331 roof and reaminder of the cab will be painted Red FLNA3225.Per the attached graphics layout. $1,576.00 1 Upper Portion of body to be FLNA 3225 red from approximately 2" below the upper body warning lights.Remainder of lower portion of body to be painted FLNA91733 Metallic Silver.Per SR00020332 the attached graphics layout. $3,708.00 1 Diamond grade Red/Yellow chevron striping 6"wide inverted V .The upper portion of the rear doors to be all red diamond grade&lettering to be installed over diamond grade material.See SR00020333 attached pictures and layout. $1,883.00 1 Custom beltline stripe that starts just behind the chassis fenders&includes a large step up on the front face of the body.Stripe will stop on rear corners 1"BLACK SCOTCHLITE 1"SILVER PAINT 6" RED SCOTCHLITE 1"SILVER PAINT 1"BLACK SCOTCHLITE Install a.25"black scotchlite at paint SR00020334 break on the cab and body.Lettering to match current layout.See pictures and layout attached. $2,843.00 1 SR00020335 Install an Avery Etchmark Frosted 12"star of life on each rear window. $153.00 1 Install two(2)customer supplied door logos.To be installed one(1)on each forward cab door. SR00020336 Per the attached graphics layout. $90.00 1 Delete Standard Options from base truck -$16,397 Braun and Ten-8 Discount -$27,800 Total $331,934 Ti at 7 Run A-1w IN SERVICE TO SERVE YOU October 7, 2020 RE: Trade in Offer for(2) 2013 Rescue Units Ten-8 Fire Equipment is pleased to offer the following values for trade in on (2) 2013 International Horton Rescue units. This offer is contingent upon the purchase of(2) Braun Super Chief units from Ten-8. 1HTMNAAL4DH356091 -#362 -$22,000 1HTMNAAL4DH356092 -#363 -$19,000 Both vehicles must pass a Ten-8 trade in vehicle inspection to ensure the major systems function properly. Inspection will be performed by a Ten-8 Service Manager from the closest service center. Ten-8 reserves the right to rescind this offer if the trucks are inoperable or have been damaged since inspection. Feel free to contact me with any questions. Regards, Michael Day Ten-8 Ambulance Sales 352-572-5399 PURCHASING TERMS AND CONDITIONS (Florida) These Purchasing Terms and Conditions,together with the Equipment Proposal and all attachments(collectively,the "Agreement")are entered into by and between Ten-8 Fire Equipment,Inc.,a Florida corporation("Company")and Customer(as defined in Ten-8 Fire Equipment,Inc.'s Equipment Proposal document)and is effective as of the date specified in Section 3 of these Purchasing Terms and Conditions. Both Company and Customer may be referred throughout this document individually as a"party"or collectively as the"parties." 1. Definitions. a. "Acceptance"has the same meaning set forth in Company's Equipment Proposal. b. "Company's Equipment Proposal"means the Equipment Proposal provided by Company and prepared in response to Customer's request for proposal for a fire apparatus,associated equipment or an ambulance. c. "Cooperative Purchasing Contract" means an Agreement between Company and a public authority, including without limitation, a department, division, agency of a municipal, county or state government ("Public Authority"),that adopts or participates in an existing agreement between Company and another non- party customer(including,but not limited to such non-party customer's equipment proposal, its applicable exhibits,attachments and purchasing terms and conditions),often referred to as a"piggyback arrangement," which is expressly agreed to,in writing,by Company. Company has sole discretion to determine whether it will agree to such a Cooperative Purchasing Contract. d. "Delivery"means when Company delivers physical possession of the Product to Customer. e. "Manufacturer"means the Manufacturer of any Product. f. "Prepayment Discount" means the prepayment discounts, if any, specified in Company's Equipment Proposal. g. "Product"means the fire apparatus and any associated equipment,or ambulance manufactured or furnished for Customer by Company pursuant to the Specifications. h. "Purchasing Terms and Conditions" means these Purchasing Terms and Conditions; however, if the Company's Equipment Proposal or the Customer's related Purchase Order states that it is governed by a Cooperative Purchasing Agreement, "Purchasing Terms and Conditions" shall mean those terms and conditions set forth in the applicable Cooperative Purchasing Agreement. i. "Specifications" means the general specifications, technical specifications, training, and testing requirements for the Product contained in Company's Equipment Proposal and its Exhibit A(Proposal Option List or for ambulance sales,the Quotation,or Order Form,as applicable),prepared in response to Customer's request for such a proposal. 2. Purpose. This Agreement sets forth the terms and conditions of Company's sale of the Product to Customer. 3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company's Equipment Proposal("Effective Date")and,unless earlier terminated pursuant to the terms of this Agreement,it will terminate upon Delivery and payment in full of the Purchase Price. 4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s)as set forth in Company's Equipment Proposal("Purchase Price"). The Purchase Price is in U.S.dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender one or more prepayments to Company, Customer must provide each prepayment within the time frame specified in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. 5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable, Customer's charter, ordinances and other governing documents, and funding for the purchase has been duly budgeted and appropriated. 6. Cancellation/Termination. a. Fire Equipment and Apparatus Sales.In the event this Agreement is cancelled or terminated by Customer before completion,Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12%of the Purchase Price after the order for the Product(s)is accepted and entered into Manufacturer's system by Company;(b)22%of 2 the Purchase Price after completion of approval drawings by Customer, and; (c) 32%of the Purchase Price upon any material requisition made by the Manufacturer for the Product. The cancellation fee will increase in excess of(c)in this Section 6,accordingly,as additional costs are incurred by Manufacturer and Company as the order progresses through engineering and into the manufacturing process. b. Ambulance Sales. This Section 6 for Cancellation/Termination does not apply to Ambulance Sales. An order for an ambulance cannot be cancelled or terminated once Company receives and processes Customer's Acceptance of Company's Equipment Proposal. 7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment Proposal("Delivery Timing"),which will be F.O.B. Company's facility. The Delivery Timing is an estimate, and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for Delivery delays caused by or as the result of actions,omissions or conduct of the Manufacturer, its employees, affiliates,suppliers,contractors,and carriers. All right,title and interest in and to the Product,and risk of loss, shall pass to Customer upon Delivery of the Product(s)to Customer. 8. Standard Warranty.The manufacturer warranties applicable to this Agreement,if any,are attached to Company's Equipment Proposal as Exhibit A and are incorporated herein as part of the Agreement. a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY, INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES,EXPRESS OR IMPLIED,WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT, WHETHER ORAL OR WRI FIhN,EXPRESS,IMPLIED OR STATUTORY. WITHOUT LIMITING THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED AND DISCLAIMED.STATEMENTS MADE BY SALES REPRESENTATIVES OR IN PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES. 9. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL,CONSEQUENTIAL, INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION(WHETHER IN CONTRACT, TORT, STRICT LIABILITY,EQUITY OR ANY OTHER THEORY OF LAW)ON WHICH SUCH DAMAGES ARE BASED. COMPANY'S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT. 10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in performance due to ransPs which are beyond Company's control which make Company's performance impracticable,including but not limited to civil wars,insurrections,strikes,riots,fires,storms,floods,other acts of nature, explosions,earthquakes,accidents, including transportation or delivery losses outside of Company's control, any act of government, delays in transportation, inability to obtain necessary labor supplies or manufacturing facilities, allocation regulations or orders affecting materials, equipment, facilities or completed products,failure to obtain any required license or certificates,acts of God or the public enemy or terrorism,failure of transportation,epidemics,quarantine restrictions,failure of vendors(due to causes similar to those within the scope of this clause)to perform their contracts or labor troubles causing cessation,slowdown,or interruption of work. 11. Customer's Obligations. Customer shall provide its timely and best efforts to cooperate with Company and Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation includes,without limitation,Customer's providing timely information in response to a request from Manufacturer or Company and Customer's participation in traveling to Manufacturer's facility for inspections and approval of the Product. 3 12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a) Customer's failure to pay any amounts due under this Agreement or Customer's failure to perform any of its obligations under this Agreement;(b)Company's failure to perform any of its obligations under this Agreement; (c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any representation made by either party to induce the other to enter into this Agreement,which is false in any material respect;(e)an action by Customer to dissolve,merge,consolidate or transfer a substantial portion of its property to another entity;or(f)a default or breach by Customer under any other contract or agreement with Company. 13. Manufacturer's Statement of Origin. Company shall retain possession of the manufacturer's statement of origin ("MSO")for the Product until the entire Purchase Price has been paid. If more than one Product is covered by this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that Product has been paid in full. 14. Arbitration. Any controversy or claim arising out of or relating to this Agreement,or the breach thereof,shall be settled by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules,and judgment on the award rendered by the arbitrator(s)may be entered in any court having jurisdiction thereof. The Arbitration shall take place in Bradenton,Florida. 15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors and neither party is a partner,employee,agent,or joint venture of or with the other. Neither party may assign its rights and obligations under this Agreement without the prior written approval of the other party. This Agreement and all transactions between Ten-8 Fire Equipment,Inc.will be governed by and construed in accordance with the laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire agreement and supersede any prior agreement between the parties concerning the subject matter of this Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized representatives of both parties with authority to sign such amendments to this Agreement. In the event of a conflict between the Ten-8 Proposal and these Terms and Conditions,the Ten-8 Proposal shall control except in the csP of a Cooperative Purchasing Contract as set forth in Section 1(c)and(h)of these Purchasing Terms and Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal authority, such term will be either reformed or deleted, as the case may be,but only to the extent necessary to comply with the applicable law,regulation, order or rule, and the remaining provisions of the Agreement will remain in full force and effect. 4 ATTACHMENT A: PROPOSAL OPTION LIST(OR FOR AMBULANCE SALES,THE QUOTATION,OR ORDER FORM,AS APPLICABLE) ATTACHMENT B: WARRANTY 5 vi w o J I � i? z0 Q I -1Q 3co 00 0 z w p = 1 O F H 1- Z tx Y 0 U 0= p 0Z JUOw woo Qz � �o O w F- �1- CD J � p Q�W` O = 0 �mm Zp 1 8(x O� coQQ X S w� w0 Q vp =\ �(n �=Z Z� � �Z rJSw UL..I a • Z0Zrt N .. 22 ~ � O=w �30 aU 0wU Jw0p O� } No0otn ZO ,::.o HLyj 0 0 N w 0 M pJ O Z W W w J w Z a 0 d' Z m U N • Q J d z J w }.SZ \-!w d' w 2ZZ (/) �NJ� �J J Q Y ct W W Z (n W J W m r Z _JS ZLU- < W fn W < N w m0 � wJo N~� OOa �c�w N�~ 00 pcnW�> nJ z °° iC� - = arx 2w� �a Z�U �.�JU O �O� � � zvwiQcwn � CD�N3 dx C0)�x z w w w o Lu 0 r = �tn3 0�� Q �tn�w�L. z JWx3 J J W !l'Umn' W CC 1.1 w 0 r' ��' n.'�x x zW 0 Z Z• -/ 7 -/�n/�/gin U ■ cn AlP � , w U 77 J 3 \ ... CD ‘i TiZ e UO _ ' `� rw <U O S Ja '' a'7 1 1 0 0 0 1 Jra ao o DQ T \ mND rD W ~ 1 D W CC U X co co ct00 x / IT'1 �= z� w\ NW .—. T_'I J r o I 1 CC w �� y: iMivliii Q Cl_ U W Z W o �� ;y ,T / 0ZCC cn o a`n L. 0 Z I w x I w W w cna atn , Cr CO J o � i°s _T to Q w N W HUj O CL W ` s 1-1iIII► 00 N S "^ 1 1 p r/"./.\" w w, � ,1117pell ,^Q � ' dW w 11 , OwN.UW 7 111111110L11 i limmIEL w IL _mar ..„, „ , - : zzi z Iv: Li ZW (n H 7.0• N W� ww 0��J ow �ma � 0 � � �� Z W w = 1- = a- = jj3� �� 5O )OJ ('(n H J h � �x J 2=m U' w O~W D J J 0 0 O QowD 00 wZ~Ow0 = zU a Z � w oa W c=x ww w��w>a X Ocnpz ww Qo Z dr Wa > = r i O >O I W w o0 = IQ- J IX W Z o� �W U U O J JH Z UMI_ 50 J -� O CDC7w W S Q ��g3 .N..� �iw��W�N U � JJ� mM 0 CDh Zvi QW >>� MO O� v) pew= M� Z �_ 3z aZp > � tn0Q0 ��Q�ZQd CC pUU am zoo > wJm�o N � a oz � �_ J � Q w= co oaaa ow0>o w Liz �o W w w W z O a 0 w owwo z � cn vi U Z(Nnwi FL)<mQ < JO O (I 0 I-Z( J�LaI mQ Wa CC W I 0 ? Q �Q2 W wZZ(n1 O O Q W W o Q O WNZ00?Ise OW pW p �Jm ~IWp00 I� Z z Q a 02 cc 20W Ct (+IZ WQ00 �ZF-Om 0 O F- (n J O 1'Z W a2C Fc W N W J O W W U2\ N O U o Z W Q (n�oJ HJixiS m3 J W mom' wU� a L) 0 J O D g W0:ce Q •a' 0>cn� Qix OW ~�O F- aa00 0 a Z Q O Ld W OS W F-F--O\S W OF a. S 0 2 �OaF- N 0 - N w o� (n2d'F- Q W = 0 W 3 (n000_ O I z I OD LLI cn OWN U UJJ(na'��OJZ co ZO ZO (DMZ m�OCD � (0r- E) in N _J cD W w0W _W=�WWW JS (D JJJ ZWUOW Z W w I J Q F- JJtn 3 �NHU�OO�JQ WO WF- WQ W Li.lm ,yZ0 �0 F x w j .�v0(nJd'F-J(nQ� 2W �Q JY�Y w(n<I-LI ,l o Z QQ J F I. a' 0 NOCL W L�l ...,J � mQm 00wZU IW- Z in J o .........0 CC �� ZZNO � OW W d a 1 0 W N t 11� /1 i = Cl_ e J O 1., vii is 1 C.) (n 0 0 vII./'' ce D W Z n 1 "" ,. O Q Q ,CO Lil -..��.vv O `i 44 23 �� J N O N ® O O ^^ Wp z 1 _ sly �`� Z U W Ts******ss."1 `'J `' °,�, w tODi a• a° w 1,����IIJJJJ 0 II 1 o .. 03o x� v� Q IiIlit =J �iXi Z x Z N 0 0 W U QLI- IIIIIII x�Z (XN (Ni W j �� .'y <y o coo= ww QQ O s as =z o>a N U �M ili 0 �/ �nci o pd w-1 QW W' IIIIIIII; —',„0.; om3¢ o� W in y r MI �i �� O (n J W a II CO (nw Q co ®i F W w II 0 ^ 'V` ,'` w O O 7\I\ ,,,, r i. o.� L ; �2 ' e .---, 0onsY HQ (U W ' aa .w , � 0 at% O o �w �'. G�Zi ZDsL `z0U_ o ti — rnO Q •C. ` ��_,._,_� `� \ \ i—\\--;,, 1 w II a= 30 �_JJ Wx O ~2 0 Occ ix Zc ix __I Um MJ ZZ a' _Wa QD d a cO WOa a W W W W J Z Q a=m V)W I- W O al UOJ O W 5 w W >Di_I 0CC UZj J W m a=Z �Q m O� Na' D o�Q3 U > Q� Z� fnN-V) Zd Y 0 0D Z_a Q U �' 0 U) U D O>>1 ~� cn J a. Q� WU�N Ow O �o 3o Qw m 000 vi Q o— 00 W00 QZ .‘Q �N � o0(11 0� w 000 �� vm ~ � w Dwwo Na U \ oNW 0 = Q aIJ _�� Q 1, o e _t Z O O Q 333 2ZLa J v) -p J z Ce0 ii Ct _._ ..__ z�� �=0 H !i Z � QUX C7a M _I I LLI lam/ Q 4. 0 m jd 0 O w J V) in OW w o)i0 Z � O N > �Poo 2W t 1- niiiin v) 1- Z + ��k +� Z ..m z0 w U cn m J 11111111. �' w i- w o 1- o in c5 wIllt=f amN �r a Zd J Z a p0° II a = IY (� 5L �0 Q , U (Z-5 U r .. w 3 W in5.x y J!n [[ N Co O 2 x ' � wzN 6 0 U a O W J x O Z 0 Z_ a o L In J a W p O c-� CC W F� p a U t=n I O 4.1 o z 0 J U c5cc st (u1 �, " n Q a Z W N N c -c a O _I LA<^I ll� �-et- I La m W3 NY m U w w J U Q CC _g O O) Om N 31'13 20 Q m W W W J N ,......... N p W W W I- J = 2 a d'N3 > 2 _ ,-� w 3 wm -----I I m0 O 0 W I-0 3 v N� 1:,<._ III) .�+Ili _: 0 X 0 CL o c~n LL a� d IIIII 1 � 'n•.c Zw aw o? wzCNJ E co��cn w w cc 1"-1iJ c. UZ � m°w p W w0 Y Q0 . X - 00 NaWnU O�HZ Z wzw 0 O C.)UO w O 0 r V zJ fl �vx kzD - wW k O a 3v~i _ / 0 Op z o _ 0 w O W 0 o W >7 in ' r • J Z 1- O Z N x ti' �— 0W w w o3 o Q> > > cnw O W 2 II Z Z i Vi k I V)I- 2 �0) VI W w W W J W \��/7: ��7 ?v 1� 2J W Y3 � 0 a0 CC > a' a' Z 55,,,� _1 LT 0 -0 J OYY� oW a J 7S Q W to Q in O a 1- 1 Q O 0 0 O w I C5 rca o z U o =z U 2 2 F a S,, g3�,yy,, I w °a Ki Q U Z $ U10•Q F- I- U 02 .' 1 '�7s G75 �� • NaU mO Zv) W�U w w Z 1����� j 3 x 0x w a O w lit -a y J� W I6-) w \ / J N030W �OO}_J ~Z j O III 1 L 1 w O ! m000 -.w OF- L, Q O O 2 ' 20m a' aQ \ trim- x(v >2 N5 pp1-U \ rriellirei x N 2 Jm a3Q 2 SK) Q ''IQZU a0 a ' LXO O X Qf W = W VQOLaW= it a a > a p NQ Q N ® ` • Ow ^ } W2 aaQ2U � i. O 0N asJH 2 V N� NU] tp ^ w MJ 00( r^ II cn L naO0 ? OW Q ‘ Zm as Q mJZ / Z a Z N W �WUU OEa wJJ� - wf2J.-Z pJ2 ( iw(5 OmJtn8Q / a •JI--J a m J � a / O � La Z WOJJ IIO MMOZ>Q Oa CC NaQ 0cc� EncOaW f`2 w00OOo �a 2 cn N00O �1~ yayaa Z~ NQ }a 2d0Q0>>>C5WOOOOJ J3 1 ' Z � aWHH aw p NQ OO OZ�J Z 1_ W N 2m2 iWQQ UO pQ 1.1 lil0 aa � w N., ) w a (n n0.- ow f YZOOOJIQQ � �J UZO ZOUN 2-Owww � � O 3 NQ a(n � w �.,.- • I-0 CT/F-H H W O I JZ I J N • 0 0 -0 0<D OO w0 0NUUN N m Y UOOWWWm W CC X h (n(n w(n r C.) N O W t Z W 0 0 Ct W-I o W \ Q a II m10 NQ3 cc �a W ujj 00 W ZO = ` 1- CC a o n2 ZOm U O�Q J Z 1 2: O W3 mm C.) O0 I-° d ,-Lc)0 W 1:1"1/TIN:\\, . • O• ? E2 U Z(Oa 2 �` �� N dO N er N '-, _I.-O J — �' CC CA_ x �Z� 0 0 I \<_:11A.:_ y w It7/ 3 V/ -0 -I 0 I _I QHO� / Z O aCC Y U �O>}O I-0 9 I 0- Wpm 0 O :, 2 W 2 M r H- O,_ m Z W23 II -CV 1 1 �3 x O.,nw 1,-, a <OO_J D I „I- I IN ' „t• Ld w^ II •` r QO Ohm 7 0 O w Din. z �1OwU wZ oDp � IIO�QQQ ¢S 0I� d0wW , _ p> W OOOwJ N 7 wIIW I- wN NZ oJ d zOWw W I a s! O-1 NJZ p W w nN A N. _Z�� �Ol O U OWw wmo QO U NS , 3x d•0 FO = H cn 0. t 3w Nja LyJ) m >> Q W 30 * A. 20 2 (n > 0 O m ` r- 1 w fn W CI Tr) _III . 'X W -0 ccpw > 3 Wo wa 'J O Qw W _I N VI 0 M 0 �m � W W0 .- ZQ' _OU 1.1 Jo ad '.' __ oaNa 5� x a� i N occ cn N� l�\ ;you_ 04 ; QO QQ M W 2 CsJ 2� ONw0 3wM 1., 0_2 W CC 2 (n W2 m • 00O OH.� WU W n w -) IZO rn Lo NOM 2.Z2 N 0O W Z (n w .J a l cn H x Z- �_ J F- w w D- (ilk a�M zp s �a Cr) S J / w m oZ 0 w~ / u)�Q p �0 W N,0 CC o w� 1 —/// ^oao N Na U � w Z 3 cr O� `3,: 0p . w w C�(Wnw n aW 0 I t �Z a ao z O L n z o o LJ Li_ to - z N _W o= Z :I w cnw ZGi(n 6i p o a_� _ ow 0 _� ` fiiil ��qq oo� s �N zJ I 3 3DU w m r2 Jv)N !n u)W o_ CC Q111 m wt Npzz Z NH O 0 ; =o o ao p I =� 3� �� N 7x a0 x fy i k x r x 7► v}IIIIIIII4 i sM O I. NI w �IIIIIIII fi :�. .7'' xv2) x 11111111 �IiIIE. ; om �a -� - W 3H W 2 .0�Q :� MO J I_ Z CO '-O O K 13 ➢ X xU' x�o oa z w wa w w V 3 P a 4-N NL`.w (/)LLI Q. K Z zp m xr aoo moo LLI �N J I= Z � �Ia 0Q 0 (n PO L. _ CI -(n W\ n u_ �- UU cnp w La- -la tx pZ Q� -w- � U~ HZOE,M GNULZ. p jUm Ng p0 Li_ ® a 0 C C.) CC LO � � IaM _1U ZQmZ WwH 10 ��3k oo � 0 > M w� 6�wg z0 W _1 > ¢Z0 CCO '0 0) 0w z N O �WW n ! am 0a w 3W . _b Zm Q om g La � U �IX�Z U O 0 W ,iZ ZV)>�= N 00 f= O Q ZQ Q0 mmo }d Xaa2 .-UQ O Cr �d N Z �g 0 C.)rt NOON_ W V a �z W J to Za a hN= Z = WoZ XjW __I0 = � o_ o 0�• W o f c) LQ 1cc= o .c= 0 0a j ^ : COU= 0 •' $ © O j Z w owgm~ 2003 030 I0 No 0 o WwoW Q a I- p ZaZ >I- A =w 0 O M U Z o _ J00 �W 0 w Zg CNSN Z w 0 r � m Q w z La.... m EX 0 r ..::.,..-,,,,,.::. ,..1 �H UZ J . . :, 1 oOo.. ~= a Q CCI W OW D I- 0 \� O ®® U 3 0 Ua z J p z3oo r--- • `'' L' - -� �a '"Z- 1 31f1H3 3V oo N J z0 Qa o0' 0 I 0 0 0 0 a a UQ J0 Q 00 o N I 5Z JEn Z � I _ {r No >< 0 zo ET)LLI I Nz = OF o 0 0 11 a 0 I za cc z I- ....1 aUw \ F o U � � _1<a 3 � 0 II I >N = Ce_ " m W N ��;2! P I O J Z J N 3 cc w rt • 0 I) it ✓ 000 00 N 0 Qw 0 N oa_ Ua o-o pz _ ®p II Xai M �� „; 0 Xo0 11 aw I �- () o�z �� g0Fgz QO Z _w 0 O "ft ow� two tgZw� I- w = 11` Mr QW II O XmwF wU O U W a' XN= 0N0 OLQO= UU \ \ _. 0 11 --- N wLNc9 a�z �oUvoiw o� I- w 4., II I gow3 nug 0oJo�3 UU W tl 11 © '~� U or-zee Mz z�-aw wm c o ? l 0 0 f z 1-ya3 ja= w ljjowZ cc N �� r / O 0 N c)6° Q M W00 Q V) N p� /� 0 o1 D00 a0 o0Z0U �� I r N 00YQ ~YQ 00 << Fw CV O 0 a(7)UI- IIUI- 0N0 O 0M 0 O ( o *ZOo NOO OZF 1- 0 N >W I N ik I- m ® ® I N zEn 1no 03 Qa w N W . w= o N o0 z_ ` W1_ cc0 c�0 G \ -/ % � cc a_I- ,--, Q w o , 0 0 = ir• 0 la 5 Q z gyp .. o 090 N Iri v 0 ai V 1n Z N UNto N a N a I[) a ON '� I I a0�qQ O) cya N w cYa-6 N� in N 3�Z N 3 II N F LLI to oi to Q-Z Y 1 NIL �Zw 0 p ; N II l? XU� lb N. X N II W= ?16 0 Z Z ) ZN XopNO0 N O �Q 1 1 ® In O Lu0 N 2 p X F . . + o rM 041� viwO o O� Cl- 0 O J 0 x CC i a O0 DJQO xNQ� 0 x JF �� l =zI m- �0 a0W� > wzt w O i F- 0 C.0 CO EO Um -O=O-N wWU) U Z N6 0W UU— O } ;Oa C0O, cc3 Q ^ 6LU N IIIIIII . wNtm ZNJ}LJ Zm} ()< w� nav Up�aaU o0�acai Qo I 2 O W g Z J o w a z J o w g Z J w moo a 0 0 0 1-2 Hw Q0N..-0 0V).-•0I- OI),-jF W CA ow CO_I a z(f) z�.1J)I z"01I- NM L6_ LU w ill Q CC wNOW zUZmU0- � O ? QNN Q O w CZ w U.! Z 30 Q _I Y N Qa aoNzNw< 3 �UI- i ceM = Uoa CI ce QN g Q N�Z W w W L. cn ix • �� (q IN C0000) U N IQQ- 1 O p U I J Z ° I o Z 1- Cr p 'II 00 o C' N J U w Z OU W p W Z Q UN (~JI Q p- �� r �-r--�--23 m cn C7 W VO I "en 11 J O O Zo p mo I ® JI 11 Z t Q a z W o o r ---- 11 Q N Hi ! 0 :334P10 1 o I I�� Z. z II \ U cDN3 / W X o cn z Li o CO 0 Qa(/~(/��w N xpU II �W - i1-<m N ; f-0 L I ZLi_ix0�OZwQ _WOwo 6i'`)0N Q =N2 CJ xmw (..)O �� W I�_ Ltl m Z wWpQm CC I- O� ® w- 1 0 ZN Omw m w U Wpw p-UU wa, N ZOO�Ow=Z J cc Er) QQ 0 O~ Z� 1,., n _—�Pt. OzLiz1 ��a<� _�L o II'. QE, 1I 01-eL w Z0 O Qw co0 0(M n_.JI op�Nw3 0 - 0 '- _ - L--I I N Q W W J W .tea tLCm m= N Zo3 cn �_ W U w /r� •� ' I- Q 00a0 O El ''3�'�• 1,2,1 _L w ZJ- pJ O pw ,VI o cn Z '? \\ 0:9 cn a to _I if w �J t _ JWO ?_ 4:0 2ti O ON= : Z _ Q CL �W II z� sk it �F i \ 0 Q� w ou 0 0 o 0 0 a = COlt�i)Z �Q U= - I'n.NH (j d� C� w w X rin H J J d' M-1 F d'0 Q 1-Z 1- Q' Mill M Z O�w w wOQ Li > j wm Z aZ3 Z �� QU w o Fw l I- _I = c�Q lii (n Y > N� I- II011- II Z� QEt NQ Q OO Z Z w qk ce31.- Q W Q Zpm O cnz ~ �_ J M LL N>-> I-0 N- 2 IQ U U CO H Z BZ to N �oo ooafw w - M Hx o I_ U DO 0 U K # I-11 D Q I 3 Q f Z Y N Ir p U O WJ 0 01- I-Cr O o xm0 N M JU' d.t- Zp N CO 0 \u)OJ W 0 _ cs, u_. I'7 F""FF L Lu 1 0 0 O N J L'"1 • Z <aID ..:J Q'W J W H W O Z W J m 0 h U , a CD k OJI- 0 UZO Q 0 ZW 0 ZO w d,~0 00 Z a U 0 = Z W d I- _,Z Z 0 mO W N as o rn w rn = L c'= z Q fn U w H. Fe CC J>? }o3O Q m IW-z 11 < I If) fn N a_ 6 Z J 0 N N 0 z 1 0 /v, - I-0 W 1 ‘J. ,. to o O 101 '' I- 5 � i � \ i 0 ..f\/ w 11100 lErli = wd Li I- `� z LI- 1I c Z �.Il 1 lily ; = Z I 1 O '\ O '� uinw� � �� mir-uiii. ...- I \ \ XNh�Q� U _ W _- 7 11 L x3 LIJ N0 II z0 < (I)! \ / \ 00 pti 0_ N ;2"J UU, UU L_ 0 0 ( �N00d�z wa O O O n0�a� acc) N c/) w ¢ 0 •• - Z x I-±F N .� 10 1 W I+I 6 UIZ/IW �W ® N 0 Z w O © .� ' O OIjj J a QZ JW Milli 0 F-Z D OeL JO< 03 Z- M OOU 2 ® MIMI' O O 0 1 M 0 0 o- a N i ® qU ; i IIII ® U �IIU N?z ,_,I__ CC 0& c M" �k OW ` J Z lc, N O N� Q J 55 Z Z ei N W O i cDM 0w M0 LiW y. OF- Zz W.-x �0 W 3N �g mho xw CCa �� IX Q U 1 � MW Oo zin(71 g oQ <U)) \ ICE rnw W O Q~Q• Q , � o„ S_Zo : � W i? 7 U QOF-mN za d2 } Da QigL0 II 3Qo Q1 0 JQ kWx WOQZ OZ L!_ 0 Z ' H H oW Q >3 `'.-OK F JJ s r` o ci to N o 5' o Q w ao w 1- = oa 0 Q Z Q 1 ¢ r= N N n O Ww a 0 Co 0 0 0E- � 00 O ¢Q Q H0 F J0 fUw t A U D ZIp' PO O NJJW � d M CeL w 0 Z W m ,I ° v C o S .ZQ0 Q o Z W .3O = oZO Wm �U Z a CC ~ tntY v =w o a wo 0_ <Iu) Nd o w a 0NN O ZJ W 0 r- C7 2 0 F o 0 0 (6) ,ID) / o .4.] �'�p I- W .0 0 x i ,7,1 tod Nikk D - i O r wd W Y I Mt CD °d w I— W I ... 4 Z = Z Z I ... c)en 6 z cc U D II Ind i,ii I "�'U ova=w < O d'd d I I O '� O '� N h: I- D O IM W WO ct W• O _.. — /... -.. ..... . ,_. �._ S t XNI�p 11 oo a O O 0 0 0 I NNOpr�Z UW O D O nog iX g~le Qua) N 1❑ .• C ' yrw wLyitniUj an I QZUmW'� _ fI-®•$ - �� )` a ® _ ,_ _. II O - wO _ n JW ' aa w En 0 I-Z a JDU 0 aO< W O i ( I . • l Q 0.� f Lu Z � O I uu nm .I CC 43�Z 0 00 I . S3Q0 n "3 a— N�= � a. ra I , ut --... m w " ._ a 0 ini ;mii ONIl3fO o'd/lb'3H - I OV/I`] oc I I ate. U OI to Q w a ..__...�.z1 a aM L�J �' 111- re o w _ I- 0 I It ii 0 0Q CC Q 0 � w 0 II0 tnw QLJ CO > Z 7 o a I- 0 I CC D 3 z Q w oI- o _Ia 0g W w 0 a o I 0 CO ao I E o U N CC N J J O CC ci J Q O p 2 Z 0 C Q J 0 O 0 D ,< d. Q N d' M W CC OW dN JU )-- _ W N W W W W K I� I Z 0 CC a_ OC.) H I Z ^ 0 OQ NF W ^ O 0 o - Q o 00 0= N Z QQ W U W Z N N N W N W H W z z N J ZI—W Z< JO< �N O. Z C.� = Z J Q 0 y;co W0Q �I HWm ON 0r, N t F-J d Q N > Q J , p 0 Z 0a L_ Z O1- 0 = E 1— 0 Wp W F 0 Z (In O W w Z J 0 J /� k_Jl Z O = I- CO co LLI . •i�i�i4 IN • �\ ,.,.,.,.,.P. t o i b w • •• QO Z U • j � L Q a UtY w cn % x• � r Lj r II • 0 0 0 oCr) —�Lt o o _ Wy� 1 II � z 0 J411 cc tl QO � zN �, Q �. 0 N m 12I Q� � a LLIW CC Z I:t Z > L �N W Wp QQ J CC W ~Q DJ cc¢ wXWZ CDLi.IIY I WJO I < CD CL Q W W0z xp D NO _ W Z Q 0 oa W Q 1— I - CD a. D inQZ OI- I-Z LeU- NZ • �W Q (n Q OC ~ O W r0m F- rn � i za Q�WOU) Oc% Q Zcn O J 00 Q Z O W ap Q W WOLi_ ct N Cr � O I oWL�O Z OO N NzOON � _m 1 0 N 0 LailQ ZZ U� m N Lail U�Ii W N ON M W O oZ �?o� vw � W Q3 Q �- 3-Q\ H1m d 3� in I Q ce N I w N W o N H Q N �W Z < �� �0�� z zce 001_� i� o �J cc F�jQ �ZOZ �U00 LTIZZ � II0 Q .-.o Og» �Q�=� .. I I II O N o� vJ z a c �N�U •NiZ H � zz N pz . o . 1 J '� `` 3!I za rn;C� d00�S i,� 0 0 0 w St�21b08>I0b8 *pr.x«... m m m N - — — - / Z R x LildHO Qp o Li W o 1\-�) v I �`\ / 3 (--71 I If � o �, a 1 ¢ o 0 c> -I I D 1• J 1:�1 F x 3 , Z I—o w o II1 I W 3 o m J .. db 1 0 0 Q N W I� o h o / Ni� 1/ '1\ �. O W O w ¢w �,�� = �`�J ''I N z 3 z 0 1 �. Q W O O o E W mr. Y o a a Q w W L—`I �[' I r11 iif.: o J O O w O I- ' ce �: -' Ir:p w I'- Z Y DN ULO • m U >' 1— II ' u II P I ce III —. Ilk / ,. m ci = o a I- wO ow U()U z- 0 ��[' I ' Ailk�� N O Z Ow J j] i .-. ▪ J O U U Li_ (n I N,III m 1 -.\ z `r • w a Y\_i�I) ��iiPO ▪ O CO Q� N � I El w U N lRf'1 Q9 o c� z Z I 0,�/i y .... 11 .z- l' w O cwi C,� 0 ��:... �all.,` w O , o O ce I'4� 4.�4�` \ U W ~ w `�f t `4`�` 0 RE i d' _I N d „id z W V�`�f" • IIII,,�� 1_jilu , LT,=Zm \!iiiri1::t �\ ��I1� II o w �i��i I iv/lLai I— N wwo<m r ON `: Y Z Z ci- — =pwp w OCy ZUZ m {`= J �aw=pOg� co vNUi3� Woo w�< w O C.)Ujo ..0nVAO3N Ev aw�m Q L.> ~ 0a e o 3z I—ix ct Qo Li_o oZ N W NW I--0 I* u1 Quotation Summary Tamarac Fire Rescue Braun Proposals 2020-09-17 15-43-11 Reference: Q000000001795 Rev:0 Opportunity: Tamarac Super Chief October 2020 Purchaser: Ten-8 Fire Equipment, Inc. Account: Tamarac Fire Rescue Contact: Cindy Morgan Contact: Jeffrey Lopez Address: 2904 59th Ave. Dr. East Shipping Address: Brandenton, FL USA Telephone: Currency: USD Quotation Date: 2020-08-03 Expiration: 2020-11-16 Sales Contact: Michael Day Factory Contact: Jarret Hammons Mobile: 3525725399 Mobile: 419-203-3805 Phone: Name Specifications Super Chief -76" Headroom -177"L Full Seam Welded Module Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 16 Rion Sales Options by Category KKK Change Notice Item Number Description - tom; 00-01-0001 GENERAL CONDITIONS 1.00 00-01-0019 BIDDER KKK-A-1822F CHANGE NOTICE 9 COMPLIANT 1.00 00-01-0020 BIDDER KKK-A-1822F CHANGE NOTICE 10 COMPLIANT 1.00 Bidder shall be: KKK-A 1822F Change Notice 10 compliant. 00-01-0022 BIDDER KKK-A-1822F CHANGE NOTICE 11 COMPLIANT 1.00 00-01-0023 BIDDER KKK-A-1822F CHANGE NOTICE 12 COMPLIANT 1.00 00-01-0026 FLORIDA SHERIFFS ASSOCIATION CONTRACT 1.00 This order does specify an FSA contract 80-10-0000 KKK-A-1822F COMPLIANCE PACKAGE 1.00 r:KK-A-"822F compliance sticker;electrical load analysis sticker,ana payioaa sticker shall be installed in the oxygen compartment,Any deviations from KKK-tk1822F shall '7e listed in the vehicle delivery packet with a notation or! the-cc-colonce sticker 00-01-0018 BIDDER KKK-A-1822F CHANGE NOTICE 8 COMPLIANT 1.00 Chassis 4 �' Quantity Description e r 00-01-0006 DYNAMIC SIDE IMPACT&ROLLOVER TESTS 1.00 15-00-0010 FUEL TANK-FULL UPON FACTORY RELEASE 1.00 The chassis fuel tank of the completed unit shall be full at time of release from the ambulance manufacturer's facility. 15-00-0091 FRONT BUMPER GUIDE POLES,AMBER LED LIGHT TIP 1.00 Install:Two(2)stainless steel bumper guide poles with amber LED light tips on sides of front bumper,one(1)each side/attached using stainless steel clamps. 20-10-0101 AIR RIDE SYSTEM,AUTOMATIC LOWERING FEATURE-OEM 1.00 OEM Air-Ride 20-10-0404 SECONDARY COMPRESSOR,MED DUTY CHASSIS 1.00 Medium Duty Chassis Only:the chassis equipped with a separate engine mounted compressor to provide air conditioning to the patient compartment. 20-10-0603 ENGINE BLOCK HEATER-OEM PLUG 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 17 un*17 L An engine block heater shall be included in the chassis with the 125 VAC power cord, y�°` located under the hood. 20-20-0252 HEAT SHIELDS,PROTECTIVE 1.00 Install:three(3)aluminized steel protective heat shields to the upper laterals above the exhaust system. 20-20-0277 HIGH IDLE SYSTEM,AUTOMATIC 1.00 An aftermarket auto high-idle system shall be provided on the chassis.The high-idle shall be programmed to activate when the transmission is placed in the park position and the parking brake is activated.The system will automatically go to high idle, but will adjust itself as needed for higher or lower idle. If the module heat or a/c is activated the high idle will be over ridden to 1500 rpm. 20-30-0212 M2-MIRRORS,WEST COAST HEATED-REMOTE 1.00 The chassis shall have OEM exterior mirrors.The mirrors shall be West coast bright finish heated mirrors with LH and RH remote,include 8" bright finish convex mirrors mounted under the primary mirrors. 20-30-0261 OEM AUTO-LOCK DISABLED(cab&module doors do not auto lock or unlock) 1.00 The OEM auto-lock feature will be disabled. 20-30-0402 TIRE PRESSURE MONITOR-PressurePro TPMS+Pulse 1.00 Install a Pressure Pro Pulse tire monitoring system.(Braun#24887) 20-40-0208 20 OEM WHEELS-WITH VALVE STEM EXTENSIONS-MED DUTY 1.00 Provide:OEM wheels and valve extensions;omit the Stainless Steel Wheel liners. 30-10-0030 BACKUP ALARM 1.00 Install: (OSHA approved)back up alarm with a disable control for silent backing, located on the MCC(master control console). 30-10-0392 LIGHT,MAP LIGHT VERTICAL LED 18" WITH FLEXIBLE NECK&RED/WHITE LED 1.00 Install 18"Vertical LED map light with flexible neck on the cab console. (LF18ES-LED) Braun#27554 30-10-0746 RUMBLER-FEDERAL SIGNAL SYSTEM/OPERATED VIA VISTA SCREEN/MECHANICAL 1.00 SWITCH Install a Federal Signal Rumbler system activated by both the Vista screen and a mechanical switch on the MCC. 30-25-0204 RUNNING BOARD-WHELEN 2 inch round-LED 1.00 Install: (1)pair of Whelen white TOCACCCR LED lights with black grommets,(1)each side,low on the module front,as running board lights,activated with the cab door switches. per dwg#1(Braun part#18105 Light and#18106 Grommet). 5R00020230 Install:four(4)Weldon#8080 dome lights with red/clear push on/off lenses int he 1.00 cab headliner,one(1)located above each seating position. SR00020231 Install(1)one Tecniq LED 4" E06-WSOR-1 in the center of the cab in the headliner. 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 18 (*.Aun SR00020235 Chassis to be a MY2022 Freightliner M2 Crew Cab 228"WB 4X2 Diesel engine.- 1.00 Cummins L9 270HP,800Ib/ft @ 1300 RPM-Allison EVS 3000 Transmission-Air Suspension,dual leveling valves-Red Dot 12v ac system in between front cab seats- Secondary AC compressor-Vertical Exhaust with chrome turnout-Batteries under cab in slide out-Front and Rear Sway Bars-Air Brakes-22.5"Aluminum Wheels-Dual Airhorns-HO Bostrum Sierra Air Seats with armrests,Vinyl-Painted Red FLNA 3225- Battery Switch SR00020265 Reference the attached console drawing for specific layout design.Custom console 1.00 with two extensions per drawing.lnstall 3.5"x 4" hole with standard vent on driver and passenger side of console. Locate on either side of large forward map slot.Add a tapping plate passenger side front face for a customer installed MDT computer mount.There should be at least 2.5"clearance between front console and OEM dash for computer mount.Use maximum length.Rear Portion of console will be placed over OEM ac in between front cab seats. Must be removable to access the ac system below. Must contain 2 cup holders SR00020284 Custom console to built and installed in the rear crew area between the two rear 1.00 seats.Console to be made as wide as possible and still allow the seat belt to be buckled.Should not stick out farther then the seats.Must include(2)cup holders and USB outlets. SR00020287 Fuel fill,def fill,and battery storage on drivers side.Storage area on the passenger 1.00 side,make as large as possible. Doors on the battery cabinet and additional storage compartment are to be watertight. SR00020288 2020 Super Chief Type I-177" Module-76" Interior Headroom 1.00 SR00020590 Hadley Dual round stutter tone air horns located on the chassis fenders.Air horns are 1.00 to be tied into the chassis air system.Air horns will be activated by a foot switches, one(1)on the driver's side and one(1)on the passenger's side floor. SR00020591 Install a Federal PA300MSC siren.Siren control head to be located on the MCC. 1.00 SR00020592 Install an electrical Federal EQ2B siren head in the cab console.To be the second 1.00 siren on this vehicle,lnstall a foot switch on passenger side to activate the EQ2B. SR00020595 Install(4)Federal Dynamax Siren speakers with"F"grille covers in the front bumper. 1.00 Two(2)speakers connected to the Federal PA300MSC siren and two(2)speakers connected to EQ2B Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 19 .Fun SR00020600 Battery switch to be installed on the floor between driver seat and door in a small 1.00 angled box. SR00020627 Install an engine hour meter in the driver side of cab console. 1.00 SR00025307 Chassis:three(3)Alliance Model 1131,Group 31,12 volt maintenance free 1900 CCA 1.00 threaded stud batteries. Battery storage with a slide out tray on the LH side under rear cab door. SR00025341 Install:Exterior cab step covers shall be constructed of diamond plate material/star 1.00 punched non-skid surface.LH side covers over the DEF tank area,with a flip down access panel to access the DEF tank. Electrical Item Number Description Quantity • -ONE(1)INTERIOR DUPLEX FRONT WALL CAS 1.00 One(1)2-wire+plus ground 125 VAC duplex outlet in the front wall cabinet. 12VAA101 OUTLET,12VDC-ONE(1)-LEFT WALL PRIMARY ACTION AREA 1.00 One(1) 12 VDC power point outlet shall be installed in the street side wall in the primary action area.The outlet shall be labeled,"12 VDC". A Schottky diode medical isolator shall be provided to protect the 12 VDC outlet. 12VIF201 OUTLET,12VDC-ONE(1)FRONT WALL-CABINET 1.00 One(1) 12 VDC power point outlet shall be installed in the patient compartment,in the front wall cabinet.The outlet shall be labeled, "12 VDC".A Schottky diode medical isolator shall be provided to protect the 12 VDC outlet. 30-06-0004 ELECTRICAL SYSTEM-WELDON V-MUX,MICRO PROCESSOR BASED 1.00 Install:Weldon V-MUX 100%solid state microprocessor based multiplex system. 30-06-0010 VISTA IV MCC-PUSH BUTTON 1.00 Install:Weldon V-MUX Vista IV interface module/display screen in the cab,operated through the use of push buttons. 30-06-0015 VISTA IV ACP-PUSH BUTTON 1.00 Install:Weldon V-MUX Vista IV interface module/display screen mounted on an angled flip-down panel with chrome lever latches,in the patient compartment ACP area. 30-06-0026 WARNING DISPLAY-MULTIPLEX ELECTRICAL SYSTEM 1.00 Install:digital warning display integrated into the cab display console,programmed through the multiplex system to provide visual and audible indication. 30-06-0050 DAYTIME RUNNING LAMPS-MULTIPLEX ELECTRICAL SYSTEM 1.00 Headlights activated at 30%intensity,for day time operation,when transmission is placed in drive. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 20 I<3Iun 30-06-0076 MASTER CONTROL CONSOLE(MCC)-MULTIPLEX ELECTRICAL SYSTEM 1.00 Floor mounted Master Control Console(MCC)located in the cab, housing siren,color microprocessor display screen,controlling all the Emergency Warning functions, Patient Compartment lighting and module heat/ac functions. 30-06-0101 ATTENDANT CONTROL PANEL(ACP)-MULTIPLEX ELECTRICAL SYSTEM 1.00 Attendant Control Panel(ACP)contains a color micro processor screen,controls all equipment installed in the patient compartment. 30-06-0126 ELECTRICAL COMPARTMENT(PDQ)-MULTIPLEX ELECTRICAL SYSTEM 1.00 Electrical compartment/hinged door w/(2)chrome locking lever latches/located on the partition wall behind the attendant seat. 30-06-0150 SPARE CIRCUIT-MULTIPLEX ELECTRICAL SYSTEM 1.00 Provide(1)spare 15 amp circuit. 30-06-0175 WIRING HARNESS CONNECTORS-MULTIPLEX ELECTRICAL SYSTEM 1.00 Connect all wiring harnesses via quick connect circular plug connectors. 30-06-0201 RADIO TIE-IN POINT-(1)12V/40 AMP-CAB CONSOLE AREA 1.00 Install:One(1)set of 12 volt/40 amp radio tie-in points in the cab console:one(1) Battery Hot,one(1)Ignition Hot,and one(1) "Grounded"junction stud rated for a maximum of 80 amps. 30-06-0202 RADIO TIE-IN POINT-(1)12V/40 AMP-PATIENT COMPARTMENT 1.00 One(1)set of 12 volt/40 amp radio tie-in points shall be installed in the patient compartment attendant control panel area of the unit. The set shall include one(1) "Battery Hot",one(1)"Ignition Hot",and one(1)"Grounded"junction stud rated for a maximum of 80 amps. 30-06-0203 RADIO TIE-IN POINT-(1)12V/40 AMP-PDQ 1.00 Mount:(1)set of 1: (1) "Battery Hot',or e(t for a maximum of PO: '''.; 30-06-0225 EMERGENCY MASTER SWITCH-MULTIPLEX ELECTRICAL SYSTEM 1.00 Supply:A single emergency master switch for activating all the emergency warning lights on the master control console screen,emergency master switch will activate the module power automatically,include an Emergency Master Menu button to allow access to individual warning light functions. 30-06-0250 CONTROL PANEL SWITCHES-MULTIPLEX ELECTRICAL SYSTEM 1.00 Switches on the master control console and attendant control panel screens shall have dimmable perimeter backlighting. 30-06-0275 MODULE POWER SWITCH-MULTIPLEX ELECTRICAL SYSTEM 1.00 Provide:A module power switch for the electrical system on both the Master Control Console and the Attendant Control Panel screens. 30-06-0285 MODULE DISCONNECT-MULTIPLEX ELECTRICAL SYSTEM 1.00 Install: In-Power disconnect to keep the module power switch engaged,after the ignition is switched to the"off" position. 30-06-0300 VOLTMETER-MULTIPLEX ELECTRICAL SYSTEM 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 21 faun Provide:(1)digital voltmeter on the master control console screen. 30-06-0325 FLASHER-MULTIPLEX ELECTRICAL SYSTEM 1.00 Provide:Flasher within and programmed by the multiplex electrical system. 30-06-0350 FLASHING HEADLIGHTS-MULTIPLEX ELECTRICAL SYSTEM 1.00 Headlights(high beams)shall be programmed through the multiplex system to alternate flash(wig-wag). 30-06-0375 PARK OVERRIDE-MULTIPLEX ELECTRICAL SYSTEM 1.00 Park override switch on the master control console screen,reactivates all lights disabled when the transmission is placed in the neutral/park position. 30-06-0400 LOAD MANAGER-SEQUENTIAL SWITCHING SYSTEM-MULTIPLEX ELECTRIC SYSTEM 1.00 Load manager-sequential switching system controlled by the microprocessor based electrical system:emergency master button shall control the sequential switching of the emergency lights and/or other warning devices,load manager shall automatically shed non-critical electrical loads during low voltage conditions. 30-06-0450 FRONT CLEAR DISABLE SWITCH-MULTIPLEX ELECTRICAL SYSTEM 1.00 Activation of the switch on the master control console screen to disable all forward facing clear warning lights. 30-06-0475 CURBSIDE SCENE LIGHTS ON WITH CURBSIDE DOOR 1.00 The Curbside scene lights:programmed to activate when the Curbside door is in the open position. 30-06-0500 REAR SCENE LIGHTS ON WITH REAR DOORS OPEN 1.00 Rear scene lights programmed to activate when the rear doors are in the open position. 30-06-0525 DISABLE SWITCH FOR REAR SCENE LIGHTS-MULTIPLEX ELECTRICAL SYSTEM 1.00 A disable switch shall be installed at the rear door area to disable the rear scene lights. 30-06-0550 DISABLE SWITCH FOR SIDE SCENE LIGHTS-MULTIPLEX ELECTRICAL SYSTEM 1.00 A disable switch shall be installed at the curbside door area to disable the curbside scene lights. 30-06-0575 REVERSE-TRANSMISSION-FUNCTIONS-MULTIPLEX ELECTRICAL SYSTEM 1.00 System programmed to provide activation for: rear outboard warning lights, rear side warning lights,rear scene lights,the rear side scene lights-when the transmission selector lever is placed into"reverse"position. 30-10-0050 BATTERY CONVERTER-CHARGER 1.00 Connect to Shoreline inlet: Progressive Dynamics#PD9245C,45 amp, 125 VAC to 13.6 VDC converter,capable of maintaining the batteries when plugged in. 30-10-0071 CAMERA REAR VIEW-SINGLE SYSTEM-VISTA SCREEN 1.00 Install:camera system rear view,tied to M-Tech display screen. Per Dwg#2 30-10-0079 CAMERAS,TWO(2)SIDE VIEW,STREETSIDE LEFT&CURBSIDE RIGHT,120 DEGREES 1.00 ANGLE ,r r. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 22 Aun Install(2)camera systems,street side exterior-left side view,and curb side exterior- right side view,Tied to M-Tech display screen. 30-10-0090 BATTERY VOLTAGE INDICATOR LIGHT-KUSSMAUL-LED BAR GRAPH 1.00 Light Indicator-(Kussmaul-bar graph type)voltage indicator light on module near the shoreline inlet. See dwg#3(Accurate battery Voltage read out is obtained when the vehicle is not started and shoreline is disconnected) 30-10-0110 ELECTRICAL CIRCUITS 1.00 All electrical circuits:shall have wiring and circuit protection suitable to the demand and must meet the national electric code(NEC)wiring requirements,added on wiring (18 GA through 10 GA)color coded and stamped with code numbers for easy identification,SLY high temperature thermoplastic cross link wire used.SGX insulated cable used for all under hood/underbody battery and charging system cable. High temperature(375°f)thermoplastic loom used on all harnesses. 30-10-0190 GROUND FAULT CIRCUIT INTERRUPTER-GFCI 1.00 Install:A 125 VAC,20 AMP circuit breaker with ground fault circuit interrupter(GFCI) electronic ground leakage detection in the load center for the shoreline circuit. 30-10-0295 LIGHT,ATTENDANT CONTROL PANEL AREA-LED-WARM WHITE/RED COMBO 1.00 A Tecniq Silho-X 2.75" round warm white/red combo LED light with SS trim ring,shall be mounted above the left wall forward action area counter. The light shall be operated through the a button on the ACP Vista screen labeled "Attendant Light". (Braun#27230) 30-10-0310 UGHT,LED ELECTRICAL COMPARTMENT-PDQ 1.00 A 12 VDC light shall be located in the PDQ. The light shall be wired"battery-hot"to activate when the PDQ door is in the open position. The light shall be off when the door is in the closed position. 30-10-0418 LIGHTS,OSS COMPARTMENTS-RIDGEBACK LED STRIP LIGHTING 1.00 Install: Each STD outside storage compartment Ridgeback LED strip lighting located one each side of the door opening,activated by a magnetic switch,excluding battery compartment. Lengths dependent on OSS dimensions. 30-10-0585 USB-DUAL OUTLET,ONE(1)INTERIOR LOCATED ON CONSOLE 1.00 Install:(1)dual USB port outlet,5 volt/2.1 amp,in the vehicle, located on the Master Control Console in the cab. 30-10-0901 SYSTEM ACTIVE AND CHECK OUT LIGHTS-15 MINUTES 1.00 Switch:located at the curb and rear entry doors for activation of the V-MUX electrical system,check out light switch located at the curb and rear doors for activation of the left LED angled lights prior to entering the module,system programmed to shut down automatically after 15 minutes unless the ignition is on,user adjustable. 30-11-0106 LIGHTS,DOME LED(8)WHELEN SUPER LED 1.00 Eight(8)Whelen#LED(8000EHCR)dome lights,shall be installed.See dwg#9 30-11-0155 LIGHTS,DELETE LIGHTS ON PANEL STREETSIDE-ANGLED 1.00 Delete/omit lights on interior Streetside angled panel. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 23 *Run] 30-11-0156 LIGHTS,DELETE LIGHTS ON PANEL CURBSIDE ANGLED 1.00 Delete/Omit lights on angled panel,Curbside interior. SR00026423 Install one(1)12VDC outlet on front passenger side of the console,facing forward. 1.00 USBAA101 OUTLET,USB-ONE(1)DUAL-PRIMARY ACTION AREA 1.00 One(1)dual USB port outlets,5 volt/2.1 amp,shall be installed in the vehicle, located on the streetside primary action area in the patient compartment. SR00020597 Kussmaul#091-9-12v Auto air pump to be tied into chassis air system and installed 1.00 in OSS#1A. SR00020598 Install a prewire 12 volt and ground stud in the ceiling in the rear of the module and 1.00 cover with an access plate.Wire battery hot.This is for a future install of a DVD system.Per dwg#9 SR00020620 Two(2)2-wire+plus ground 125 VAC duplex outlets in the street side wall in the 1.00 primary action area. SR00020621 Install one(1)125 VAC outlet in the lower curbside wall between the two(2)squad 1.00 bench seats. SR00020622 Install two(2)additional dual USB ports.One(1)to be installed in the lower front 1.00 wall cabinet#2 per dwg#7.One(1)to be installed on the front passenger side,facing forward on the console. SR00020624 Install two(2)Kussmaul 20 AMP auto ejects with red covers.One(1)shoreline inlet 1.00 for outlets/chargers and one(1)shoreline inlet for rooftop AC unit. SR00020625 Install one(1)inverter status panel in the primary action are per dwg#5. 1.00 SR00020628 Install a Rosco Vision Back-up Safety system.System to be installed rear bumper 1.00 edge and have four(4)sensors.To be tied to the M-Tech display screen. SR00020632 Install a Dometic Penguin 110V roof-mounted AC unit with a protective cover,center 1.00 of patient compartment.Cover to be as low-profile as possible.Wire to the second shoreline. SR00020633 Three(3)antenna bases with attached coax cables shall be installed on the cab roof. 1.00 The coax cables shall terminate from the cab roof to the radio compartment. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 24 WRyn SR00020640 Install:One(1)set of 12 volt/40amp radio tie-in points shall be installed in the cab 1.00 behind the driver's seat.Shall include one(1)"Battery Hot",one(1)"Ignition Hot", and one(1)"Grounded"250 amp junction stud. SR00020641 Install(3)Customer supplied radio cables.(2)Radio cabinet to action area(1)Radio 1.00 Cabinet to cab consolelnstall a radio cable wire conduit from the cab console to the action area.Supply a radio cable pull wire in the above location. SR00020642 Braun is to do radio cut outs only for customer installed radios.One(1)cut out for a 1.00 Motorola APX6500 on the cab console.On the fiat panel in the action area next to the firecom shall be two(2)cut outs,one(1)for a Motorola APX6500 and one(1)for a Motorola PM1500. 5R00020643 5100D Digital Intercom 1 Radio Firecom GA(1)110-5136-30 Mr-52X Motorola,4ft 1.00 Motorola XTL 5000(!)WB505R Wireless Base Station 5-User Radio Transmit (1)UHW505 Radio Transmit UH,DECT7 Head(5)520-0676-00 Hanger Hook for Headset Black(5)DRIVER AND PASSENGER CAB ROOFREAR CREW AREA,CENTERED OVERHEAD 2ACTION AREAHEAD OF BENCH WALLEACH LOCATION SHALL HAVE POWER FOR CHARGING OF THE HEADSET. SR00025501 Install:Two(2)Allied VCC green mini neon indicator lights,one(1)above each 1.00 shoreline inlet.See dwg#3 SR00025703 Install:Vanner 20-1000tu1.2,1050 watt inverter,with remote switch in OSS#1A(non- 1.00 hardwired) Exterior = Item Number Description Quantity 31 1. ' `WARNING LIGHTS FLASH PATTERN,COMET FLASH 75 1.00 The flash pattern for the vehicle warning lights:Comet Flash 75. 30-10-1007 BRAKE OVERRIDE NOT REQUIRED 1.00 Brake override not required. 30-25-0123 LIGHTS,ICC/LED CLEARANCE-ON MODULE REAR-TECNIQ 1.00 Install:(5)red TECNIQ LED(S33-RR00-1)clearance/ICC lights on the rear of the module near the roof line per dwg#2. 30-27-1102 LIGHTS,ICC/LED CLEARANCE-ON MODULE SIDE-TECNIQ 1.00 Install:(2)Tecniq(S330)red mini LED marker lights,(1) red on each side at rear of the vehicle,flash with turn signal, per Dwg#3 and#4. COIorLENS COLORED LENSES ON ALL WARNING LIGHTS 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 25 Aun FILO7F0002 ''- LIGHTS FRONT INTERSECTION-2 WHELEN 700 LED 1.00 Two(2)Whelen 700 series super LED warning lights,with chrome flanges and water- proof connectors,shall be mounted on the front chassis fenders,one(1)on each side. The lights shall operate from a switch on the master control console labeled "Flashers".NOTE:When vehicle is placed in park,the override switch must be on for intersection light(s)to remain on. FILCLR1R FRONT INTERSECTION LIGHT LOCATION 1-RED 1.00 The warning light located on front of the chassis fender in location 1 shall be red. FILCLR2R FRONT INTERSECTION LIGHT LOCATION 2-RED 1.00 The warning light located on front of the chassis fender in location 2 shall be red. FWL090002 LIGHTS FRONT MODULE-2 WHELEN 900 SUPER LED 1.00 Two(2)Whelen 900 series super LED warning lights with chrome bezels shall be installed on the module front. The lights shall operate from a switch on the master control console,labeled"Flashers". FWLCLR1R FRONT WARNING LIGHT LOCATION 1-RED 1.00 The warning light located on the upper front of the module in location 1 shall be red. FWLCLR2R FRONT WARNING LIGHT LOCATION 2-RED 1.00 The warning light located on the upper front of the module in location 2 shall be red. GWL070002 LIGHTS GRILLE-2 WHELEN 700 SUPER LED 1.00 Two(2)Whelen 700 series super LED warning lights,with waterproof connectors shall be installed the grille area of the chassis.The lights shall operate from a switch on the master control console labeled"Flashers". GWLCLR1R GRILL WARNING LIGHT LOCATION 1-RED 1.00 The warning light located on the grill in location 1 shall be red. GWLCLR2R GRILL WARNING LIGHT LOCATION 2-RED 1.00 The warning light located on the grill in location 2 shall be red. RCL070001 LIGHTS REAR MODULE,UPPER CENTER-1 WHELEN 700 LED 1.00 One(1)Whelen 700 series super LED warning light with chrome bezels shall be installed on the upper rear of the module,center location. The lights shall operate from a switch on the master control console, labeled"Flashers". RCLCLR1A REAR CENTER MODULE LIGHT LOCATION 1-AMBER 1.00 The warning light located on upper rear of the module in the center location shall be amber. RIL070002 LIGHTS INTERSECTION REAR-2 WHELEN 700 LED 1.00 Two(2)Whelen 700 series super LED warning lights with,chrome flanges and water- proof connectors,shall be installed above the rear wheel wells,one(1)on each side. These lights shall operate from a switch on the master control console screen labeled "Flashers".NOTE:When vehicle is placed in park,the override switch must be on for Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 26 Id intersection light(s)to remain on. RILCLR1R REAR INTERSECTION LIGHT LOCATION 1-RED 1.00 The warning light located on above the rear wheel well at location 1 shall be red. RILCLR2R REAR INTERSECTION LIGHT LOCATION 2-RED 1.00 The warning light located on above the rear wheel well at location 2 shall be red. ROL090002 LIGHTS REAR MODULE,UPPER OUTER-2 WHELEN 900 LED 1.00 Two(2)Whelen 900 series super LED warning light with chrome bezels shall be installed on the upper rear of the module,in the outer location.The lights shall operate from a switch on the master control console,labeled"Flashers". ROLCLR1R REAR OUTER MODULE LIGHT LOCATION 1-RED 1.00 The warning light located on upper rear of the module,in outer location 1 shall be red. ROLCLR2R REAR OUTER MODULE LIGHT LOCATION 2-RED 1.00 The warning light located on upper rear of the module,in outer location 2 shall be red. R5090002 LIGHTS REAR SCENE-2 WHELEN 900 24 DIODE LED 1.00 Two(2)Whelen 900 Series super LED scene/load lights with chrome bezels shall be installed on the upper rear of the module. The lights shall operate from a switch on the master control console,labeled"Rear Scene Lights". SS090004 LIGHTS SIDE SCENE-4 WHELEN 900 24 DIODE LED 1.00 Four(4)Whelen 900 series 24 Diode LED scene lights with chrome flanges shall be installed,two(2)each module side.Streetside shall have one(1)scene light inboard of the module rear warning light,and one(1)scene light inboard of the module front warning light.Curbside shall have one(1)scene light inboard of the module rear warning light,and one(1)scene light below front warning light. These lights shall operate from switches on the master control console labeled"Left Scene Light"and "Right Scene Light". SSPFH2A002 LIGHTS,SIDE MODULE FLOOD(2)-WHELEN PIONEER PLUS LED DUAL(PFH2) 1.00 Two(2)Whelen Pioneer Plus LED(PFH2)dual lamp floodlights with(PBH203)chrome trim ring shall be installed,one(1)each module side in the center position. These lights shall operate from switches on the master control console labeled"Left Flood" and"Right Flood". STRPTRN STRAIGHT PATTERN WARNING LIGHTS 1.00 The front warning lights will be aligned in a straight pattern across the module. SWL090004 LIGHTS SIDE WARNING-4 WHELEN 900 SUPER LED 1.00 Four(4)Whelen 900 series super LED warning lights with chrome flanges shall be installed,two(2)each module side.Streetside shall have one(1)warning light outboard of the side module rear scene light,and one(1)warning light outboard of the module front scene light.Curbside shall have one(1)warning light outboard of the side module rear scene light,and one(1)warning light outboard of the module front scene light.These lights shall operate from a switch on the master control console labeled "Flashers". SWLCLR1R SIDE WARNING LIGHT LOCATION 1-RED 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 27 Run The warning light located on side of the module,in outer location 1 shall be red. SWLCLR2R SIDE WARNING LIGHT LOCATION 2-RED 1.00 The warning light located on side of the module,in outer location 2 shall be red. SWLCLR3R SIDE WARNING LIGHT LOCATION 3-RED 1.00 The warning light located on side of the module, in outer location 3 shall be red. SWLCLR4R SIDE WARNING LIGHT LOCATION 4-RED 1.00 The warning light located on side of the module,in outer location 4 shall be red. 5R00020256 Install a Whelen 60"Freedom IV LED lightbar with clear lenses to be mounted on the 1.00 cab roof.Four(4)red/white corner LED,one(1)alley light on each end,and ten(10) forward-facing LED(Red/White/TD/Red/White/White/Red/TD/White/Red) SR00020291 Install:One(1)license plate holder with light and recessed into the rear of the 1.00 module.The license plate has been moved to the right from the standard location due to the brake and back-up lights being installed in the kickplate.Located per dwg #2. SR00020587 (5)Clusters of(4)Tecniq D21 lights with stainless steel trim on each side. Lights to 1.00 alternate R/A/R/A/R.Amber lights to flash with turn signals.Lower red light on each side to override as brake.All lights to flash as warning,randomly. SR00020588 Install(4)Red Whelen WION led lights with clear lens and chrome bezel.One(1)on 1.00 each side of chassis,between front and rear doors per dwg#3 and#4 and one(1)on each side of rear body,above brake/back up light per dwg#2. SR00020589 Install four(4) Whelen#OSROOFCR red LED lights with clear lens to steady burn on 1.00 the lower inner panel of each cab door and active with the cab door open circuit.lnstall lights as far outboard as possible. SR00020631 Install a Black Golight Stryker LED spotlight on a painted black pedastal behind the 1.00 chassis lightbar.Control to be installed on the overhead panel in the center so the driver and passenger can operate. SR00025946 Install:Two(2)amber Tecniq LED(S33-AAoo-1)clearance/ICC lights on the module 1.00 near the roof line per dwg#1. 5R00025948 Install:One(1)pair each of Whelen 600 series LED stop/tail lights,turn lights,and 1.00 LED MINIMUM intensity back-up lights with chrome bezels on rear of the module. The turn lights will be located on the rear of the module.The back-up and brake lights will be installed on the kickplate. Per dwg#2. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 28 Aun Module Features/Exterior . Number Descri•tion Quantity 39-00-0001 MODULE BODY CONSTRUCTION-SEAMLESS 1.00 Module:fabricated entirely of parts cut and formed from .125"(minimum)thickness 5052-H32 flat aluminum sheet stock,using CNC machines capable of.0004" repeatability. This is the only alloy that may be used for body parts that are welded together.Roll-cage type interior super-structure,aluminum partition and module welded together into a single unit,roof designed with a minimum 1.5"crown to facilitate water run off.Floor,roof,sides,all exterior doors fabricated from .125" (minimum)thick flat aluminum sheet stock,exterior joints between the roof and side components continuous full seam welded the entire length of the module. All exterior body panel joints continuous full seam welded.No VHB bonding tape or other adhesives used in the construction of the ambulance module. 39-00-0002 SOLE SOURCE MODULE BODY CONSTRUCTION 1.00 39-00-0005 AWS ALUMINUM CERTIFIED WELDERS 1.00 39-10-0003 CONNECTIONS,MODULE 1.00 Bolt:to the chassis frame rail with(12)5/8"-11 grade 8 bolts through OEM rubber insulating spacers installed on outriggers at twelve(12)separate locations(six each frame rail),providing noise insulation and easy removal for chassis replacement, mounting bolts to be properly torqued and secured with locktite,system used for fastening the module to the frame to be that approved by the chassis manufacturer. 40-00-0009 ALUMINUM PARTS-MODULE EXTERIOR 1.00 All unpainted exterior aluminum parts to be bright dip anodized after fabrication to retain the finish and increase corrosion resistance. 40-00-0010 CORROSION MINIMIZATION-MODULE 1.00 All module contact with dissimilar metals to be minimized with the use of nylon screw- hole inserts to prevent fastener contact with the module body,nylon hinge strips, ceramic coated stainless steel hinge bolts,and ECK brand corrosion inhibitor spray. 40-00-0019 DOOR SKINS,OUTSIDE STORAGE COMPARTMENTS-DIAMOND PLATE INTERIOR 1.00 SKINS Interior door skins for all outside storage compartments constructed of.063"thick aluminum diamond plate. 40-00-0020 DOOR CONSTRUCTION-GASKET PLACEMENT 1.00 All exterior hinged module doors to be constructed in an inverted pan-formed design, constructed from .125"thick 5052-H32 flat sheet aluminum,exterior door skin to be constructed of.190"thick aluminum and welded to the pan.Door gaskets to be attached to the interior side of the door skin,gaskets attached to interior door frames are not satisfactory and willnot be accepted. 40-00-0030 EXTERIOR COMPARTMENTS DESIGN 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 29 , Aun All exterior compartments include:sound absorbing slip resistant polyurethane material sprayed on the inside of all compartments and compartment shelving,slide out trays and closeouts,baffled seep holes provided to prevent water from splashing or seeping into the exterior compartments,full-length,two-way adjustable,stainless steel hinges on all exterior compartment doors with 3/16"stainless steel hinge pins, compartment doors installed,flush with the module body,when double doors are provided,each door to have exterior handle, but only the forward door lockable, rearward door is secured when forward door is locked),all exterior compartments and passage doors keyed alike,lockable Eberhard"free-floating"type chrome plated handles with rotary locks. gasket installed under each handle to protect the paint, drip rails installed above all exterior compartment doors. 40-00-0050 EXTERIOR COMPARTMENTS,VENTING 1.00 (9)square inches(minimum)of venting inside#1,#2,#3,&#4 exterior storage compartments to provide for easier closure of the compartment doors. 40-00-0055 EXTERIOR COMPARTMENTS,VENTING-OXYGEN STORAGE 1.00 (9)square inches(minimum)of venting provided in the exterior oxygen storage compartment,to dissipate any leaking oxygen gas. 40-00-0060 EXTERIOR COMPARTMENTS-SWEEP-OUT 1.00 Exterior module compartments:a sweep-out design to aid in facilitation of the purchaser's routine care and cleaning of the vehicle.All exterior compartment floors, with the exception of the front ALS compartment to be constructed to be flush with the bottom door frame. 40-00-0070 HANDLES,EBERHARD-CHROME FREE FLOATING TYPE 1.00 Install:Eberhard#EMC-1-2110 chrome"free-floating"handles on each exterior module door,large enough to accommodate a gloved hand. 40-00-0080 INSULATION-POLYURETHANE SPRAY FOAM 1.00 The walls,ceiling,passage doors,outside storage doors,the entire underside of the module floor(except for mounting pads),the underside of the outside storage compartments,the wheel wells,and the underside of the curbside step area shall be completely foam-in-place insulated with nominal 3/4"thick sprayed on Class I, urethane foam for thermal and acoustical insulation.The insulation shall comply with FMVSS#302 flame spread requirements.The underside of the body shall be properly prepared to ensure adhesion before the spray insulation is applied. 40-00-0082 SOUND DEADENING PACKAGE 1.00 Apply:audioguard acoustic coating-entire floor,left wall,ceiling, left and right panels forward of the partition to be covered at the manufacturers recommended thickness. 40-00-0085 COATING,CERAMIC THERMAL 1.00 Apply:Temp-Coat ceramic thermal barrier coating to the interior of the module roof after the spray foam application,to meet or exceed the manufacturers recommended thickness. 40-00-0091 THRESHOLD,STAINLESS STEEL-ALL O55 STORAGE COMPARTMENTS 1.00 Each exterior storage compartment with a hinged door:stainless steel lower threshold at the door opening to protect the paint. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 30 AUnj 40-10-0030 DOCK BUMPERS,REAR 1.00 Install rear dock bumpers. 40-10-0046 DOOR HINGED-MODULE CURBSIDE PASSAGE 1.00 Install hinged curb door. 40-10-0083 DOORS-REAR PASSAGE 1.00 A 49.00"wide x 59" high rear door opening to be in patient compartment,doors to be flush without a protruding flange or lip, right rear passage door to have lockable, chrome exteriorhandle,left rear door to have a non-locking,chrome exterior handle. 40-10-0104 FENDERETTES-RUBBER 1.00 Install:Black Rubber Fenderettes around rear wheel well openings. 40-10-0119 HOLD-OPEN-REAR DOORS-GRABBERS 1.00 Install:door grabbers(1 pair)with hard rubber inserts on rear doors. 40-10-0130 EMERGENCY RELEASE LEVER,EXPOSED,REAR PATIENT PASSAGE DOORS 1.00 Install:emergency release lever with ball knob attached to each rear passage door latch,operated with sliding motion within slotted track, located towards edge of door frame. 40-10-0151 SWITCH DOOR UNLOCK,WATERPROOF-HIDDEN IN FRONT GRILLE AREA 1.00 Install:exterior hidden door unlock switch in grill area. 40-10-0204 MUD FLAPS,REAR-BLACK RUBBER FIBERGLASS REINFORCED-THREE COLOR 1.00 Install: black rubber,fiberglass reinforced mud flaps with a minimum 1/4"thickness bolted to underside of module behind rear wheels,to provide adequate coverage of ear dual wheels of the chassis, mud flaps to be(3)color with the bidder's logo. 40-10-0266 REAR STEP/BUMPER-FLIP-UP CENTER SECTION-STAR PUNCHED AND ANODIZED 1.00 Affix:rear bumper to chassis frame,to be constructed with a hinged center section,(2) steel braces to secure step to chassis frame,outer 17"on each end of bumper constructed from heavy gauge stamped polished stainless steel bumper parts,to provide smooth rounded corners,step constructed of star punched .125"thick aluminum diamond plate,(2)rear LED step illumination lights provided.All diamond plate surfaces to be bright dip anodized,strip of black PVC installed on face of step. 40-10-0283 RUB RAILS,ANODIZED ALUMINUM,"C"CHANNEL 1.00 40-10-0321 STEPWELL,CURBSIDE DOORWAY-MID LEVEL STEP 1.00 40-10-0340 STONE GUARDS,MOD FRNT-ANODIZED DIAMOND PLATE 1.00 Install: bright dip anodized aluminum diamond plate stone guards on module front,(1) each side. 40-10-0360 KICKPLATE/THRESHOLD,REAR DOORWAY-ANODIZED DIAMOND PLATE 1.00 Install:bright dip anodized aluminum diamond plate kick plate at the rear exterior doorway, providing a kick/scuff plate at rear of the vehicle above rear step,per dwg# 2. 40-10-0381 TOW HOOKS,MODULE REAR 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 31 iu( „....i Secure:fasten(2)tow hooks in rear step area to rear step braces. 40-ID :,,' WINDOWS,PASSAGE DOOR-(CURB SLIDING,REAR SLIDING) 1.00 Install sliding windows with screens in rear doors. Curbside passage door to have openable(sliding)window with removable screen,each �,y rear passage door to have openable(sliding)window with removable screen,distance `, v between rear window,glass not to exceed 6",windows to have 69%dark tint,and • q secured with black oxide coated fasteners,warning lights not blocked from view when ' curbside or rear doors are open. OS2SHELF1 OSS#2-SHELF ONE(1)ADJUSTABLE WITH TRACK 1.00 Outside storage compartment#2 shall contain one(1)adjustbable shelf with track. OS4BB OSS#4-BACKBOARD-SCOOP STRETCHER STORAGE 1.00 Compartment#4 shall provide storage for backboards and a scoop stretcher. OS4DIV1 OSS#4-FIXED DIVIDER 1.00 One(1)fixed divider with sprayed on polyurethane material installed in outside storage compartment#4 per dwg.#4. SR00020289 Install 24"high aluminum diamond plate rear corner guards.Guards shall butt-up 1.00 against the top of the kick plate. SR00020290 ACCESS STEP MANUAL:#MPOS-24.ZlAMATIC MANUAL QUIC-STEP#MPOS-24,24"W 1.00 X 9.5"D NON-SKID STEPPING SURFACE.STATIC LOAD OF 500LBS(NFPA)COMPLIANT. Install mud flaps on all three sides of the step to help the road grime from hitting the step. SR00020292 Install a compartment through the center of the rear riser per drawing 1.00 #2.Compartment to be as large as possible,and will include a hinge down door with a vertical strap with(2)chrome locking lever latches.Include a door open sensor for VMUX warning. SR00020293 Install three(3)SCBA storage tubes with CPI access doors.Two(2)are located on the 1.00 streetside per dwg#3 and one(1)located on the curbside per dwg#4.(Install strap and footman loops for door hold opens)Install ribbed rubber matting in the bottoms of the bottle storage tubes.Glue the rubber matting down so it will not slide out when the bottles are removed. SR00020299 OSS#1 has been modified(height)and to be built per dwg#3 dimensions.Zico 1.00 hydraulic oxygen lift for"M"tank.Compartment 21.75d above the oxygen bracket. One(1)adjustable shelf with track. Hinged door with louvers on lower portion of the door with a locking handle. SR00020300 Install an additional OSS#1A compartment that is to be built per dwg#3 dimensions. 1.00 Compartment will house misc electrical,inverter,charger,suction pump.Door will be vented. Document No.and Level:BPES-P-896-200A/Level I This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 32 wun SR00020312 OSS#2 has been modified(height and width)and to be built per dwg#3 dimensions. 1.00 Hinged double doors with locking handles. SR00020325 OSS#3 has been modified(height and width)and to be built per dwg#3 dimensions. 1.00 Two(2)adjustable shelves with track. Double hinged doors with locking handles. SR00020327 OSS#4 has been modified(height)and to be built per dwg#4 dimensions.Split 1.00 compartments#4A and#413.#4A,rear of the divider,a fixed shelf to be 10"off the compartment floor with backboard/scoop storage above the shelf.#413,forward of the divider,a fixed shelf 40"off the compartment floor with stair chair storage below _.., the sheef. SR00020328 OSS#5 has been modified(height)and to be built per dwg#4 dimensions.Three(3) 1.00 '1 adjustable shelves with track,with one(1)shelf as a divider between the interior cabinets.Inside/outside access.Hinged door with a locking handle. SR00020329 Install an additional OSS#6 slide-out drawer to be built per dwg#4 dimensions. 1.00 Drawer to have a locking handle. SR00020330 Install black turtle tile on the floor and shelving of all exterior compartments.To 1.00 include tapered edge trim pieces where applicable. SR00020337 Ship loose three(3)painted 12 X 12 placards and holders. Paint FLNA 3225 red. 1.00 SR00020596 Install Red Tecniq D21 strip lights on the interior of all passage and rear facing O55 1.00 compartment doors.Two(2)curbside entry door,one(1)on top and one(1)on bottom.Two(2)on the rear doors,one(1)on each door towards the top.One(1) each top portion of rear entry doors.One(1)on upper portion of OSS#1,2,3,4,and 5.Total of 9 lights.lights to power with battery switch,regardless of warning mode. SR00026044 The module sides are to be lowered 4.25"on both sides. 1.00 SR00026045 Install:power door locks on module passage doors,and(6)OSS compartments 1.00 (except#1A),use OEM key fobs. SR00026078 Install:Zico hydraulic oxygen tank lift,mounted in OSS#1 1.00 SR00026198 Three(3)Zico SCBA KD-UH-6-SF(#23891)holders shall be provided and installed in 1.00 OSS#2.Center on the back wall of the compartment. See dwg#3. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 33 (*),RM Module Interior j Put nttommpa tment Item Number Description Quantity 50-00-0202 ROUNDED INTERIOR CORNERS ` 1.00 Interior vertical edges: rounded/padded corners in the following locations:forward and aft edges of the CPR seat,the wall at the aft end of the squad bench,the partition opening cabinet edges and the upper front wall cabinet. 50-01-0408 LATCHES,CABINET,CN10 COMPLIANT AS APPLICABLE 1.00 The ACP(attendant control panel)door,the PDQ(power distribution quarters)door, and the radio cabinet door shall be secured with chrome locking lever latches/all remaining interior hinged cabinet doors with center squeeze latches/All interior drawers with locking flush pull latches. 50-10-0229 LEFT WALL-ATTENDANT CONTROL PANEL-HINGED PANEL ANGLED WITH FLAT AREA 1.00 A WELDON Vista Control Screen mounted on an angled flip—down panel secured with locking chrome lever latches The panel will be located to the immediate right of the attendant's seat.The forward portion of the panel will contain a flat area that may be used for future radio mounting,etc. 50-50-0118 SEATING-ATTENDANT-USSC VALOR R-BACK INTEGRAL CHILD,SWIVEL SEAT CN8 1.00 COMPLIANT A USSC Valor rear facing,R-back attendant seat with an integrated child seat installed at the head of the patient cot:a(2) position swivel seat mounted on a pedestal base with a heavy duty seat frame/ABTS(All Belts To Seat)application with(4) point/(2) retractors single click internal mount belt system.The seat shall be padded and covered with sewn matching vinyl upholstery. 50-50-0122 SEATING-ATTENDANT-SIDE MOUNT POSITION 1.00 The attendant seat shall be in a side mount position. 50-50-0541 HOLD OPENS-SQUAD BENCH LID-GAS CYLINDERS 1.00 �i ,u5 C:y'i�tif=(s acid-{3 ,c.,. ,f:3il U. .. closed po it3oo 50-50-0547 SQUAD BENCH LID,PADDED,NO SHARPS/TRASH ACCESS 1.00 The squad bench lid shall be one-piece, liftable,on a full length continuous hinge/lid area shall have a padded cushion covered with color coordinated vinyl upholstery material/cushion upholstery shall be sewn with seams only at the vertical corners /automatic latching fastener shall be installed to secure the squad bench lid in the closed position. 50-51-1001 CABINET CONSTRUCTION-INTERIOR-ALUMINUM 1.00 All interior cabinets shall be constructed of.090"thick welded aluminum. 50-51-1011 RECESSED ADJUSTABLE SHELF TRACK-CABINETS 1.00 Install recessed adjustable shelf track in cabinets. 50-51-1013 HOLD OPENS FOR INTERIOR DOORS 1.00 All interior cabinets with doors less than 6"tall shall have friction hinges as hold opens for door(s). Doors 6"and taller shall be designed using gas shocks as hold opens for the door(s). Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 34 *Run1 50-51-1014 CATCH,MAGNETIC-ADHESIVE BACK FOR INTERIOR DOOR(S)OVER 36 INCHES 1.00 All interior doors that are over 36" inches tall with a latch on the top of the door shall have an adhesive back magnetic catch installed on the bottom of the door. 50-51-2003 CABINET DOORS-BRONZE POLYCARBONATE 1.00 All cabinet doors shall be bronze polycarbonate material. 50-51-3001 CABINETS/WALLS-POLYCHROMATIC COATING-MARBLE STONE 1.00 Headliner,walls,cabinet faces,and cabinet interiors MultiSpec color to be#99-7371 Marble Stone 50-51-4050 COUNTER TOP ACCENT STRIPE NOT REQUIRED 1.00 No counter access stripe 50-51-4112 COUNTER TOP-SOLID ACRYLIC-NIGHT STARS 1.00 Install a solid acrylic counter top, Night Stars. (#9105C5). 50-51-5001 UPHOLSTERY-PATRIOT PLUS CHARCOAL#8605 1.00 All cushions, head pads and seating surfaces shall be covered with Patriot Plus Charcoal #8605 50-51-6025 LONCOIN II FLECKS,NON-SLIP EMBOSSED COIN-ONYX#150 1.00 The floor in the patient compartment shall be covered with Lonseal brand"Loncoin II" non-slip,(embossed coin)Onyx#150 50-60-0220 EMBLEMS/SIGNS-REAR PATIENT COMPARTMENT 1.00 (2)"No Smoking/Oxygen Equipped/Fasten Seat Belts" signs:(1)sign installed in the cab,(1)above the oxygen outlets in the patient compartment street side cabinet. 50-60-0300 FLOOR CONSTRUCTION-PATIENT COMPARTMENT,NON-WOOD COMPOSITE 1.00 suo rloor in the patent compartment:constructed of 125'thick aluminum over.125" and .190"thick reinforcing hat sections and mounting laterals,aluminum sub-floor covered with a single piece of 3/4" non-wood composite material,all corner molding, edging and trim anodized aluminum or stainless steel and sealed to prevent fluids from seeping under the cabinets. Wood floors are not satisfactory and shall not be accepted by the purchaser, 50-60-0301 FLOORING-COVE 1.00 tment floor radius:coved with'pre-iorr oci 1ioor caving ma:c the street side and curbs,::c . .. 50-60-0325 NO-GLOVE,DISPENSER-CURBSIDE ABOVE DOOR 1.00 Delete the glove box(3)dispenser above the curbside door. 50-60-0391 HEADLINER-REAR PATIENT COMPARTMENT 1.00 Headliner in the patient compartment shall be one-piece,seamless, .090 thick aluminum finished with sprayed-on multi-use polychromatic coating, 50-60-0631 FLOW METER,OXYGEN-ISP DIAL TYPE(1) 1.00 One(1) LSP dial type oxygen flow meter shall be shipped loose with the completed vehicle. 50-60-0640 OXYGEN SYSTEM,ELECTRIC-MULTIPLEX ELECTRIC SYSTEM 1.00 A 12 VDC controlled electric 02 system operated through the v-mux multiplex electrical system shall be provided and installed. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 35 449 RUC1 j 50-60-0660 PADDED EDGING PROTECTION 1.00 Install: padded corner edging where necessary on exposed corners and edges in the patient compartment for patient and attendant protection. 50-60-0661 INTERIOR MODULE PADS 1.00 Vinyl upholstered,foam cushioned head/back pads shall be installed as follows: the lower edge of the upper front wall cabinet(above the partition doorway or window), above the rear doors,above the side door,and on the street side wall behind and on each side of the CPR seat.The pads shall be covered with a flame retardant color coordinated vinyl upholstery material. 50-60-0712 SHARPS AND TRASH CONTAINERS WITH SLIDE-OUT DRAWER 1.00 A 3.3 qt.#BD5488 sharps container,and a 8 qt.trash container shall be provided and installed within a slide-out drawer at the face of the squad bench.The drawer shall open toward the aisle and be secured with a stainless steel flush pull latch. 50-60-0720 STAINLESS STEEL WALL PROTECTION-SQUAD BENCH BASE 1.00 Install stainless steel panel on the face of the squad bench base,and extend up to the bottom of the squad bench lid. 50-60-0740 PASSAGE DOORS-STAINLESS STEEL PROTECTOR-LOWER DOOR PANELS 1.00 A stainless steel panel shall be installed on the interior lower portion of each passage door. The top of the stainless steel shall be installed beneath the upper door panel. 50-60-0761 STAINLESS STEEL WALL PROTECTION-INTERIOR STREETSIDE 1.00 50-60-0820 TURTLE TILE-SKID-RESISTANT MAT,CURBSIDE STEPWELL 1.00 Sk,d, rep ,ata; t cn)., _ 50-60-1601 OXYGEN OUTLET(1)LEFT WALL-OHIO MED-ACTION AREA 1.00 One(1)Ohio Medical flush mounted,quick release wall outlet shall be installed in the forward street side cabinet action area. Per dwg#5 50-60-1640 OXYGEN OUTLET(1)RIGHT WALL-OHIO MED-HEAD SQ BENCH 1.00 One(1)Ohio Medical flush mounted,quick release wall outlet shall be installed in the right wall above the head end of the squad bench. Per dwg#6 50-60-1680 OXYGEN OUTLET(1)CEILING-OHIO MED-ABOVE HEAD OF COT 1.00 One(1)Ohio Medical flush mounted,quick release oxygen outlet shall be installed in the ceiling above the head of cot in the center mount position. Per dwg#9 50-61-0021 ASSIST HANDLES,(3)'V-BARS'ANTI MICROBIAL(YELLOW),(3)BLACK URETHANE 1.00 A total of six(6)assist handles shall be provided: three(3)1-1/4"diameter Yellow Anti-Microbial stainless steel'V' handles,one(1)on each passage door;and three(3) 10-7/8" black vulcanized rubber with steel core assist handles:two(2)handles at the rear doorway,and one(1)at the curbside doorway. IF-CNT-NO COUNTER TOP NOT REQUIRED 1.00 IS-CNT-ACR COUNTER TOP,SOLID ACRYLIC 1.00 A solid acrylic counter top with a 1/2" lip shall be installed on the primary action area counter. SQ-BN-BASE SQUAD BENCH BASE W/STORAGE 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 36 { rAun A storage area shall be provided in the squad bench base.The squad bench base shall be constructed of.090"thick aluminum for maximum storage capacity and minimum weight. The interior of the squad bench shall be sprayed with sound absorbing polyurethane material. SR00026424 Install a ProAir IW-3856 700 CFM heater/ac system with 56,000 BTU heating capacity 1.00 and 38,000 BTU cooling capacity utilizing a 10-speed brushless blower motor in the upper front wall. SR00026426 Skid resistant black turtle tile matting shall be installed in the curbside step well. 1.00 SR00026715 SQUAD BENCH BASE WITH SHARPS LID,CONTOUR SEATS 1.00 SR00020338 Four 4 Cast Products#IV2008-1 with rubber arm recessed,dual ceiling hangers han ers 1.00 shall be provided per dwg#9. SR00020339 Install two(2)32"on the ceiling per dwg#9, one(1)forward of CPR seat and one(1) 1.00 to the rear of CPR seat.lnstall one(1)64"on bench side per dwg#9. SR00020524 Delete pass through opening to cab.There is to be no access from the chassis to the 1.00 patient compartment. SR00020525 The left,upper rear wall cabinet#1 has been modified(height and width)and to be 1.00 built per dwg#5 dimension.The cabinet shall have a lift-up restocking frame with gas filled hold-open shocks and sliding polycarbonate doors with full length handles and the outer most sliding door with handles on both ends.The cabinet will have one(1) adjustable shelf. SR00020526 The upper left wall cabinet#2 has been modified(height and width)and to be built 1.00 per dwg#5 dimensions.The cabinet will have a lift-up restocking frame with gas fill hol-open shocks and sliding polycarbonate doors with full length handles and the outer most sliding door with handles on both ends.The cabinet will have one(1) adjustable shelf each side of the center divider. SR00020527 Lower,rear left wall cabinet#3 has been modified(height and width)and to be built 1.00 per dwg#5 dimensions.The cabinet shall be enclosed with sliding polycarbonate doors with the outer most sliding door to have handles on both ends.The cabinet will have one(1)adjustable shelf. SR00020528 Install a pull-out drawer#4 in the lower,rear left wall below cabinet#3.Drawer is to 1.00 be built per dwg#5 dimensions.The drawer is to be secured with a locking stainless steel flush pull latch. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 37 *FR Un SR00020534 Install a tip-out sharps cabinet under the primary action area counter to open 1.00 towards the aisle.Tip-out to contain a 3.3 qt sharps container.To be secured with a locking stainless steel flush pull latch. Per dwg#5. SR00020535 Install cabinet#6 above the CPR seating area and to be built per dwg#5 dimensions. 1.00 Cabinet is to have a top-hinged polycarbonate door with friction hinges and to be secured with a center squeeze latch. 5R00020562 Install a sharps/waste drawer at the head of the squad bench that shall open 1.00 towards stepwell and house(2)8970 containers.(1)for sharps,(1)for waste. Install using heavy duty slides.Install recessed hinged acrylic lids on top to access each container.Ref. Drawing 6,8,9 5R00020563 Install a tip-out sharps cabinet in the rear curbside wall per dwg#6.Cabinet shall 1.00 contain a B&D 3.3 qt oval container and tip-out towards the aisle and be secured with a locking stainless steel flush pull latch. SR00020565 Install a recessed 3-glove storage box on the wall facing the foot of the squad bench 1.00 for storage of(3)boxes of rubber gloves.Shall have a 1/4"clear acrylic hinged access panel with three(3)cut-outs.A 1/4"turn latch will be installed on the face of the glove box access panel. SR00020567 A CPR. EVS seat,backpack harness,with underseat storage shall be installed on the 1.00 street side of the patient compartment. SR00020568 Curbside interior wall,cabinets#3 and#4.Shall have top hinged polycarbonate doors 1.00 and be secured with center squeeze latches.Per dwg#6. SR00020569 Install a customer supplied MedVault in the upper front wall pass through area per 1.00 dwg#7. SR00020570 Install an additional ProAir#938 AC unit in the upper front wall.lnstall an additional 1.00 ProAir#948 HeatAC unit in the upper front wall. SR00020599 Install the radio speaker in the ceiling of the patient compartment.(1)towards the 1.00 front,(1)towards the rear per dwg#9.One(1)radio fader control shall be in the cab radio.The fader shall control the two(2)stereo speakers. SR00020626 Install(3)ROM Durolumen LED lights in patient compartment ceiling per drawing#9 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 38 I*RJun ----- SR00026201 Install a ProAir 206 dual core single port condenser on the front of the module. 1.00 SR00026202 An SSCOR suction system shall be installed on the action wall counter near the 1.00 attendant's seat.The 12 VDC SSCOR electric vacuum pumpto be installed in OSS#1A. (must use SSOR pump and tubing) SR00026203 Install:three-speed,250 CFM(minimum exhaust fan in the street side cabinet in the 1.00 patient compartment,fan pulse width modulated from a switch on the attendant control panel vista screen,exhaust system to have a louvered grille inside rear streetside wall per dwg#5 and a chrome vent outside on the rear of the module per dwg#2,system vent through the side of the vehicle,not through the roof. SR00026216 Primary action area with countertop suction,suction control,(2)125VAC,12VDC, 1.00 dual USB port,inverter status,dometstic climate control,(2)oxygen outlets and bypass,vista screen on a flat flip-down panel. SR00026379 Delete the standard upper front wall cabinet#1 due to installing a ProAir 938 AC 1.00 unit. SR00026393 Lower front wall cabinets#2 and#3 shall be enclosed with hinged polycarbonate 1.00 doors with full length handles and secured with center squeeze latches.There shall be one(1)adjustable shelf per cabinet with inside/outside access to OSS#5. 5R00026404 Install a 43"high barrier wall at the head of the squad bench. 1.00 SR00026405 The secondary action area has been deleted.Custom length main action area 1.00 Optional Patient Compartment Items Item Number Description sr . ' .: "m° ,_ 30-10-0431 LIGHT,STEPWELL-CURBSIDE DOORWAY-2" LED SURFACE MNT 1.00 Install:Whelen 2" LED light in stepwell-side doorway(#18105 with surface mount flange#27190).See Dwg#7 30-10-0502 LIGHTS,INTERIOR-WHELEN MINI LED BRAKE/TURN REAR HEADPAD 1.00 Install:Whelen Mini LED turn signal and brake light on rear headpad above the rear doors(amber/red/amber). CS_Stryker_Power CUSTOMER SUPPLIED STRYKER POWER LOAD COT MOUNT 1.00 Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 39 *1.1.49 SR00020340 (2)5Ib ABC fire extinguishers with mounting brackets included tothe be shipped 1.00 loose with the vehicle. n Number Description Quantity 60-01-0001 s . 1.00 A anodized aluminum module body surfaces:completely chemically steam cleaned,filled with premium body f ler as needed,sanded smooth and primed with an epoxy primer and then primed again with a high solid primer,cured primer surfacer shall be DA sanded with 320 grit and cleaned.A high solid primer shall then be applied, where needed,a',a sealer 60-01-0004 BUFFING,PAINT-MODULE 1.00 The paint on the module ide sh 3. de sutffeu to a n:gn shine using a recommended pnin} _!'f sisterr?. 60-01-0005 STANDARDS AND SPECIFICATIONS FOR VEHICLE PAINT APPEARANCE 1.00 Adhere to Standards and Specifications for Vehicle Paint Appearance. 60-25-0106 REFLECTIVE-RED MATERIAL IN RUB RAILS 1.00 Install red reflective material in rub rails. 5R00020331 Chassis is to be painted Silver Metallic FLNA91733 from the window line down.The 1.00 cab hood,roof and reaminder of the cab will be painted Red FLNA3225. Per the attached graphics layout. SR00020332 Upper Portion of body to be FLNA 3225 red from approximately 2" below the upper 1.00 body warning lights.Remainder of lower portion of body to be painted FLNA91733 Metallic Silver.Per the attached graphics layout. SR00020333 Diamond grade Red/Yellow chevron striping 6"wide inverted"V".The upper portion 1.00 of the rear doors to be all red diamond grade&lettering to be installed over diamond grade material.See attached pictures and layout. SR00020334 Custom beltline stripe that starts just behind the chassis fenders&includes a large 1.00 step up on the front face of the body.Stripe will stop on rear cornersl" BLACK SCOTCHLITEI"SILVER PAINT6" RED SCOTCHLITEI"SILVER PAINT1" BLACK SCOTCHLITEInstall a.25"black scotchlite at paint break on the cab and body.Lettering to match current layout.See pictures and layout attached. SR00020335 Install an Avery Etchmark Frosted 12"star of life on each rear window. 1.00 SR00020336 Install two(2)customer supplied door logos.To be installed one(1)on each forward 1.00 cab door.Per the attached graphics layout. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 40 r----- (o ,,,:o.un Vehicle Manuals Item Number Description Quantity 80-20-0001 VEHICLE MANUALS(1)PACKAGE SET 1.00 One(1)Delivery Manual Package shall be supplied with the vehicle,and shallinclude the following items:Ambulancemanufacturer parts,service and operation manualsOEMchassis owner's guideComplete12 VDC and 125 VAC wiring schematics for all included standard and optionalsystemsMultiplexElectrical system programming- electronic media 90-10-0007 STATEMENT OF LIMITED WARRANTY NEW AMBULANCES 1.00 00-01-0040 Administration Fee 1.00 Item Number Description .�.i Quantity S70% The PDQ diet has been relocated on the front waif in the pass through on the left. 1.00 The PDQ shall be a shallow cabinet with a right hinged vented aluminum door with chrome locking lever latches.The cabinet will house electrical nodes and misc. electrical components. Document No.and Level:BPES-P-896-200A/Level II This is an Electronically CONTROLLED Document and property of Braun Industries -Uncontrolled When Printed 41 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 A proposal for BRAUN INDUSTRIES INC BB 2022 TAMARAC FIRE-RESCUE Sep 16, 2020 Freightliner M2 106 Ili Components shown may not reflect all spec'd options and are not to scale Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 1 of 16 42 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 SPECIFICATION PROPOSAL Weight Weight Data Code Description Front Rear Price PRL-23M M2 PRL-23M(EFF:01/21/20) M Data Version DRL-033 SPECPRO21 DATA RELEASE VER 033 Int _. Package . � 055-002 INTERIOR CONVENIENCE PACKAGE "Ve�� ration 001-172 M2 106 CONVENTIONAL CHASSIS 5,709 3,503 004-222 2022 MODEL YEAR SPECIFIED 002-004 SET BACK AXLE-TRUCK 019-002 STRAIGHT TRUCK PROVISION 003-001 LH PRIMARY STEERING LOCATION AA1-002 TRUCK CONFIGURATION AA6-001 DOMICILED,USA 50 STATES(INCLUDING CALIFORNIA AND CARB OPT-IN STATES) A85-006 RESCUE AND EMERGENCY SERVICE A84-1 EV EMERGENCY VEHICLES BUSINESS SEGMENT AA4-011 FIXED LOAD COMMODITY AA5-002 TERRAIN/DUTY: 100%(ALL)OF THE TIME, IN TRANSIT,IS SPENT ON PAVED ROADS AB1-008 MAXIMUM 8%EXPECTED GRADE AB5-001 SMOOTH CONCRETE OR ASPHALT PAVEMENT- MOST SEVERE IN-TRANSIT(BETWEEN SITES) ROAD SURFACE 995-091 MEDIUM TRUCK WARRANTY A66-99D EXPECTED FRONT AXLE(S)LOAD: 10000.0 lbs A68-99D EXPECTED REAR DRIVE AXLE(S) LOAD: 15000.0 lbs A63-99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 25000.0 lbs Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 2 of 16 43 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear AA3-024 AMBULANCE BODY A88-99D EXPECTED TRUCK BODY LENGTH : 0.0 ft AF3-2G7 BRAUN INDUSTRIES AF7-99D EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME"XX"INCHES: 32.0 in Engu w= I 101-22X CUM L9 270EV HP @ 2000 RPM;2200 GOV RPM, 640 30 800 LB/FT @ 1300 RPM, R/F/E t IB A°aP s° 79A-075 75 MPH ROAD SPEED LIMIT 79B-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 79K-007 PTO MODE ENGINE RPM LIMIT-1100 RPM 79M-001 PTO MODE BRAKE OVERRIDE-SERVICE BRAKE APPLIED 79P-002 PTO RPM WITH CRUISE SET SWITCH-700 RPM 79Q-003 PTO RPM WITH CRUISE RESUME SWITCH-800 RPM 79S-001 PTO MODE CANCEL VEHICLE SPEED-5 MPH 79U-007 PTO GOVERNOR RAMP RATE-250 RPM PER SECOND 80G-002 PTO MINIMUM RPM-700 80J-001 REGEN INHIBIT SPEED THRESHOLD-0 MPH 99C-017 2016-2019 ONBOARD DIAGNOSTICS/2010 EPA/CARB/FINAL GHG17 CONFIGURATION 99D-012 2008 GARB EMISSION CERTIFICATION- EXEMPTED VEHICLE;NO CLEAN IDLE LABEL REQUIRED 13E-001 STANDARD OIL PAN 105-001 ENGINE MOUNTED OIL CHECK AND FILL 014-099 SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER 124-1G1 DR 12V 300 AMP 40-SI BRUSHLESS PAD MOUNT ALTERNATOR WITH REMOTE BATTERY VOLTAGE SENSE 292-222 (3) DTNA GENUINE, HIGH TEMP AGM STARTING 55 20 AND CYCLING,MIN 2775CCA,570RC, THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED 281-001 STANDARD BATTERY JUMPERS Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 3 of 16 44 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 282-003 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE BACK OF CAB 291-017 WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN 289-001 NON-POLISHED BATTERY BOX COVER 293-058 POSITIVE LOAD DISCONNECT WITH CAB 8 MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT 295-029 POSITIVE AND NEGATIVE POSTS FOR 2 JUMPSTART LOCATED ON FRAME NEXT TO STARTER 107-032 CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE 108-002 STANDARD MECHANICAL AIR COMPRESSOR GOVERNOR 131-013 AIR COMPRESSOR DISCHARGE LINE 152-039 GVG,FIRE AND EMERGENCY SERVICE VEHICLES ENGINE WARNING 128-1AR CUMMINS EXHAUST BRAKE INTEGRAL WITH VARIABLE GEOMETRY TURBO WITH ON/OFF DASH SWITCH,ACTIVATES STOP LAMPS 016-1 DE RH OUTBOARD UNDER STEP MOUNTED 30 25 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH C-PILLAR MOUNTED VERTICAL TAILPIPE 28F-007 ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD ACTIVE REGENERATION AND DASH MOUNTED SINGLE REGENERATION REQUEST/INHIBIT SWITCH 239-026 10 FOOT 06 INCH (126 INCH+0/-5.9 INCH) EXHAUST SYSTEM HEIGHT 233-017 STANDARD CURVE BRIGHT UPPER STACK(S) 237-1 DO RH CURVED VERTICAL TAILPIPE C-PILLAR MOUNTED ROUTED FROM STEP 23U-001 6 GALLON DIESEL EXHAUST FLUID TANK 30N-003 100 PERCENT DIESEL EXHAUST FLUID FILL 43X-002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION 23Y-001 STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING 43Y-001 STANDARD DIESEL EXHAUST FLUID TANK CAP 242-001 STAINLESS STEEL AFTERTREATMENT DEVICE/MUFFLER/TAILPIPE SHIELD 273-018 HORTON DRIVEMASTER ADVANTAGE ON/OFF FAN DRIVE Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 4 of 16 45 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone.419-232-7046 Weight Weight Data Code Description Front Rear 276-001 AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH,NON ENGINE MOUNTED 110-003 CUMMINS SPIN ON FUEL FILTER 118-008 COMBINATION FULL FLOW/BYPASS OIL FILTER 266-101 900 SQUARE INCH ALUMINUM RADIATOR 15 103-039 ANTIFREEZE TO-34F,OAT(NITRITE AND SILICATE FREE)EXTENDED LIFE COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT 172-001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES 270-016 RADIATOR DRAIN VALVE 168-002 LOWER RADIATOR GUARD 138-011 PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK 4 HEATER 140-022 CHROME ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR 134-001 ALUMINUM FLYWHEEL HOUSING 132-004 ELECTRIC GRID AIR INTAKE WARMER 155-058 DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH 342-1 KD ALLISON 3000 EVS AUTOMATIC TRANSMISSION 200 60 WITH PTO PROVISION ti'-. X'� "'•9"•�,� .. : fie' 1�..-�Y" [ Lr�".atl ( ate"14:1- 343-330 ALLISON VOCATIONAL PACKAGE 197- AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL EVS 84B-003 ALLISON VOCATIONAL RATING FOR FIRE TRUCK/EMERGENCY VEHICLE APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 84C-023 PRIMARY MODE GEARS,LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84D-023 SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84E-000 PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON,THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84F-000 SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON,THIS DEFINED BY ENGINE AND VOCATIONAL USAGE Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 5 of 16 46 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 84G-000 PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON,THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84H-000 SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON,THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84J-000 ENGINE BRAKE RANGE PRESELECT RECOMMENDED BY DTNA AND ALLISON,THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84K-000 ENGINE BRAKE RANGE ALTERNATE PRESELECT RECOMMENDED BY DTNA AND ALLISON,THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84N-200 FUEL SENSE 2.0 DISABLED-PERFORMANCE- TABLE BASED 84U-000 DRIVER SWITCH INPUT-DEFAULT-NO SWITCHES 353-066 VEHICLE INTERFACE WIRING CONNECTOR WITH BLUNT CUTS,AT END OF FRAME 34C-001 ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED 341-018 MAGNETIC PLUGS,ENGINE DRAIN, TRANSMISSION DRAIN,AXLE(S) FILL AND DRAIN 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 97G-004 TRANSMISSION PROGNOSTICS-ENABLED 2013 370-015 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK 346-003 TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK 35T-001 SYNTHETIC TRANSMISSION FLUID(TES-295 COMPLIANT) I 1i 400-1A5 DETROIT DA-F-10.0-3 10,000#FF1 71.5 KPI/3 74 DROP SINGLE FRONT AXLE 402-021 MERITOR 15X5 Q+CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR,FABRICATED SHOES 403-026 FIRE AND EMERGENCY SEVERE SERVICE, NON-ASBESTOS FRONT LINING 419-001 CAST IRON OUTBOARD FRONT BRAKE DRUMS 409-006 FRONT OIL SEALS 408-001 VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS-OIL 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 6 of 16 47 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 405-003 HALDEX AUTOMATIC FRONT SLACK ADJUSTERS 536-050 TRW THP-60 POWER STEERING 539-003 POWER STEERING PUMP 534-015 2 QUART SEE THROUGH POWER STEERING RESERVOIR 40T-001 MINERAL SAE 80/90 FRONT AXLE LUBE Front Suspension 620-062 'C,000N TAPERLEAF FRONT SUSPENSION 619-005 MAINTENANCE FREE RUBBER BUSHINGS- FRONT SUSPENSION 629-004 FRONT SWAYBAR 60 410-001 FRONT SHOCK ABSORBERS Rear Axle and Equipment 420-106 DETROIT DA-RS-17.5-2 17,500#R-SERIES -170 SINGLE REAR AXLE 421-456 4.56 REAR AXLE RATIO 424-001 IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING 386-079 MXL 16T MERITOR EXTENDED LUBE MAIN 10 10 DRIVELINE WITH HALF ROUND YOKES 423-020 MERITOR 16.5X7 Q+CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 433-025 FIRE AND EMERGENCY SEVERE SERVICE NON- ASBESTOS REAR BRAKE LINING 434-005 BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF DRIVE AXLE(S)WITH AUXILIARY SUPPORT BRACKETS 451-001 CAST IRON OUTBOARD REAR BRAKE DRUMS 440-006 REAR OIL SEALS 426-100 WABCO TRISTOP D LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS 428-003 HALDEX AUTOMATIC REAR SLACK ADJUSTERS 41T-001 MINERAL SAE 80/90 REAR AXLE LUBE Rear Suspension 622-1CY AIRLINER 15,000#REAR SUSPENSION -40 621-046 AIRLINER MID POSITION RIDE HEIGHT 431-007 STANDARD U-BOLT PAD WITH U-BOLTS EXTENDED 1.00"LONGER THAN STANDARD Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 7 of 16 48 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 888-056 IGNITION CONTROLLED ELECTRIC DUMP SWITCH FOR AIR SUSPENSION WITH AUTOFILL OVERRIDE VALVE 87D-015 REAR AIR SUSPENSION DUMP VALVE WITH AUTOFILL FOR IGNITION OFF AND>5 MPH, LIGHT,BUZZER,BODY SWITCH WIRING AND OVERRIDE CONTROL 910-009 DUAL INSTANT RESPONSE REAR SUSPENSION 20 40 LEVELING VALVES WITH PING TANK AND RESERVE TANK FOR 10/12/15,000#AIRLINER 623-002 TRANSVERSE CONTROL RODS 630-006 10,000/15,000#AIRLINER REAR SUSPENSION 50 STABILIZER BAR 439-004 REAR SHOCK ABSORBERS-ONE AXLE(AIR RIDE SUSPENSION) L firctW 018-002 AIR BRAKE PACKAGE 490-101 WABCO 4S/4M ABS WITH TRACTION CONTROL, WIH ATC OFF-ROAD SWITCH 871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES 904-001 FIBER BRAID PARKING BRAKE HOSE 412-001 STANDARD BRAKE SYSTEM VALVES 46D-001 STANDARD AIR SYSTEM PRESSURE PROTECTION AND 85 PSI PRESSURE PROTECTION FOR AIR HORN(S) 413-002 STD U.S. FRONT BRAKE VALVE 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE 480-088 WABCO SYSTEM SAVER HP WITH INTEGRAL AIR GOVERNOR AND HEATER 479-012 AIR DRYER MOUNTED UNDER HOOD 460-008 STEEL AIR BRAKE RESERVOIRS MOUNTED INSIDE RAIL 46A-023 (1) 1730 CUBIC INCH AIR HORN TANK,85 PSI 20 25 PRESSURE PROTECTED INLET WITH CHECK VALVE AND QUICK DISCONNECT FITTING 607-001 CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET BOTH RAILS OUTBOARD 477-006 BW DV-2 AUTO DRAIN VALVE WITHOUT HEATER ON ALL TANK(S) 485-002 EXTERNAL CHARGING SCHRADER VALVE 5 Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M 033 2022 Tamarac Fire-Rescue Page 8 of 16 49 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 335-004 UPGRADED CHASSIS MULTIPLEXING UNIT 32A-002 UPGRADED BULKHEAD MULTIPLEXING UNIT 545-580 5800MM(228 INCH)WHEELBASE 546-100 11/32X3-1/2X10-3/16 INCH STEEL FRAME 250 90 (8.73MMX258.8MM/0.344X10.19 INCH) 120KSI 552-007 2450MM(96 INCH)REAR FRAME OVERHANG 55W-009 FRAME OVERHANG RANGE:91 INCH TO 100 -40 170 INCH AC8-99D CALC'D BACK OF CAB TO REAR SUSP C/L(CA) : 115.55 in AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L(CA) : 112.55 in AE4-99D CALC'D FRAME LENGTH-OVERALL: 363.82 FSS-OLH CALCULATED FRAME SPACE LH SIDE : 114.46 in FSS-ORH CALCULATED FRAME SPACE RH SIDE : 154.05 in AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE : 115.2 in 553-001 SQUARE END OF FRAME 550-001 FRONT CLOSING CROSSMEMBER 559-001 STANDARD WEIGHT ENGINE CROSSMEMBER 561-001 STANDARD CROSSMEMBER BACK OF TRANSMISSION 562-001 STANDARD MIDSHIP#1 CROSSMEMBER(S) 572-001 STANDARD REARMOST CROSSMEMBER 565-001 STANDARD SUSPENSION CROSSMEMBER 11 556-1AR THREE-PIECE 14 INCH CHROMED STEEL 30 BUMPER WITH COLLAPSIBLE ENDS 558-001 FRONT TOW HOOKS-FRAME MOUNTED 15 574-001 BUMPER MOUNTING FOR SINGLE LICENSE PLATE 586-024 FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS 551-007 GRADE 8 THREADED HEX HEADED FRAME FASTENERS 204-190 40 GALLON/151 LITER RECTANGULAR 10 ALUMINUM FUEL TANK-LH 218-005 RECTANGULAR FUEL TANK(S) Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 9 of 16 50 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 215-004 POLISHING OF FUEL/HYDRAULIC TANK(S)WITH PAINTED BANDS 212-007 FUEL TANK(S)FORWARD 664-003 BLACK STEP FINISH 205-001 FUEL TANK CAP(S) 122-1J1 DETROIT FUEL/WATER SEPARATOR WITH -5 WATER IN FUEL SENSOR, HAND PRIMER AND 12 VOLT PREHEATER 216-020 EQUIFLO INBOARD FUEL SYSTEM 20E-004 AUXILIARY FUEL SUPPLY AND RETURN PORTS LOCATED ON LH FUEL TANK 202-016 HIGH TEMPERATURE REINFORCED NYLON FUEL LINE 093-OBN MICHELIN XZE 255/70R22.5 16 PLY RADIAL -34 FRONT TIRES 094-0BN MICHELIN XZE 255/70R22.5 16 PLY RADIAL -68 REAR TIRES 510-OBN MICHELIN XZE 255/70R22.5 16 PLY RADIAL 72 SPARE TIRE 418-014 WEBB IRON FRONT HUBS 20 450-060 CONMET PRESET PLUS PREMIUM IRON REAR HUBS 502-693 ALCOA LVL ONE 88267X 22.5X8.25 10-HUB -50 PILOT 5.80 INSET ALUMINUM DISC FRONT WHEELS 505-693 ALCOA LVL ONE 88267X 22.5X8 25 10-HUB -100 PILOT ALUMINUM DISC REAR WHEELS 524-001 POLISHED FRONT WHEELS;OUTSIDE ONLY 525-001 POLISHED REAR WHEELS;OUTSIDE OF OUTER WHEELS ONLY 511-693 ALCOA LVL ONE 88267X 22.5X8.25 10-HUB 42 PILOT ALUMINUM DISC SPARE WHEEL 52L-001 POLISHED OUTSIDE STEER AXLE SPARE WHEEL 52M-004 FORCEMATCH TIRE/WHEEL RUNOUT CHECK/MARK AND STATIC BALANCING-ALL TIRES/WHEELS 496-011 FRONT WHEEL MOUNTING NUTS 497-011 REAR WHEEL MOUNTING NUTS Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 10 of 16 51 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 498-1AB INNER WHEEL EXTENSIONS,OUTBOARD AIRING,ALUMINUM OUTER WHEELS WITH RUBBER STABILIZERS 829-079 154 INCH BBC HIGH-ROOF ALUMINUM 430 250 CONVENTIONAL CREW CAB 682-050 WALK THROUGH OPENING IN BACK OF CAB WITHOUT BOOT 650-008 AIR CAB MOUNTING 705-012 CAB ROOF REINFORCEMENTS FOR ROOF 2 MOUNTED COMPONENTS 648-002 NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 678-067 SAFETY YELLOW LH AND RH INTERIOR GRAB HANDLES AND LH AND RH EXTERIOR GRAB HANDLES WITH SINGLE RUBBER INSERT 646-023 HOOD MOUNTED CHROMED PLASTIC GRILLE 65X-003 CHROME HOOD MOUNTED AIR INTAKE GRILLE 644-004 FIBERGLASS HOOD 690-007 HOOD LINER INSULATION WITH SINGLE FIREWALL INSULATION 727-1B0 DUAL 25 INCH ROUND STUTTER TONE HOOD MOUNTED AIR HORNS 726-002 DUAL ELECTRIC HORNS 657-001 DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME 78G-002 KEY QUANTITY OF 2 575-001 REAR LICENSE PLATE MOUNT END OF FRAME 312-038 INTEGRAL HEADLIGHT/MARKER ASSEMBLY WITH CHROME BEZEL 302-047 LED AERODYNAMIC MARKER LIGHTS 311-019 HEADLIGHTS ON WITH WIPERS,WITH DAYTIME RUNNING LIGHTS 294-046 OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE -5 WIRING WITH SEPARATE STOP/TURN WIRES TO 4 FEET BEYOND END OF FRAME 300-015 STANDARD FRONT TURN SIGNAL LAMPS 318-032 SWITCH,INDICATOR LIGHT AND APPROXIMATELY 10 FEET OF WIRE ON CHASSIS RH BACK OF CAB FOR CUSTOMER FURNISHED UTILITY LIGHT(S) 744-1 BC DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS WITH LH AND RH REMOTE 797-001 DOOR MOUNTED MIRRORS Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 11 of 16 52 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 796-001 102 INCH EQUIPMENT WIDTH 743-204 LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS 729-001 STANDARD SIDE/REAR REFLECTORS 677-016 DUAL LEVEL CAB ENTRY STEPS ON BOTH SIDES 764-010 COMPOSITE EXTERIOR SUN VISOR 10 768-998 NO REAR WINDOW -20 661-004 TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS 654-027 RH AND LH ELECTRIC POWERED WINDOWS, 4 4 PASSENGER SWITCHES ON DOOR(S) 663-013 1-PIECE SOLAR GREEN GLASS WINDSHIELD 659-020 2 GALLON WINDSHIELD WASHER RESERVOIR WITH FLUID LEVEL INDICATOR, FRAME MOUNTED 707-1AK OPAL GRAY VINYL INTERIOR 706-016 MOLDED DOOR PANEL WITH UPPER VINYL INSERTS 708-016 MOLDED DOOR PANEL WITH UPPER VINYL INSERTS 772-006 BLACK MATS WITH SINGLE INSULATION 691-014 FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS AND ADDITIONAL CENTER COMPARTMENT WITHOUT NETTING 694-010 IN DASH STORAGE BIN 693-023 LH DOOR MAP POCKET 742-007 (2)CUP HOLDERS LH AND RH DASH 680-006 GRAY/CHARCOAL FLAT DASH 860-004 SMART SWITCH EXPANSION MODULE 700-002 HEATER, DEFROSTER AND AIR CONDITIONER 701-001 STANDARD HVAC DUCTING 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 689-003 AUXILIARY HEATER/AIR CONDITIONER WITH 15 CONSTANT OUTLET TEMPERATURE CONTROL 170-015 STANDARD HEATER PLUMBING 130-041 VALEO HEAVY DUTY NC REFRIGERANT COMPRESSOR 702-002 BINARY CONTROL, R-134A Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 12 of 16 53 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 739-034 PREMIUM INSULATION 285-013 SOLID-STATE CIRCUIT PROTECTION AND FUSES 280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM 324-047 DOOR ACTIVATED DOME/RED MAP LIGHTS, FORWARD LH AND RH AND REAR LH, RH AND CENTER 655-005 LH AND RH ELECTRIC DOOR LOCKS 284-102 (2) DUAL 2.1 AMP USB CHARGERS IN DASH 756-1G6 H.O.BOSTROM SIERRA AIR-50 HIGH BACK AIR 20 SUSPENSION DRIVER SEAT WITH ADJUSTABLE RECLINE,FIXED LUMBAR AND NFPA 1901- 2009/2016 COMPLIANT SEAT SENSOR 760-1G6 H.O.BOSTROM SIERRA AIR-50 HIGH BACK AIR 30 SUSPENSION PASSENGER SEAT WITH ADJUSTABLE RECLINE, FIXED LUMBAR AND NFPA 1901-2009/2016 COMPLIANT SEAT SENSOR 762-1G6 (2)H.O.BOSTROM SIERRA AIR-50 HIGH BACK 100 30 AIR SUSP LH AND RH REAR PASSENGER SEATS W/ADJUSTABLE RECLINE,FIXED LUMBAR&NFPA 1901-2009/2016 COMPLIANT SEAT SENSOR 759-020 DUAL DRIVER, FRONT PASSENGER AND LH 16 AND RH REAR PASSENGER SEAT ARMRESTS 711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS 758-036 VINYL WITH VINYL INSERT DRIVER SEAT 761-036 VINYL WITH VINYL INSERT PASSENGER SEAT 755-036 VINYL WITH VINYL INSERT REAR PASSENGER SEAT 763-105 NFPA 1901-2009 HIGH VISIBILITY ORANGE SEAT BELTS 532-002 ADJUSTABLE TILT AND TELESCOPING 10 STEERING COLUMN 540-015 4-SPOKE 18 INCH (450MM)STEERING WHEEL 765-002 DRIVER AND PASSENGER INTERIOR SUN VISORS te. a� a �,� 732-003 WOODGRAIN DRIVER INSTRUMENT PANEL 734-003 WOODGRAIN CENTER INSTRUMENT PANEL 87L-001 ENGINE REMOTE INTERFACE WITH PARK BRAKE INTERLOCK 870-001 BLACK GAUGE BEZELS 486-001 LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 13 of 16 54 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 840-002 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES 198-006 ENGINE COMPARTMENT MOUNTED AIR RESTRICTION INDICATOR WITH GRADUATIONS, WITH WARNING LIGHT IN DASH 721-003 PRECO/ECCO 1040 87 DECIBELS TO 112 3 DECIBELS AUTOMATIC SELF-ADJUSTING BACKUP ALARM 149-013 ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL 156-007 KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION;4 POSITION OFF/RUN/START/ACCESSORY 811-042 ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS,28 LED WARNING LAMPS AND DATA LINKED 160-038 HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 844-001 2 INCH ELECTRIC FUEL GAUGE 148-070 ENGINE REMOTE INTERFACE WITH PRESET FAST IDLE 163-001 ENGINE REMOTE INTERFACE CONNECTOR AT BACK OF CAB 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 864-001 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE 830-017 ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE 679-998 NO OVERHEAD INSTRUMENT PANEL 746-116 AM/FM/WB WORLD TUNER RADIO WITH SIRIUS 10 XM,CD PLAYER,BLUETOOTH, IPOD INTERFACE AND USB AND AUXILIARY INPUTS,J1939 747-001 DASH MOUNTED RADIO 750-002 (2)RADIO SPEAKERS IN CAB 753-001 AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF 78C-003 INTEROPERABLE SDAR ANTENNA 810-027 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE,WITHOUT ODOMETER 817-001 STANDARD VEHICLE SPEED SENSOR 812-001 ELECTRONIC 3000 RPM TACHOMETER 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 14 of 16 55 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear 329-010 TWO ON/OFF ROCKER SWITCHES IN THE DASH WITH INDICATOR LIGHTS AND WIRE ROUTED TO CHASSIS AT BACK OF CAB,LABEL OPT 81Y-001 PRE-TRIP LAMP INSPECTION,ALL OUTPUTS FLASH,WITH SMART SWITCH 264-019 (1)LH FOOT SWITCH,AIR DEFAULT TO ELECTRIC<85 PSI 836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY 660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY 304-001 MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH 27D-004 ALTERNATING FLASHING HEADLAMP SYSTEM WITH BODY BUILDER CONTROLLED ENGAGEMENT 882-018 ONE VALVE PARKING BRAKE SYSTEM WITH DASH VALVE CONTROL AUTONEUTRAL AND WARNING INDICATOR 299-013 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER,WASHER/WIPER AND HAZARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS 065-000 PAINT:ONE SOLID COLOR 980-IDK CAB COLOR A:I DON'T KNOW ELITE BC 986-020 BLACK,HIGH SOLIDS POLYURETHANE CHASSIS PAINT 96F-972 POWDER WHITE(N0006EA)SPARE WHEEL/RIM (PKWHT21,TKWHT21,W,TW) 976-995 SUNVISOR PAINTED SAME AS CAB COLOR A 963-003 STANDARD E COAT/UNDERCOATING 996-001 U.S.FMVSS CERTIFICATION,EXCEPT SALES CABS AND GLIDER KITS tw_ 998-033 CORPORATE PDI CENTER IN-SERVICE AND OPTION INSTALLATION/MODIFICATION 999-PDI AUXILIARY NC COMPRESSOR CROSSFIRE TPMS Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 15 of 16 56 Prepared for: Rob Sherer BRAUN INDUSTRIES INC BB 1170 PRODUCTION DR VAN WERT,OH 45891 Phone:419-232-7046 Weight Weight Data Code Description Front Rear lid AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L(CA) : 112.55 in AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE : 115.2 in � a _.._. ,T A L VEHICLE SUMMARY Weight Weight Total Front Rear Weight Factory Weight+ 7601 lbs 4041 lbs 11642 lbs Total Weight+ 7601 lbs 4041 lbs 11642 lbs Extended Warranty WAG-010 TOWING: 1 YEAR/UNLIMITED MILES/KM EXTENDED TOWING COVERAGE$550 CAP FEX APPLIES (+)Weights shown are estimates only. If weight is critical,contact Customer Application Engineering. • (***)All cost increases for major components(Engines,Transmissions,Axles, Front and Rear Tires)and government mandated requirements,tariffs,and raw material surcharges will be passed through and added to factory invoices. Application Version 11.2.313 09/16/2020 3:42 PM Data Version PRL-23M.033 2022 Tamarac Fire-Rescue Page 16 of 16 57 (*RUn BRAUN PERFORMANCE EXCELLENCE SYSTEM Document No.and Level: BPES-P-076-100/Level II Statement of Limited Warranty Effective Date: December 22,2017 Revision No. C New Ambulances Prepared By. Kim Braun Owner: Kim Braun Pa•e: 1 of2 SOLIDBODYTM MODEL WARRANTY its own warranty. Purchaser shall be responsible and liable for Subject to the provisions, limitations, and conditions set forth in such modifications, alterations, integrations and installations this warranty, Braun Industries, Inc. (the"Manufacturer")warrants performed by purchaser and purchaser hereby agrees to to each original purchaser that its ambulances are free of defects indemnify and hold harmless Manufacturer and its successors in material and workmanship and shall maintain such integrity and assigns from all liabilities,obligations,cost,losses,demands, under normal use and service. This warranty is valid only in the actions, proceedings, claims, damages, and penalties (including, United States and Canada and all warranty periods start from the without limitation, all attorney fees) incurred or suffered by date of manufacture and expire per the disclosures listed below. Manufacturer and arising or relating to such modifications, The Manufacturer warrants to repair or replace at its sole alterations,integrations and installations performed by purchaser. discretion; components, installation, or workmanship deemed to be defective under the terms and conditions set forth in this The Manufacturer reserves the right to make changes to the warranty statement. Warranty repairs must be performed by the design and features of its products without any obligation to make Manufacturer or by a Braun Authorized Dealer/Service Center. corresponding changes to products previously manufactured. No other person is authorized to make any representation or warranty EXCLUSIONS AND LIMITATIONS on behalf of the Manufacturer or any Braun Authorized Dealer/ NOTWITHSTANDING ANY OTHER PROVISION HEREOF TO Service Center, other than as stated in the Manufacturer's THE CONTRARY, OTHER THAN THE EXPRESS warranty. WARRANTIES SET FORTH HEREIN, THE MANUFACTURER MAKES NO OTHER WARRANTY REGARDING THE STRUCTURAL WARRANTY AMBULANCES, PRODUCTS AND/OR SERVICES PROVIDED The aluminum modular body(Braun SOLIDBODYTM ambulances) BY MANUFACTURER, EXPRESS OR IMPLIED, AND are warranted to be structurally sound and free of joint separation, MANUFACTURER EXPRESSLY DISCLAIMS ANY AND ALL weld cracks, and all other structural defects in materials and OTHER WARRANTIES, INCLUDING WITHOUT LIMITATION, workmanship for the life of the vehicle in accordance with the ANY IMPLIED WARRANTY OF MERCHANTABILITY OR provisions of this warranty. The original Braun Limited Warranty FITNESS FOR A PARTICULAR PURPOSE, OR THE may be extended to the remounted ambulance when authorized. WARRANTY IN SECTION 2-312 OF THE UCC THAT SUCH AMBULANCES AND/OR PRODUCTS DO NOT INFRINGE ON Inclusions to warranty—The modular body construction,including THE RIGHTS OF ANY OTHER PERSON. The purchaser's right seams,joints, door frames, roof, floor, and wall construction. All to repair or replacement of defective parts or workmanship is the exterior doors. All aluminum cabinetry. exclusive remedy, and neither the Manufacturer nor any Braun Authorized Dealer/ Service Center shall be liable for damages, Exclusions from warranty—Paint finish,sealant deterioration,filler whether ordinary,incidental,or consequential under this warranty. shrinkage,hardware, moldings,windows,non-aluminum cabinets, Any remedy of consequential damages; including but not limited and other accessories that are not structural components of the to economic loss, transportation, mileage, trip charges, wages, module. Normal wear parts such as door rollers, latches, hinges, etc., and any remedy of incidental damages or loss are hereby etc. Any part or component becoming defective as a result of excluded. Any acts of God or natural disasters, such as flood, accident damage or other casualty. storm, lightning, etc. are excluded. Purchaser's noncompliance with any part of this specific limited warranty shall immediately An accident will void the structural warranty. The potential for render the total warranty null,void and non-enforceable. reinstatement of the structural warranty is dependent on an inspection by the Manufacturer or a Braun Authorized Dealer / The purchaser shall use, service and maintain the ambulance Service Center within sixty days of the occurrence.The inspection according to the written instructions furnished by the Manufacturer will determine the structural integrity of the module and if there is and failure of purchaser to properly use, service and maintain the an opportunity to reinstate the warranty. product in accordance with such instructions shall void the warranty, including,without limitation, (i) use of modular body for TRANSFER OF OWNERSHIP: any purpose other than what it was originally designed to perform, The structural warranty may be transferred to a subsequent (ii)resale or remounting of modular body without written warranty- owner(s), provided that the vehicle is inspected by the transfer approval within the required time period, (iii) overloading Manufacturer or a Braun Authorized Dealer / Service Center the ambulance beyond its applicable weight rating, (iv) within sixty days of transfer of ownership and the warranty overloading the electrical system beyond its applicable electrical revalidation forms are completed and filed with the Manufacturer load rating, (v) remounting the modular body by anyone other verifying warranty compliance. A warranty transfer fee, in addition than the Manufacturer or a Braun Authorized Remounter, (vi) to inspection charges,will apply. Once this warranty has become defects or damage as a result of misuse, abuse, negligence, invalidated by failure to comply with this provision or for any other damage, or failure to provide normal routine maintenance, and/or reason,it cannot be reinstated. (vii) defects or damage as a result of pass-through and after- market work performed by any entity other than the Manufacturer. CONVERSION WARRANTY The non-structural construction, assembly and installation of the This statement of limited warranty does not apply to: (i) any module is warranted to be free of defects in materials and product or component supplied by the purchaser, (ii)any product workmanship for a period of three years from the date of or component that is added, repaired, modified, altered, or manufacture, or up to 36,000 miles, whichever occurs first. replaced by anyone other than the Manufacturer, or (iii) any Performance of components and equipment not manufactured by component that is not produced by the Manufacturer, and carries the manufacturer are covered by the applicable warranty from the This is an Electronically CONTROLLED Document and the property of Braun industries Uncontrolled When Printed 58 (*liAun «/, .%it BRAUN PERFORMANCE EXCELLENCE SYSTEM Document No.and Level: BPES-P-076-100/Level II Statement of Limited Warranty Effective Date December 22,2017 Revision No. C New Ambulances Prepr By: Kim Braun Owner: Kim Braun Pa.e: 2 of 2 supplier of the specific item in question and may be more or less which are covered by the OEM warranty. Light bulbs, batteries, than the three year conversion warranty period and in some and other normal wear/consumable type items. cases may not cover labor. ELECTRICAL WARRANTY-TRADITIONAL The electrical wiring harness, electrical components, and Inclusion to warranty—Non-aluminum cabinets,interior doors and electrical system installation and workmanship are warranted to acrylic or polycarbonate windows, hardware, latches and locks, be free of defects for a period of five years from the date of trim, wall coverings, floor, kick plates, cot mount hardware, grab manufacture (up to 75,000 miles), whichever occurs first. handles, IV hangers and other accessories. Braun manufactured Performance and function of components and equipment not seating, head pads,and other cushions and upholstery items. Air manufactured by the manufacturer are covered by the applicable conditioning and heating system hoses, connections, and warranty from the supplier of the specific item in question and installation. Peeling or de-lamination of the topcoat and/or other may be less than the five year electrical warranty period, may not layers of graphics. Cracking or checking of the graphics material cover labor and may require repair instead of replacement. and loss of gloss or color. Inclusion to warranty — All Manufacturer installed wiring, wiring Exclusion from warranty — Effects from normal wear/use. Floor terminals, connectors, relays, rocker switches, circuit breakers, discoloration and marring. Damage to graphics caused by diodes, solenoids, voltmeters, ammeters, and hour meters. chemicals including but not limited to: DEF(diesel exhaust fluid), Installation and proper wiring of components. gasoline, diesel fuel, anti-freeze, power steering fluid, brake fluid, fuel additives, magnesium, calcium chloride, road salt, or other Exclusion from warranty — Chassis electrical systems which are substances which are used to free roads from ice/snow. Damage covered by the chassis OEM. Batteries and alternator systems caused by power washers, or other aggressive forms of washing. which are covered by the OEM warranty. Light bulbs, batteries. Damage caused by rolling,sliding or segmented doors. and other normal wear/consumable type items. CHASSIS WARRANTY PAINT WARRANTY All new Braun ambulances that are mounted on a new chassis The pro-rated paint warranty covers the areas of the ambulance will carry the full OEM warranty, as issued by the specific chassis body finished with paint products specified by the Manufacturer OEM. This warranty is administered by the chassis OEM's for a period of seven years from the date of manufacture, or up to representing dealer and is subject to the guidelines, restrictions, 84,000 miles,whichever occurs first. The first four years, or up to and limitations that they set forth.This warranty does not apply to 48,000 miles, are covered at 100% parts and labor.The fifth year any portion of the truck or chassis directly included in the or up to 60,000 miles, is covered at 75% parts and labor. The alteration process — including materials added to and work sixth and seventh years or up to 84,000 miles, are covered at accomplished on the original chassis by a vehicle modifier. 50% parts and labor. Paint repairs must be pre-authorized by the Should any chassis service/repairs be required due to Braun Manufacturer and performed by the Manufacturer or an alterations, such repairs/service are covered under the Braun Authorized Braun Dealer/Service Center. warranty for a term equal in duration,and in every other aspect,to the warranty provided by the OEM for the applicable chassis Inclusion to warranty — Peeling or de-lamination of the topcoat model year. The purchaser should complete an alignment after and/or other layers of paint. Cracking, checking or loss of gloss. the unit is loaded and readied for use, as added weight and Any paint failure caused by defective materials which are covered weight distribution will affect vehicle alignment. Alignments are by this warranty. Corrosion caused by improper surface not covered by OEM nor Braun warranty. preparation, dissimilar metal reaction, or improper paint application. ELECTRICAL WARRANTY-MASTERTECH The MasterTech microprocessor based, multiplex electrical Exclusion from warranty—Paint deterioration caused by road salt, system is warranted to be free of mechanical, electrical, and magnesium,calcium chloride,or other substances which are used physical defects(excluding lamps,switches,and electrical display to free roads from ice/snow. Paint deterioration caused by screens)for a period of seven years from the date of manufacture accidents, acid rain,chemical fallout,acts of nature, or the lack of (up to 84,000 miles),whichever occurs first. The electrical display routine maintenance such as regular washing and waxing or the screens are also covered by a seven year pro-rated warranty, failure to touch-up stone chips. Damage caused by chemicals with a maximum allowable coverage of $200 for parts including but not limited to: DEF (diesel exhaust fluid), gasoline, replacement after three years. Labor is covered for the entire diesel fuel, anti-freeze, power steering fluid, brake fluid, fuel seven year period. additives, abrasive cleaners, etc. Failures resulting from product misuse or abuse including but not limited to stone chips, Inclusion to warranty — All Manufacturer installed wiring, wiring scratches, gouges, other impact damage, etc. Hazing, chalking terminals, connectors, nodes and electrical display screens. or loss of gloss caused by improper care, abrasive polishes, Initial programming and proper system functions. Installation and cleaning agents, pressure washing, or aggressive mechanical proper wiring of standard and specified optional components such wash systems. Failure of finishes that were applied without the as fans,lights,sirens,compressors,IV warmers etc. prior,written authorization of the Manufacturer. Exclusion from warranty — Chassis electrical systems which are covered by the chassis OEM. Batteries and alternator systems This is an Electronically CONTROLLED Document and the property of Braun Industries Uncontrolled When Printed 59 -, TAMARAC FIRE DEPARTMENT Contract Holder EIMICEMI TAMARAC FIRE DEPARTMENT Duval Fleet Sales TOMMY DEMOPOULOS Laura Torbeti 954-597-3813 (Work)904-388-2144 Tommv.Demopaulos(8ta marac.org (Fax)904-387-6816 (Cell)904-568-6027 Laura.T0lhett!.,,, 5203 Waterside Dr Jax,F732210 We appreciateyca'hbredandtheapportin!"b¢ioftPlkipperFLORIDASHERIFSABSOC,ATIONLIGHTVE781lEECONTRACTFS42-VE120.0MeatyEquipmentand Trucks FLi42 -VEH 18.0. Kivu have any gloaters Atorwilnip ON quo tabors GeV hem WA**wiW be ordered whips eurleric r unless apecafed on purchase ceder.Shipping and Invoicing InetrucWane are requited on agency wawa cyder. Eauicment Price 02213 2721 FORD F-1501/2TON CREW CAB SPECIAL SERVICE PICKUP TRUCK 4?(W1C) $ 27,491.00 XL TRIM PACKAGE $ - IMEMENIMMIN5.OLV8ENGINE $ - ligEn 145"WHEEL BASE WITH 5.5'BED $ - 1221111.POWER EQUIPMENT GROUP $ - IME SSV MODEL $ - ®6800#GVWR PACKAGE $ - ®EXTERIOR: INGOT SILVER $ - ®INTERIOR: FRONT GRAY CLOTH 40/NO CONSOLE/40&REAR VINYL $ - -VINYL FLOOR $ - IM $ - ®FRONT LICENSE PLATE BRACKET $ - MANUFACTURER'S MODEL UPGRADE PACKAGE:POWER WINDOWS&LOCKS,KEYLESS ENTRY, $ 919.00 -PEREMETER ALARM,CD PLAYER,CRUISE CONTROL AND SYNC $ - ECIIIIIIM TRAILER TOWING PACKAGE WITH 2"BALL $ 1,594.00 larall TRAILER BRAKE CONTROLLER $ 274.00 IEN THIRD KEY,PATS $ 225.00 Carri WEATHER TECH FLOOR MATS,LAZOR CUT(FRONT&REAR) $ 289.00 ®DEEP WINDOW TINT WITH STRIP ON WINDSHIELD-DEALER INSTALLED $ 265.00 1111111111.11.BLACK RUNNING BOARDS $ 249.00 ®FIBERGLASS CAB HIGH TOPPER WITH REAR WINDOW ONLY,PAINTED TO PATCH(UX) $ 1,192.00 ®BACK UP CAMERA $ - CEIMMEMIll XL CHROME APPEARANCE PACKAGE:FOG LAMPS,17"ALUM.WHEELS,CHROME FRONT AND REAR BUMPERS&FOG LAMPS $ 774.00 EIZEMIll GRAPHICS PER TAMARAC FIRE SPECS-MARSHAL 215 $ - u-alLLy:rYyaiiyM Wid►body console with open storage;8"slo pea 2"level. $ 795.00 ®Console floorplate for Ford trucks with center seat removed. $ - ®4"faceplate for a siren controller.Mete&mode/to be detarmired. $ - ®3"faceplate for a radio.' JSTONER 18 NOT INSTALLING NOB/LERAO/O8"'" $ - ®1"blank faceplate. $ - ®4"internal dual beverage holder. $ - ®4"console tray for misc.items(cell phone,keys,wallet,sunglasses) $ - ®2"faceplate with two(2)DC outlets and one(1)USB dual-port outlet. $ - ®2"blank faceplate. $ - ®Height adjustable rotating arm rest.Bolts to rear of console. $ - WHELEN 8 LAMP INNER EDGE LIGHTBAR FOR FRONT INTERIOR WINDSHIELD RED/WHITE SPLIT WITH WHITE TAKE DOWNS $ 2,280.53 ®(4)WHELEN MICRON HIDEAWAYS,MOUNT GRILLE WITH"X"PATTERN-R/W SPLIT $ - ®(2)WHELEN VERTEX FOR TAIL LIGHTS-RAN SPLIT $ - ®(2)WHELEN MICRONS,MT TO TAG BRACKET(RED/WHITE SPLIT) $ - ®WHELEN TAG BRACKET $ - ®WHELEN DUAL AVENGER LIGHT,MT LOWER CENTER AREA OF WINDSHIELD-(RED/WHITE SPLIT) $ - TCRHS5 60"RUNNING BOARD LIGHTS-RED/WHITE SPLIT(FITTED FOR F-150) $ 890.72 TRUCK VAULT 2 DRAWER MAGNUM FOR F-150 5.5'SHORT BED WITH CARGO SLIDE MODEL F-FDFSEM2-15S-PC-PW $ 3,695.00 Eir CITY TAG AND TITLE $ 125.00 IWZM TAG PROCESSING FEE $ 48.00 ®INSTALL&WIRE CUSTOMER SUPPLIED KNOX BOX $ - ®INSTALL CUSTOMER SUPPLIED,HAND HELD CONTROLLER,SPEAKER AND 6 MODULE DOMINATOR(UPPER REAR TOPPER WINDOW) $ - ®MOTOROLA VEHICLE CHARGER(NNTN7624C), HARDWARE(0105958U27)""WIRE TO BE ROAD READY"` $ - EIMONIMIE GRAY LEATHER SEATING,DEALER INSTALLED FOR FRONT AND REAR SEATS $ 1,200.00 $ - $ - LABOR Total Contract labor hours per spec. Includes wire,loom,connectors,PDI and shop supplies: $50 $ 600.00 IIIIIM VENDOR COMMENTS UNIT COST S 42.ti062_ TOTAL QUANTITY TAMARAC FIRE LT.xlsx SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 a a Spec Code Option o o Cost Msrp D51R Spot Light Dela* 0 0 $ (195.00) $ (195.00) 10"a XL high Package:Includes Power group,cruise control and 0 0 $ 9"9.00 $ 920.00 reverse aid. 998 3.5L V6 EcoBoost®($1399 w(LWB)157"wb)with Auto 0 0 $ 2,594.00 $ 2,595.00 Start-Stop Technology 86A XL Chrome Appearance Package 0 0 $ 774.00 $ 775.00 CNG/Propane Gaseous Engine Prep Pack(req.995 5.0L 98G V8 engine)Call dealer for CNG/Propane quote 0 0 $ 314.00 $ 315.00 Class IV Trailer Hitch(incl.Smart Trailer Tow Connector,7- 53B pin wiring harness;includes 7-pin-to-4-pin adapter,Class 0 0 $ 204.00 $ 205.00 IV trailer hitch receiver) Complete Trailer Tow Package—XL Standard&High:Pro Trailer Backup Assist is not included.Includes hardware package with 2"ball,ball mount,pin and clip.Optional six 534 way trailer plug included when specified.Note:Ordering 0 0 $ 1,594.00 $ 1,595.00 the Trailer Tow Package does not include Trailer Tow Mirrors.Trailer Tow Mirrors are a standalone option and must be ordered separately.(Option Code:54Y/59S) Trailer Tow Package—XL Standard&High:Pro Trailer Backup Assist is not included 53A Note:Ordering the Trailer Tow Package does not include 0 0 $ 1,089.00 $ 1,090.00 Trailer Tow Mirrors.Trailer Tow Mirrors are a standalone option and must be ordered separately.(Option Code: 54Y/59S) Max Trailer Tow Package;req.Heavy-Duty Payload Package(627)and(LWB))—XL Standard,Pro Trailer 53C Backup Assist is not included Note:Ordering the Max Trailer 0 0 $ 1,234.00 $ 1,235.00 Tow Package does not include Trailer Tow Mirrors.Trailer Tow Mirrors are a standalone option and must be ordered separately.(Option Code:54Y/59S)Includes Axle upgrade. Ford Co-Pilot360M 2.0 •Pre-Collision Assist with Automatic Emergency Braking (AEB)1 —Pedestrian Detection—Forward Collision Warning —Dynamic Brake Support •BLIS®with Cross-Traffic Alert •Lane-Keeping Systeml —Lane-Keeping Alert—Lane- Keeping Aid—Driver Alert 43a •Rear View Cameral 0 $ 654.00 $ 655.00 •Auto High Beamsl •Reverse Sensing System2 •Reverse Brake Assist •Post-Collision Braking Note:Rear-Window,Fixed Privacy Glass with Defroster (924/57Q)is required when Ford Co-PiIot360TM 2.0 is ordered;req.Mirrors(54R or 54Y) [Tow Technology Package(req.Class IV Trailer Hitch 17T (53B),Trailer Tow Package(53A)or Max Trailer Tow 0 $ 879.00 $ 880.00 Package(53C);req.ford Co-Pilot360 Tv 2.0(43A)) Note:reqs.Mirrors 54R or 54Y Requires 101 a DUVAL FORD SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 Heavy-Duty Payload Package(req.Max Trailer Tow Pkg. 627 (53C)with 3.5L EcoBoost®(998)or 5.0L(995)engine and 0 0 $ 1,694.00 $ 1,695.00 _(LWB)) LWB Long Wheel Base 6 1/2 ft bed 157"wheelbase 0 0 $ 1,744.00 $ 1,745.00 50M (Sntterior Work Surface(NA Cloth 40/blank/40 Seats 0 0 $ 164.00 $ 165.00 XL3 ,ffifeUrepcie.,Bectonic Locking 0 0 $ 469.00 $ 470.00 20"six-spoke machined aluminum with Magnetic painted 642 pockets(req.STXAppearance Pkg(61 S);NAw/3.3L V6 $ 999.00 $ 1,000.00 (99B)) 41H Engine Block Heater(Front License Plate Bracket(153)is 0 0 $ 89.00 $ 90.00 _required w/3.3L V6 PFDI(99B)or 5.0L V8(995)Engine) 18B Black Platform Running Boards 0 0 $ 249.00 $ 250.00 63T Tailgate Step(incl.Tailgate Work Surface;NAw/Stowable 0 0 $ 429.00 $ 430.00 Loading Ramps(90R)) 55B BoxLink_M(includes four(4)premium locking cleats) 0 0 $ 79.00 $ 80.00 Manual-folding,Power Glass Sideview Mirrors with Heat, 54R/43A Turn Signal,(Driver's Side)(Req. Ford Co-Pilot360TM 2.0 0 $ 959.00 $ 960.00 (43A)@$654;incl.interior auto-dimming rearview mirror) Manual-folding,Power Glass Sideview Mirrors with Heat, Turn Signal,(Driver's Side),High-Intensity LED Security 54R/59S/17T Approach Lamps,LED Sideview mirror Spotlights and Black 0 $ 1,359.00 $ 1,360.00 Skull Caps(ind.interior auto-dimming rearview mirror) (req.(Tow Technology Package(17T)) Manual-folding,Manually Telescoping,Power Glass Trailer Tow Mirrors with Heat,Turn Signal,High-Intensity LED Security Approach Lamps,LED Sideview mirror Spotlights 54Y/59S and Black Skull Caps(NAwith 3.3L V6 PFDI engine(99B)or 0 0 $ 569.00 $ 570.00 122"WB;req.XL Power Equipment Group(85A)and Rear- Window,Fixed Privacy Glass with Defroster(924/57Q);req. Trailer Tow Pkg.(53A)or Max Trailer Tow Pkg.(53C)) 924/57Q Rear-Window,Fixed Privacy Glass with Defroster - 0 0 $ 319.00 $ 320.00 76R Reverse Sensing System(req.Class IV Trailer Hitch(53B), 0 $ 274.00 $ 275.00 Trailer Tow Pkg.(53A)or Max Trailer Tow Pkg.(53C)) Onboard 400W Outlet(with 40/20/40 seats,there is one outlet in the IP;2nd outlet in the console req.40/Console/40 seats(W);additional outlet in the bed(NAw/8'Box);reqs. 471 Trailer Tow Pkg(53A)or Max Trailer Tow Pkg(53C)and 0 0 $ 289.00 $ 290.00 Reverse Sensing System(76R);NAw/*3.5L PowerBoost Full Hybrid V6 Engine(99D);reqs.XL Power Equipment Group(85A)on 100A) Pro Power Onboard-2KW(NAw/3.3L V6(99B),3.0L 472 Diesel(991)engine,CNG/Propane Gaseous Engine Prep 0 0 $ 994.00 $ 995.00 Pack(98G)or 163"wheelbase;reqs.XL Power Equipment Group(85A)on 100A) 595 Fog Lamps(inc in XL Chrome Appearance Pkg.(86A) 0 0 - $ 139.00 $ 140.00 47R FrontFloor Liner-Tray Style(req.Color-coordinated 0 0 $ 199.00 S 200 00 Carpetw/Carpeted Matching Floor Mats(168)) DUVAL FORD 2 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 47W All Weather rubber mats 0 0 $ 159.00 $ 160.00 168 Color-coordinated Carpetw/Carpeted Matching Floor Mats 0 0 $ 144.00 $ 145.00 Integrated Trailer Brake Controller(req.Class IV Trailer 67T Hitch(53B)or Included wfTrailer Tow Pkg.(53A),Max 0 0 $ 274.00 $ 275.00 Trailer Tow Pkg.(53C)or 1Tow Technology Pkg.(17T)) Extended Range 36 Gallon Fuel Tank(NA 122"WB,3.0L 655 V6 Power Stoke®Diesel engine(991)or*3.5L 0 0 $ 444.00 $ 445.00 PowerBoost Full Hybrid V6 Engine(99D)) *SYNC®4 with Enhanced Voice Recognition(Incl. SiriusXM®with 360L4) •8"LCD Capacitive Touchscreen with Swipe Capability •Wireless Phone Connection •Cloud Connected 524/582 •AppLink®w/AppCatalog 0 0 $ 324.00 $ 325.00 •911 Assist® •Apple CarPlay®and Android Auto Compatibility •Digital Owner's Manual •Conversational Voice Command Recognition •Connected Navigation 153 Front License Plate Bracket 0 0 $ - $ - 90 B #ed 48"Tooba s_; 0 0 $ 7 $ 790.00 90K Premium Aluminum Crossbed Storage Toolbox (model# 0 0 $ 789.00 $ 790.00 KS71 L P) 96W ,Bedluaer-Tau_h Bed®/TOFF spray-in 0 0 $ 5944:.00 $ 595.00 Bedliner-Plastic drop-in(NAw/*3.5L PowerBoost Full 96 P Hybrid V6 Engine(99D),400W Outlet(471)or Pro Power 0 0 $ 349.00 $ 350.00 Onboard I2KW(472)on 5.5'or 6.5'box) 90R o,(55B) 0 0 $ 96X Tonneau Pickup Box Cover-Hard Folding 0 0 $ 994.00 $ 995.00 96T Tonneau Pickup Box Cover-Soft Folding 0 0 $ 524.00 $ 525.00 96S Tonneau Pickup Box Cover-Retractable Short bed 0 0 $ 1,550.00 $ 1,551.00 96L _ a Pickup Box Cover-Reftwablejongked _ 0 0 $ 1,899.00 $ 1,900.00 8-way Power Driver's Seat-Power Lumbar Driver(req XL 91P Power Equipment Group(85A);NAw/STXAppearance 0 0 $ 349.00 $ 350.00 Package(61S)) LED Warning Beacons by Sound Off Signal-Amber strobe color(includes center high-mounted stop light bar and two 94S (2)roof mounted beacons that provide 360 degree 0 0 $ 674.00 $ 675.00 visibility.NAwith 3.0L V6 Power Stroke®Diesel engine (991)or STX SportAppearance Special Edition Package (66A)) LED Warning Beacons by Sound Off Signal-Red/Blue strobe color(includes center high-mounted stop light bar 94R and two(2)roof beacons that provide 360 degree visibility. 0 0 $ 724.00 $ 725.00 req.XL SSV Package(66S);NAwith 3.0L V6 Power Stroke® Diesel engine(991)or STXSportAppearance Special Edition Package(66A)) DUVAL FORD 3 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 LED Warning Becons by Sound Off Signal-AmberNVhite strobe color.(includes center high-mounted stop light bar 94W and(2)roof mounted beacons that provide 360 degree 0 0 $ 724.00 $ 725.00 visibility.NA with 3.0L V6 Power Stroke®Diesel engine (991)or STXSportAppearance Special Edition Package ( ) T7C LT265/70R17C BSW all-terrain tires(A/T)(NA with 3.0L V6 0 0 $ 294.00 $ 295 00 Power Stroke®Diesel engine(991)4x4) BUA Back-up Alarm System(85H)Or equal. Dealer installed 0 0 _ $ 124.00 $ 125.00 17C Chrome front and rear bumpers(requires Fog Lamps 0 0 $ 174.00 $ 175.00 (595);NAw/STXAppearance Package(61S)) Daytime Running Lamps(DRL)(when selected with Power 942 Equipment Group(85A),the non-controllable Daytime 0 0 $ 44.00 $ 45.00 Running Lamps(DRL)(942)replace Daytime Running Lamps(DRL)(On/Off Cluster Controllable)) 50S Cruise Control 0 M. $ 224.00 $ 225.00 31* Shit-thru 3rd`•a bod modifier. 0 0 $ 454.00 NA ADDITIONAL OPTIONS-INTERIOR STLIGHT Streamlight Rechargeable Stinger Flashlight-75712 0 0 $ 189.00 NA THMS500-PPI 500 Watt Inverter with Dash Switch-includes TH0002 0 0 $ 396.00 NA TH750S 750 Watt Inverter with Dash Switch-indudes TH0002 0 0 $ 596.00 NA TH 1000 1000 Watt Inverter with Dash Switch 0 0 $ 642.00 NA TH1500 1500 Watt Inverter with Dash Switch-indudes TH0002 0 0 $ 715.00 NA TH2000 2000 Watt Inverter with Dash Switch 0 0 $ 796.00 NA TH3000 3000 Watt Inverter with Dash Switch 0 0 $ 966.00 NA DSI-12/1200N Dimensions 1200 watt Pure Sine Wave 0 0 $ 1,495.00 NA DSI-REMOTE Remote control for Dimensions 0 0 $ 145.00 NA USB(phone HD Charge Wire for(phone-USBIPHONE 0 0 $ 35.00 NA USB Android HD Charge Wire for Android-USBANDROID 0 _ 0 $ 35.00 NA SAFET Safety Kit Ind;First Ad Kit,Triangle Kit&Fire Extinguisher 0 0 $ 276.00 NA (Specify monting location)B500T,PET449,6430 SAFET2 First Aid,Fire Extinguisher(specify moutning location)and 0 0 $ 536.00 NA Road LED Kit-6430,B500T,1140-4PACK SAFET3 Al Purpose Anti Bacterial Wipes,FDAApproved (60 Count) 0 0 $ 50.00 NA With Face Mask _ WTECH2 Weather Tech Laser Cut Floor Liners-2 Piece 0 0 $ 215.00 NA PHONE Car Cup Holder Phone Mount(8ACF1) 0 0 $ 80.00 NA WTECH4 Weather Tech Laser Cut Floor Liners-4 Piece 0 0 $ 290.00 NA ADDITIONAL OPTIONS EXTERIOR W Vent Shades 0 0 $ 175.00 NA TINT 1 Window TintOn Front2 Windows Including Windshield Strip 0 0 $ 265.00 NA TINT 2 Tint All Windows 4 Door Including Windshield Strip 0 0 $ 385.00 NA TINT 3 Limo Tint 4 Doors Including Windshield Strip 0 0 $ 465.00 NA DECAL 1 Graphics-Basic Fleet Package 0 0 $ 300.00 NA DECAL 2 Graphics-Customized Package With Unit numbers 0 0 $ 450.00 NA Boards SCC Aries 4"Oval running baords for Extended and Crew Cab 0 0 $ 595.00 NA F150[2230441 CH Cone Holder 0 0 $ 218.00 NA FCH HD Folding Cone Holder 0 0 $ 326.00 NA IGLOO Igloo Cooler Mount 0 0 $ 245.00 NA COOLER Igloo Cooler 0 0 $ 99.00 NA DUVAL FORD 4 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 BS Bug Shield 0 _ 0 $ 140.00 NA RKE Programmed Integrated Key Transmitter Fob 0 0 $ 350.00 NA PKE Programmed Key with Pats Technology.Fleet Key 0 0 $ 225.00 NA 2'TONE Two Tone Paint Scheme,''Roof and Doors 0 0 $ 1,896.00 NA 2TONE DOOR ,Two Tone Paint Scheme,Doors Only 0 0 $ 1,496.00 NA CABSHIELD Sterling Cab Shield with Mesh Window,Includes Black 0 0 $ 625.00 NA Pwder Coating[H950FSDI CABSHIELD B Sterling Cab Shield with Mesh Window,Includes Black 0 0 $ 650.00 NA Pwder Coating and Beacon Provision[H950FSDEI CABSHIELD L Sterling Cab Shield with Mesh Window,Includes Black 0 0 $ 675.00 NA Pwder Coating and Lightbar Provision[H950FSDF1 CABSHIELD A Sterling Cab Shield,Aluminum iHA951 FSDF1 0 0 $ 895.00 NA Back Rack Back Rack Light Duty Louvered Headache Rack-15004, 0 0 $ 555.00 NA 30123 ATR270000XT _TracOne Universal Rack 0 0 $ 815.00 NA SLR Sngie Side Ladder Rack,Aluminum 0 0 $ 1,045.00 NA MAT RACK Material Rack,Steel 0 0 $ 1,875.00 NA ALUM RACK Malarial Rack,Aluminum 0 0 $ 2,640.00 NA Nitrogen Filled Tires In Lieu OfStd.Factory Fill. Fuel NITRO Economy Saver Due To Tire Pressure Consistency,On 0 0 $ 245.00 NA Ground uCoat m , 0 0 $ 650.00 NA 12KPintle 12111 . .. Rnle Ball Kit spew 2"or25/16"ball 0 0 $ 285.00 NA 8K Pin tle „ t9 �a _ 0 0 $ 255.00 NA CONSOLE&LAPTOP 14"Basic Console Package:4• at8everage CC MC 14 FT K Console Tray,2-DC Outlets,1-Dual USB Port Fa• _ " 0 0 $ 750.00 NA Height Adjustable Arm Rest(SPECIFY RADIO MODEL AT THE TIME OF ORDER) 16"Wide Body Console with Open Storage on Side of CC-WBOS-16-FT- Console:4"Dual Beverage Holder,Console Tray,2-DC K Outlets,1-Dual USB Port Faceplate,Height Adjustable km 0 0 $ 845.00 NA Rest(SPECIFY RADIO MODEL AT THE TIME OF ORDER) 20"Wide Body Console with Open Storage on Side of CC-WBOS-20-FT- Console:4"Dual Beverage Holder,Console Tray,2-DC 0 0 $ 795,00 NA K Outlets,1-Dual USB Port Faceplate,Height Adjustable Arm Rest(SPECIFY RADIO MODEL AT THE TIME OF ORDER) 16"Wide Body Console Package with Open Storage on CC WBOS 16 FT- Side of Console:4"Dual Beverage Holder,Console Tray,2- FB DC Outlets,1-Dual USB Port Faceplate with Lidded File 0 0 $ 990.00 NA Padded Box(SPECIFY RADIO MODEL AT THE TIME OF ORDER) CM F15 SA KIT LapTop Stand Passenger side mounted with Universal 0 0 $ 715.00 NA Computer Tray(does not require consolel - TROY PRODUCTS side-mount mount with rotating swing CM SDMT SL KIT arm and deluxe theft-deterrent laptop tray for computer up 0 0 $ 759.00 NA to 15"W x 11.5"H.Includes Troy's unique slide-arm feature. DUVAL FORD 5 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 TROY PRODUCTS side-mount mount with rotating swing CM SDMT SL KIT arm and deluxe theft-deterrent laptop tray for computer up 0 0 $ 759.00 NA to 15"W x 11.5"H.Includes Troy's unique slide-arm feature. LIFT KITS Procomp Nitro 2.5 inch level kit. Includes Procomp Nitro 2.5 inch level kit 18x9 Procomp wheels or equal 295/70R18 Nitto Trail Grappler Tires 4 inch black oval side steps CL PRO 2.5 Speedometer Calibrator 0 0 $ 4,900.00 NA Labor&Alignment 3/36K parts&labor warranty This kit has a 2.5 inch front lift with a 1.5 inch rear block to level the truck Procomp 6 inch suspension lift. Includes Procomp 6 inch suspension lift 18x9 Procomp wheel or equal 35x12.50R18 Nitto Trail Grappler Tires CL PRO 4 inch black oval side steps 0 0 $ 6,830.00 NA Speedometer Calibrator Labor&Alignment 3/36K parts&labor warranty LEVEL sthe Facto Front2" 0 0 $ 1,556.00 NA Tool Boxes KS 71 LP Low Profile HD King Size Aluminum Toolbox with Low 0 0 $ 560.00 NA Prose Locking Lid KS-71 LP UN Low Profile HD King Size Aluminum Toolbox with Low 0 0 $ 560.00 NA Profile Locking Lid for 5.5 foot bed _ UWSTB-69 Low Profile HD Kling Size Aluminum Cross Body Toolbox 0 0 $ 560.00 NA with Gull Wing Lids _ AUWTBS-36 HD Aluminum Side Mounted Toolbox 36"Long,Price per 0 0 $ 480.00 NA side AUWTBS 48 HD Aluminum Side Mounted Toolbox 48"Long,Price per 0 0 $ 480.00 NA de AUWTBS-72 HD Aluminum Side Mounted Toolbox 72"Long,Price per 0 0 $ 490.00 NA side Weather Guard 114-0-01 Gull Wing,Aluminum,Full Extra 114-0-01 TPM 0 0 $ 1,227.00 NA Wide TOOL AND FUEL Tool and fuel:UTS TT101 100 Gal capacity with meter, 0 0 $ 2,296.00 NA electric•um• and 30'hose .Diesel Fuel onl . BEDSLIDES SLIDE 1000 1000 LB Capacity Cargo Glide Bed Slide[CG1000*548] 0 0 $ 1.310 00 NA SLIDE 1200 1200 LB Capacity Cargo Glide Bed Slide [CG1200*548] 0 0 $ 1,502.00 NA SLIDE 1500 1500 LB Capacity Cargo Glide Bed Slide [CG1500*548] 0 0 $ 1555.00 NA CargoEZ 12- 1200 LB Capacity Cargo Ease Bed Slide fCE*5481 0 0 $ 1,269.00 NA CargoEZ 15 1500 LB Capacity Cargo Ease Bed Slide[CE*548C15] 0 0 $ 499.00 NA CargoEZ 10 1000#Capacity Extendo Bed 0 0 $ 2,228.00 NA Extendo15 1500#Capacity Extendo Bed 0 0 S 2,238.00 NA EXTANG Exta • Tri Fold Lockin• Bedcover,Hard 0 0 $ 1,230.00 NA LIFTGATES DUVAL FORD 6 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 1300#Tommy Gate G2 60 1342 TP27 Steel Platform.[REQ TGS TP27 0 0 $ 3,300.00 NA CamLoc option] TGAEA27 1300#Tommy Gate G2 60 X 27 Aluminum [REQCamLoc 0 0 $ 3,775.00 NA option] TGS TP38 1300#Tommy Gate G2 60 1342 TP38 2 Piece Steel 0 0 $ 3,300.00 NA Platform[REQ CamLoc option] TGAEA38 1300#Tommy Gate G260 1342 EA38 2 Piece Aluminum 0 0 $ 3 900 00 NA ..[REQ CamLoc option] CAMLOC '1,`' >«;.ry camera 0 0 $ 285.00 NA BACKZONE Reverse Sensing System,Dealer Installed[250-1903 0 0 $ 445.00 NA BZTR 'EQCamLoco.tion TOPPERS AND TONNEAU COVERS FCHT Cab high fiberglass topper with sliding side windows. 0 0 $ 1,992.00 NA YAKI Yakima roof rack with adjustable round bars 0 0 $ 515.00 NA FCHT OPT 1 Fiberglass toolbox with shelf on single side req topper _ 0 0 $ 545.00 NA FCHT OPT 2 Gass side windoors flip out for easy access,req topper 0 0 $ 415.00 NA FCHT OPT 3 Solid painted windoors for added security req.topper 0 0 $ 595.00 NA FBI_ Ranch legacy series fiberglass painted bed lid,dual shock, 0 0 $ 1,685.00 NA black powder coated hardware.single lock with two keys Cargo VIZ Two white led steady burn lights inside pickup bed for 0 0 $ 362.00 NA closed cover visibility AREttiIARLLSI esTonneau Cover(5.5'to 8'Bed) 0 0 $ 2,050.00 NA ARE 3DL AR.E.3DL Series Tonneau Cover(6.5' Bedj 0 0 $ 2,343.00 NA AREV A.R.E.VSeries Fiberglass Topper(5.5'to 8'Bed).Includes 0 0 $ 2,099.00 NA front,side,and rear windows. A.R.E.DCU 23"Tall .Includes hatch rear door with I-lock, ARE DCU rear tinted window,full length tool box on each side,and 0 0 $ 3,050.00 NA frontpicture window. AMROL.L American Roll Tonneau Cover with tool box 0 0 $ 3,695.00 NA RETRAX Retrax retractable bed cover 0 0 $ 1,390.00 NA ROLLNLOK Roll Lode retractable bed cover 0 0 $ 1,440.00 NA Grill Guards and Wenches 57-93835 Westin HDX Wrap Around Grille Guard with winch plate 0 0 $ 1,295.00 NA 57-3835 Westin HDX Wrap Around Grille Guard without winch plate 0 0 S ',"95.00 NA 103250 8,000 pound Warn Winch with Remote _ 0 0 $ 900.00 NA 103252 10,000 pound Warn Winch with Remote 0 0 $ 950.00 NA 103254 12,000 ••und Warn winch 0 0 $ 1,070.00 NA LIGHTING LEDSPOT LED Pillar Mounted Spotlight-325PL-0002,189,P46SLC 0 0 $ 695.00 NA GOLITE LED Permanent Mount Go-Light brand spot light 20074GT 0 0 $ 725.00 NA 3RD BRAKE LIGHT SAFETY PULSE(Pulses 3rd brake light SBL (4)times upon application of brake pedal to increase driver 0 0 $ 279.00 NA awareness behind you when stopping) _ 4 Corner Flashing System(2 Surface Mounted In Grille .2 LED PKG 1 In Tail Lights) (Specify color at time of order)MCRNS*, 0 0 $ 675,00 NA MCRNB1,VTX609* _16"Mini Whelen Led Century Light Bar-Amber light with LED PKG 2 0 0 $ 495.00 NA Amber Lens-MC16PA LED PKG 3 16"Mini Whelen Led Century Light Bar-Amber light with 0 0 $ 550.00 NA Clear-MC16PCA DUVAL FORD 7 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 LED PKG 4 16"Mini Whelen Led Century Light Bar-Amber/white lights 0 0 $ 550.00 NA with Gear Leas-MC16PF LED PKG 5 23"Mini Whelen Led Century Light Bar-Amber light with 0 0 $ 695.00 NA Amber Lens-MC23PA )p� 23"Mini Whelen Led Century Light Bar-Amber light with 0 0 $ 695.00 NA LED PKG 7 23"Mini Whelen Led Century Light Bar-Amber/white lights 0 0 $ 695.00 NA with Clear Lens-MC23PF 54"Fully Populated Whelen Justice Light Bar,6-Switch LED PKG 8 Controller&4 Corner Flashing System With Mounting 0 0 $ 3,002.00 NA Hardware(Specify color at time of order)JV2****,PCC6W, Iif J NB1,VTX609* 54"Fully Populated Liberty II Light Bar,6-Switch Controller LED PKG 9 &4 Corner Flashing System With Mounting Hardware 0 0 $ 3,022.00 NA (Specify color at time of order)IW2****,PCC6W,MCRNS*, MCRNB1,VTX609* Interior Flashing System:(2)SOLO Avengers In Headliner, LED PKG 10 (2)SOLO Avengers In Rear Deck,4 Corner Flashing 0 0 $ 1,754.00 NA System with Single Mounted Controller(Specify color at time of order)AVC11*,MCRNS*,MCRNB1*,VTX609*, Premium Interior Flashing System Front inner Edge and Rear With Take Downs Rear,Full-Width Traffic Advisor,2- LED PKG 11 Hideaway Grille Lights,2-Flashing Tail Lights,Siren/Hand- LED 0 $ 3,400.00 NA Held Controller,Speaker and Mounting Brackets For F-150 (Specify color at time of order)-IX47UFZ,TAD8,MCRNS*, SA315P,HHS3200 V1-X609* 54wR 1t rPopulated Whelen Justice Light Bar,Siren/ LED PKG 12 Controller,Speaker&4 Corner Flashing,System With 0 0 $ 2,863.00 NA Mounting Hardware-JV2****,SA315P,MORNS*,VTX609* 54"Fully Populated Whelen Liberty II Light Bar,Siren/ LED PKG 13 Controller,Speaker&4 Corner Flashing System With 0 0 $ 3,350.00 NA Mounting Hardware-IW2****,SA315P,MCRNS*,VTX609* o o Price(part 2 Order Code _ign:s!Siren Description o o Labor Hr 0 _ = only) Code3:Administrative Vehicle Package-Consist of Interior LED Dash Light,(2)LED Rear Deck Lights,900 Series c W C3AVP Head Light Flasher,Code3 H2 Covert Siren or 3920 Series 7 7 $ 1,242.50 $ 50.00 z Siren and Light Controller,C31000 Speaker with Bracket.5- Q Year Warranty. SoundOff Signal Administrative Vehicle Package-Consist of Interior Rearview Mirror LED Light;Rear Deck or Headliner LED Lights(Minimum of2);Headlight Flasher;Tail light SOAVP flasher;Four Corner Universal Undercover LED system; 7 7 $ 1,581.50 $ 50.00 Combination Light Controller/Siren(ETSA200RA-PA); Speaker and Bracket-LED lights may be blue,red,amber or any combination-specify color. DUVAL FORD 8 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 Whelen:Administrative Vehicle Package-Consist of Interior Rearview Mirror LED Light;Rear Deck or Headliner LED Lights(Minimum of 2);Headlight Flasher;Four Corner LED cn WAVP 7 7 $ 1,497.22 $ 50.00 2 System;Hand Held or 295SLSA6 One Piece Combination Light Controller/Siren;Speaker and Bracket—LED lights may be blue,red,amber or any combination-specify color. 0 - Y d m Code3 Economic Lightbar Package 21TR(Model 21TR47A4)Manufactured in America,All LED Torus co C3ELBP-LED Modules,Flashing Takedown and Alley LED lights,Code3 8 8 $ 1,895.26 $ 50.00 Mastercom Siren and Light Controller,C31000 Speaker with Bracket.5 Year Warranty. 0 0 W SoundOff Signal Economy LED Lightbar Package- SoundOff Signal All LED 48"EMG2000 Magnum LED Lightbar 10-16v(EMG2000)w/Take Downs&Alleys, Standard Split option available—Clear lenses with Amber, Blue,Red or White LEDs-3 LED inboards and 6 LED corners Bar can be ordered with any color in each module. 5-year warranty is included on EMG2000.6 led corner for warning and standard with LED takedowns and alleys SOELB—LED (CONTAINS NO EMPTY HOLES OR MISSING DIODES). 5- Th 8 8 $ 1,859.79 $ 50.00 year warranty Included on EMG2000. Package also includes a SoundOff 100-watt400 series siren (Siren Model number ETSA400csp)with integrated lighting controls and i; directional arrow switch to control optional full or split rear arrow,and 100-watt SAE approved siren speaker w/vehicle specific mounting bracket(Speaker Model ETSS100D), please specify vehicle bracket needed. Lightbars are available in red,blue,amber,or any combination of these colors. a Whelen Economic All LED Lightbar(Model Number co F914G4),Fully loaded,100%Solid State Electronics, WELB—LED manufactured in America,with,(2)Flashing/Takedown7-3 8 8 $ 1,712.77 $ 50.00 LED Lights,(2)Flashing/Alley LED Lights,Mounting Kit, Epsilon Series Combination Light/Siren Controller,SA315P zo Siren Speaker and Mounting Bracket. 0 w w Code3:Basic Unmarked Patrol Package-Consist of Interior LED Dash Light,(2)Grille LED Lights and(2)LED Rear o C3EUMP-LED Deck Lights,900 Series Headlight Flasher,Code3 H2 9 9 $ 1,367.50 $ 50.00 Covert Siren and Light Controller,C3100U Speaker with Bracket.5 Year Warranty. 0 w DUVAL FORD 9 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 o SoundOff Signal Basic LED Unmarked Patrol Package- Consist of Interior Rearview Mirror,Grille and Rear Deck LED System(Minimum 2 Lights in Each Position);Headlight and tail light flashers;Four Corner Universal Undercover oP SOEUMP LED LED system;ETSA461 HPP 100W handheld remote 9 9 $ 1,680.38 $ 50.00 Combination Light Controller/Siren,Speaker and Bracket(s) -LED lights may be blue,red,amber or any combination- "' specify co or. Whelen:Basic All LED Unmarked Patrol Package-Consist of Interior Rearview Mirror,Grille and Rear Deck LED System(Minimum 2 Lights in Each Position)LED lights may be blue,red,amber or any combination-please specify WEUMP-LED color;Headlight Flasher;Epsilon one piece Combination 9 9 $ 1,563.22 $ 50.00 o Light Controller/Siren,Speaker and Bracket;Four Corner LED System,may be blue,red,amber,white or any u' combination-please specify color. coCode3 Medium Lightbar Package,21TR Plus(Model 21TR47MC)Manufactured in America Features Full Flood C3MLBP LED Takedown Torus Multicolor Light heads with Torus corner 8 8 $ 1,898.65 $ 50.00 modules,Flashing Takedown and Alley LED Lights, w Directional Arrow.Code3 Xcel Siren and Light Control, C3100U Speaker with bracket.5 Year Warranty. Y Code3 Premium Tier1 Package all LED Defender Lightbar (ModelDF47A2)Tricore Modules,(2)LED C3PLBP-LED m Flashing/Takedown Lights,(2)LED flashing/Alley Lights, 8 8 $ 2,975.47 $ 50.00 1-1-1TIER1 C Auto Diming Photo Cell,Mounting Kit.Code3 Z3 Siren Light Controller,C31000 speaker with bracket.5 Year Warranty. Code3 Premium Tier2 Package all LED Defender Multicolor co Lightbar(ModelDF47A2MC),Tricore Modules,(2)LED -Ti Flashing/Takedown Lights,capable of Front Flood Lighting, C3PLP-LED TIER2 (2)LED flashing/Alley Lights,Auto Diming Photo Cell, 8 8 $ 2,975.47 $ 50.00 Mounting Kt Code3 Z3 Siren Light Controller,Banshee low Lu frequency Siren,(2)C3100U Speakers with bracket.5 Year a. Warranty. SoundOff Signal Medium LED Lightbar Package-SoundOff w Signal All LED 48"EMG2000 48"Magnum LED Lightbar 10- 16v(EMG2000)w/Take Downs&Alleys,Standard Split option available-Clear lenses with Amber,Blue,Red or a White LEDs-6 LED inboards and 12 LED corners. Package also includes a SoundOff 100-watt400 series SOMLB-LED single tone siren(Siren Model number ETSA481 CSP))with 9 9 $ 1,870.81 $ 50.00 integrated lighting controls and directional arrow switch to control optional full or split rear arrow,and 100-watt SAE approved siren speaker wNehicle specific mounting bracket(Speaker Model ETSS100D),please specify vehicle a_ bracket needed. Lightbars are available in red,blue, amber,or any combination of these colors. DUVAL FORD 10 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 SoundOff Signal Premium LED Lightbar Package- SoundOff Signal All LED 48"ENFLB-containing 16 Single Color LED modules CONTAINS NO EMPTY HOLES OR MISSING DIODES). Lightbar is equipped with a_ programmable flashing and/or steady burning LED TAKEDOWN and LED ALLEYS.5-year warranty is included SOPLB—LED 1 on ENFLB. Package also includes a SoundOff 100-watt 400 9 9 $ 2,133.79 $ 50.00 TIER series single tone siren(Siren Model number ETSA481 CSP)with integrated lighting controls and 2 directional arrow switch to control rear arrow and 100-watt SAE approved siren speaker w/vehicle specific mounting bracket(Speaker Model ETSS100N),please specify vehicle bracket needed. SoundOff Signal Premium LED Lightbar Package- SoundOff Signal All LED 48"ENFLB-Silver containing 16 Dual Color LED modules with 240 LED's(CONTAINS NO LU EMPTY HOLES OR MISSING DIODES). Lightbar is equipped with programmable flashing and/or steady burning LED a_ TAKEDOWN and LED ALLEYS.Bar can be ordered with any SOPLB—LED 2 2 colors in each module. 5-year warranty is included on CC'= ENFLB. Package also includes a SoundOff 100-watt 400 9 9 $ 2,428.29 $ 50.00 TIER series single bone siren(Siren Model number ETSA481 CSP)with integrated lighting controls and directional arrow switch to control rear arrow and 100-watt cc SAE approved siren speaker w/vehicle specific mounting bracket(Speaker Model ETSS100N),please specify vehicle bracket needed. Lightbars are available in red,blue, amber,or any combination of these colors. SoundOff Signal Premium LED Lightbar Package- SoundOff Signal All LED 48"ENFLB-Gold(Model ENFLB- GOLD)containing 16 Tri-Color LED modules with 336 LED's(CONTAINS NO EMPTY HOLES OR MISSING DIODES). Lightbar is equipped with programmable flashing and/or steady burning LED TAKEDOWN and LED a. cc ALLEYS.Bar can be ordered with any 3 colors in each SOPLB—LED 3 module. 5-year warranty is included on ENFLB. Package 9 9 $ 3,119.69 $ 50.00 = TIER also includes a SoundOff 100-watt400 series dual tone siren(Siren Model number ETSA481 CSP)with integrated lighting controls and directional arrow switch to control optional full or split rear arrow and 100-watt SAE approved °- siren speaker w/vehide specific mounting bracket(Speaker Model ETSS100N),please specify vehicle bracket needed. Lightbars are available in red,blue,amber,or any combination of these colors. DUVAL FORD 11 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 Whelen Medium All LED Lightbar,(Model J8FSA1)Fully loaded 100%Solid State Electronics,Manufactured in O co America.Includes,(2)Flashing/Takedown LED Light(2) - WMLB—LED Flashing/Alley LED Lights,Mounting Kit,Epsilon 9 9 $ 1,852.98 $ 50.00 Combination Siren/Switch Controller,SA315P Siren Speaker and Mounting Bracket,SA315P Siren Speaker and a- Mounting Bracket Whelen Premium Al LED LFL Liberty Lightbar(Model S8FSA1),Fully loaded,100%Solid State Electronics, = manufactured in America with 15 Led Modules,Two Wire co WPLB—LED 1 Controlled Traffic Advisor,(2)LED Flashing/Takedown 9 9 $ 2,131.64 $ 50.00 2 c" TIER g Lights,(2)LED Flashing/Alley Lights,Mounting Kit, 295SLSA6 Combination Light/Siren Controller,SA315P cc a- Siren Speaker and Mounting Bracket. Whelen Premium All LED Dual Lightbar,(Model F8FSA1) = Fully loaded,100%Solid State Electronics,manufactured in WPLB—LED 2 America,includes a Two Wire Controlled Traffic Advisor,(2) 9 9 $ 2,505.83 $ 50.00 ▪ a- TIER LED Flashing/Takedown Lights,(2)LED Flashing/Alley w Lights,Mounting Kt,295SLSA6 Combination Light/Siren ce Controller,SA315P Siren Speaker and Mounting Bracket a_ Whelen Premium All LED TRIO Lightbar,(Model IG381 FSA) co Fully loaded,100%Solid State Electronics,manufactured in America,includes a Two Wire Controlled Traffic Advisor,(2) • WPLB—LED 3 LED Flashing/Takedown Lights,(2)LED Flashing/Alley 9 9 ICECALL FOR $ 50.00 TIER PRICE Lights,Mounting Kit,CenCom Sapphire Combination Light/Siren Controller,SA315P Siren Speaker and re a- Mounting Bracket 0 d Code 3:Consists of Supervisor Flex(Specify Sedan or SUV Model)Passenger side only(3 Torus Multicolor light heads 2 C3PUMP-LED w/full flood takedown capability)Manufactured in America, 9 9 $ 2,345.08 $ 50.00 TIER1 Rear Full Wingman Torus LED,Code 3 H2 Covert Siren and Light control,C3100U Speaker w/bracket 5 Year Warranty. o_ d Code3:Deluxe Unmarked Patrol Package-Consist of Front Full Supervisor Flex(Specify Sedan or SUV model) C3PUMP-LED (Multicolor Torus LEDs w/full flood takedown capability) 9 9 $ 3,201.52 $ 50.00 TIER2 Manufactured in America,Rear Full Wing man Torus LED, Code3 H2 Covert Siren and Light Control,C3100U Speaker with Bracket.5 Year Warranty a_ a DUVAL FORD 12 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 SoundOff Signal: Deluxe Unmarked Patrol Package - o Consist of Front and Rear Full-Width Interior LED System a_ with LED TAKEDOWN lights(ENFWBF(XXX()for front, ENFWBRF()00()for rear);Headlight and Taillight Flashers; Four Corner LED Universal Undercover(ELUC2S010x); SOPUMP-LED Package also includes a SoundOff 100-watt Handheld siren 9 9 $ 2,340.20 $ 50.00 (Siren Model number ETSA461 HPP)with integrated lighting controls and directional arrow switch to control optional rear arrow;Speaker and Bracket(ETSS100N)-LED lights cc a_ maybe blue,red,amber or any combination - specify color. a Whelen:Deluxe Unmarked Patrol Package-Consist of Front and Rear Full-Width Interior LED System(Eight 3-LED Module)with LED Takedown Lights;Headlight Flasher; Four Corner LED System,Hand Held or one-piece WPUMP-LED Combination Light Controller/Siren;Speaker and Bracket 9 9 $ 2,280.53 $ 50.00 LED lights may be blue,red,amber or any combination- w specify color.Also,available with eight 6-LED Lamps for the ct Front Interior Lightbar. SOUNDOFF SIGNAL SoundOff Signal-ENFWBF Single Color full Featured Interior Lighthar Eight 6-LED modules.with optional Two 6- ENFWBF-SINGLE LED Flashing Take-Downs Meets SAE specifications.Easy 3 3 $ 672.00 $ 50.00 Installation to Visor Anchor Points Without Drilling Holes, Vehicle Specific.Please indicate vehicle make and model. SoundOff Signal-ENFWBF DUO Color full Featured Interior Lighthar Eight6-LED modules.with optional Two 6- ENFWBF-DUO LED Flashing Take-Downs Meets SAE specifications.Easy 3 3 $ 779.00 $ 50.00 Installation to Visor Anchor Points Without Drilling Holes, Vehicle Specific.Please indicate vehicle make and model. ETSS100J ,Speaker 100watt 1 1 $ 169.00 $ 50.00 EMPSCG1 SMS1 X 3"mPower Single color 1 S 7 50 S 50.00 ENFDWS3X nForce Dual Windshield,Dual Shroud and Dual Color 1 1 $ 255.75 $ 50.00 EMPS1 SLE3X 3"mPower Sin_gle color _ 1 1 $ 117.50 $ 50.00 ETSK F200 LF Aftershock Siren Sysstem,(2)100 Watt Speakers,(1) 3 3 $ 670.00 $ 50.00 200 Watt amplifier and Universal Brackets ENFSWS3X nForce Single Windshield Single Shroud Dual Color 1 ' $ 164.31 $ 50.00 4200 Series LED Beacon, SAE J845 Class 1 - ELB42BCLOAC 2 2 $ 201.16 $ 50.00 Flat/Pipe Mount,4CIear Dome/Amber LEDs ETBASS2000 reVerb Back-Up Alarm,SAE J994 Type C Certified,12/24v 1 $ 86.37 $ 50.00 nFORCE®6 module Exterior Traffic Controller w/Mounting ENFTCDXS1206 Bracket,12 LEDs-Dual Color combination in Amber,Blue, 2 2 $ 606.00 $ 50.00 Red,White SOUNDOFF SIGNAL SoundOff Signal-Headlight flashers,solid state 1 1 $ 163.00 $ 50.00 ENT2B3x Soundoff Signal-Intersector LED undermirror Light 3 3 $ 300.41 $ 50.00 ENT2B3x Soundoff Signal-Intersector DUO LED undermirror Light _ 3 3 $ 317.70 $ 50.00 SoundOff Signal-Tail lightflashers 1 1 S 230.00 $ 50.00 ETSA481CSR SoundOff Signal ETSA481 CSR-deluxe siren 2 2 $ 408.35 $ 50.00 DUVAL FORD 13 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 ETSA482CSR SoundOff Signal ETSA482CSR-200 watt dual tone Console 2 2 $ 548.35 $ 50.00 Mount siren with lighting and arrow controls,Rotary knob SoundOffSignal ETSA482RSP-200 watt dual tone remote ETSA482RSx siren with lighting and arrow controls,Push button or Rotary 2 2 $ 548.35 $ 50.00 knob Soundoff Signal Corner LED Kits- Universal undercover ELUC2S010x LED kit,consists of4 corner LEDs,choice of colors,red, 3 3 $ 382.76 $ 50.00 white,blue,amber or any split color combination.Please specify colors.Included with in line flasher,10'of cable OTHER SOUNDOFF OPTIONS AVAILABLE-CONTACT REP BROOKINGS LP3-X BROOKING 3 LED LOW PROFILE SURFACE MOUNT 1 1 $ 96.00 $ 50.00 LP6-X BROOKING 6 LED LOW PROFILE SURFACE MOUNT 1 1 $ 113.00 $ 50.00 LP26-X BROOKING 12 LED LOW PROFILE SURFACE MOUNT _ 1 1 $ 123.00 $ 50.00 ST6-X BROOKING 6 LED THIN SURFACE MOUNT 1 1 $ 127.00 $ 50.00 BROOKING-BKTS CONTACT REP FOR BROOKING BRACKETS $ 50.00 PAL 06-XX BROOKING PAIR-DUAL MODE-SINGLE OR SPLIT COLOR 1 1 $ 159.00 $ 50.00 HZNS6-XX BROOKING HORIZON 6 LED MODULE BAR/BRACKET 2 2 $ 391.00 $ 50.00 L05-XXXX BROOKING MICRO BAR EX 2 2 $ 336.00 $ 50.00 BR-LEDBH BROOKING 8 LED BEACON 2 2 $ 184.00 $ 50.00 B14-XXXX BROOKING 10 LED BEACON 2 2 $ 218.00 $ 50.00 B19-X?OIX BROOKING 36 LED BEACON 2 2 $ 297.00 $ 50.00 FIT49-XX BROOKING 49" FIT LEGION LIGHT BAR 2 2 $ 755.00 $ 50.00 FIT54-XX BROOKING 54"FIT LEGION LKG-IT BAR 2 2 $ 805.00 $ 50.00 EVL6-X0(XX BROOKING SINGLE COLOR ECLIPSE INTERIOR BAR 2 2 $ 605.00 $ 50.00 EVL12)0 0C BROOKING DUAL COLOR ECLIPSE BAR INTERIOR BAR 2 _ 2 _$ 855.00 $ 50.00 LSBD-***** BROOKING TEMPEST 48"OR 54 FULL DUO 2 2 $ 1,515.00 $ 50.00 TORRENT BAR BROOKING TORRENT 49"OR 54"FULL DUO 2 2 $ 1,515.00 $ 50.00 OTHER BROOKING OPTIONS AVAILABLE-CONTACT REP CODE 3 MR6-X CODE 3 6LED UNIV.MNT.-SINGLE COLOR 1 1 $ 123.00 $ 50.00 ULT6-X CODE 3 6 LED,THIN SURFACE MNT 1 1 $ 117.00 $ 50.00 MICROPAK _CODE 3 HIDE A BLAST,6LED,ULTRASLIM,FM 1 1 $ 112.00 $ 50.00 MICROPAK-DC CODE 3 HIDE A BLAST,6LED,LP,SM SPLIT COLOR _ 1 1 $ 124.00 $ 50.00 CD3766**-VDL CODE 3 VISOR/DECK LIGHT,W/CHASE 1 1 $ 177.00 $ 50.00 C3RNRDC-60R CODE 3 60"OUTLINER-BRACKET INCLUDED-PAIR 3 3 $ 655.00 $ 50.00 3599L5 CODE 3 H2 COVERT SIREN 2 2 $ 429.00 $ 50.00 C3900U CODE 3 SLIM 100 WATT SPEAKER/BRACKET 1 1 $ 203.00 $ 50.00 OTHER CODE 3 OPTIONS AVAILABLE-CONTACT REP WHELEN AVC11** WHELEN SINGLE AVENGER II SOLO 1 1 $ 164.00 $ 50.00 AVC21*` WHELEN DUAL GER II Sao 1 1 $ 240.00 $ 50.00 UHF2150A WHELEN HEADLIGHT FLASHER 1 1 $ 94.00 $ 50.00 PS*01 FCR WHELEN STRIP LIGHT PLUS-SOLO 1 1 $ 123.08 $ 50.00 PS*02FCR WHELEN STRIP LIGHT PLUS-DUO 1 1 $ 140.68 $ 50.00 ,HHS3200 WHELEN SIREN AMP W/HAND-HELD CONTROL 2 2 $ 429.00 $ 50.00 HHS4200 WHELEN SIREN AMP W/HAND-HELD CONTROL-WECAN 2 2 $ 479.50 $ 50.00 295SLSA5 WHELEN295 .,.,.. - HOWLER WHELEN LOW FREQUENCY TONE SIREN SYSJBRACKET 2 2 $ 529.60 $ 50.00 DUVAL FORD 14 SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 SA315P WHELEN 100 WATT SPEAKER/BRACKET 1 1 $ 203.00 $ 50.00 TCRHS5 WHELEN 60"TRACER-SOLO-PAIR-BRACKET INCLUDED 3 3 $ 890.72 $ 50.00 TCRHD5 WHELEN 60"TRACER-DUO-PAIR-BRACKET INCLUDED 3 3 $ 1,095.00 $ 50.00 PCC6W WHELEN PCC6W CONTROL CENTER 1 1 $ 140.00 $ 50.00 MC16PA WHELEN 16"MINI CENTURY-AMBER 2 2 $ 318.00 $ 50.00 MC16PF WHELEN 16"MINI CENTURY-AMBERNVHITE 2 2 $ 347.05 $ 50.00 WBUAS7 ; WHELEN 97DB BACKUP ALARM 1 1 $ 84.00 $ 50.00 VTX609* WHELEN VERTEX LIGHT-6 LED-PAIR 2 2 $ 209.50 $ 50.00 L1OHAP WHELEN L10 BEACON 2 2 $ 245.00 $ 50.00 MCRNS* WHELEN MICRON 1 $ 139.00 $ 50.00 MCRNT* WHELEN STUD MOUNT MICRON 1 1 $ 139.00 $ 50.00 TLI* WHELEN THIN ION 1 1 $ 146.00 $ 50.00 ARGES 1 WHELEN 5°Spotlight with Proclera®Silicone Optic 3 3 $ 535.00 $ 50.00 ARGES 2 WHELEN ProFocus'TM,Select from Spot/Flood Combination 3 3 $ 590.00 $ 50.00 Light ARGES MOUNT WHELEN ARGES MOUNT- VEHICLE SPECIFIC 3 3 $ 895.00 $ 50.00 ($TBD) ARGCH1 WHELEN ARGES BAIL MT CONTROL HEAD 1 1 $ 233.00 $ 50.00 ARCHG2 WHELBst Control Head br Arpes®,Swivel Mount 1 1 $ 233.00 $ 50.00 OTHER WHELEN OPTIONS AVAILABLE-CONTACT REP PRISONER CONTAINMENT LOCK INOP Rear Lock and Handles inoperable 0 0 $ 45.00 NA WIND INOP Rear Windom. 0 0 $ 45.00 NA PUSHPULL Manual Unlock Plungers 0 0 $ 215.00 NA TROY PRODUCTS large window partition with sliding TP-E-SL6-FS-SS- window,crawl-through barrier and weapon recess panel. 0 0 $ 997.00 NA FT-K Includes mounting kit&partition kick panels for F-series pickups. 475 104 Prisoner Cage-Jotto-Space Creator Vehicle Partition, 0 0 $ 1,152.50 NA RP,LEP PRPSP8114FT16A Prisoner Cage-Pro-gard-Poly Center Slider Window with 0 0 $ 1,087.50 NA Expanded Metal Insert-F150 ONLY PK0601 FDT15F15 Prisoner Cage-Setina-#1 OVS-C Sliding Window,Exp 0 0 $ 892.50 NA 0 Metal,LEP PK0602FDT15F15 Prisoner Cage-Setina-#10VS-C Sliding Window,Exp 0 0 $ 1,016.00 NA 0 Metal,LEP,RP P1000FT16A Single Prisoner Cage-Pro-gard-Single Compartment,Pro 0 0 $ 1,705.00 NA cell,'/2 Partition (OEM Rear Seat Only)-F150 1 K0574FDT15F15 Single Prisoner Cage-Setina-#6VS Single Prisoner OPDR Transport Coated Polycarbonate with Driver's Side Rear 0 0 $ 1,198.00 NA Seat TROY PRODUCTS driver&passenger side diamond- AC-F150-FT-K punched side window guards with diamond-punched rear 0 0 $ 375.00 NA window screen. W: l NPFT16 Window Bars-Pro-gard-Window Armor-Vertical 0 0 $ 375.00 NA WK0514FDT15F1 Window Bars-Setina-Window Armor-Horizontal 0 0 $ 375.00 NA 50H DP81 FT16 Door Panels-Pro-gard-Door panels-F150 only 0 0 $ 250.00 NA DK0598FDT Door Panels-Setina-Door panels-F150 only 0 0 $ 250.50 NA PB81 FT16HD Push Bumper-Pro-pard-Push Bumper -F150 Only _ 0 0 $ 645.00 NA DUVAL FORD 15 • SPEC 268 F-150 Special Service Vehicle Super Crew 4x2 FSA20-VEL28.0 BK0534FDT Push Bum•er-Selina-Push Bum•er -F150 Onl 0 0 $ 645.00 NA GUN LOCK AND CARGO/WEAPON STORAGE TROY PRODUCTS theft-deterrent dual weapon gun mount. GM SGRF MNT K Includes two(2)butt plates, two(2)lock and two(2) 0 0 $ 545.00 NA handcuff style locks with#2 key and push-button override switch. GVPMS H Gun Lock-Pro-gard-Vertical Partition Mount Single 0 0 $ 506.50 NA Weapon Tri-Lock Gunrack w/HK Gun Lock-Pro-gard-Vertical Partition Mount Dual GVPMD-H 0 0 $ 617.00 NA Weapon Tri-Lock Gunrackw/HK GK10271 UHKSSC Gun Lock-Setina-Single T-Rail Mount Universal XL, 0 0 $ 415.50 NA AXL Kaglast Key Override GK10342UHKSSC Gun Lock-Selina-Dual T-Rail Mount 2 Universal XL 0 0 $ 539 00 NA AXL Handcuff Ke Override War . Extended Service Plan Base Care,Zero Deductible.Five CB575 Year,75000 Mile. Call Dealer for plan specifics and 0 0 $ 1,705.00 $ 1,705.00 optional Terms.Price Guide 10/2019 Base Care,Zero Deductible.Five CB5100 Year,100000 Mile. Call Dealer for plan specifics and 0 0 $ 2,230.00 $ 2,230.00 optionatleirms.Price Guide 10/2019 _ Extended Service Plan Extra Care,Zero Deductible.Five CE575 Year,75000 Mile. Call Dealer for plan specifics and 0 0 $ 1,895.00 $ 1,895.00 optional Terms.Price Guide 10/2019 • Extended Service Plan Extra Care,Zero Deductible.Five CE5100 Year,100000 Mile. Call Dealer for plan specifics and 0 0 $ 2,610.00 $ 2,610.00 loormialows.Price Guide 10/2019 Extended Service Plan Premium Care,Zero Deductible. CP575 Five Year,75000 Mile. Call Dealer for plan specifics and 0 0 $ 2,535.00 $ 2,535.00 optional Terms.Price Guide 10/2019 Extended Service Plan Premium Care,Zero Deductible. CP5100 Five Year,100000 Mile. Call Dealer for plan specifics and 0 0 $ 3,445.00 $ 3,445.00 o'tonal Terms.Price Guide 10/2019 Final Delivery Out of Zone purchase and Delivery. Does not include OZN unique shipping circumstances when final product 0 0 $ 446.00 NA demands shipping outside the state of Florida.Note: _ ns codes for specific region. Tag and Title processing and handling fee. Tags are processed at the local tag office and physically picked up TTO for client and affixed to vehicle prior to deliver.Cost 0 0 $ 48.00 NA includes electronic administrative fee, manual processing courier,and Fedex related expense. TMP 30 Day Florida Temporary Tag.Requires(TTO)Tag/Tite 0 0 $ 7.00 NA Option Transfer Tag Charge:(Florida only) Please send scan of TX agency registration with tag ID clearly indicated.Requires 0 0 $ 90.00 NA (TTO)Tag/Title Option,includes(TMP) TAG New Tag Charge(Florida only)Requires(TTO)Tag/Tite 0 0 $ 125.00 NA option.Spear City,State,or Sheriffs Tag.Includes(TMP) DUVAL FORD 16 The Florida Sheriffs Association 61 The Florida Sheriffs Association in partnership with the Florida Fire Chiefs Association and the Florida Association of Counties has been offering fire rescue vehicles and ambulances through a manufacturer discount program since 2005. Our awarded vendors represent manufacturers that are industry leaders and offer purchasers a wide selection of products to meet their needs. For details of the products available, review the category you are seeking to purchase. Simply, select the drop-down arrow and locate the vehicle of choice. The vehicle links will take you to pages that are solely dedicated to the bid award for that commodity and include vehicle customization documents. Continue to scroll the bottom of the page and find a link to all the bid supporting bid documents. FLORIDA ' 7 SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM 4 4,---' ,:. *-‘,. * / 'Iii`\......., e — y ORDERING INSTRUCTIONS (HTTPS://WWW.FLSHERIFFS.ORG/UPLOADS/DOCS/ORDERING_INSTRUCTION VEF14.01_AMBULANCES_FINAL_.PDF) VENDOR DIRECTORY (HTTPS://WWW.FLSHERIFFS.ORG/UPLOADS/DOCS/VENDOR_DIRECTORY_FS, VEF14.01_AMBULANCES OTHER_EQUIPM ENT_.PDF) Need Assistance? Email us at cpp@flsheriffs.org (mailto:cpp@flsheriffs.org) or call 850-877-2165 The Florida Sheriffs Association Products and Services Available Terms and Conditions FSA Specifications Ambulance Type 1 4x2 Regular Cab Diesel Engine Ambulance Type 1 - 4x2 Regular Cab Gas Engine Ambulance Type 1 - 4x2 Medium Duty Diesel Engine Ambulance Type 1 - 4x2 Medium Duty Gas Engine Ambulance Type 2 - 4x2 Van Gas Engine Ambulance Type 3 - 4x2 Cutaway Van Gas Engine Ambulance Type 3 - 4x2 Cutaway Van Diesel Engine The Florida Sheriffs Association Mission and Values (/about/mission-and-values) FSA Memorial (/about/memorial/) Sheriffs Directory (/sheriffs/directory/) Contact FSA (/contact/) Become a Member (https://membership.flsheriffs.org/2017-Membership-LP.html) Donate (/about/donate-today) Legislation (/law-enforcement-programs/legislative) Training (/law-enforcement-programs/training) Our Programs (/law-enforcement-programs/our-programs) FSA Store 2(https://www.companypromostore.com/stores/fsamembers/? utm_source=website&utm_medium=footer) SHERIFF LOGIN (HTTPS://WWW.FLSHERIFFS.ORG/LOGIN) f (https://www.facebook.com/floridasheriffsassociation/) V You (https://twitter.com/FLSheriffs) (https://www.instagram.com/floridasheriff/) (https://www.youtube.com/user/FloridaSheriffs?feature=mhum) Florida Sheriffs Association 2617 Mahan Drive Tallahassee, FL 32308 (800) 877-2168 Leaders In r SiUlht� ATE Transportation Equipment . ; k I �== We can provide a true custom •, 3"'-'" atl�'� solution to all of your equipment needs .Vic- CONTACT US (https://engine.multiview.com/r? e=eyJ2ljoiMS421iwiYXYiOjg2MDIwOCwiYXQiOjQslmJ0ljowLCJjbS16MTY4Mzg0MywiY2giOjE2M FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION ` . COOPERATIVE , \*k (Thr/ Contract #FSA20-VEF14.0 Fire Rescue Vehicles and Other Equipment -Ambulance 14.01 -Fire Rescue 14.02 Contract Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Contents 1.0 General Conditions 5 1.01 BID CORRESPONDENCE 5 1.02 PURPOSE 6 1.03 TERM OF CONTRACT 6 1.04 QUANTITIES 6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER 6 1.06 FUNDING 6 1.07 CURRENCY 6 1.08 GENERAL DEFINITIONS 7 1.09 ELIGIBLE PURCHASERS OF CONTRACT 8 1.10 LEGAL REQUIREMENTS 8 1.11 PATENTS & ROYALTIES 8 1.12 FEDERAL AND STATE STANDARDS 9 1.13 UNDERWRITERS' LABORATORIES 9 1.14 AMERICANS WITH DISABILITIES ACT 9 1.15 REASONABLE ACCOMMODATION 9 1.16 MINORITY BUSINESS ENTERPRISE (MBE) 9 1.17 ANTI-DISCRIMINATION 9 1.18 BEST COMMERCIAL PRACTICES 10 1.19 PUBLIC ENTITY CRIMES (PEC) 10 1.20 TAX EXEMPTION 10 1.21 TAXES 10 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT 10 1.23 COMMUNICATIONS 10 1.24 CLARIFICATION AND ADDENDA 11 1.25 SIGNED BID CONSIDERED AN OFFER 11 1.26 ASSIGNMENT OF CONTRACT 11 1.27 TERMINATION OF PRODUCT LINE 12 1.28 METHOD OF AWARD 12 1.29 DEMONSTRATION OF COMPETENCY 12 1.30 VENDOR ABILITY TO PERFORM 13 Page 1 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 FINANCIAL RESPONSIBILITY 13 1.32 QUALITY AND SAFETY 13 1.33 NONCONFORMANCE 13 1.34 GRATUITIES 14 1.35 TIE BIDS 14 1.36 RIGHT TO AUDIT 14 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS 15 1.38 BID BONDS, PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE 15 1.39 ELIMINATION FROM CONSIDERATION 15 1.40 COLLUSION 15 1.41 DEFAULT 16 1.42 PROTESTS AND ARBITRATION 16 1.43 NONPERFORMANCE 17 1.44 SEVERABILITY 18 1.45 TERMINATION FOR CAUSE 18 1.46 TERMINATION WITHOUT CAUSE 18 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO 19 2.0 BIDDER INSTRUCTIONS 20 2.01 FIRST YEAR BIDDER QUALIFICATIONS 20 2.02 LICENSING & FACILITIES 20 2.03 INSURANCE AND INDEMNIFICATION 21 2.04 SPECIFICATIONS 22 2.05 FIXED PRICES 23 2.06 SEALED BIDS 23 2.07 EXCEPTIONS TO TERMS AND CONDITIONS 23 2.08 MISTAKES 23 2.09 EQUIVALENTS 23 2.10 MANDATORY PRE-BID MEETING 24 2.11 QUALIFICATION 24 2.12 PRICES QUOTED 25 2.13 OPTION PRICING 25 2.14 SUBMITTAL OF BID 26 Page 2 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.15 EXECUTION OF BID 27 2.16 MODIFICATION OR WITHDRAWALS OF BIDS 27 2.17 LATE BIDS 27 2.18 PUBLIC BID OPENING 28 2.19 DETERMINATION OF RESPONSIVENESS 28 2.20 RESPONSIBLE BIDDER CRITERIA 28 2.21 BASIS FOR AWARD 28 2.22 FIRM BID 29 2.23 MINOR IRREGULARITIES/ RIGHT TO REJECT 29 2.24 CONE OF SILENCE 29 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT 30 3.02 STATEMENT OF AUTHORITY 30 3.03 VENDOR CONTACT INFORMATION 30 3.04 OPTION TO RENEW & PRICE ADJUSTMENT 30 3.05 ADDITIONS AND DELETIONS 31 3.06 EQUITABLE ADJUSTMENT 31 3.07 DISCOUNTS 31 3.08 CONDITIONS 31 3.09 PRODUCTION CUTOFF 31 3.10 FACILITIES 32 3.11 SUBSTITUTIONS 32 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS 32 3.13 FACTORY INSTALLED 32 3.14 VENDOR INSTALLED 33 3.15 NON-SCHEDULED OPTIONS 33 3.16 REMOUNT (AMBULANCE) 33 3.17 FORCE MAJEURE 34 3.18 DELIVERY TIME 35 3.19 ORDER 35 3.20 VEHICLE DELIVERY 36 3.21 INSPECTION AND ACCEPTANCE 37 3.22 REGISTRATION, TAG AND TITLE 37 Page 3 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.23 CAB AND CHASSIS PURCHASES 38 3.24 INVOICING AND PAYMENTS 38 3.25 WARRANTY REPAIRS AND SERVICE 38 3.26 INADEQUATE SERVICE 38 3.27 REPORTING: PURCHASE ORDERS& QUARTERLY REPORTS 39 3.28 ADMINISTRATIVE FEE 40 3.29 LIQUIDATED DAMAGES 41 Appendix A—Drug-Free Workplace Form 42 Appendix B— Insurance Checklist Form 43 Appendix C—Vendor Change Form 44 Appendix D - Confirmation of Order Form 45 Appendix E—Manufacturer AuthorizationForm 46 Appendix F—Quarterly Report 47 Appendix G — Bid Calendar 48 Appendix H —FSA Bid System Data Input Instructions for Bidders 49 Appendix H —FSA Bid System Data Input Instructions for Bidders—Continued 50 Page 4 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.0 General Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association (FSA) using the contact information shown below. Please be sure to reference the bid number and your contact information. The contacts for this bid are: Lisa Gregor, FSA Cooperative Purchasing Program Coordinator E-mail: Igregor@flsheriffs.org Phone:850-877-2165 ext.5831 Fax:850-878-5115 Craig Chown, FSA Cooperative Purchasing Program Manager E-Mail: cchown@flsheriffs.org Phone:850-877-2165 ext 5833 Fax:850-878-5115 Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn:Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 cpp@flsheriffs.org Page 5 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.02 PURPOSE The purpose of this bid is to establish a thirty-six(36) month contract with manufacturers and authorized dealers for the purchase of vehicles and equipment on a "no trade-in basis". Trade-ins are not addressed in this contract. If a purchaser has a desire to offer vehicles/equipment for trade to the vendor,the purchaser and dealer may do so at their sole discretion,separate and apart from this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one(3)three year from date of contract execution by the FSA,and may be renewed by mutual agreement,at the sole option and discretion of the FSA, pursuant to the terms of Section 3.04. The term of contract begins May 1,2020 and ends March 31,2023. Contract extensions will only be executed when the FSA determines, based on then-existing conditions,that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES FSA does not guarantee quantities future contract sales.Vendors are expected to engage in business marketing and sales best practices to participate in the contract. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. It is the FSA's practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs'offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. Page 6 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.08 GENERAL DEFINITIONS a) Bidder:A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. b) Bid System:The online forum used for the submission of electronic bids and review of bid results for the specifications connected to this Invitation to Bid.VendorLink is the software used for this bid. c) Dealer:A manufacturer's certified representative,authorized by the manufacturer to market,sell,or provide,the vehicles or equipment for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled, in whole or in part,or independently owned and controlled. d) End User:The person or entity who ultimately uses or is intended to use a product or for whom a product is designed for use. e) Factory: Refers to the manufacturer produced products. f) Florida Sheriffs Association Cooperative Purchasing Program(FSA):The entity that administeres the Invitation to bid and contract administration functions for this contract. g) Fleet Advisory Committee:An employee of a sheriff's office or local government,or any other person who FSA identifies as subject matter expert,who assists with the development of bid specifications and the evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the FSA and is not responsible for final awards. h) Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors,dealersand manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications available to bidders on the bid system and references to solicitation documents.The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i) Manufacturer:The original producer or provider of vehicles or equipment offered on this contract. j) Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the Purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Annual U.S. Price Book 2. Manufacturer's official website k) Non-Scheduled Options:Any optional new or unused component,feature or configuration that is not included or listed in the base vehicle specifications or options. I) Production Cutoff: A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when referring to any given model year for production. m) Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative,volume discounts,or other discounts. n) Purchase Order:A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. Page 7 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o) Purchaser:A purchaser is an entity that seeks to obtain vehicles off this contract by meeting the eligible user criteria or with vendor approval. p) Remount:To remove the ambulance box from an existing vehicle and mount it to a new vehicle cab and chassis. q) Specification Bid Document: The specification bid document contains the minimum base requirements and bond requirements for each specification within the competitive bid.This document also contains submission of bid pricing and discount,and must be included as part of the Submittal of Bid. r) Third Party Supplier: Businesses external to a bidder or vendor that provide products or services which contribute to the overall finished vehicle. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. s) Vendor: The bidder that has been awarded and agrees to provide products, vehicles, or equipment, which meet the requirements and base specifications to eligible purchasers. The vendor must agree to the contract terms and conditions before being awarded the contract. t) Vendor Installed:A product or service provided by the vendor or other third party;not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids,or contract prices,will be extended and guaranteed to any unit of local government or political subdivision of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers,tax collectors,supervisors of elections,school boards or districts,water management districts, police and fire departments, emergency response units, state universities and colleges,special districts, or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract to include out of state sales. Vendors are governed by their manufacturer's agreement, and must agree to the terms and conditions of this contract. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement,and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal, state, and local laws, ordinances, rules and regulations that affect the items covered herein apply. Lack of knowledge by the bidder or vendor will not be cause for relief from responsibility. 1.11 PATENTS &ROYALTIES The bidder,without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind,including costs and expenses for,or on account of,any copyrighted,patented,or unpatented invention,process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the bid prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. Page 8 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided.This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Autmomotive Engineers (SAE), Fire Apparatus Vehicle Standards,and Federal Ambulance Standards(KKK-A-1822F),which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or state laws that become effective during the term of the Contract, regarding the commodities and contractual service specifications, safety, and environmental requirements shall immediately become part of the Contract.The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists,the vendor shall contact the FSA Cooperative Purchasing Program Administrator immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, (U.L.), listed or re-examination listing where such has been established by U.L.for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or to participate in any FSA proceeding, please contact FSA Human Resources at(850)877-2165 five days in advance to initiate your request.TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act,any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at(850)877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The policy of the Florida Sheriffs Association is that Minority Business Enterprises (MBE) shall have the opportunity to participate in this invitation to bid.Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI-DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. Page 9 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.18 BEST COMMERCIAL PRACTICES The apparent silence of a specification and supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices,size,and design are to be used. All workmanship is to be first quality.All interpretations of the specifications shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity,may not be awarded or perform work as a vendor,supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply, as appropriate certifications are furnished. Purchasers shall comply with all federal,state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Sales Taxes.State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict,the conflict may be resolved in the following order of priority(highest to lowest): 1. Addenda to Contract Terms and Conditions,if issued 2. Contract Conditions 3. Addenda to Specification Bid Document,if issued 4. Specification Bid Document 5. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Page 10 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders should not rely on representations,statements,or explanations other than those made in this Bid or in any written addendum to this Bid,and no oral representations,statements,or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted by e-mail to CPP@flsheriffs.org.The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided,they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be add ressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required.Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Formal Addendum shall deem the bid non-responsive; provided, however, that pursuant to section 2.26, the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however,that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions,the vendor's award can be removed or replaced by another vendor or qualified, responsive bidder. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the bidder,which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful bidder, after such acceptance,the FSA may procure the items or services from other sources.The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. Page 11 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor-in-interest must perform all obligations under this Contract. FSA reserves the right to reject the acquiring entity as a vendor.A change of name agreement does not change the contractual obligations of the vendor. 1.27 TERMINATION OF PRODUCT LINE If an vendor terminates a product line(manufacturer or brand),the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate vendor, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the vendor is not already an approved FSA vendor, the vendor is required to apply to the FSA to become an approved vendor prior to conducting any qualified sales. The vendor and the manufacturer are required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder,including past performance with the FSA in making the award. The FSA may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances,the FSA may also require information from the source of supply regarding the quality, packaging and characteristics of the products.Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Information submitted in the bid may not be plagiarized and,except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support,equipment and organization. If the FSA determines that the vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement the vendor warrants that,to the best of his or her knowledge,there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition that would in any way prohibit, restrain,or diminish the vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues,or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and the purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope,nature,and quality of work to be performed or the services to be rendered under this bid,and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid,and declares that he or she has the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award;and • Has assessed the financial responsibility required to serve the contract as bid,including such details as the obligations to perform all specifications bid and quantities that could be ordered,as well as timing of payment from purchasers, which can be 45 days from receipt of invoice. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the current model year, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.33 NONCONFORMANCE Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specificiations and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: Page 13 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA or the Fleet Advisory Committee,for the purpose of influencing consideration of this bid. 1.35 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor,including,but not limited to those kept by its employees,agents,assigns,successors, sub-vendors,or third party suppliers in whatever form they may be kept—written or electronic. Such records shall include, but not be limited to: • Accounting records, including paid vouchers,cancelled checks,deposit slips,ledgers,and bank statements; • Written policies and procedures; • Subcontract files(including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three(3)years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives.Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor's obligations to FSA. Page 14 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of FSA. However, if the audit identifies under reporting, overpricing or overcharges in excess of three percent(3%)of the total contract billings,the vendor shall reimburse FSA for the total costs of the audit not to exceed$5,000.If the audit discovers substantive findings related to fraud,misrepresentation,or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time. This time period shall not exceed 60 days from FSA's presentation of findings to the vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award,the vendor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements. The bidder shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the bidder or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.38 BID BONDS, PERFORMANCE BONDS,AND CERTIFICATES OF INSURANCE Bid Bonds shall be submitted with the bid in the amount of five(5)percent of each item bid. After acceptance of bid,the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions,Specification Bid Document or Insurance Checklist. A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the purchaser upon award of this bid and upon request of the purchaser. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre-payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between bidders that attempts to disrupt the contract process.Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage.The parties may collectively choose to agree to increase or decrease its product base price to maximize awards thus denying the public a fair price. Examples of Bid Collision: Page 15 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cover bidding:a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the purchaser. • Bid suppression or withdrawal:a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing outside of a manufacturer's recognized territory:a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation:competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined market share. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Vendors which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made, may result in forfeiture of the bid surety required that is equal to damages incurred by the FSA,or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought,including but not limited to procuring the products or services from the next highest ranked bidder or from other sources.A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five(5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s).The formal written protest must state with particularity the facts and law upon which the protest is based.Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity,and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the Page 16 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions product line being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s)decide to appeal the decision of the FSA,they shall file a notice to FSA within three(3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's(AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA,file a demand for arbitration with the AAA,or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA,and any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum,judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails,the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.43 NONPERFORMANCE By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle/equipment,which amount the vendor agrees is reasonable,or probation,suspension,termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility,the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at it's sole discretion may remove a noncompliant vendor from future competitive bid solicitations;or take other actions including suspension from the contract until compliance issues are resolved,limit current or future vendor participation by specifications or zones,or other actions as determined by FSA at it's sole discretion. At FSA's discretion,vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. In situations where there is evidence that the vendor has demonstrated egregious breaches of contract with the FSA or a purchaser,the contract can be terminated and the vendor will be removed from future solicitations for a period of three (3)years,or up to a permanent ban from the bid process at the sole discretion of FSA. Page 17 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Specific conditions for termination include,but are not limited to,failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or dealer installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentations of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept the purchase order and deliver the product. Orders must be fulfilled if the vehicle or equipment is a base model or whether it includes options. The vendor must deliver the product if they were awarded the contract—regardless of profit or loss. Failure to deliver the vehicle or equipment may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees,to which FSA is entitled, according to section 3.28, and any attorneys fees incurred in the recovery of these damages. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract,the FSA shall have the right to terminate the services remaining to be performed. Written notice shall be given to the vendor and unless the deficiencies are corrected within 10(ten)business days,the Contract may be terminated for cause immediately.The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event,the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above, the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor,and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of termination for convenience which shall become effective 30 days following receipt by vendor of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination,except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the contract or cancellation charges. Page 18 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program.The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include,but are not limited to: • Electronic mediums such as websites,digital marketing campaigns,social media and e-mail;or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.org, and should include a brief description of the how the vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.0 BIDDER INSTRUCTIONS 2.01 FIRST YEAR BIDDER QUALIFICATIONS In order for bids to be considered, bidders who are not currently parties to the existing contract, or who have previously had their participation limited by the FSA, must provide the following material at the time the mandatory qualifying documents are due. FSA reserves the right to accept this information up and until the final award. The purpose of requesting this information is to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. The bidder shall provide information as on the Bidder Qualifications Form: • Bidder company name and parent company,if applicable • Complete business address • State of incorporation • Length of time in business • Names and contact information for key personnel • Dun & Bradstreet number: By providing this number, the bidder agrees and authorizes FSA to obtain their financial information/reports from these entities • Identify a minimum of three contracts of similar size and scope • Identify a minimum of three references for vehicle or equipment sales to government agencies • Any contracts the bidder has been disqualified from, terminated from or found in default on, to include the reason for disqualification,termination or default 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Department of Highway Safety and Motor Vehicle Dealer's License in order to bid on any motor vehicle as required by Florida Statute, 320.27. Bidders that are manufacturers are required to possess a Florida Department of Highway Safety and Motor Vehicle Manufacturer's License as applicable by Florida Statute, 320.60-320.70. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. If a bidder does not maintain a facility to perform warranty work or repair service within the state of Florida,the bidder must provide a detailed plan at the time of bid submission as to how the bidder would service Florida purchasers if awarded the contract.This Service Standard Plan must include: • Whether the warranty service provider is approved by the manufacturer; • Estimated quantities sold per item bid; • If the company plans to contract out for service a copy of the service agreement;and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work,and o Any additional information that would detail how warranty service would be provided. The sufficiency of Service Standard Plan will be evaluated by the FSA during the bid evaluation. Page 20 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA reserves the right to periodically request additional or updated information from a bidder regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however,that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder(1)written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense.Vendor shall not be liable for any cost,expense or compromise incurred by the Florida Sheriffs Association,or participating agencies,in any legal action without bidder's prior written consent,which consent shall not be unreasonably withheld,conditioned,or delayed. The vendor shall be responsible for the work and every part thereof, and for all materials,tools,appliances and property of every description,used in connection with this particular project. The vendor shall specifically and distinctly assume,and does so assume,all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 days written notice to the FSA. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. Copies of original signed Certificates of Insurance,evidencing such coverages and endorsements as required herein shall be filed within five days after bid opening. The certificate must state Bid Number and Title. Vendor may not begin performance under the contract until such Certificates have been approved by the FSA. Upon expiration of the required insurance,the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. Page 21 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the FSA. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA,a 501(c)3,its officers,agents,and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees,as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract,and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers.All policies shall be made available to the FSA upon demand.Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract.Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by the vendor. Insurance coverage required in this contract and the Specification Bid Document shall be in force throughout the contract term. The required Insurance Checklist summarizes the bidder's insurance obligations, if awarded. Any insurance requirements listed in the Specification Bid Document supercedes the amounts listed in the Insurance Checklist. Additionally, any vendor that uses a third party supplier for remount services must ensure that the third party supplier maintains the insurance requirements in Section 3.16(Remount Ambulance). The FSA can request and the vendor shall furnish proof of insurance within seven days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements;the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All units covered by this contract and the base specifications shall be the manufacturer's current basic production model, and at a minimum shall be equipped with all standard factory equipment in accordance with the manufacturer's latest Page 22 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions literature unless otherwise noted in the specification bid document. If awarded, bidders must supply a unit that meets or exceeds the requirements included in the applicable base specifications. The bid specifications are contained in the FSA Bid System, as specification bid documents. The FSA base specifications are incorporated in this document by reference. Bidders are required to provide all information requested on the price sheets or may have their bid rejected. All vehicles, equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder on the Bid Forms at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or annual price adjustment as provided in this contract. 2.06 SEALED BIDS For purposes of this solicitation,a sealed bid is considered a bid submitted using the FSA Bid System. 2.07 EXCEPTIONS TO TERMS AND CONDITIONS Any exceptions,deviations,or contingencies a bidder may have to specifications or Contract Conditions,Section 3.0 of this document, must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the specification or item number and a written explanation for the request for exception.At FSA's discretion,exceptions,deviations,or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA of any inaccuracies in the specifications or required submittal documents.All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. Exceptions,deviations or contingencies to the General Conditions or Bidder Instructions,other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26, may be cause for the rejection of a bidder's submission. 2.08 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.09 EQUIVALENTS Page 23 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality,design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number(or product identifier)of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid,cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted,the offerings,specification or entire award can be removed by the FSA. When selling equivalents,vendors must disclose to the purchaser that an approved equivalent is being offered. 2.10 MANDATORY PRE-BID MEETING Prospective bidders are required to attend the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA Cooperative Purchasing Team to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Bidders have the opportunity to suggest technical modifications or corrections before the specifications are finalized. Questions relating to the specifications,the bid process,or award can be asked at the Pre-Bid Meeting. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested prior authorization, has met all prequalification requirements, and agrees to sign a memo of understanding(MOU)and agree to meet all the terms and conditions without exception and further waive their right to protest the bid process in its entirety or any portion thereof. 2.11 QUALIFICATION Prospective bidders are required to prequalify by completing all qualification forms by the date listed on the Bid Calendar.A bidder becomes a qualified bidder if they comply with this section and Section 2.10, Mandatory Pre-Bid Meeting. Qualification forms include: • Drug-Free Workplace Form, • Insurance Checklist, • Manufacturer Authorization Form for each manufacturer bid by bidder, • Emergency Vehicle Technician (EVT)Certification, if bidder is offering emergency lighting and sirens,and • Qualified Bidder documentation as required in Section 2.01. The qualification forms are located in the Bid System. Page 24 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of 60 calendar days from the date of bid opening. Each specification,make and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the specifications bid for the duration of the contract award, unless otherwise addressed by a contract extension or price adjustment as provided in the contract. These prices must be inclusive of all of the components included in the base specification. Discount percentage will be clearly indicated on the pricing sheet as a whole figure and will accurately reflect the amount the base vehicle has been discounted. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined in Section 3.28 Administrative Fee. Prices must be Free On Board (FOB)destination. Once awarded,the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing(MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers,if awarded. Options are intended to add or delete equipment or features from the base specification.Options can provide an upgrade or downgrade to a manufacturer's model,such as a slightly different engine size, horsepower, or equipment,and should not be made available for purchase separate from the base vehicle or equipment.Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service, the bidder must include the registration and title fee as a separate option (i.e. line item) for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract.The additional discounts for each add option shall be decided by the vendor. Page 25 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidder must use proper factory codes for all factory options. Options available through the factory must be bid and supplied to purchaser as"factory"options,unless otherwise requested in writing by the purchaser. 2.14 SUBMITTAL OF BID Bidders are required to submit a bid using the FSA Bid System. Bid submissions include pricing for the base specification, as well as all other required documentation. The bid must be received by the date and time specified on the Bid Calendar.Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. FSA Bid System:VendorLink Bidders must submit their bid electronically using the on Bid System,which is located at https://www.myvendorlink.com. Bids not submitted within FSA Bid System will be rejected. Bidders are encouraged to participate in training provided for the Bid System. User names and passwords will be issued to qualified bidders after registering in Vendorlink, qualified bidders will be invited to bid. Prices are to be rounded to the nearest whole dollar(i.e.$10, not$10.05).The bid system allows for cents, however the bid evaluation is based on the whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: •$.01-.49 will be rounded down to the prior dollar bid (e.g.$50.49=$50) •$.50-.99 will be rounded to the next dollar(e.g.$50.50=$51) Bid Submission To ensure correct bid submittal and formatting, Bidders shall: 1. Submit bid electronically through VendorLink for the applicable bid. 2. Upload files only in MS Word (.doc or.docx), Excel (.xls or.xlsx),and PowerPoint(.ppt or.pptx);Adobe Portable Document Format(.pdf);or Compressed File(ZIP)formats. 3. Enable printing on files submitted. 4. Separate and identify each part of the submission (i.e. document type, form type, content type) with a divider/separation page.) 5. Bids must be input into the standardized format in VendorLink. 6. Contact VendorLink technical support at support@evendorlink.com, if technical difficulties arise during bid submission. 7. Follow all instructions outlined in this Invitation to Bid and provide all requested information. Refer to Appendix H for bidder instructions for FSA bid system data entry. The bid submitted in the Bid System shall include the following documents: • Executed Contract Signature Page • Completed pricing sheet o Pricing sheet must be downloaded from the Bid System (VendorLink), completed, and uploaded back into the Bid System. Modifications to the format of the predefined Excel spreadsheet are prohibited, and will cause the bid to be rejected. • Bid Bond in the amount of five(5) percent of each item bid Page 26 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Performance bone letter from a bonding company • Build sheet for each item bid o A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out,the document shall indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle or equipment as outlined in the FSA base specification. If vendor-installed aftermarket components are used to meet the base specification and these components must be identified on the build sheet. Build sheets for each item bid must be complied into a single .pdf document. Build sheets should be in numerical order by specification, clearly identifiable by specification or item number, and include model name and number. If FSA cannot determine which specification the build sheet is for,the item bid can be rejected as nonresponsive. • License and Certifications, as applicable o Emergency Vehicle Technician Certifications,as applicable o Florida Department of Highway Safety and Motor Vehicle Dealer Licence,as applicable o Florida Department of Highway Safety and Motor Vehicle Manufacturer License,as applicable o Any other safety certification or license applicable to specifications bid • Explanation of how warranty claims will be handled in the State of Florida,or Service Standard Plan,Section 2.02, as applicable • Any requested equivalents,Section 2.09,or exceptions,Section 2.07 FSA may ask awarded bidders to supply one hard copy set with original,written signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. 2.15 EXECUTION OF BID By submitting a response to this Invitation to Bid,the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award.The bidder must submit the Contract Signature Page with the signature of an authorized representative no later than the date of the final award. 2.16 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid, the bidder must contact the FSA Cooperative Purchasing Program Administrator immediately. Bid withdrawals are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.17 LATE BIDS The responsibility for submitting a bid before the stated due date and time on the bid calendar is solely and strictly the responsibility of the bidder.The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery,or any other occurrence.Any reference to time will be based on Eastern Time. Page 27 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.18 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar.The bid opening will occur at the Florida Sheriffs Association,2617 Mahan Drive,Tallahassee, Florida. FSA shall communicate the bidder name and if they have provided all the required information. 2.19 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will occur during the bid opening and evaluation. In order to be deemed a responsive bidder,the bid must conform in all material respects to the requirements stated in the Contract Terms and Conditions. As set forth in Section 2.24, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.20 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information,documents or materials may be rejected as nonresponsive. Bidders whose responses,past performance,or current status do not reflect the capability, integrity,or reliability to fully and in good faith perform the requirements of the Contract may be rejected as nonresponsible. In determining a responsible bidder,the following factors may be considered: • Adequacy of facilities,staffing,and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service,including previous FSA contracts;and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements of Section 2.01, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements,specifications,terms and conditions of the solicitation,and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA's sole discretion, are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as nonresponsible. 2.21 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by specification and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second lowest bidder by specification and by manufacturer if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions.The Fleet Advisory Committee's review is submitted to the FSA for final evaluation and determination of award. Page 28 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However, the FSA has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.22 FIRM BID Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty(60)calendar days from the date of bid opening,and if awarded through the duration of the contract unless otherwise addressed by a contract extension or price adjustment as provided in this contract. By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment for all bidder awards. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $5,000 per vehicle or equipment,which amount the vendor agrees is reasonable, or probation,suspension,termination or a combination thereof from current and future bids at the FSA's discretion. 2.23 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids,or separate portions thereof,and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers.A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option,the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.24 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease,except for procedural questions, questions regarding problems incurred in the use of the the bid system, or communications initiated by the FSA.All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. Page 29 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT Once the bid has been awarded,the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles or equipment purchased from the this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract Signature Page warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract period,the vendor must notify the Administrator immediately. The Vendor Change Document must be completed,signed by an authorized representative and submitted via e-mail to CPPPfIsheriffs.org. A sample Vendor Change Document is located in Appendix C and online at the FSA website. 3.04 OPTION TO RENEW & PRICE ADJUSTMENT Renewal Option The contract may be renewed by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year to year basis.The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract.Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Price Adjustment Prior to completion of each contract term, and on an annual basis, the FSA will consider a price adjustment due to manufacturer certified price adjustments or as a result of any changes to national or state standards that require substantial cost adjustments. In the event of changes to national or state standards,the vendor must present verifiable changes in cost to FSA. The FSA will consider the cost changes and will make a final determination on the change in price. For any vendor-initiated adjustment to commence on the first day of the renewed contract term, or on an annual basis, the vendor's request or adjustment should be submitted 90(ninety)days prior to expiration of the then current contract. The vendor-initiated adjustment request must clearly substantiate the requested increase or decrease. For manufacturer certified price adjustments,vendors must provide documentation to FSA that such price adjustments are not in excess of other bid contracts or cooperative purchasing agreements and indicate the government concessions or discounts offered. If no request is received from the vendor,the FSA will assume that the vendor has agreed that the optional term may be Page 30 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions exercised without pricing adjustment.Any adjustment request received after the commencement of a new option period will not be considered. The The FSA reserves the right to accept the renewal adjustment or to allow the contract to fully or partially terminate and readvertise for bids,whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA can add, remove, discontinue or suspend any specifications, or portions thereof, from this bid or awarded contract when it is deemed to be in the best interest of FSA and the purchasers. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor or Manufacturer performance;or • Lack of relevance of products/commodities. 3.06 EQUITABLE ADJUSTMENT The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 DISCOUNTS Discounts must be offered under this contract and shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for each specification and option listed. Discounts must be clearly documented in the bidders submission. The vendor has the authority to offer additional discounts based on quantity,as well as additional manufacturer or vendor discounts. Discounts are not required on any state or federal fees and charges. Discount ranges are not permissible. Discounts must be a whole percentage with no decimal place(e.g. 10%). 3.08 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered, i.e.the most current production model at the time of this bid. 3.09 PRODUCTION CUTOFF Production cutoff refers only to cab and chassis configurations within bid specifications.The vendor shall notify the FSA no less than 60 calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Page 31 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Purchase orders received by the vendor 10 business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor and the manufacturer fails to produce or deliver the production year vehicle,the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion to choose whether to provide the next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the specifications, FSA may consider substitutions from the same manufacturer. 3.10 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.11 SUBSTITUTIONS The FSA or purchasers will not accept substitute orders of any kind.Vendors are expected to furnish the brand quoted in the bid once awarded.Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Under Florida Statute 316.003(1),authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must also submit Emergency Vehicle Technician Certifications for the individuals working for the bidder or the designated third-party supplier who will perform the installation. FSA reserves the right to accept certifications up and until final award. Vendors that will install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1 and Class 2 in order to be eligible for participation in the Contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the Contract. 3.13 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no vendor-installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or vendor-installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. Page 32 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All factory ordered options are to be original equipment manufacturer(OEM)and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications,and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components,will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the Purchaser,the vendor shall be required to replace the vehicle with a vehicle that meets the required specifications,including factory installed components. In the alternative,the purchaser shall decide whether they will accept vendor installed components. 3.14 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications.All such accessories must be manufactured by an established manufacturer of the product provided.Vendor is required to disclose Make and Model of product being offered and the location, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any item that is less than or exceeds the factory vehicle or equipment warranty coverage. A vendor that employs a third-party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Emergency Vehicle Installation through EVT Certification Commission, Inc.or an approved equivalent. The FSA may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.15 NON-SCHEDULED OPTIONS FSA attempts to include scheduled,factory and aftermarket options in the bid document. If a purchaser requests a non- scheduled option that is not included in the bid document,the vendor may provide this nonscheduled option.The purchaser has the opportunity to request the vendor's discount pricing for any nonscheduled options during the quote process.At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.All non-scheduled options are covered under these terms and conditions. 3.16 REMOUNT (AMBULANCE) It is the responsibility of the awarded vendor to ensure that any remount services meet or exceed all insurance requirements under the terms and conditions of the FSA Fire/Rescue Vehicles and Other Equipment Contract. Remount service providers shall maintain a minimum of$5,000,000 in Product Liability Insurance and a minimum of$1,000,000 in Professional Garage Keepers Liability Insurnace. Proof of adequate coverage shall be produced to the customer upon request. Page 33 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All remount service providers are to be registered with National Highway Traffic Safety Administration(NHTSA), as a manufacturer.The remounter shall be familiar with,and follow,all applicable and/or recommended OEM guidelines and practices as published by the OEM chassis manufacturer.This shall include the strict compliance with the New Vehicle Standard, registration requirement,and the Incomplete Vehicle Document(IVD)for the appropriate chassis. The remounter company shall be financially able to adequately support a warranty obligation offered to the purchaser and provide proof from a third party financial institution to the purchaser upon request.The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warrant the ambulance and furnished equipment against parts failure or malfunction due to design, construction, or installation errors, defective workmanship, and missing or incorrect parts for a minimum period of 12 months or 12,000 miles(whichever occurs first). 2. However,if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including any prorate arrangements, or the remounter generally extends to their commercial customers a greater or extended warranty coverage, the customer shall receive corresponding warranty benefits. It is also the responsibility of the awarded vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes date, time, and photographic proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the product and present to the awarded vendor upon completion of the remount. This shall include: 1. The evaluation and the physical assessment of the original vehicle; 2. The production sequence and process;and 3. Written and verified quality control and function checks. The remounter shall perform the following series of steps to determine viability of the proposed remount product: 1. The viability shall include a visual inspection of ambulance body module for overall condition to determine suitability for forward service life.This shall include the compatibility of the body to the proposed new chassis. This viability process shall include, and the remounter shall provide a Scope of Work to the awarded vendor, which shall include a detailed proposal to the customer:a notice of compliance of FMVSS requirements,including weight balance and payload projections and analysis. 2. The remounter shall inform the customer of any hidden deficiencies or defects discovered during the process; whereby remediation shall be mutually determined. 3. The remounter shall inspect and perform functionality testing in accordance to American Manufacturers Division of the National Truck Equipments Association standards. 4. The remounter shall provide final documentation of product and affix all applicable compliance labeling to the product. If a purchaser utilizes a remount service on its own initiative, the remount service provided shall be excluded from the terms and conditions of this Contract. 3.17 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly Page 34 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control,or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.18 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item.The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. 3.19 ORDER The vendor shall submit a copy of the purchase order to the Coordinator within 14 days of receipt from the purchaser. To initiate a purchase,a purchaser issues a purchase order to the vendor,which shall include: •The contract number and title; •Specification number and item(s)purchased; • Prices broken down by FSA base specification item,and additional options; • Purchaser's federal identification number,and • Name,phone number and email address for the point of contact at the purchasing agency. Delivery or due dates should be discussed with the vendor at the time the quote is provided to the purchaser, or if no quote is provided,when the purchase order is delivered to the vendor. It is important to note that vendors do not have any control over production delays in schedules from the manufacturer. The purchaser should forward an executed copy of the purchase order to the FSA at the same time the purchase order is sent to the vendor. Emails or hard copies are accepted. Emails can be sent to coop@flsheriffs.org. If a vendor receives a purchase order for a specification for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three(3) business days. All vehicles ordered prior to production cut off and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order.The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle or equipment ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards.The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle or equipment into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser.The Confirmation of Order form is included in Appendix D. Page 35 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.20 VEHICLE DELIVERY At a minimum, pre-delivery service shall include the following: • Standard Dealer and Manufacturer protocol for new vehicle delivery; • Cleaning of vehicle,if necessary,and removal of all unnecessary tags,stickers, or papers; • For cab and chassis,do not remove the window price sticker or supplied line sheet; • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Owner's manual and warranty manual to accompany each vehicle; and • A MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the Purchaser, if applicable. Vehicles that are missing this form,or have forms that have been altered will not be accepted. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Vendor shall complete delivery of the vehicle to the purchaser within fourteen(14)calendar days of receipt of the vehicle from the manufacturer or equipment supplier. This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle by the vendor is defined as acceptance of the vehicle from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 2,500 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an "OUT OF SERVICE"cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchasing agency. Incomplete vehicles would be exempt. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice, unless distance above 2,500 miles was previously approved by the purchaser.This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. All warranties shall begin at the time of delivery to the Purchaser. The purchaser's warranty should not be active for incomplete vehicles or vehicles delivered to an upfitter before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details.Transport deliveries must be unloaded and inspected by Purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. All vehicles must contain no less than 1/4 tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty five (35) gallons of capacity, a minimum of ten (10) gallons of fuel must be provided. Page 36 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.21 INSPECTION AND ACCEPTANCE It is the responsibility of the Purchaser to inspect a vehicle for any damages. Each Purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery, the Purchaser may have up to three (3) days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the Purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance.Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and the submitted purchase order.Purchasers should inspect the vehicle for physical damage. Delivery of a vehicle to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle Specification 3. Copy of Manufacturer's Invoice or Window Sticker. Prices may be deleted from the manufacturer's invoice 4. Copy of Pre-Delivery Service Report 5. Warranty Certification 6. One complimentary copy of the printed owner's manual if requested,otherwise digital copies are acceptable 7. If the Vendor does not provide the tag and title,then the DHSMV 82040(Application for Certificate of Title and/or Vehicle Registration)which requires a signature of authorized representative Deliveries that do not include the above forms and publications will be considered incomplete and can be refused. 3.22 REGISTRATION, TAG AND TITLE Costs of tag and title shall not exceed the statutory rates. FSA Administrative Fee does not apply to tag and title work. Title items shall be the responsibility of the vendor. The purchaser, if a government agency, has the authority to choose to register and title the vehicle. Reasonable administrative costs for registration and title services, including obtaining temporary tags,tag transfers, and new tags are permitted.All costs associated with obtaining,filing and shipping of tags shall be listed as an option during Page 37 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the bid submission for each item bid. Registration and title costs can include convenience fees, cost reimbursements for filing, obtaining or delivery of tags, or any costs over the original purchase price of the registration and title. Registration and title costs for registration and titling can be negotiated between the purchaser and the vendor. 3.23 CAB AND CHASSIS PURCHASES FSA highly recommends that all upfitting of cab and chassis be performed by vendors or third party suppliers that are licensed and/or certified to avoid unnecessary exposure to future liability. Vendors are required to register and title the vehicle when the cab and chassis upfitting work is completed by the vendor or the vendor's selected third party supplier. Cab and chassis can be purchased from vendors without any required additional fitting by the dealer. However, in this situation vendors are not required to register and title the chassis. If an agency chooses to upfit the chassis with a third party supplier not selected by the vendor,then the third party supplier must perform the state mandated registration and title work upon completion of the upfitting. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.24 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract.Vendors must invoice each purchaser independently. A Purchaser has three(3)working days to inspect and accept the vehicles or equipment. The Vendor shall be paid upon submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to local governments to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.25 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension until satisfactory evidence of correction is presented to the FSA. 3.26 INADEQUATE SERVICE When vehicles and equipment require service or adjustments upon delivery,the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the defect.Such service or adjustments shall be initiated by the bendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. Page 38 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The provisions of the delivery section shall remain in effect until the redelivery is accomplished. The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the Purchaser. 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS Purchase Orders The Vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen(15)days after the date of the purchase order. Vendors should scan a complete copy of the purchase order and attach it as a.pdf. Place the document title in the subject line of the e-mail and send purchase order copies to coop@flsheriffs.org. The files should be named using the following examples: Examples: County=Florida County,County of PO 12345 ABC County BCC PO 12345.pdf City=Florida City,City of PO 12345 ABC City PO 12345.pdf Sheriff=Sheriff Office of PO 12345 ABC Sheriff PO 12345.pdf Education=Institution Name P012345 ABC County College PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each awarded vendor. Quarterly Reports which do not adhere to the required format(Appendix F)or are not complete of all purchase orders will be returned to the reporting Vendor for correction of deficiencies. Quarterly reports track the deliveries in a given quarter. Quarterly reports do not track purchase orders taken in a quarter, rather purchase orders are to be submitted at the time they are received by the vendor. All quarterly reports are to be sent to reports@flsheriffs.org. Quarterly reports are found on-line in the Vendors Only section of the FSA website. Quarterly Reports must be complete with the name of the vendor and the date.For example,"Spomot Motors"would be in the document header. Do not indicate the quarter on the top of the report. Do not send purchase orders with the quarterly report. An example of a Quarterly Report is in Appendix F. Quarterly Reports are due no later than the 15'day of the month following the end of the quarter. Quarterly reports should follow this schedule: Reports and Year 1 Quarter Period Administrative Fees Due Y1Q1 April 1—June 30 15-Jul-2020 Y1Q2 July 1—September 30 15-Oct-2020 Y1Q3 October 1—December 31 15-Jan-2021 Y1Q4 January 1—March 31 15-Apr-2021 Page 39 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Year 2 Y2Q1 April 1—June 30 15-Jul-2021 Y2Q2 July 1—September 30 15-Oct-2021 Y2Q3 October 1—December 31 15-Jan-2022 Y2Q4 January 1—March 31 15-Apr-2022 Year 3 Y3Q1 April 1—June 30 15-Jul-2022 Y3Q2 July 1—September 30 15-Oct-2022 Y3Q3 October 1—December 31 15-Jan-2023 Y3Q4 January 1—March 31 15-Apr-2023 If a Vendor has no sales within a quarter,the vendor is required to submit a quarterly report and must indicate"NO SALES THIS QUARTER"on the report. Deliveries beyond the Y3Q4 period are to be submitted as a"Y3Q4 Extended Delivery"sheet using the same report format until the contract deliveries are completed for the current contract. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported,but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.28 ADMINISTRATIVE FEE The Florida Sheriffs Association charges three quarters of one percent (.0075) to procure, process and administer the Contract. After receipt of payment from contract purchases,the vendor shall remit all administrative fees to the FSA no later than 15 days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Vendors are to make notation of payments in a separate column for each line item of each quarterly report of the check number submitted for administrative fees paid each quarter. Bidders are to include the administrative fee of three quarters of one percent(.0075) in all bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee,will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The fee should never be listed as a separate line item on any purchase order. The administrative fee to be paid is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to Purchasers for trade-ins. Trade-ins,extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fee is the contractual responsibility of each vendor. By submission of the Quarterly Reports and admistrative fee, the vendor is certifying the accuracy of the reports and deposits.All reports and fee submissions shall be subject to audit by the FSA or the designee. Page 40 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All participating vendors are responsible for ensuring the Administrator has the contact e-mail address for the person responsible for quarterly reports.There will be no reminders for the Quarterly Reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.29 LIQUIDATED DAMAGES The vendor warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and quarterly reports will incur liquidated damages in the amount of$25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 days can result in FSA, at it's sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications,disqualification from future solicitations,or termination for cause pursuant to Section 1.45. Schedule of Liquidated Damages Failure to submit quarterly report on time $25.00 per day Failure to report a Purchase Order to FSA within the 15 calendar days of the $100.00 per Purchase Order purchase order date Failure to Report Sales .0075 of the sales price plus 1.5%each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damages are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract.Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty,but are instead intended solely to compensate the FSA for damages,and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 41 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix A— Drug-Free Workplace Form FSA DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. Bidder's Signature Date Page 42 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix B— Insurance Checklist Form F L::::: s+u�rrw:mmee COOPERATIVE INSURANCE CHECK LIST _ 1. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida. 4 2. Comprehensive General Liability(occurrence form), limits of liability$1,000,000 per occurrence for bodily injury property damage to include Premises/Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications).General aggregate $3,000,000 V 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability - $ per occurrence to follow the primary coverages. 5. The FSA must be named as an additional insured on the liability policies; and it must be stated on the certificate. — 6. Other insurance as indicated: ❑Builders Risk completed value $ ❑Liquor Liability $ ❑Fire Legal Liability $ ❑Protection and Indemnity $ Employee Dishonesty Bond $ r1 Other(Garage) $ 1,000,000 4 7. Thirty (30) days written cancellation notice required. 8. Best's guide rating B+:VI or better, latest edition. _V 9. The certificate must include the bid number and bid title and list FSA as the Certificate Holder. Proposer and Insurance Agent Statement: We understand the insurance requirements of these specifications,as noted by the items checked above,and that evidence of this insurance is required within five (5) days of Bid Award. Bidder: Signature: Date: Page 43 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix C—Vendor Change Form Florida Sheriffs Association Cooperative Purchasing Program Vendor Change Document Please complete this form to validate a requested change to Company Addresses,Contacts or Contact Information below. Include all sections where information has changed,old and new. FSA Contract Number(s)affected by change: Company Information Changes: Old Information New information Old Company Name: New Company Name: Old Company Address: New Company Address: Old Company City: New Company City: Old Company State: New Company State: Old Company Zip: New Company Zip: Company Contact Changes: Old Contact Information New Contact Information Old Contact Name(First,Last): New Contact Name(First,Last): Old Contact E-Mail: New Contact E-Mail: Old Contact Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This information is requested by an authorized representative of This request will take effect as soon as it Is received by FSA by e-mailing to coop(atflsheriffs.org. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative Signature: FSA Office Use: Date Received: Change Effective: FSA Agent: Page 44 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix D - Confirmation of Order Form CONFIRMATION OF ORDER Florida Sheriffs Association & Florida Fire Chiefs Association Fire Rescue Vehicles and Other Equipment BID NO. FSA20-VEF14.0 A Confirmation of Order form shall be completed by the Vendor and returned to the Purchaser 14 calendar days from receipt of purchase order without notification by the Purchaser. TO BE COMPLETED BY DEALERSHIP: Vendor/Dealership: Address: City: State: Zip: Contact Person: Phone Number: Fax: Specification No. Type Vehicle:_. Purchase Order Number: Purchase Order Received: Order Was Placed With the Manufacturer on: Under Production Number: Delivery should occur within calendar days after receipt of Purchase Order. A Copy of the Required Production Sheet(s)are Attached for Your Files. Comments: Purchaser/Agency: Contact Person: Address: City: State: Zip: Phone Number: Fax: E-mail: A copy of this form should be attached and submitted with the Purchase Order as the last page. Page 45 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix E — Manufacturer AuthorizationForm MANUFACTURER'S FLORIDA `. AUTHORIZATION .NEPIFr;I,SOLIAiIOM COOPERATIVE Fire Rescue Vehicles,Ambulances and Other Equipment BID NO. FSA20-VEF14.0 This is to certify that is the manufacturer (Vendor/Respondent's Name) or a manufacturer's authorized dealer of (Manufacturer/Brand Name) in the State of Florida. By: Manufacturer Name: Address: City, State, Zip: Office Phone: Mobile Phone: E-mail: Signature: Title: PLEASE NOTE: This authorization form must be executed by an authorized employee of the manufacturer ONLY. Dealers/Representatives are not authorized to execute this authorization form on behalf of the manufacturer. The manufacturer must execute this authorization form even if they are offering their own products. Failure to submit this authorization form with your response as required shall result in the disqualification of the response. Contract Terms and Conditions Section Qualification Page 46 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix F — Quarterly Report [INSERT VENDOR NAME HERE] QUARTERLY REPORT for BID#FSA20-VEF14.0 Effective Dates:April 1,2020 thru March 31,2023 Fire Rescue Vehicles and Other Equipment April 1-June 30/Y1-Q1 Zero Activity Total PO Name of Purchasing Agency PO# Qty. Spec.# Vehicle Type PO Date Amount Admin.Fee S - S - S - S - S - July 1-Sept 301Y1-02 Zero Activity $ S - S - S - S - S Oct 1-Dec 311Y1-Q3 Zero Activity❑chew S - S - S - S - S - Jan 1-Mar 311Y1-Q4 Zero Activity L_ ♦r. S - S - S $ S - S - S - Page Total $ - $ - Fees and reports are due no later than the 15th of the month following the quarter end Page 47 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix G — Bid Calendar / FLORIDA`, BID CALENDAR SHERIFFS ASSOCIATION Bid#FSA20-VEF14.0 Fire Rescue Vehicles, COOPERATIVE Ambulances and Other Equipment PURCHASING PROGRAM ' . Contract Period:April 1, 2020—March 31, 2023 CALENDAR ITEM Abu Ilir DAT Bid System Training-All Interested Bidders 11/6/2019 Registration Open for Mandatory Pre-Bid 11/15/2019 Specification and Terms&Conditions Review Workshop _ 11/20/2019 Mandatory Pre-Bid Meeting _ 1/14/20-1/15/20 Requests for Clarifications 1/27/2020 FSA Response to Requests for Clarifications 1/29/2020 Bidder Qualifying Documents Due 1/29/2020 FSA Bid System Opens 2/3/2020 Cone of Silence 2/3/20-4/1/20 Bid Submissions Due 3/2/2020 Public Bid Opening 3/3/2020 FSA& Fleet Advisory Committee Bid Review 3/9/20-3/11/20 Intent to Award Posted 3/13/2020 Bid Award Announced 4/1/2020 Voluntary Teleconference Workshop Instructions: Voluntary workshops are via teleconference. To participate, call in on the designated dates specified in the bid calendar at times TBD. Registration:https://form.iotform.com/92945425925164 Dial-In: 1-800-920-7487 Participant Code:68495418 Mandatory Pre-Bid Location: Volusia County Emergency Operations Center 3825 Tiger Bay Road Daytona Beach, Florida 32124 Mandatory Pre-Bid Meeting Itinerary: Fire Rescue Vehicles&Other Equipment-1/14/2020 at 9:00 am-4:00 pm (EDT) Ambulances-1/15/2020 at 9:00 am-4:00 pm(EDT) Page 48 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix H — FSA Bid System Data Input Instructions for Bidders FSA BID SYSTEM DATA INPUT INSTRUCTIONS FOR BIDDERS: FSA20-VEF14.01—AMBULANCES&OTHER EQUIPMENT FSA20-VEF14.02—FIRE RESCUE VEHICLES&OTHER EQUIPMENT Note: The attached Exhibit 1 is an example bidder screen in the FSA bid system and is for illustration purposes only. Step 1: Insert bid price in the"Unit Price/Percent"data input field as illustrated in Exhibit 1. Step 2: Insert the%discount represented by your bid amount for purchaser reference in the"Vendor Description"data input field as illustrated in Exhibit 1. Step 3: Insert vehicle picture link(which must be a public domain)in the"Image Link"data input field(if desired)as illustrated in Exhibit 1. Step 4: Insert vehicle options link(which must be a public domain)in the"Spec Link"data input field(if desired)as illustrated in Exhibit 1. Step 5: Upload vehicle build sheet in PDF format in the"Select Files To Upload"field as illustrated in Exhibit 1 Page 49 2020-2023 Fire Rescue Vehicles&Other Equipment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix H — FSA Bid System Data Input Instructions for Bidders —Continued EXHIBIT 1 (3fyl Vendoriunk Home Logout My Account Directory Bid Solicitations Contracts V Select Language a Help �♦.(UUIC/DIU Opt Ocilla. Quote/Bid Items Spreadsheet Ver aoillnk cis Directions for using the OuoteBid Ocec:ices poi Items Spreadsheet Upload Quote/Bid Items groom Spreadsheet I —� Upload Quote/Bid Items Requested Total:1 Agency Item Description Vendor Item Descriphon Unit Pncel Percent Extended Price/Percent Item e:1 Make: Pierce Manufacturing Inc S 0 00000 SIMI #1-Insert Bid Price Require: Group:Fire Apparatus-Inllal Attack Model: Ford F550 Make:Pierce Manufactunng.Inc Model:Ford F550 Model e: .Select reason below if SO 00/0 00% Model a: Description:Speciftcallon 1.Refer to speckcation uploaded in Did system Descriptor,: (Percent Discount to be blind in by bidder for each bid Item in Me Vendor Description held) Image Link: 41.111.11 #3—Insert Vehicle Picture Link(if desired) Quantity:1 Unit of Measure:each Spec Link: Price/Percent Price 41041. ft4—Insert Vehicle Brand Namelequai voice/Service:Bland Name or Equal #2-Insert%Discount Options Link—Must be Public Domain aub•Totat:eo.00 LJrwlhase Uluel Vendor Files The following files are required before a submission is made: Proposal t®Select a file type: (Leave blank if a required file type*not listed If a required hie type listed above is not listed in the documents table when a response is ready to be submitted you will not be able to submit your response) []Proposal al Select the file(s)to upload: (Hold Ctrl or Shift key down to select multiple files)' Browse_ I I #5-Upload Vehicle Build Sheet in PDF Format Q Click on Add Document(s): Add Document(s) Page 50 2020-2023 Fire Rescue Vehicles&Other Equipment Protecting,Leading&Uniting...since 1893 FLORIDA SHERIFFS ASSOCIATION 2617 Mahan Drive,Tallahassee,Florida 32308 p:(850)877-2165 P.O.Box 12519•Tallahassee,Florida 32317-2519 f:(850)878-8665 www.flsheriffs.org 11 Contract Amendment FSA20-VEF14.01 Ambulances & Other Equipment FSA20-VEF14.02 Fire Rescue Vehicles & Other Equipment The Florida Sheriffs Association is modifying the contract terms and conditions of Contract FSA20-VEF14.01 and FSA20-VEF14.02, Section 2.13. This contract amendment is effective on May 1, 2020. The modification of the terms and conditions is permissible under Section 1.24 of the contract. The following language under Section 2.13 will be amended as follows: 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP)or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size, horsepower, or equipment, and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification 4id awarded on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service, the bidder must include the registration and title fee as a separate option (i.e. line item)for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Page 1 of 2 Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the vendor. Page 2 of 2 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS' ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FSA 20-VEF14.01 AMBULANCES & OTHER EQUIPMENT SPECIFICATION #01—TYPE I AMBULANCE 4x2 WHEEL DRIVE (4x4 WHEEL DRIVE OPTIONAL) REGULAR CAB (DIESEL ENGINE, DUAL REAR WHEEL,CAB&CHASSIS) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: All bids shall meet the manufacturer's base vehicle standard equipment and the minimum specifications of the base vehicle bid. Scope & General Requirements: This specification describes an ambulance configuration as defined in the FEDERAL SPECIFICATION FOR AMBULANCES, KKK-A. Unless otherwise specified, described vehicle shall comply with KKK-A-1822F and the current National Truck Equipment Association/Ambulance Manufacturers Division Standards,as well as the Chassis Manufacturers Incomplete Vehicle Manual, Body Builders Layout Book,and Ford Motor Company Qualified Vehicle Modifiers(QVM)Program Truck Guidelines(if applicable). The purchaser will contract directly and individually with the vendor of their choice for any and all vehicles offered on this contract and any options required to meet their individual needs. Purchasers shall choose from options furnished to them by the vendor in accordance with the FSA Contract Terms and Conditions. Vehicle delivery shall be accomplished by manufacturer or vendor delivery to a purchaser's designated location as specified in the FSA Contract Terms and Conditions. Purchasers may reserve the right to pick up vehicles from the manufacturer or the vendor. Bidders are advised that the Bid Bond and Performance Bond documentation required under FSA Contract Terms and Conditions is required with the bid submission.A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the purchaser upon award of this bid and at the request of a purchaser. Vendors must provide warranty information to purchasers that meet the terms and conditions of the contract and any additional warranties provided in this specification bid document. The manufacturer or vendor for vehicles under this specification group: a. Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program (if applicable)and shall submit a copy of the membership certificate as part of the bid proposal. b. Shall be a Participating Member of the National Truck Equipment Association's Ambulance Manufacturers Division and submit a copy of his membership certificate as part of the bid proposal. c. Must be in compliance with Fed. Spec. KKK-A-1822F, or most current revision, for the type vehicle described herein,as prepared by an independent third party testing laboratory,and must have"Star of Life" certification affixed to ambulance upon delivery. (In-house certification will not be acceptable.) d. Shall carry not less than ten million dollars($10,000,000.00)in product liability insurance,listing the Florida Sheriffs Association as additional insured,and shall submit a copy of this insurance with the bid proposal. e. Shall employ full-time parts personnel with toll-free access number. f. Shall employ a full-time electrical troubleshooter with toll free access number. g. Shall employ a full-time warranty representative with toll-free access number. 1. ENGINE a. Turbo diesel engine, minimum 5.9L displacement. b. Must include the chassis manufacturer's"AMBULANCE PREP PACKAGE" which is intended to be an ambulance or components where available. c. Heavy-duty alternator, minimum 200 amp. d. Maintenance free heavy-duty batteries,750 CCA minimum, 2 battery minimum. e. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission,4 speed minimum with overdrive. b. Manufacturer's heavy-duty cooling. 3. AXLES a. Manufacturer's standard drive axle ratio for ambulance prep. 4. PERFORMANCE ITEMS a. Power steering b. Anti-lock brakes c. Power brakes,disc type front,disc or drum rear. d. Fuel capacity, 250 miles minimum without refueling e. Heavy-duty front and rear shocks. f. Front stabilizer bar. g. Rear stabilizer bar(if available). 5. COMFORT ITEMS a. Factory installed air conditioning b. Tinted glass(factory tint) c. Minimum seating for two d. Rubber floor mat instead of carpeting e. AM/FM radio f. Power door locks g. Power windows h. Speed control and tilt wheel. 6. SAFETY ITEMS a. Driver and passenger lap and shoulder belt with retractor. b. Driver and passenger air bags c. Dual electric horns d. Outside mirrors to provide vision for vehicles 96"wide. e. Two speed wipers with intermittent. f. Interior dome lights wired to right and left doors. g. Driver/passenger side air bag(if available) 7. TIRES AND WHEELS a. BSW,all season tread radial 17-inch tires, minimum. b. Conventional spare tire and wheel c. Jack and wheel wrench 8. CHASSIS,FRAME,CAB a. Minimum GVWR 13,200 lbs. b. Cab and chassis only c. Cab to center of axle 84 inches, minimum 9. MODULAR BODY CONSTRUCTION a. The ambulance body and patient compartment shall be sufficient in size and meet requirements of this specification and those of paragraph 3.10.1 and the cot fastener system to meet or exceed requirements of paragraph 3.11.6 of the current KKK-A-1822F, 10. PAINT FINISH/REFLECTIVE STRIPING a. Cab OEM finish and body to be painted matching color b. Single tone cab paint finish c. Wheels painted to match the cab and body d. KKK required reflective striping 11. WARRANTY TO BE PROVIDED BY VENDOR TO PURCHASER a. One(1)year bumper to bumper mechanical,excluding normal wear and tear items b. OEM Chassis and other manufacturer's standard warranties c. Cab&Chassis standard manufacturer paint warranty d. Body 10-year paint warranty-Pro rated e. 5-year corrosion perforation on body f. 10 year minimum body structural warranty FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS' ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FSA 20-VEF14.01 AMBULANCES & OTHER EQUIPMENT SPECIFICATION #02-TYPE I AMBULANCE 4x2 WHEEL DRIVE (4x4 WHEEL DRIVE OPTIONAL) REGULAR CAB (GAS ENGINE, DUAL REAR WHEEL, CAB & CHASSIS) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: All bids shall meet the manufacturer's base vehicle standard equipment and the minimum specifications of the base vehicle bid. Scope & General Requirements: This specification describes an ambulance configuration as defined in the FEDERAL SPECIFICATION FOR AMBULANCES,KKK-A-1822F.Unless otherwise specified,described vehicle shall comply with KKK-A-1822F and the current National Truck Equipment Association/Ambulance Manufacturers Division Standards,as well as the Chassis Manufacturers Incomplete Vehicle Manual,Body Builders Layout Book,and Ford Motor Company Qualified Vehicle Modifiers(QVM)Program Truck Guidelines.(if applicable). The purchaser will contract directly and individually with the vendor of their choice for any and all vehicles offered on this contract and any options required to meet their individual needs. Purchasers shall choose from options furnished to them by the vendor in accordance with the FSA Contract Terms and Conditions. Vehicle delivery shall be accomplished by manufacturer or vendor delivery to a purchaser's designated location as specified in the FSA Contract Terms and Conditions. Purchasers may reserve the right to pick up vehicles from the manufacturer or the vendor. Bidders are advised that the Bid Bond and Performance Bond documentation required under FSA Contract Terms and Conditions is required with the bid submission.A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the purchaser upon award of this bid and at the request of a purchaser. Vendors must provide warranty information to purchasers that meet the terms and conditions of the contract and any additional warranties provided in this specification bid document. The manufacturer or vendor for vehicles under this specification group: a. Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program(if applicable)and shall submit a copy of the membership certificate as part of the bid proposal. b. Shall be a Participating Member of the National Truck Equipment Association's Ambulance Manufacturers Division and submit a copy of his membership certificate as part of the bid proposal. c. Must be in compliance with Fed. Spec. KKK-A-1822F, or most current revision, for the type vehicle described herein,as prepared by an independent third party testing laboratory,and must have"Star of Life" certification affixed to ambulance upon delivery. (In-house certification will not be acceptable.) d. Shall carry not less than ten million dollars($10,000,000.00)in product liability insurance,listing the Florida Sheriffs Association as additional insured,and shall submit a copy of this insurance with the bid proposal. e. Shall employ full-time parts personnel with toll-free access number. f. Shall employ a full-time electrical troubleshooter with toll-free access number. g. Shall employ a full-time warranty representative with toll-free access number. 1. ENGINE a. Gas Engine, must meet KKK requirements including all change notices b. Must include the chassis manufacturer's"AMBULANCE PREP PACKAGE"which is intended to be an ambulance or components where available. c. Heavy-duty alternator, minimum 200 amp. d. Maintenance free heavy-duty batteries,750 CCA minimum,2 battery minimum. e. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission,4 speed minimum with overdrive. b. Manufacturer's heavy-duty cooling. 3. AXLES a. Manufacturer's standard drive axle ratio for ambulance prep. 4. PERFORMANCE ITEMS a. Power steering b. Anti-lock brakes c. Power brakes,disc type front,disc or drum rear. d. Fuel capacity, 250 miles minimum without refueling e. Heavy-duty front and rear shocks. f. Front stabilizer bar. g. Rear stabilizer bar(if available) 5. COMFORT ITEMS a. Factory installed air conditioning b. Tinted glass(factory tint) c. Minimum seating for two d. Rubber floor mat instead of carpeting e. AM/FM radio f. Power door locks g. Power windows h. Speed control and tilt wheel. 6.SAFETY ITEMS a. Driver and passenger lap and shoulder belt with retractor. b. Driver and passenger air bags c. Dual electric horns d. Outside mirrors to provide vision for vehicles 96"wide. e. Two speed wipers with intermittent. f. Interior dome lights wired to right and left doors. g. CO monitor Driver/passenger side air bag(if available) 7. TIRES AND WHEELS a. BSW,all season tread radial 17-inch tires, minimum. b. Conventional spare tire and wheel c. Jack and wheel wrench 8. CHASSIS,FRAME,CAB a. Minimum GVWR 13,200 lbs. b. Cab and chassis only c. Cab to center of axle 84 inches, minimum 9. MODULAR BODY CONSTRUCTION a. The ambulance body and patient compartment shall be sufficient in size and meet requirements of this specification and those of paragraph 3.10.1 and the cot fastener system to meet or exceed requirements of paragraph 3.11.6 of the current KKK-A-1822F including all change notices. 10. PAINT FINISH/REFLECTIVE STRIPING a. Cab OEM finish and body to be painted matching color b. Single tone cab paint finish c. Wheels painted to match the cab and body d. KKK required reflective striping 11. WARRANTY TO BE PROVIDED BY VENDOR TO PURCHASER a. One(1)year bumper to bumper mechanical,excluding normal wear and tear items b. OEM Chassis and other manufacturer's standard warranties c. Cab&Chassis standard manufacturer paint warranty d. Body 10-year paint warranty-Pro rated e. 5-year corrosion perforation on body f. 10 year minimum body structural warranty FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS' ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FSA 20-VEF14.01 AMBULANCES & OTHER EQUIPMENT SPECIFICATION #03-TYPE I AMBULANCE 4x2 WHEEL DRIVE (4x4 WHEEL DRIVE OPTIONAL) MEDIUM DUTY REGULAR CAB, DIESEL ENGINE (DUAL REAR WHEEL, CAB& CHASSIS) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: All bids shall meet the manufacturer's base vehicle standard equipment and the minimum specifications of the base vehicle bid. Scope & General Requirements: This specification describes an ambulance configuration as defined in the FEDERAL SPECIFICATION FOR AMBULANCES, KKK-A-(most current revision). Unless otherwise specified, described vehicle shall comply with KKK-A-1822F and the current National Truck Equipment Association/Ambulance Manufacturers Division Standards,as well as the Chassis Manufacturers Incomplete Vehicle Manual, Body Builders Layout Book, and Ford Motor Company Qualified Vehicle Modifiers(QVM) Program Truck Guidelines(if applicable). The purchaser will contract directly and individually with the vendor of their choice for any and all vehicles offered on this contract and any options required to meet their individual needs. Purchasers shall choose from options furnished to them by the vendor in accordance with the FSA Contract Terms and Conditions. Vehicle delivery shall be accomplished by manufacturer or vendor delivery to a purchaser's designated location as specified in the FSA Contract Terms and Conditions. Purchasers may reserve the right to pick up vehicles from the manufacturer or the vendor. Bidders are advised that the Bid Bond and Performance Bond documentation required under FSA Contract Terms and Conditions is required with the bid submission.A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the purchaser upon award of this bid and at the request of a purchaser. Vendors must provide warranty information to purchasers that meet the terms and conditions of the contract and any additional warranties provided in this specification bid document. The manufacturer or vendor for vehicles under this specification group: a. Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program(if applicable)and shall submit a copy of the membership certificate as part of the bid proposal. b. Shall be a Participating Member of the National Truck Equipment Association's Ambulance Manufacturers Division and submit a copy of his membership certificate as part of the bid proposal. c. Must be in compliance with Fed. Spec. KKK-A-1822F, or most current revision, for the type vehicle described herein,as prepared by an independent third party testing laboratory,and must have"Star of Life" certification affixed to ambulance upon delivery. (In-house certification will not be acceptable.) d. Shall carry not less than ten million dollars ($10,000,000.00) in product liability insurance, listing the Florida Sheriffs Association as additional insured,and shall submit a copy of this insurance with the bid proposal. e. Shall employ full-time parts personnel with toll-free access number. f. Shall employ a full-time electrical troubleshooter with toll-free access number. g. Shall employ a full-time warranty representative with toll-free access number. 1. ENGINE a. Diesel engine,6 cylinder minimum. b. Heavy-duty alternator,minimum 250 amp. c. Maintenance free heavy-duty batteries,750 CCA minimum, Group 31,2 battery minimum. d. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic Transmission or Ford Torque Shift. b. Manufacturer's transmission oil cooler:water to oil heavy-duty cooling. 3. AXLES a. Front Axle:7,000 lbs. b. Rear Axle: 12,000 lbs. d. Front stabilizer bar(if available) e. Air suspension with dual instant response leveling valves. 4. PERFORMANCE ITEMS a. Power Steering b. Anti-lock brakes c. Power brakes, disc type front,disc or drum rear. d. Fuel capacity, 250 miles minimum without refueling e. Heavy-duty front and rear shocks. 5. COMFORT ITEMS a. Factory installed air conditioning b. Tinted glass(factory tint) c. Dual air suspension seats with armrest,if available d. Rubber floor mat instead of carpeting e. AM/FM radio 6. SAFETY ITEMS a. Driver and passenger lap and shoulder belt with retractor. b. Dual electric horns c. Outside mirrors to provide vision for vehicles 96"wide d. Two speed wipers with intermittent e. Interior dome lights wired to right and left doors. f. Halogen headlights with daytime running feature. g. Driver/passenger side air bag(if available) 7. TIRES AND WHEELS a. BSW,all season tread radial 19.5-inch tires 8. CHASSIS,FRAME,CAB a. Minimum GVWR 16,500 lbs. b. Cab to center of axle 100 inches minimum 9. MODULAR BODY CONSTRUCTION a. The ambulance body and patient compartment shall be sufficient in size and meet requirements of this specification and those of paragraph 3.10.1 and the cot fastener system to meet or exceed requirements of paragraph 3.11.6 of the current KKK-A including all change notices. 10. PAINT FINISH/REFLECTIVE STRIPING a. Cab OEM finish and body to be painted matching color b. Single tone cab paint finish c. Wheels painted to match the cab and body d. KKK required reflective striping 11. WARRANTY TO BE PROVIDED BY VENDOR TO PURCHASER a. One(1)year bumper to bumper mechanical,excluding normal wear and tear items b. OEM Chassis and other manufacturer's standard warranties c. Cab&Chassis standard manufacturer paint warranty d. Body 10-year paint warranty-Pro rated e. 5-year corrosion perforation on body f. 10 year minimum body structural warranty FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS' ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FSA 20-VEF14.01 AMBULANCES & OTHER EQUIPMENT SPECIFICATION #04-TYPE I AMBULANCE 4x2 WHEEL DRIVE (4x4 WHEEL DRIVE OPTIONAL) MEDIUM DUTY REGULAR CAB, GAS ENGINE (DUAL REAR WHEEL, CAB& CHASSIS) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: All bids shall meet the manufacturer's base vehicle standard equipment and the minimum specifications of the base vehicle bid. Scope & General Requirements: This specification describes an ambulance configuration as defined in the FEDERAL SPECIFICATION FOR AMBULANCES, KKK-A-1822F (most current revision). Unless otherwise specified, described vehicle shall comply with KKK-A-1822F and the current National Truck Equipment Association/Ambulance Manufacturers Division Standards,as well as the Chassis Manufacturers Incomplete Vehicle Manual, Body Builders Layout Book, and Ford Motor Company Qualified Vehicle Modifiers(QVM) Program Truck Guidelines(if applicable). The purchaser will contract directly and individually with the vendor of their choice for any and all vehicles offered on this contract and any options required to meet their individual needs. Purchasers shall choose from options furnished to them by the vendor in accordance with the FSA Contract Terms and Conditions. Vehicle delivery shall be accomplished by manufacturer or vendor delivery to a purchaser's designated location as specified in the FSA Contract Terms and Conditions. Purchasers may reserve the right to pick up vehicles from the manufacturer or the vendor. Bidders are advised that the Bid Bond and Performance Bond documentation required under FSA Contract Terms and Conditions is required with the bid submission.A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the purchaser upon award of this bid and at the request of a purchaser. Vendors must provide warranty information to purchasers that meet the terms and conditions of the contract and any additional warranties provided in this specification bid document. The manufacturer or vendor for vehicles under this specification group: a. Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program(if applicable)and shall submit a copy of the membership certificate as part of the bid proposal. b. Shall be a Participating Member of the National Truck Equipment Association's Ambulance Manufacturers Division and submit a copy of his membership certificate as part of the bid proposal. c. Must be in compliance with Fed. Spec. KKK-A-1822F, or most current revision,for the type vehicle described herein,as prepared by an independent third party testing laboratory,and must have"Star of Life" certification affixed to ambulance upon delivery. (In-house certification will not be acceptable.) d. Shall carry not less than ten million dollars ($10,000,000.00) in product liability insurance, listing the Florida Sheriffs Association as additional insured,and shall submit a copy of this insurance with the bid proposal. e. Shall employ full-time parts personnel with toll-free access number. f. Shall employ a full-time electrical troubleshooter with toll-free access number. g. Shall employ a full-time warranty representative with toll-free access number. 1. ENGINE a. Gas engine,6 cylinder minimum. b. Heavy-duty alternator,minimum 250 amp. c. Maintenance free heavy-duty batteries,750 CCA minimum, Group 31, 2 battery minimum. d. Manufacturer's heavy-duty engine cooling system. 2. TRANSMISSION a. Automatic Transmission or Ford Torque Shift. b. Manufacturer's transmission oil cooler:water to oil heavy-duty cooling. 3. AXLES a. Front Axle:7,000 lbs. b. Rear Axle: 12,000 lbs. c. Front stabilizer bar(if available) d. Air suspension with dual instant response leveling valves. 4. PERFORMANCE ITEMS a. Power Steering b. Anti-lock brakes c. Power brakes,disc type front,disc or drum rear. d. Fuel capacity,250 miles minimum without refueling e. Heavy-duty front and rear shocks. 5. COMFORT ITEMS a. Factory installed air conditioning b. Tinted glass(factory tint) c. Dual air suspension seats with armrest, if available d. Rubber floor mat instead of carpeting e. AM/FM radio 6. SAFETY ITEMS a. Driver and passenger lap and shoulder belt with retractor. b. Dual electric horns c. Outside mirrors to provide vision for vehicles 96"wide d. Two speed wipers with intermittent e. Interior dome lights wired to right and left doors. f. Halogen headlights with daytime running feature. g. Driver/passenger side air bag(if available) 7. TIRES AND WHEELS a. BSW,all season tread radial 19.5-inch tires 8. CHASSIS,FRAME,CAB a. Minimum GVWR 16,500 lbs. b. Cab to center of axle 100 inches minimum 9. MODULAR BODY CONSTRUCTION a. The ambulance body and patient compartment shall be sufficient in size and meet requirements of this specification and those of paragraph 3.10.1 and the cot fastener system to meet or exceed requirements of paragraph 3.11.6 of the current KKK-A-1822F including all change notices. 10. PAINT FINISH/REFLECTIVE STRIPING a. Cab OEM finish and body to be painted matching color b. Single tone cab paint finish c. Wheels painted to match the cab and body d. KKK required reflective striping 11. WARRANTY TO BE PROVIDED BY VENDOR TO PURCHASER a. One(1)year bumper to bumper mechanical,excluding normal wear and tear items b. OEM Chassis and other manufacturer's standard warranties c. Cab&Chassis standard manufacturer paint warranty d. Body 10-year paint warranty-Pro rated e. 5-year corrosion perforation on body f. 10 year minimum body structural warranty FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS' ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FSA 20-VEF14.01 AMBULANCES & OTHER EQUIPMENT SPECIFICATION #05—TYPE II AMBULANCE 4x2 WHEEL DRIVE-VAN-GAS ENGINE ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: All bids shall meet the manufacturer's base vehicle standard equipment and the minimum specifications of the base vehicle bid. Scope&General Requirements:This specification describes an ambulance configuration as defined in the FEDERAL SPECIFICATION FOR AMBULANCES, KKK-A-1822F (most current revision). Unless otherwise specified, described vehicle shall comply with KKK-A-1822F and the current National Truck Equipment Association/Ambulance Manufacturers Division Standards,as well as the Chassis Manufacturers Incomplete Vehicle Manual,Body Builders Layout Book, and Ford Motor Company Qualified Vehicle Modifiers (QVM) Program Truck Guidelines (if applicable). The purchaser will contract directly and individually with the vendor of their choice for any and all vehicles offered on this contract and any options required to meet their individual needs. Purchasers shall choose from options furnished to them by the vendor in accordance with the FSA Contract Terms and Conditions. Vehicle delivery shall be accomplished by manufacturer or vendor delivery to a purchaser's designated location as specified in the FSA Contract Terms and Conditions. Purchasers may reserve the right to pick up vehicles from the manufacturer or the vendor. Bidders are advised that the Bid Bond and Performance Bond documentation required under FSA Contract Terms and Conditions is required with the bid submission.A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100%Performance Bond between the bidder and the purchaser upon award of this bid and at the request of a purchaser. Vendors must provide warranty information to purchasers that meet the terms and conditions of the contract and any additional warranties provided in this specification bid document. The manufacturer or vendor for vehicles under this specification group: a. Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program (if applicable)and shall submit a copy of the membership certificate as part of the bid proposal. b. Shall be a Participating Member of the National Truck Equipment Association's Ambulance Manufacturers Division and submit a copy of his membership certificate as part of the bid proposal. c. Must be in compliance with Fed. Spec. KKK-A-1822F, or most current revision, for the type vehicle described herein, as prepared by an independent third party testing laboratory, and must have "Star of Life"certification affixed to ambulance upon delivery.(In-house certification will not be acceptable.) d. Shall carry not less than ten million dollars ($10,000,000.00) in product liability insurance, listing the Florida Sheriffs Association as additional insured, and shall submit a copy of this insurance with the bid proposal. e. Shall employ full-time parts personnel with toll-free access number. f. Shall employ a full-time electrical troubleshooter with toll-free access number. g. Shall employ a full-time warranty representative with toll-free access number. 1. ENGINE a. Gas engine, must meet KKK requirements including all change notices. b. Must include the chassis manufacturer's"AMBULANCE PREP PACKAGE" intended to be an ambulance or components where available. c. Heavy-duty alternator, minimum 200 amp. d. Maintenance free heavy-duty batteries,750 CCA minimum,2 battery minimum. e. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission,4 speed with overdrive,minimum. b. Manufacturer's heavy-duty cooling. 3. AXLES a. Manufacturer's standard drive axle ratio for ambulance prep. 4. PERFORMANCE ITEMS a. Power steering b. Anti-lock brakes c. Power brakes,disc type front,disc or drum rear. d. Fuel capacity, minimum 25 gallons e. Heavy-duty front and rear shocks. f. Front stabilizer bar. g. Rear stabilizer bar(if available). 5. COMFORT ITEMS a. Factory installed air conditioning b. Tinted glass(factory tint) c. Dual captain's chairs with armrest d. Rubber floor mat instead of carpeting e. AM/FM radio f. Power door locks g. Power windows h. Speed control and tilt wheel. 6. SAFETY ITEMS a. Driver and passenger lap and shoulder belt with retractor. b. Driver and passenger air bags c. Dual electric horns d. Two speed wipers with intermittent e. Interior dome lights wired to right and left doors. f. C/O monitor g. Driver/passenger side air bag(if available) 7. TIRES AND WHEELS a. BSW,all season tread radial 16-inch tires, minimum b. Conventional spare tire and wheel c. Jack and wheel wrench 8. CHASSIS,FRAME,CAB a. Minimum GVWR 8,550 lbs. b. 138"wheelbase minimum. 9. MODULAR BODY CONSTRUCTION a. The ambulance body and patient compartment shall be sufficient in size and meet requirements of this specification and those of paragraph 3.10.1 and the cot fastener system to meet or exceed requirements of paragraph 3.11.6 of the current KKK-A-1822F including all change notices. 10. PAINT FINISH/REFLECTIVE STRIPING a. Cab OEM finish and body to be painted matching color b. Single tone cab paint finish c. Wheels painted to match the cab and body d. KKK required reflective striping 11. WARRANTY TO BE PROVIDED BY VENDOR TO PURCHASER a. One(1)year bumper to bumper mechanical,excluding normal wear and tear items b. OEM Chassis and other manufacturer's standard warranties c. Cab&Chassis standard manufacturer paint warranty d. Body 10-year paint warranty-Pro rated e. 5-year corrosion perforation on body f. 10 year minimum body structural warranty FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS' ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FSA 20-VEF14.01 AMBULANCES & OTHER EQUIPMENT SPECIFICATION #06—TYPE III AMBULANCE 4x2 WHEEL DRIVE, CUTAWAY VAN (GAS ENGINE, DUAL REAR WHEEL, CAB &CHASSIS) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: All bids shall meet the manufacturer's base vehicle standard equipment and the minimum specifications of the base vehicle bid. Scope&General Requirements:This specification describes an ambulance configuration as defined in the FEDERAL SPECIFICATION FOR AMBULANCES, KKK-A-1822F (most current revision). Unless otherwise specified, described vehicle shall comply with KKK-A-1822F and the current National Truck Equipment Association/Ambulance Manufacturers Division Standards, as well as the Chassis Manufacturers Incomplete Vehicle Manual, Body Builders Layout Book,and Ford Motor Company Qualified Vehicle Modifiers(QVM) Program Truck Guidelines (if applicable). The purchaser will contract directly and individually with the vendor of their choice for any and all vehicles offered on this contract and any options required to meet their individual needs. Purchasers shall choose from options furnished to them by the vendor in accordance with the FSA Contract Terms and Conditions. Vehicle delivery shall be accomplished by manufacturer or vendor delivery to a purchaser's designated location as specified in the FSA Contract Terms and Conditions. Purchasers may reserve the right to pick up vehicles from the manufacturer or the vendor. Bidders are advised that the Bid Bond and Performance Bond documentation required under FSA Contract Terms and Conditions is required with the bid submission.A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100%Performance Bond between the bidder and the purchaser upon award of this bid and at the request of a purchaser. Vendors must provide warranty information to purchasers that meet the terms and conditions of the contract and any additional warranties provided in this specification bid document. The manufacturer or vendor for vehicles under this specification group: a. Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program (if applicable)and shall submit a copy of the membership certificate as part of the bid proposal. b. Shall be a Participating Member of the National Truck Equipment Association's Ambulance Manufacturers Division and submit a copy of his membership certificate as part of the bid proposal. c. Must be in compliance with Fed. Spec. KKK-A-1822F, or most current revision, for the type vehicle described herein, as prepared by an independent third party testing laboratory, and must have "Star of Life"certification affixed to ambulance upon delivery. (In-house certification will not be acceptable.) d. Shall carry not less than ten million dollars ($10,000,000.00) in product liability insurance, listing the Florida Sheriffs Association as additional insured, and shall submit a copy of this insurance with the bid proposal. e. Shall employ full-time parts personnel with toll-free access number. f. Shall employ a full-time electrical troubleshooter with toll-free access number. g. Shall employ a full-time warranty representative with toll-free access number. 1. ENGINE a. Gas engine, must meet KKK requirements including all change notices. b. Must include the chassis manufacturer's"AMBULANCE PREP PACKAGE" intended to be an ambulance or components where available. c. Heavy-duty alternator,minimum 200 amp. d. Maintenance free heavy-duty batteries,750 CCA minimum, 2 battery minimum. e. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission,4 speed with overdrive, minimum. b. Manufacturer's heavy-duty cooling. 3. AXLES a. Manufacturer's standard drive axle ratio for ambulance prep. 4. PERFORMANCE ITEMS a. Power steering b. Anti-lock brakes c. Power brakes,disc type front,disc or drum rear. d. Fuel capacity, 250 miles minimum without refueling e. Heavy-duty front and rear shocks. f. Front stabilizer bar. 5. COMFORT ITEMS a. Factory installed air conditioning b. Tinted glass(factory tint) c. Minimum seating for two d. Rubber floor mat instead of carpeting e. AM/FM radio f. Power door locks g. Power windows h. Speed control and tilt wheel. 6. SAFETY ITEMS a. Driver and passenger lap and shoulder belt with retractor. b. Driver and passenger air bags. c. Dual electric horns d. Outside mirrors to provide vision for vehicles 86"wide, minimum. e. Two speed wipers with intermittent. f. Interior dome lights wired to right and left doors. g. C/O monitor h. Driver/passenger side air bag(if available) 7. TIRES AND WHEELS a. BSW,all season tread radial 16"tires, minimum. b. Conventional spare tire and wheel c. Jack and wheel wrench 8. CHASSIS,FRAME,CAB a. Minimum GVWR 11,030 lbs. b. Cab/chassis cutaway c. Wheelbase 138" minimum 9. MODULAR BODY CONSTRUCTION a. The ambulance body and patient compartment shall be sufficient in size and meet requirements of this specification and those of paragraph 3.10.1 and the cot fastener system to meet or exceed requirements of paragraph 3.11.6 of the current KKK-A-1822F including all change notices. 10. PAINT FINISH/REFLECTIVE STRIPING a. Cab OEM finish and body to be painted matching color b. Single tone cab paint finish c. Wheels painted to match the cab and body d. KKK required reflective striping 11. WARRANTY TO BE PROVIDED BY VENDOR TO PURCHASER a. One(1)year bumper to bumper mechanical,excluding normal wear and tear items b. OEM Chassis and other manufacturer's standard warranties c. Cab&Chassis standard manufacturer paint warranty d. Body 10-year paint warranty-Pro rated e. 5-year corrosion perforation on body f. 10 year minimum body structural warranty FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS' ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FSA 20-VEF14.01 AMBULANCES & OTHER EQUIPMENT SPECIF►CATION #07—TYPE III AMBULANCE 4x2 WHEEL DRIVE, CUTAWAY VAN (DIESEL ENGINE, DUAL REAR WHEEL, CAB& CHASSIS) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: All bids shall meet the manufacturer's base vehicle standard equipment and the minimum specifications of the base vehicle bid. Scope&General Requirements:This specification describes an ambulance configuration as defined in the FEDERAL SPECIFICATION FOR AMBULANCES, KKK-A-1822F (most current revision). Unless otherwise specified, described vehicle shall comply with KKK-A-1822F and the current National Truck Equipment Association/Ambulance Manufacturers Division Standards, as well as the Chassis Manufacturers Incomplete Vehicle Manual, Body Builders Layout Book,and Ford Motor Company Qualified Vehicle Modifiers(QVM) Program Truck Guidelines (if applicable). The purchaser will contract directly and individually with the vendor of their choice for any and all vehicles offered on this contract and any options required to meet their individual needs. Purchasers shall choose from options furnished to them by the vendor in accordance with the FSA Contract Terms and Conditions. Vehicle delivery shall be accomplished by manufacturer or vendor delivery to a purchaser's designated location as specified in the FSA Contract Terms and Conditions. Purchasers may reserve the right to pick up vehicles from the manufacturer or the vendor. Bidders are advised that the Bid Bond and Performance Bond documentation required under FSA Contract Terms and Conditions is required with the bid submission.A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the purchaser upon award of this bid and at the request of a purchaser. Vendors must provide warranty information to purchasers that meet the terms and conditions of the contract and any additional warranties provided in this specification bid document. The manufacturer or vendor for vehicles under this specification group: a. Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program (if applicable)and shall submit a copy of the membership certificate as part of the bid proposal. b. Shall be a Participating Member of the National Truck Equipment Association's Ambulance Manufacturers Division and submit a copy of his membership certificate as part of the bid proposal. c. Must be in compliance with Fed. Spec. KKK-A-1822F, or most current revision, for the type vehicle described herein, as prepared by an independent third party testing laboratory, and must have "Star of Life"certification affixed to ambulance upon delivery. (In-house certification will not be acceptable.) d. Shall carry not less than ten million dollars ($10,000,000.00) in product liability insurance, listing the Florida Sheriffs Association as additional insured, and shall submit a copy of this insurance with the bid proposal. e. Shall employ full-time parts personnel with toll-free access number. f. Shall employ a full-time electrical troubleshooter with toll-free access number. g. Shall employ a full-time warranty representative with toll-free access number. 1. ENGINE a. DIESEL engine, must meet KKK requirements including all change notices. b. Must include the chassis manufacturer's"AMBULANCE PREP PACKAGE"intended to be an ambulance or components where available. c. Heavy-duty alternator, minimum 200 amp. d. Maintenance free heavy-duty batteries,750 CCA minimum, 2 battery minimum. e. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission,4 speed with overdrive, minimum. b. Manufacturer's heavy-duty cooling. 3. AXLES a. Manufacturer's standard drive axle ratio for ambulance prep. 4. PERFORMANCE ITEMS a. Power steering b. Anti-lock brakes c. Power brakes,disc type front,disc or drum rear. d. Fuel capacity,250 miles minimum without refueling e. Heavy-duty front and rear shocks. f. Front stabilizer bar. 5. COMFORT ITEMS a. Factory installed air conditioning b. Tinted glass(factory tint) c. Minimum seating for two d. Rubber floor mat instead of carpeting e. AM/FM radio f. Power door locks g. Power windows h. Speed control and tilt wheel. 6. SAFETY ITEMS a. Driver and passenger lap and shoulder belt with retractor. b. Driver and passenger air bags. c. Dual electric horns d. Outside mirrors to provide vision for vehicles 86"wide, minimum. e. Two speed wipers with intermittent. f. Interior dome lights wired to right and left doors. g. Driver/passenger side air bag(if available) 7. TIRES AND WHEELS a. BSW,all season tread radial 16"tires,minimum. b. Conventional spare tire and wheel c. Jack and wheel wrench 8 CHASSIS,FRAME,CAB a. Minimum GVWR 10,300 lbs. b. Cab/chassis cutaway c. Wheelbase 138" minimum 9. MODULAR BODY CONSTRUCTION a. The ambulance body and patient compartment shall be sufficient in size and meet requirements of this specification and those of paragraph 3.10.1 and the cot fastener system to meet or exceed requirements of paragraph 3.11.6 of the current KKK-A-1822F including all change notices. 10. PAINT FINISH/REFLECTIVE STRIPING a. Cab OEM finish and body to be painted matching color b. Single tone cab paint finish c. Wheels painted to match the cab and body d. KKK required reflective striping 11. WARRANTY TO BE PROVIDED BY VENDOR TO PURCHASER a. One(1)year bumper to bumper mechanical, excluding normal wear and tear items b. OEM Chassis and other manufacturer's standard warranties c. Cab&Chassis standard manufacturer paint warranty d. Body 10-year paint warranty-Pro rated e. 5-year corrosion perforation on body f. 10 year minimum body structural warranty FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Diesel Engine FSA AWARDED VENDOR: ETR LLC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS ETR FORD Ford F-350 145"x92"x68" $ 134,860 10% Build Sheet ETR Ford Ford F-350 148"x95"x68" $ 142,375 10% Build Sheet ETR Ford Ford F-450 148"x95"x68" $ 159,136 10% Build Sheet ETR Ford Ford F-450 172"x95"x68" $ 161,836 10% Build Sheet ETR Ford Ford F-550 172"x95"x68" $ 162,932 10% Build Sheet ETR Chevrolet Chevrolet 3500 HD 145"x92"x68" $ 134,919 10% Build Sheet ETR Chevrolet Chevrolet 4500 HD 148"x95"x68" $ 169,301 10% Build Sheet ETR Chevrolet Chevrolet 5500 HD 172"x95"x68" $ 173,884 10% Build Sheet ETR Dodge _Dodge 3500 145"x92"x68" $ 148,712 10% Build Sheet ETR Dodge Dodge 3500 148"x95"x68" $ 155,917 10% Build Sheet ETR Dodge Dodge 4500 148"x95"x68" $ 161,213 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Diesel Engine FSA AWARDED VENDOR: EXCELLANCE %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS EXCELLANCE Dodge 4500 96"x146-x72- $ 189,817 1% Build Sheet EXCELLANCE •Ford F-350 96''x146"x72" $ 193,672 1% Build Sheets EXCELLANCE Ford F-450 96''x146"x72" $ 196,377 1% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Diesel Engine FSA AWARDED VENDOR: QUALITY EMERGENCY VEHCILES DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS LIFE LINE AMBULANCE Ford F-350 147"x96"x68"HR $ 195,931 5% Build Sheet LIFE LINE AMBULANCE Ford F-450 147"x96"x68's HR $ 198,545 5% Build Sheet LIFE LINE AMBULANCE Ford F-550 167"x96"x72—HR $ 202,528 5% Build Sheet LIFE LINE AMBULANCE Dodge Ram 4500 147"x96"x68—HR $ 194,118 5% Build Sheet LIFE LINE AMBULANCE Dodge Ram 5500 167"x96"x72"HR $ 198,503 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Diesel Engine FSA AWARDED VENDOR: REV RTC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS HORTON Ford F-350 149"x96.25"x72" $ 193,302 5% b.iild Sheet HORTON Ford F-450 157"x96.25"x72" $ 200,043 5% Build Sheet HORTON Ford F-550 173"x96.25"x72" $ 201,273 5% Build Sheet HORTON Dodge Ram 4500 157"x96.25"x72" $ 197,416 5% Build Sheet HORTON Dodge Ram 5500 173"x96.25"x72" $ 199,610 5% Build Sheet Road Rescue Dodge Ram 4500 150"x92"x68" $ 172,361 5% Build Sheet Road Rescue Dodge Ram 4500 150"x96"x72" $ 177,668 5% Build Sheet Road Rescue Dodge Ram 4500 168"x96"x72" $ 182,048 5% Build Sheet Road Rescue Dodge Ram 4500 153"x95"x72" $ 169,515 5% Build Sheet Road Rescue Dodge Ram 4500 170"x95"x72" $ 171,283 5% Build Sheet Road Rescue Dodge Ram 5500 168"x96"x72" $ 183,076 5% Build Sheet Road Rescue Dodge Ram 5500 170"x95"x72" $ 172,485 5% Build Sheet Road Rescue Ford F-350 153"x95"x67" $ 149,162 5% Build Sheet Road Rescue Ford F-450 150"x92"x68" _$ 177,236 5% Build Sheet Road Rescue Ford F-450 150"x96"x72" $ 182,501 5% Build Sheet Road Rescue Ford F-450 168"x96"x72" $ 186,868 5% Build Sheet Road Rescue Ford F-450 153"x95"x67" $ 166,567 5% Build Sheet Road Rescue Ford F-450 170"x95"x72" $ 169,710 5% Build Sheet Road Rescue Ford F-550 168"x96"x72" $ 187,921 5% ' Road Rescue Ford F-550 170"x95"x72" $ 170,824 5% b,, __ Wheeled Coach Chevrolet 3500 146"x90"x68" $ 132,933 5% Bull_. ,_feet Wheeled Coach Dodge Ram 3500 146"x90x68" $ 133,719 5% Build Sheet Wheeled Coach Dodge Ram 3500 153"x95"x67" $ 140,187 5% Build Sheet Wheeled Coach Dodge Ram 4500 153"x95"x67" $ 164,903 5% Build Sheet Wheeled Coach Dodge Ram 4500 170"x95"x72" $ 167,982 5% Build Sheet Wheeled Coach Dodge Ram 5500 170"x 95"x72" $ 168,855 5% Build Sheet Wheeled Coach Ford F-350 146"x90"x68" $ 139,253 5% Build Sheet Wheeled Coach Ford F-350 153"x95"x67" $ 145,769 5% Build Sheet Wheeled Coach Ford F-450 153"x95"x67" $ 163,174 5% Build Sheet Wheeled Coach Ford F-450 170"x95"x72" $ 166,289 5% Build Sheet Wheeled Coach Ford F-550 170"x95"x72" $ 167,404 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Diesel Engine FSA AWARDED VENDOR: SOUTH FLORIDA EMERGENCY VEHICLES DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS PL Custom Emergency Vehicles Ford F-550 170-x72-HR $ 193,583 10% Build Shoe[ FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Diesel Engine FSA AWARDED VENDOR: TEN 8 FIRE EQUIPMENT INC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL _ MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Braun Ford F-350 Express Plus 150"x95"x72"HR $ 172,880 10% Build Sheet Braun Ford F-450 Express Plus 150"x95"x72"HR $ 186,021 10% Build Sheet Braun Ford F-450 Liberty 156"x95"x72"HR $ 198,874 10% Build Sheet Braun Ford F-450 Chief XL 169"x95"x72"HR $ 216,996 10% Build Sheet Braun Ford F-550 Chief XL 169"x95"x72"HR $ 218,125 10% Build Sheet Braun Dodge Ram 4500 Express Plus 150"x95"x72"HR $ 172,283 10% Build Sheet Braun Dodge Ram 4500 Liberty 156"x95"x72"HR $ 194,980 10% Build Sheet Braun Dodge Ram 4500 Chief XL 169"x95"x72"HR $ 212,138 10% Build Sheet Braun Dodge Ram 5500 Chief XL 169"x95"x72"HR $ 213,257 10% Build Sheet Demers Ford F-350 MXP150 150"x95"x72"HR $ 168,505 10% Build Sheet Demers Ford F-450 MXP150 150"x95"x72"HR $ 182,533 10% Build Sheet Demers Ford F-450 MXP170 170"x95"x72"HR $ 197,155 10% Build Sheet Demers Ford F-550 MXP170 170"x95"x72"HR $ 198,972 10% Build Sheet Demers Dodge Ram 4500 MXP150 150"x95"x72"HR _$ 179,121 10% Build Sheet Demers Dodge Ram 4500 MXP170 170"x 95"x72"HR $ 193,508 10% Build Sheet Demers Dodge Ram 5500 MXP170 170"x95"x72"HR $ 195,816 10% Build Sheet Osage Ford F-450 Warrior 148"x 96"x 68"HR $ 162,478 10% Build eet Osage Ford F-450 Super Warrior 168"x 96"x 72"HR $ 135,078 10% Bu' _et _ Osage Ford F-550 Super Warrior 168"x 96"x 72"HR _$ 171,941 10% et Osage Dodge Ram 4500 Warrior 148"x 96"x 68"HR $ 164,198 10% 2et Osage Dodge Ram 4500 Super Warrior 168"x 96"x 72"HR $ 145,274 10% is,.: feet Osage Dodge Ram 5500 Super Warrior 168"x 96"x 72"HR $ 172,639 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Diesel Engine FSA AWARDED VENDOR: TEN 8 FIRE EQUIPMENT INC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Braun Ford F-350 Express Plus 150"x95"x72"HR $ 172,880 10% Build Sheet Braun Ford F-450 Express Plus 150"x95"x72"HR $ 186,021 10% Build Sheet Braun Ford F-450 Liberty 156"x95"x72"HR S 198,874 10% Build Sheet Braun Ford F-450 Chief XL 169"x95"x72"HR $ 216,996 10% Build Sheet Braun Ford F-550 Chief XL 169"x95"x72"HR $ 218,125 10% Build Sheet Braun Dodge Ram 4500 Express Plus 150"x95"x72"HR $ 172,283 10% Build Sheet Braun Dodge Ram 4500 Liberty 156"x95"x72"HR $ 194,980 10% Build Sheet Braun Dodge Ram 4500 Chief XL 169"x95"x72"HR $ 212,138 10% Build Sheet Braun Dodge Ram 5500 Chief XL 169"x95"x72"HR $ 213,257 10% Build Sheet Demers Ford F-350 MXP150 150"x95"x72"HR $ 168,505 10% Build Sheet Demers Ford F-450 MXP150 150"x95"x72"HR $ 182,533 10% Build Sheet Demers Ford F-450 MXP170 170"x95"x72"HR $ 197,155 10% Build Sheet Demers Ford F-550 MXP170 170"x95"x72"HR $ 198,972 10% Build Sheet Demers Dodge Ram 4500 MXP150 150"x95"x72"HR $ 179,121 10% Build Sheet Demers Dodge Ram 4500 MXP170 170"x 95"x72"HR $ 193,508 10% Build Sheet Demers Dodge Ram 5500 MXP170 170"x 95"x72"HR $ 195,816 10% Build Sheet Osage Ford F-450 Warrior 148"x 96"x 68"HR $ 162,478 10% Build Sheet Osage Ford F-450 Super Warrior 168"x 96"x 72"HR $ 135,078 10% Build Shrs_ Osage Ford F-550 Super Warrior 168"x 96"x 72"HR $ 171,941 10% Build Osage Dodge Ram 4500 Warrior 148"x 96"x 68"HR $ 164,198 10% Build Sheet Osage Dodge Ram 4500 Super Warrior 168"x 96"x 72"HR $ 145,274 10% Build Sheet Osage Dodge Ram 5500 Super Warrior 168"x 96"x 72"HR $ 172,639 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Gas Engine FSA AWARDED VENDOR: ETR,LLC FSA Bid %DISCOUNT Item 8 MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS 117 ETR,LLC Ford F-350 145k92"x68" $ 127,295 10% Build Sheet 118 ETR,LLC Ford F-450 148"x95"x68" $ 151,064 10% Build Sheet 119 ETR,LLC Ford F-450 172"x95"x68" $ 153,764 10% Build Sheet 120 ETR,LLC Ford F-550 172"x95"x68" $ 154,859 10% Build Sheet 122 ETR,LLC Chevrolet 3500 HD 145"x92"x68" $ 130,126 10% Build Sheet 123 ETR,LLC Dodge Ram 3500 145"x92"x68" $ 141,714 10% Build Sheet 124 ETR,LLC Dodge Ram 3500 148"x95"x68" $ 148,920 10% Build Sheet 125 ETR,LLC Dodge Ram 4500 148"x95"x68" $ 152,655 10% Build Sheet 126 ETR,LLC Dodge Ram 5500 172"x95"x68" $ 155,459 10% Build Sheet FSA SPECIFICATION GROUP:Ambulance Type 1-4x2 Regular Cab Gas Engine FSA AWARDED VENDOR: EXCELLANCE %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS EXCELLANCE Dodge 4500 96"x146"x72" $ 180,988 1% Build Sheet EXCELLANCE Ford F-350 96"x146"x72' $ 186,076 1% Build Sheet EXCELLANCE Ford F-450 96"x146"x72" $ 188,079 1% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Gas Engine FSA AWARDED VENDOR: QUALITY EMERGENCY VEHICLES DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Life Line Ambulance Ford F-550 171-x96—x72'HR $ 190,725 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Gas Engine FSA AWARDED VENDOR: REV RTC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Horton Chevrolet C3500 HD 149"x96"x72" $ 172,555 5% Build Sheet Horton Ford F-350-453 149"x96"x72" $ 184,481 5% Build Sheet Horton Ford F-450-453 149"x96"x72" $ 172,864 5% Build Sheet Horton Ford F-450-457 157"x96"x72" $ 190,626 5% Build Sheet Horton Ford F-450-603 157"x96'x72" $ 190,885 5% Build Sheet Horton Ford F-450-623 173"x96"x72" $ 192,134 5% Build Sheet Horton Ford F-550-603 167"x96"x72" $ 190,866 _ 5% Build Sheet Horton Ford F-550-623 173"x96"x72" $ 192,115 5% Build Sheet Horton Dodge Ram 4500-453 149"x96"x 72" $ 174,475 5% Build Sheet Horton Dodge Ram 4500-457 157"x96"x72" $ 187,950 5% Build Sheet Horton Dodge Ram 4500-603 157"x96"x72" $ 189,653 5% Build Sheet Horton Dodge Ram 5500-603 157"x96"x72" $ 189,641 5% Build Sheet Horton Dodge Ram 5500-623 173"x96"x72" $ 190,764 5% Build Sheet Road Rescue Ford F-350 153"x95"67" $ 140,779 5% Build Sheet Road Rescue Ford F-450 150"x92"x68" $ 168,148 5% Build Sheet Road Rescue Ford F-450 150"x96"x72" $ 173,412 5% Build Sheet Road Rescue Ford F-450 168"x96x72" $ 177,781 5% Build Sheet Road Rescue Ford F-450 153"x95"x67" $ 157,478 5% Build Sheet Road Rescue Ford F-450 170"x95"x72" $ 161,751 5% Build Sheet Road Rescue Ford F-550 168"x96"x72" $ 178,848 5% Build Sheet Road Rescue Ford F-550 170"x95"x72" $ 161,751 5% Build Sheet Wheeled Coach Chevrolet 3500 153"X 95"X 67" $ 134,908 5% Build Sheet Wheeled Coach Dodge 3500 153"X 95"X 67" $ 132,809 5% Build Sheet Wheeled Coach Ford F-350 153"X 95"X 67" $ 137,386 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Gas Engine FSA AWARDED VENDOR: SOUTH FLORIDA EMERGENCY VEHICLES %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP _ BUILD SHEETS PL Custom Emergency Vehicles Ford F-550 170'ix72ii HR $ 185,345 10% Build Sneet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Regular Cab Gas Engine FSA AWARDED VENDOR: TEN 8 %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS _ Braun Chevrolet CK 3500 Express Plus 150"x 95"x 72HR $ 163,345 10% Build Sheet _ Braun Dodge Ram 4500 Liberty 156"x 95"x 72HR $ 183,712 10% Build Sheet Braun Dodge Ram 4500 Express Plus 150"x 95"x 72HR $ 170,859 10% Build Sheet Braun Dodge Ram 4500 Chief XL 169"x 96"x 72HR $ 200,871 10% Build Sheet Braun Dodge Ram 5500 Chief XL 169"x 96"x 72HR $ 201,991 10% Build Sheet Demers Chevrolet CK 3500 MXP150 150"x 95"x 72HR _ $ 154,609 10% Build Sheet Osage Ford F-450 Warrior 148"x 96"x 68HR $ 153,169 10% Build Sheet Osage Ford F-550 Super Warrior 168"x 96"x 72HR $ 162,630 10% Build Sheet Osage Dodge Ram 4500 Warrior 148"x 96"x 68HR $ 153,378 10% Build Sheet Osage Dodge Ram 5500 Super Warrior 168"x 96"x 72HR _$ 162,944 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Medium Duty Diesel Engine FSA AWARDED VENDOR: ETR LLC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS ETR Freightliner M2 Diesel 172"x95"x68" $ 191,116 10% Build Sheet ETR Kenworth T 270 Diesel 172"x95"x68" $ 192,108 10% Build Sheet ETR International CV 515 Diesel 172"x95"x68" $ 175,010 10% Build Sheet ETR International MV 607 Diesel 172"x95"x68" $ 190,501 10% Build Sheet ETR Ford Ford F-650 Diesel 172"x95"x68" $ 203,808 10% Build Sheet ETR Chevrolet Chevrolet 6500 HD Diesel 172"x95"x68" $ 176,085 10% Build Sheet ETR Freightliner Freightliner M2 Diesel 172"x95"x68" $ 191,116 10% Build Sheet ETR Kenworth Kenworth T 270 Diesel 172"x95"x68" $ 192,108 10% Build Sheet ETR International International CV 515 Diesel 172"x95"x68" $ 175,010 10% Build Sheet ETR International International MV 607 Diesel 172"x95"x68" $ 190,501 10% Build Sheet ETR Ford Ford F-650 Diesel 172"x95"x68" $ 203,808 10% Build Sheet ETR Chevrolet Chevrolet 6500 HD Diesel 172"x95"x68" $ 176,085 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Medium Duty Diesel Engine FSA AWARDED VENDOR: EXCELLANCE %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Excellance Freightliner M2 96"x166—x72 $ 209,841 1% BL: d Sheet Excellance International MV 96—x166"x72' $ 218,051 1% Bul'd She?t FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Medium Duty Diesel Engine FSA AWARDED VENDOR: QUALITY EMERGENCY VEHICLES %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Life Line Ambulance Ford F-650 171"x96"x72"HR $ 210,837 5% Build Sheet Life Line Ambulance Freightliner M2 171"x96"x72"HR $ 239,226 5% Build Sheet Life Line Ambulance International 4300 171"x96"x72"HR $ 232,191 5% Build Sheet Life Line Ambulance International 4400 171"x96"x72"HR $ 234,151 5% Build Sheet Life Line Ambulance International MV 171"x96"x72"HR $ 222,145 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Medium Duty Diesel Engine FSA AWARDED VENDOR: REV RTC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Horton Ford F-650 173"x96.25"x72" $ 228,404 5% Build Sheet Horton Freightliner M2 173"x96.25"x72" $ 216,157 5% Build Sheet Horton International MV607LP 173"x96.25"x72" $ 217,180 5% Build Sheet Horton Spartan Metro Star RT 173"x96.25"x72" $ 393,802 5% Build Sheet Horton Kenworth T300 173"x96.25"x72" $ 224,320 5% Build Sheet Road Rescue _Chevrolet 5500 HD 168"x96"x72" $ 206,064 5% Build Sheet Road Rescue Chevrolet 5500 HD _170"x95"x72" $ 180,767 5% Build Sheet Road Rescue Freightliner M2 168"x96"x72" $ 216,247 5% Build Sheet Road Rescue Freightliner M2 170"x95"x72" $ 192,215 5% Build Sheet Road Rescue International CV 168"x96"x72" $ 207,217 5% Build Sheet Road Rescue International CV 170"x95"x72" $ 181,979 5% Build Sheet Road Rescue International MV 168"x96"x72" $ 215,110 5% Build Sheet Road Rescue International MV 170"x95"x72" $ 191,667 5% Build Sheet Wheeled Coach Ford F-650 160"x95"x72" $ 179,480 5% Build Sheet Wheeled Coach Ford F-650 170"x95"x72" $ 180,270 5% Build Sheet Wheeled Coach Freightliner 160"x95"x72" $ 190,261 5% Build Sheet Wheeled Coach Freightliner 170"x95"x72" $ 191,051 5% Build Sheet Wheeled Coach International 160x95"x72" $ 187,365 5% Build Sheet Wheeled Coach International 170"x95"x72" $ 188,135 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Medium Duty Diesel Engine FSA AWARDED VENDOR: SOUTH FLORIDA EMERGENCY VEHICLES DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS PL Custom Emergency Vehicles Freightliner M2 176—x75-HR $ 227,897 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 1-4x2 Medium Duty Diesel Engine FSA AWARDED VENDOR: TEN 8 FIRE EQUIPMENT INC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Braun Ford F-650 Super Chief 170"x 96"x 73"HR $ 243,283 10% Build Sheet Braun Freightliner M2 Super Chief 170"x 96"x 73"HR $ 259,265 10% Build Sheet Braun International MV Super Chief 170"x 96"x 73"HR $ 256,472 10% Build Sheet Braun International CV Chief XL 169"x 96"x 72"HR $ 222,239 10% Build Sheet Braun Chevrolet CV5500 Chief XL 169"x 96"x 72"HR $ 222,303 10% Build Sheet Demers Freightliner M2 MXP170 170"x 95"X 72"HR $ 213,006 10% Build Sheet Osage Freightliner M2 Super Warrior 168"x 96"x 72"HR $ 208,262 10% Build Sheet Osage International CV Super Warrior 168"x 96"x 72"HR $ 206,220 10% Build Sheet Osage International MV Super Warrior 168"x 96"x 72"HR $ 196,219 10% Build Sheet Osage Chevrolet CVS500 Super Warrior 172"x 96"x 72"HR $ 196,219 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 2-4x2 Van Gas Engine FSA AWARDED VENDOR:ETR LLC DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS ETR Ford Ford Transit T 250 Gas Type II N/A $ 79,074 10% Build Sheet ETR Chevrolet ,Chevrolet G3500 Type II N/A $ 74,547 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 2-4x2 Van Gas Engine FSA AWARDED VENDOR:FR CONVERSIONS %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS ProMaster 2500(Pioneer II)/Van FR Conversions Area 76-x73.4-x138- N/A $ 71,800 3% B,jH'd Sneat ProMaster 3500 Elite/Van Area FR Conversions 76-x73.4"x148- N/A $ 83,600 3% BuId Snet Ford Transit 250 MR(FT)/Van FR Conversions Area 68-x66-x140- N/A $ 68,200 3% Build Sneet FSA SPECIFICATION GROUP: Ambulance Type 2-4x2 Van Gas Engine FSA AWARDED VENDOR:QUALITY EMERGENCY VEHICLES DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Ford Transit/TSE Mid Roof Height Life Line Ambulance Van N/A $ 119,593 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 2-4x2 Van Gas Engine FSA AWARDED VENDOR:TEN 8 FIRE EQUIPMENT INC DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Demers Ford T-250 Eco Boost TSE N/A $ 97,070 10% Buiid Sheet FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Gas Engine FSA AWARDED VENDOR:ETR LLC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS ETR Ford E-350 145''x92"x68" $ 115,218 10% Build Sheet ETR Ford E-350 145"x95"x68" $ 126,676 10% Build Sheet ETR Ford E-450 172''x95"x68'' $ 131,147 10% Build Sheet ETR Chevrolet G3500 145''x92"x68'' $ 113,168 10% Build Sheet ETR Chevrolet G4500 172"x95"x68'' $ 129,087 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Gas Engine FSA AWARDED VENDOR:EXCELLANCE %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Excellance Chevrolet G3500 96"x166"x69 $ 153,105 1% Build Sheet Excellance Chevrolet G4500 96"x166"x69 $ 154,006 1% Build Sheet Excellance Ford E-350 168.625"x90.25"x96.2S' _$ 158,285 1% Build Sheet Excellance Ford E-450 168.625"x90.25"x96.25" $ 163,299 1% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Gas Engine FSA AWARDED VENDOR:QUALITY EMERGENCY VEHICLES DISCOUNT MANUFACTURER _ CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Life Line Ambulance Ford E-350 147''x96"x68—HR $ 172,311 S% Build Sheet Life Line Ambulance Ford E-450 167"x96-72'.HR $ 175,786 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Gas Engine FSA AWARDED VENDOR:REV RTC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Road Rescue Chevrolet G3500 153''x95"x72" $ 131,996 5% Build Sheet Road Rescue Chevrolet G3500 150"x92"x68" $ 139,114 5% Build Sheet Road Rescue Chevrolet G3500 150"x96"x72" $ 144,236 5% Build Sheet Road Rescue Chevrolet G4500 165"x95"x72" $ 137,471 5% Build Sheet Road Rescue Chevrolet G4500 170"x95"x72" $ 149,153 5% Build Sheet Road Rescue Ford E-350 150"x92"x68" $ 144,033 5% Build Sheet Road Rescue Ford E-350 153"x95"x72" $ 139,140 5% Build Sheet Road Rescue Ford E-450 165"x95"x72" $ 145,031 5% Build Sheet Road Rescue Ford E-450 MM 170"x95"x72" $ 145,934 5% Build Sheet Road Rescue Chevrolet G4500 170"x96"x72" $ 152,471 5% Build Sheet Road Rescue Ford E-450 168"x96"x72" $ 157,068 5% Build Sheet Wheeled Coach Chevrolet G3500 146"X 90"X 68" $ 121,261 5% Build Sheet Wheeled Coach Chevrolet G3500 153"X 95"X 72" $ 129,474 5% Build Sheet Wheeled Coach Chevrolet G4500 165"X 95"X 72" $ 135,152 5% Build Sheet Wheeled Coach Chevrolet G4500 170"X 95"X 72" $ 135,152 5% Build Sheet Wheeled Coach Ford E-350 146"X 90"X 68" $ 123,487 5% Build Sheet Wheeled Coach Ford E-350 153"X 95"X 72" $ 135,526 5% Build Sheet Wheeled Coach Ford E-450 165"X 95"X 72" $ 141,417 5% Build Sheet Wheeled Coach Ford E-450 170"X 95"X 72" $ 142,320 5% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Gas Engine FSA AWARDED VENDOR:SOUTH FLORIDA EMERGENCY VEHICLES DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS PL Custom Emergency Vehicles Ford E-450 170 x72 HR $ 173,206 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Gas Engine FSA AWARDED VENDOR:TEN 8 FIRE EQUIPMENT INC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Braun Chevrolet 3500 Express 144"x 95"x 68HR $ 131,744 10% Build Sheet Braun Chevrolet 4500 Chief XL 169"x 95"x 72HR $ 177,121 10% Build Sheet Braun Ford E-350 Express 144"x 95"x 68HR $ 133,017 10% Build Sheet Braun Ford E-450 Chief XL 169"x 95"x 72HR $ 180,438 10% Build Sheet Demers Chevrolet 3500 MX164 164"x 95"x 72"HR $ 146,917 10% Build Sheet Demers Chevrolet 4500 MX164 164"x 95"x 72"HR $ 147,868 10% Build Sheet Demers Chevrolet 4500 MX170 170"x 95"x 72"HR $ 159,066 10% Build Sheet Demers Ford E-350 MX164 164"x 95"x 72"HR $ 155,007 10% Build Sheet Demers ord E-450 MX164 164"x 95"x 72"HR $ 156,917 10% Build Sheet Demers Ford E-450 MX170 170"x 95"x 72"HR $ 168,053 10% Build Sher Osage Chevrolet 3500 Warrior 148"x94"x 68HR $ 136,230 10% Osage Chevrolet 4500 Super Warrior 168"x 96"x 72HR $ 145,471 10% By' Osage Ford E-350 Warrior 148"x94"x 68HR $ 140,618 10% Bu Osage Ford E-450 Super Warrior 168"x 96"x 72HR $ 151,169 10% FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Diesel Engine FSA AWARDED VENDOR:ETR LLC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS ETR Sprinter Sprinter 3500 Diesel 148"x86"x68" $ 127,918 10% Build Sheet FSA SPECIFICATION GROUP: Ambulance Type 3-4x2 Cutaway Van Diesel Engine FSA AWARDED VENDOR:TEN 8 FIRE EQUIPMENT INC %DISCOUNT MANUFACTURER CHASSIS MAKE/MODEL MODULAR BOX BASE PRICE OFF MSRP BUILD SHEETS Demers Sprinter 3500 MX152 152"x 86"x 72"HR $ 165,585 10% Build Sheet Osage Sprinter 3500 Warrior 144"x 86"x 66"HR $ 144,672 10% Build Sheet 14c/L'tr 4 FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION COO P E RAT I V E olipe411, cl r ff ; %\k„ * .--,t!-„ 6.a G� • y r Contract: FSA20-VEL28.0— Pursuit, Administrative and Other Vehicles Contract: FSA20-VEH18.0 — Heavy Trucks Contract: FSA20-EQU18.0 — Heavy Equipment (Items formerly included under"VEH" contract.) Contract Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Table of Contents 1.0 GENERAL CONDITIONS 5 1.01 BID CORRESPONDENCE 5 1.02 PURPOSE 6 1.03 TERM OF CONTRACT 6 1.04 ESTIMATED QUANTITIES 6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER 6 1.06 FUNDING 7 1.07 CURRENCY 7 1.08 GENERAL DEFINITIONS 7 1.09 ELIGIBLE PURCHASERS OF CONTRACT 8 1.10 LEGAL REQUIREMENTS 9 1.11 PATENTS & ROYALTIES 9 1.12 FEDERAL AND STATE STANDARDS 9 1.13 UNDERWRITERS' LABORATORIES 10 1.14 AMERICANS WITH DISABILITIES ACT 10 1.15 REASONABLE ACCOMMODATION 10 1.16 MINORITY BUSINESS ENTERPRISE (MBE) 10 1.17 ANTI-DISCRIMINATION 10 1.18 BEST COMMERCIAL PRACTICES 10 1.19 PUBLIC ENTITY CRIMES (PEC) 10 1.20 TAX EXEMPTION 11 1.21 TAXES 11 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT 11 1.23 COMMUNICATIONS 11 1.24 CLARIFICATION AND ADDENDA 11 1.25 SIGNED BID CONSIDERED AN OFFER 12 1.26 ASSIGNMENT OF CONTRACT 12 1.27 TERMINATION OF PRODUCT LINE 13 Page 1 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.28 METHOD OF AWARD 13 1.29 DEMONSTRATION OF COMPETENCY 13 1.30 VENDOR ABILITY TO PERFORM 14 1.31 FINANCIAL RESPONSIBILITY 14 1.32 QUALITY AND SAFETY 14 1.33 NONCONFORMANCE 15 1.34 GRATUITIES 15 1.35 TIE BIDS 15 1.36 RIGHT TO AUDIT 15 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS 16 1.38 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE 16 1.39 ELIMINATION FROM CONSIDERATION 17 1.40 COLLUSION 17 1.41 DEFAULT 17 1.42 PROTESTS AND ARBITRATION 18 1.43 NONPERFORMANCE 19 1.44 SEVERABILITY 20 1.45 TERMINATION FOR CAUSE 20 1.46 TERMINATION WITHOUT CAUSE 20 1.47 CONTRACT ADVERTISMENT AND USE OF FSA LOGO 20 2.0 BIDDER INSTRUCTIONS 22 2.01 BIDDER QUALIFICATIONS 22 2.02 LICENSING/FACILITIES 22 2.03 INSURANCE AND INDEMNIFICATION 22 2.04 SPECIFICATIONS 25 2.05 FIXED PRICES 25 2.06 DISCOUNTS 25 2.07 SEALED BIDS 25 2.08 EXCEPTIONS, OMISSION AND ERRORS 25 2.09 MISTAKES 26 2.10 EQUIVALENTS 26 Page 2 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.11 MANDATORY PRE-BID MEETING 26 2.12 QUALIFICATION 27 2.13 PRICES QUOTED 27 2.14 OPTION PRICING 28 2.15 EMERGENCY LIGHTS AND SIRENS 29 2.16 SUBMITTAL OF BID 30 2.17 ZONE BIDDING 31 2.18 EXECUTION OF BID 32 2.19 MODIFICATION OR WITHDRAWALS OF BIDS 32 2.20 LATE BIDS 32 2.21 BID OPENING 32 2.22 DETERMINATION OF RESPONSIVENESS 32 2.23 RESPONSIBLE BIDDER CRITERIA 32 2.24 BASIS FOR AWARD 33 2.25 FIRM BID 33 2.26 BID TABULATIONS 34 2.27 MINOR IRREGULARITIES/RIGHT TO REJECT 34 2.28 CONE OF SILENCE 34 3.0 CONTRACT CONDITIONS 35 3.01 GENERAL REQUIREMENTS 35 3.02 STATEMENT OF AUTHORITY 35 3.03 VENDOR CONTACT INFORMATION 35 3.04 OPTION TO RENEW & PRICE ADJUSTMENT 35 3.05 ADDITIONS AND DELETIONS 36 3.06 EQUITABLE ADJUSTMENT 36 3.07 CONDITIONS 36 3.08 PRODUCTION CUTOFF 37 3.09 FACILITIES 37 3.10 SUBSTITUTIONS 37 3.11 POLICE RATED VEHICLES & MOTORCYCLES 37 3.12 SPECIAL SERVICE VEHICLES 38 Page 3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.13 CAB AND CHASSIS PURCHASES 38 3.14 FACTORY INSTALLED 38 3.15 VENDOR INSTALLED OPTIONS 39 3.16 NON-SCHEDULED OPTIONS 39 3.17 FORCE MAJEURE 39 3.18 DELIVERY TIME 39 3.19 ORDER 40 3.20 VEHICLE AND EQUIPMENT DELIVERY 41 3.21 INSPECTION AND ACCEPTANCE 42 3.22 REGISTRATION,TAG AND TITLE 43 3.23 INVOICING AND PAYMENTS 43 3.24 WARRANTY REPAIRS AND SERVICE 43 3.25 INADEQUATE SERVICE 43 3.26 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS 44 3.27 ADMINISTRATIVE FEE 45 3.28 LIQUIDATED DAMAGES 46 Appendix A 48 Appendix B 49 Appendix C 50 Appendix D 51 Appendix E 52 Page 4 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association"FSA",using the information shown above. Please be sure to reference the bid number and your contact information. The contacts for this bid are: Ed Lanier, FSA Cooperative Purchasing Program Coordinator E-mail:elanier@flsheriffs.org Phone:850-877-2165,ext.5811 Fax:850-878-5115 Craig Chown,FSA Cooperative Purchasing Program Manager E-mail: cchown(aflsheriffs.org Phone:850-877-2165,ext.5833 Fax:850-878-5115 Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn:Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP<<)fisherifis.or Page 5 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including Motor Vehicle Manufacturers and Dealers/Certified Representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer's authorized vendors for contract terms specified under Section 1.03 for the purchase of vehicles and equipment on a "no trade-in basis." 1.03 TERM OF CONTRACT The term for Contracts FSA20-VEL28.0 Pursuit,Administrative and Other Vehicles and FSA20-VEH18.01 Heavy Vehicles shall remain in effect for two(2)years from date of contract execution by the FSA,and may be renewed by mutual agreement,at the sole option and discretion of the FSA,pursuant to the terms of Section 3.04.The initial term of these contracts begins October 1,2020 and ends September 30, 2022. The term for Contract FSA20-EQU18.0 Heavy Equipment shall remain in effect for three(3)years from date of contract execution by the FSA, and may be renewed by mutual agreement, at the sole option and discretion of the FSA,pursuant to the terms of Section 3.04.The initial term of this contract begins October 1,2020 and ends September 30,2023. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 ESTIMATED QUANTITIES In FY 2018-19, eligible users purchased approximately 8,856_vehicles and equipment from this contract. These estimated figures are given as a guideline for bidders preparing bids. Quantities provided do not guarantee or imply future contract sales. Neither the FSA nor any eligible user is obligated to place any order for a given amount subsequent to the award of this bid solicitation. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. It is our practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs' offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. Page 6 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.06 FUNDING In the case of certain purchasers,including state agencies,funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority.Therefore,any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts,bids,quotes, provisions,payments or any part of this contract relating to currency are to be made in United States Dollar. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: a. Bidder:A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. b. Bid System:The online forum used for the submission of electronic bids and review of bid results for the specifications connected to this Invitation to Bid.VendorLink is the software used for this bid. c. Dealer: A manufacture's certified representative authorized by the manufacturer to market, sell, provide,and service the vehicles/equipment for the FSA Cooperative Purchasing Program.Dealers may be vendor-owned and controlled,in whole or in part,or independently owned and controlled. d. Florida Sheriffs Association Cooperative Purchasing Program(FSA):The entity that administeres the Invitation to bid and contract administration functions for this contract. e. End User:A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. f. Factory: Refers to the manufacturer produced products. g. Fleet Advisory Committee (FAC): An employee of a sheriff's office or other local governmental agency, or any other person who FSA identifies as subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the FSA and is not responsible for final awards. h. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors,dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications available to bidders on the bid system and references to solicitation documents.The term shall not include request for proposals,request Page 7 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i. Manufacturer: The original producer or provider of vehicles or equipment offered on this contract. j. Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price,or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Computer Printouts: Ford-"Dora";General Motors-"GM Autobook";or approved equivalent 2. Chrome Systems, Inc.'s PC Carbook(PC Carbook Plus and PC Carbook Fleet Edition) 3. Manufacturer's Annual U.S. Price Book 4. Manufacturer's official website k. Non-Scheduled Options:Any optional new or unused component,feature or configuration that is not included or listed in the base vehicle specifications or options. I. Production Cutoff: A date used by manufacturers to notify dealers that the factory has reached maximum capacity for orders or are discontinuing the production of a vehicle or equipment. Vehicle manufacturers use this term when referring to any given model year for production. m. Published List Price: A standard "quantity of one" price currently available to government and educational purchasers,excluding cooperative or volume discounts. n. Purchaser: A Purchaser is an entity that seeks to obtain vehicles or equipment off this contract by meeting the eligible user criteria or with vendor approval. o. Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. p. Third Party Supplier: Businesses external to a bidder or vendor that provide products and services which contribute to the overall finished vehicle or equipment.Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. q. Vendor:The bidder that has been awarded and agrees to provide vehicles or equipment that meet the requirements and base specifications. The vendor must agree to the contract terms and conditions of the contract before being awarded to the contract. r. Vendor Installed:A product or service provided by the vendor or other third party;not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Page 8 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Awarded bids, or contract prices,will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract.Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract, which can include out of state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement,and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal,State,county laws, ordinances, rules and regulations that in any manner affect the items covered herein apply.Lack of knowledge by the bidder of applicable legal requirements will in no way be a cause for relief from responsibility. 1.11 PATENTS & ROYALTIES The bidder,without exception,shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the bid prices shall include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable federal or State legal or regulatory requirements that become effective during the term of the Contract, regarding the commodities and contractual services' specifications, safety, and environmental requirements shall immediately become a part of the Contract. The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the vendor shall contact the FSA immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. Page 9 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters'Laboratories,or U.L.,listed or re-examination listing where such has been established by U.L. for the item(s)offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format,sign language interpreters,information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding,please contact FSA Human Resources at(850)877-2165 five business days in advance to initiate your request.TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the FSA Human Resources at(850) 877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The Florida Sheriffs Association policy is that Minority Business Enterprises(MBE)shall have the opportunity to participate in this invitation to bid. Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI-DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non- discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence of this specification and any supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices,size,and design are to be used. All workmanship is to be first quality.All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act,Section 287.133, Florida Statutes,a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Page 10 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity,may not be awarded or perform work as a Vendor,supplier,Sub-Vendor,or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply,and appropriate certifications furnished. Purchasers shall comply with all federal,state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes.State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict,the conflict may be resolved in the following order of priority(highest to lowest): 1. Addenda to Contract Terms and Conditions,if issued 2. Contract Conditions 3. Addenda to Bid Specifications, if issued 4. Bid Specifications 5. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Bidders should not rely on representations,statements,or explanations other than those made in this Bid or in any written addendum to this Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA by e-mail to CPP(a)flsherlffs.o with the bid title and number referenced on all correspondence. Final questions must Page 11 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions be received by the date for Request for Clarification stated on the Bid Calendar.Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of the specifications or any solicitation documents will not be made to the bidder verbally, and if any verbal clarifications are provided they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right to address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required. Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified.Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting to the FSA website or the bid system constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Addendum shall deem the bid non-responsive; provided, however, that pursuant to section 2.27, the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however,that pursuant to section 2.27,the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all vendors of any addenda and will require acknowledgement of the new terms and conditions. If the vendor does not agree to the new terms and conditions, the vendor's award can be removed or replaced by another vendor or qualified responsive bidder. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the bidder,which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful bidder,after such acceptance,the FSA may procure the items or services from other sources. The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed,sublet or otherwise disposed of,without prior written consent of the FSA. If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract,a successor-in-interest must perform all obligations under this Contract.FSA reserves the right to Page 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions reject the acquiring entity as vendor. A change of name agreement will not change the contractual obligations of the vendor. 1.27 TERMINATION OF PRODUCT LINE If a vendor terminates a product line (manufacturer or brand), the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate vendor, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the vendor is not already an approved FSA vendor,the vendor is required to apply to the FSA to become an approved vendor prior to conducting any qualified sales. The vendor and the manufacturer are required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification,if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms"equipment"and"organization"as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder,including past performance with the FSA in making the award. The FSA may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the FSA may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Page 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Information submitted in the bid may not be plagiarized and,except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support,equipment and organization. If the FSA determines that the vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement the vendor warrants that,to the best of his or her knowledge,there is no pending or threatened action,proceeding,or investigation,or any other legal or financial condition,that would in any way prohibit,restrain,or diminish the vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope, nature,and quality of work to be performed or the services to be rendered under this bid, and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid,and declares that he or she has the access to capital(in the form of liquidity or credit lines)in order to meet the financial demands of such award; and • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all specifications bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers,which can be 45 calendar days from receipt of invoice. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non-certified options are not required to be certified.All options must meet or exceed federal safety standards. Page 14 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.33 NONCONFORMANCE Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specifications and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities,favors,or anything of monetary value to any official,employee,or agent of the FSA,for the purpose of influencing consideration of this bid. 1.35 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids,and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder Within the State of Florida • Vendors performance record with purchasers • Coin Toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify Vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor,including,but not limited to those kept by its employees,agents,assigns, successors,sub-vendors,or third party suppliers in whatever form they may be kept—written or electronic. Such records shall include, but not be limited to: • Accounting records, including paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files(including proposals of successful and unsuccessful bidders,bid recaps,etc.); • Original estimates or work sheets; • Contract amendments and change order files; Page 15 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Insurance documents;or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three(3)years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives. Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any Sub-Vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However,if the audit identifies under reporting, overpricing or overcharges (of any nature) by the vendor to FSA or a customer in excess of three percent (3%) of the total contract billings, the vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non- performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time(not to exceed 60 calendar days)from presentation of FSA's findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award,the vendor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements.The vendor shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the vendor or any person the vendor has designated in the completion of the contract as a result of the bid. 1.38 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE Bid Bonds,when required,shall be submitted with the bid in the amount specified in Bidder Instructions. After acceptance of bid, the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions and/or Insurance Checklist. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre-payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. Page 16 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the_contract process equilibrium. Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to agree to increase or decrease its product base price in one or more zones to maximize awards thus denying the public a fair price. Examples of Bid Collusion: • Cover bidding:a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the buyer. • Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing: a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined market share. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation.Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Dealers which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made,may result in forfeiture of any bid surety required that is equal to damages incurred by the FSA there from,or where surety is not required,failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest Page 17 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions ranked bidder or from other sources.A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five(5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity,and corrective action will be taken as needed contingent upon the validity of such claims.However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond,cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. The bond,cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two(2)business days of the notice of protest received.This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within three(3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum,judicial or otherwise. Page 18 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.43 NONPERFORMANCE By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment in all zones for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to$1,000 per vehicle/equipment,which amount the vendor agrees is reasonable,or probation,suspension,termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility,the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at its sole discretion may remove a noncompliant vendor from future competitive bid solicitations;or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by specifications or zones,or other actions as determined by FSA at its sole discretion. At FSA's discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. In situations where there is evidence that the vendor has engaged in egregious breaches of the contract with respect to either the FSA and/or the purchaser,the contract can be terminated and the vendor will be removed from future solicitations for a period of up to three(3) years, or a permanent ban from the bid process at the sole discretion of FSA. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory,charging amounts exceeding MSRP on factory or vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order,providing aftermarket options where factory options are available without the consent of the purchaser,any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document,and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept such purchase order and deliver the product.Orders must be fulfilled if the vehicle or equipment is a base model or whether it includes options.The vendor must deliver this product if they were awarded the contract— regardless of profit or loss. Failure to deliver the vehicles or equipment may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be Page 19 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees, to which FSA is entitled, according to Section 3.28 and any attorney's fees incurred in the recovery of these damages. All terms and conditions are applicable throughout the term of the contract and not any given Year, Make or Model. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE If through any cause within the reasonable control of the vendor,it shall fail to fulfill in a timely manner,or otherwise violate any of the terms of this contract,the FSA shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the vendor and unless the deficiencies are corrected within 10 business days,the Contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event,the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination,net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above,the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor, and the FSA may reasonably withhold payments to the vendor for the purposes of off set until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of such termination, which shall become effective 30 calendar days following receipt by vendor of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination,except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the Contract or cancellation charges. Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISMENT AND USE OF FSA LOGO Page 20 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by vendors in accordance with this policy.Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include,but are not limited to: • Electronic mediums such as websites,digital marketing campaigns,social media and e-mail;or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.org, and should include a brief description of the how the vendor intends to use the logo. The official FSA sheriffs star and wreath logo may not be used without prior written permission. Page 21 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.0 BIDDER INSTRUCTIONS 2.01 BIDDER QUALIFICATIONS In order for bids to be considered, bidders who are not currently parties to the existing contract must provide the following material at the time the mandatory qualifying documents are due. FSA reserves the right to accept this information up and until the final award.The purpose of requesting this information is to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. The bidder shall provide information as on the Bidder Qualifications Form: • Bidder company name and parent company,if applicable • Complete business address • State of incorporation • Length of time in business • Names and contact information for key personnel • Dun&Bradstreet Business Information Report Snapshot • Identify a minimum of three contracts of similar size and scope • Identify a minimum of three references for vehicle or equipment sales to government agencies • Any contracts the bidder has been disqualified from, terminated from or found in default on, to include the reason for disqualification,termination or default 2.02 LICENSING/FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealer's License in order to bid on any motor vehicle. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. If a bidder does not maintain a facility to perform warranty work or repair service within the state of Florida, the bidder must provide a detailed plan at the time of bid submission as to how the bidder would service Florida purchasers if awarded the contract.This Service Standard Plan must include: • Whether the warranty service provider is approved by the manufacturer; • Estimated quantities sold per item bid; • If the company plans to contract out for service a copy of the service agreement;and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work,and o Any additional information that would detail how warranty service would be provided. The sufficiency of Service Standard Plan will be evaluated by the FSA during the bid evaluation. The FSA reserves the right to periodically request additional or updated information from a bidder regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Page 22 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify,defend,and hold harmless the Florida Sheriffs Association,the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels'fees,arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however, that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense.Vendor shall not be liable for any cost,expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without bidder's prior written consent, which consent shall not be unreasonably withheld,conditioned,or delayed. The vendor shall be responsible for the work and every part thereof,and for all materials,tools,appliances and property of every description,used in connection with this particular project. The vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+: VI or better per Best's Key Rating Guide, latest edition. Copies of original signed Certificates of Insurance,evidencing such coverages and endorsements as required herein shall be provided no later than five business days before the contract award date. The certificate must state Bid Number and Title. The vendor may not begin performance under the contract until such Certificates have been approved by the FSA. Upon expiration of the required insurance,the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. Page 23 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the FSA. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA,a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers.All policies shall be made available to the FSA upon demand. Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by the vendor. Insurance coverage required in this contract shall be in force throughout the contract term.The required Insurance Checklist summarizes the bidder's insurance obligations,if awarded. The FSA can request and the vendor shall furnish proof of insurance within seven calendar days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements;the FSA may consider alternate insurance coverage. Page 24 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.04 SPECIFICATIONS All units covered by this Contract and the specifications shall be the manufacturer's current basic production model,and shall,as a minimum,be equipped with all standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the bid document. If awarded, bidders must supply a unit that either meets or exceeds all the requirements included in the applicable detailed specifications. The bid specifications are contained on the FSA bid system.The FSA base specifications are incorporated in this document by reference. All bidders will be required to provide information requested on the FSA bid system or may have their bid rejected. All vehicles, equipment, and options provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid,the prices quoted by the bidder at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or price adjustment as provided in this Contract. 2.06 DISCOUNTS Discounts listed in heavy vehicle and heavy equipment bids shall be below Manufacturer's Standard Retail Pricing(MSRP)or manufacturers published list price for any vehicle,equipment and options. The vendor has the authority to offer additional discounts based on quantity, as well as additional manufacturer or vendor discounts. Discount ranges are not permissible.Discounts must be a whole,positive percentage with no decimal place (e.g. 10%). 2.07 SEALED BIDS For purposes of this solicitation,a sealed bid is considered a bid submitted using VendorLink. 2.08 EXCEPTIONS, OMISSION AND ERRORS Any exceptions, deviations, or contingencies a bidder may have to specifications or Contract Conditions, Section 3.0 of this document,must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the specification or item number and a written explanation for the request for exception. At FSA's discretion, exceptions, deviations, or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA of any inaccuracies in the specifications or required submittal documents. All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. Exceptions,deviations or contingencies to the General Conditions or Bidder Instructions, other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26,may be cause for the rejection of a bidder's submission. 2.09 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.10 EQUIVALENTS Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality,design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number(or product identifier)of each equivalent when seeking approval. Complete,descriptive,technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved,the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid,cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted, the offerings, specification or entire award can be removed by the FSA. When selling equivalents, vendors must disclose to the purchaser that an approved equivalent is being offered. 2.11 MANDATORY PRE-BID MEETING Prospective bidders are required to attend or participate in the mandatory Pre-Bid Meeting in accordance with FSA requirements. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Page 26 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders have the opportunity to suggest technical modifications or corrections before the specifications are finalized Questions relating to the specifications, the bid process, or award can be asked at the Pre-Bid Meeting. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested authorization, signs a memo of understanding to agree to meet all the terms and conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.12 QUALIFICATION Prospective bidders are required to complete the qualification forms by the date listed on the Bid Calendar. A bidder becomes a qualified bidder if they comply with this section and Section 2.10, Mandatory Pre-Bid Meeting. Qualification forms include: • Drug-Free Workplace Form • Insurance Checklist • Manufacturer Authorization Form for each manufacturer bid for Contract FSA20-VEH18.0 and FSA 20-EQU18.0 • Manufacturer Authorization Forms are not required for Contract FSA20-VEL28.0 • Emergency Vehicle Technician (EVT) Certification, if bidder is offering emergency lighting and sirens • Qualified Bidder documentation,as required in Section 2.01 The qualification forms are located on the bid system. 2.13 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each specification, make, and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the specifications bid for the duration of the contract award, unless otherwise addressed by a contract extension or price adjustment as provided in the contract.These prices must be inclusive of all of the components included in the base specification. Prices bid,including options,must include the administrative fee FSA charges to administer the contract,as outlined in Section 3.28. Prices must be Free On Board(FOB)destination. Once awarded, the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. Page 27 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.14 OPTION PRICING The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA requests vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the base specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification bid on this ITB. Bidder must use proper factory codes for all factory options.Options available through the factory may be bid and supplied to purchaser as"factory"options,unless otherwise requested in writing by the purchaser. The FSA has the discretion to disqualify bidders if the option pricing is excessive or if options listed are not available for the item bid. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. Section 2.15 contains specific instructions and exceptions for emergency lights and sirens. If a bidder will offer registration and title services as a fee for service, the bidder must include the administrative fee as a separate option (i.e. line item) for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the bid system. See Section 2.14 for details on emergency lights and sirens. If options are not available as a stand alone option, the bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the manufacturer's order guide(i.e.model or engine upgrade),the bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A bidder may bid less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. Page 28 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Example:Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in the bid solicitation. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab& Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab&Chassis. Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract.The additional discounts for each add option shall be decided by the vendor. Option Upload The bid system will accept option information from bidders through a .pdf file upload. The option information required for the bid submission of the options under each bid specification number include: • Bid Item number(FSA item specification number) • Order code(Manufacturer order code) • Description • Price The options will correspond to the specification or item number. Multiple options may be listed for each each specification or item number bid. Therefore, bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pricing is not uploaded correctly, FSA may require bidders to correct the formatting of the options, but pricing may not be modified. Failure of the bidder to make corrections may cause the bid to be rejected. If the bidder wishes to offer credit to the purchaser for an option that is standard on the FSA base specification,the bidder should include the word"Credit"at the beginning of the description,and continue to describe the option being credited. For example, "Credit:one key fob"that corresponds with the price the bidder will credit the purchaser. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1),authorized emergency vehicles are defined as: Vehicles of the fire department(fire patrol), police vehicles,and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission,the Department of Environmental Protection,the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must also submit Emergency Vehicle Technician Certifications for the individuals working for the bidder or the designated third-party supplier who will perform the installation. FSA reserves the right to accept certifications up and until final award. Vendors that will install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers(SAE)certified. SAE Certifications must include Class 1,Class 2 and Class 3 Page 29 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions in order to be eligible for participation in the Contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified,the vendor can be found in default of the Contract. Prices submitted for emergency lights and sirens shall include all applicable government imposed fees. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. For vehicles that are manufacturered with emergency lights and sirens,including motorcycles,bidders may not charge for labor, emergency lights or sirens that come from the factory equipped with these features as standard equipment. Bid Submission of Emergency Lights and Sirens Bidders will be asked to provide pricing for emergency lights and sirens by submitting a pricing sheet. The bid system will receive pricing through a standardized Excel file.The pricing sheet will include: • Group • Order code • Description • Price(part only) • Labor hours • Labor cost per hour 2.16 SUBMITTAL OF BID Bidders are required to submit a bid using the FSA bid system,VendorLink. Bid submissions include pricing for the base specification,option descriptions and pricing,and any applicable lighting/siren pricing,as well as all other required documentation. The bid must be received by the date and time specified on the Bid Calendar. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System:VendorLink Bidders must submit their bid electronically using the on the FSA bid system, which is located at https://www.myvendorlink.com. Bids not submitted within VendorLink will be rejected. Bidders are encouraged to participate in training provided for Vendorlink. User names and passwords will be issued to qualified after registering in the bid system,qualified bidders will be invited to bid. Prices are to be rounded to the nearest whole dollar(i.e.$10,not$10.05).The bid system allows for cents, however the bid evaluation is based on the whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: • $.01-.49 will be rounded down to the prior dollar bid(e.g.$50.49=$50) • $.50-.99 will be rounded to the next dollar(e.g.$50.50=$51) Bid Submission To ensure correct bid submittal and formatting, Bidders shall: 1. Submit bid electronically through the FSA bid system,VendorLink,for the applicable bid. Page 30 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2. Input bid price in the bid system price field within each specification being bid. 3. Upload files only in MS Word (.doc or .docx), Excel (.xls or .xlsx), and PowerPoint(.ppt or.pptx); Adobe Portable Document Format(.pdf);or Compressed File(ZIP)formats. 4. Enable printing on files submitted. 5. Separate and identify each part of the submission (i.e. document type, form type, content type) with a divider/separation page.) 6. Bids must be input into the standardized format in VendorLink. 7. Contact VendorLink technical support at support@evendorlink.com, if technical difficulties arise during bid submission. 8. Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid submitted in VendorLink shall include the following documents: • Executed Contract Signature Page • Build sheet in a single merged.pdf document for each item bid as prescribed in the FSA bid system. o A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out,the document shall include the FSA bid specification item number,and indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle or equipment as outlined in the FSA base specification. For example, manufacturer print-outs can include Ford — Dora, General Motors — GM Autobook. Carbook Pro build sheets are acceptable. If vendor-installed aftermarket components are used to meet the base specification and these components must be identified on the build sheet. Build sheets for each item bid must be complied into a single.pdf document. Build sheets should be in numerical order by specification, clearly identifiable by specification or item number, and include model name and number. If FSA cannot determine which specification the build sheet is for, the item bid can be rejected as nonresponsive. • Option pricing required as a single merged .pdf document as prescribed in the FSA bid system. • Pricing Sheet for Emergency Vehicle Lights and Sirens,if applicable. • Emergency Vehicle Technician Certifications,if applicable. • Service Standard Plan,Section 2.02, if applicable. • Any requested equivalents,Section 2.10,or exceptions,Section 2.08. • Certificates of Insurance,as applicable for policies in existence at the time of bid submission FSA may ask awarded bidders to supply one hard copy set with original, written signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. 2.17 ZONE BIDDING Bidders are allowed to bid in one or more geographic zones. The zone map is included in Appendix B. A space is provided for the bidder to indicate pricing for each zone.The bidder only submits a bid for each zone if pricing is provided for each zone. Page 31 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award. The bidder must submit the Contract Signature Page with the signature of an authorized representative no later than the date of the final award. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid,the bidder must contact FSA immediately.Bid withdrawals are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the stated due date and time on the bid calendar is solely and strictly the responsibility of the bidder.The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar.The bid opening will occur at the Florida Sheriffs Association, 2617 Mahan Drive,Tallahassee, Florida. FSA shall read the bidder name and verify that the bidder successfully input the bid within the timeframe prescribed for bid submission in the Bid Calendar. 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder,the bid must conform in all material respects to the requirements stated in the Contract.As set forth in section 2.27,FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. Page 32 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the Contract may be rejected as non- responsible. In determining a responsible bidder,the following factors may be considered: • Adequacy of facilities,staffing,and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service,including previous FSA contracts; • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements of Section 2.01,FSA reserves the right to request staffing,performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements, specifications, terms and conditions of the solicitation,and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who,in FSA's sole discretion,are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as nonresponsible. 2.24 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by specification, by manufacturer and by zone to bidders deemed to be responsive and responsible.Awards may also be made to the second and third lowest bidders by specification, by manufacturer and by zone, if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions. The Fleet Advisory Committee's review is submitted to the FSA for final evaluation and determination of award. The options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However,the FSA has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity,technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.25 FIRM BID Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty(60)calendar days from the date of bid opening,and if awarded through the duration of the contract unless otherwise addressed by a contract extension or price adjustment as provided in this contract. By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment in all zones for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle or equipment, which amount the vendor Page 33 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA's discretion. 2.26 BID TABULATIONS The Bid Tabulation report will be posted on the FSA Cooperative Purchasing Program website after the bid submission closes as indicated in the Bid Calendar. https://www.flsheriffs.org/law-enforcement- programs/cooperative-purchasing-program/dealers-only. If there is a delay in posting the bid tabulation results, FSA will post a notice of the delay and a revised date for posting of results. 2.27 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity,technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers.A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so.In doing so,the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However,the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid,or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.28 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the bid award date and effective date of the awarded contract as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the the bid system, or communications initiated by the FSA. All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. Page 34 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded,the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles and equipment purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract, the vendor must notify FSA immediately. The Vendor Change Document must be completed, signed by an authorized representative and submitted via e-mail to CPP@flsheriffs.org. A sample Vendor Change Document can be found in Appendix A and on the FSA website. 3.04 OPTION TO RENEW & PRICE ADJUSTMENT Renewal Option The contract may be renewed by mutual agreement,initiated at the discretion of the FSA,for up to two(2) additional years, on a year to year basis.The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract. Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Price Adjustment On an annual basis during the contract term, the FSA may consider a price adjustment due to changes in the Producer Price Index(PPI)as published by the U.S. Department of Labor, Bureau of Labor Statistics,as a result of any changes to national or state standards that require substantial cost adjustments,significant manufacturer changes to the production of and specification design,or in the event of material changes in tariffs that result in cost increases of 15%or more. The price adjustment request may be considered and implemented by FSA on an annual basis during the initial term, or upon the completion of the initial term or a 12-month renewal period. Price adjustments will be implemented upon request from a vendor or in the event that the FSA determines in its sole discretion that such a price adjustment is warranted. Page 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Prices may be increased or decreased by the percentage change reflected in the nationally published PPI. FSA shall determine the PPI based on the most recent published PPI initiated at the time of renewal that best reflects adjustments to the economy over the previous 12 months. In the event of changes to national or state standards,the vendor must present verifiable changes in cost to FSA. The FSA will consider the cost changes and will make a final determination on the change in price. In cases where manufacturers have significant changes to production and specification design to an awarded item, FSA will consider certified manufacturer price changes and may allow price adjustments to reflect such changes in price from the manufacturer to the awarded vendor. For any vendor-initiated price adjustment to commence on the first day of the renewed contract term, extension or the end of a 12-month period,the vendor's request or adjustment should be submitted one hundred and twenty(120) calendar days prior to expiration of the then current contract,extension or 12- month period.The vendor-initiated price adjustment request must clearly substantiate the reasons for the requested increase. If no request is received from the vendor, the FSA will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period will not be considered. The FSA reserves the right to accept the renewal adjustment or to allow the contract to fully or partially terminate and readvertise for bids,whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating purchasers. FSA reserves the right to remove, discontinue or suspend the sale or offering of any product within the Invitation to Bid document or existing contract,at its discretion. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor/Manufacturer performance;or • Lack of relevance of products. 3.06 EQUITABLE ADJUSTMENT The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered,i.e.the most current production model at the time of this bid. Page 36 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.08 PRODUCTION CUTOFF Vendor shall notify the FSA in writing no less than sixty(60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Purchase orders received by the vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor or the manufacturer,and the manufacturer fails to produce or deliver the production year vehicle,the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the production cutoff date will be subject to availability. In this case,the vendor and manufacturer have the discretion whether to choose to provide next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the specifications, FSA may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.10 SUBSTITUTIONS The FSA or purchasers will NOT accept substitutes of any kind.Vendors are expected to furnish the brand quoted in the bid once awarded. Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.11 POLICE RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report click or copy the links below. The importance with which each individual phase is weighted in these evaluations is a subjective decision which should be made by each agency based upon that agency's needs. For the purposes of this bid,the following are recognized authorities: State of Michigan, Department of State Police and Department of Technology, Management and Budget Police Vehicle Evaluation Program Page 37 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions https://www.michigan.gov/documents/msp/2019MYPoliceVehicleEvaluationTestBook 639203 7.pdf Los Angeles County Sheriff's Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: https://www.lasd.org/pdfjs/web/viewer.html?file=VehicleTestBooklet.pdf Motorcycles: https://www.lasd.org/pdf/2017 MotorcycleTestBooklet12192017.pdf 3.12 SPECIAL SERVICE VEHICLES Vehicles in this category in some cases have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufactures published information for detailed information regarding these vehicles. 3.13 CAB AND CHASSIS PURCHASES Cab and Chassis can be purchased from the vendor without any required additional fitting by the vendor. If an incomplete chassis is sold to an agency,then the vendor is not responsible for the tag and title.Vendors are responsible for tag and title work if the chassis is completed by the vendor or the vendor's contracted third party supplier. FSA highly recommends that all upfitting of cab and chassis be performed by vendors who are licensed and certified to perform such work to avoid unnecessary exposure to future liability. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.14 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no vendor-installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or vendor-installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. All factory ordered options are to be original equipment manufacturer(OEM) and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications, and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components, will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the purchaser,the vendor shall be required to replace the vehicle Page 38 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions with a vehicle that meets the required specifications, including factory installed components. In the alternative,the purchaser shall decide whether they will accept vendor installed components. 3.15 VENDOR INSTALLED OPTIONS All vendor-installed accessories or options shall be installed according to the manufacturer's specifications. Examples include, but are not limited to a roll bar,trailer hitch,etc. All such accessories must be manufactured by an established manufacturer of the product provided.Vendor is required to disclose Make and Model of product being offered and the location,design,and model must be approved by the purchaser prior to installation. Prior to any purchase,the vendor must also disclose the warranty of any item that is less than or exceeds the factory vehicle or equipment warranty coverage. A vendor that employs a third-party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Law Enforcement Vehicle Installation through EVT Certification Commission, Inc.or an approved equivalent. The FSA may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.16 NON-SCHEDULED OPTIONS FSA requests vendors include most frequently purchased scheduled,factory and aftermarket options in the bid document. If a purchaser requests a non-scheduled option that is not included in the bid document, the vendor may provide this non-scheduled option. The purchaser has the opportunity to request the vendor's discount pricing for any non-scheduled options during the quote process. At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.All non-scheduled options are covered under these terms and conditions. 3.17 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control,or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.18 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item. The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. Page 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.19 ORDER The vendor shall submit a copy of the purchase order to the FSA within 15 calendar days of receipt from the purchaser. To initiate a purchase,a purchaser issues a purchase order to the vendor,which shall include: • The contract number and title, • Specification number, • Purchaser's federal identification number,and • Name, phone number and email address for the point of contact at the purchasingagency. Delivery or due dates should be discussed with the vendor at the time the quote is provided to the purchaser,or if no quote is provided,when the purchase order is delivered to the vendor. It is important to note that vendors do not have any control over production delays in schedules from the manufacturer. While it is recommended that an agency purchase from the zone which is closest to their location,it is not mandatory to do so. If the purchaser determines that a vendor in another zone can better serve the purchaser's needs,the purchaser may order from a vendor in another zone.Vendors that provide vehicles or equipment outside of an awarded zone may upon mutual agreement between the vendor and the purchaser charge a delivery fee. The purchaser should forward an executed copy of the purchase order to the FSA at the same time the purchase order is sent to the vendor. Emails or hard copies are acceptable. Emails can be sent to coop_efl,htrifk or:;. If a vendor receives a purchase order for a specification for which they were not awarded,the vendor must notify the purchaser and return the purchase order to the purchaser within three(3) business days. All vehicles ordered prior to production cut off and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order.The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle or equipment ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards.The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle or equipment into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser. An example Confirmation of Order form is included in Appendix C. Page 40 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any additional information needed to complete this form should be obtained from the purchaser. The form may be modified to accommodate each purchaser as necessary. 3.20 VEHICLE AND EQUIPMENT DELIVERY At a minimum,pre-delivery service shall include the following: • Standard Vendor and Manufacturer protocol for new vehicle and equipment delivery; • Cleaning of vehicle and equipment, if necessary, and removal of all unnecessary tags, stickers, or papers(window price sticker or supplied line sheet shall remain); • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Verification that the hour meter does not exceed five(5)hours for equipment; • Owner's manual and warranty manual to accompany each vehicle and equipment;and • MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the purchaser. Vehicles that are missing this form,or have forms that have been altered will not be accepted. Build sheets, or documentation that verifies what components are included on the equipment being delivered,must be provided for equipment. The vendor shall be responsible for delivering vehicles and equipment that are properly serviced,clean and in first class operating condition. Vendor shall complete delivery of the vehicle and equipment to the purchaser within fourteen(14)calendar days of receipt of the vehicle from the manufacturer or equipment supplier.This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle or equipment by the vendor is defined as acceptance of the vehicle or equipment from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 350 miles may be accomplished by driving the vehicle.Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a police rated vehicle must use an "OUT OF SERVICE"cover on light bars. All deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchasing agency. However,this requirement shall not apply to incomplete chassis.The purchaser has the option to reject a vehicle with more than 350 odometer miles, or may deduct$0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. Equipment with more than five(5)hours on the hour meter may be rejected by the purchaser or the purchaser may choose to negotiate a lower purchase price when the unit exceeds five hours. Page 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All warranties shall begin at the time of delivery to the purchaser.The purchaser's warranty should not be active for incomplete vehicles or equipment and vehicles or equipment delivered to a third-party supplier before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. Transport deliveries must be unloaded and inspected by purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at vendor's expense. All vehicles or equipment with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter(1/4)tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. 3.21 INSPECTION AND ACCEPTANCE It is the responsibility of the purchaser to inspect a vehicle or equipment for any damages. Each purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accommodations for inspection cannot be made upon delivery, the purchaser may have up to three (3) business days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle and equipment prior to acceptance. Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and equipment and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle or equipment meets or exceeds the requirements of the bid specifications and the submitted purchase order. Purchasers should inspect the vehicle and equipment for physical damage. Delivery of a vehicle or equipment to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle and equipment meet contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle or equipment specification 3. Copy of Manufacturer's Invoice or Window Sticker for vehicles (prices may be deleted from the manufacturer's invoice); or a Build sheet, or documentation that verifies what components are included on the equipment being delivered,for equipment 4. Copy of Pre-Delivery Service Report 5. Warranty Certification Page 42 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 6. Owner's manual 7. If the vendor does not provide the tag and title,then the DHSMV 82040(Application for Certificate of Title and/or Vehicle Registration)which requires a signature of authorized representative. Deliveries that do not include the above items will be considered incomplete and can be refused. 3.22 REGISTRATION, TAG AND TITLE Costs of registration,tag and title shall not exceed the statutory rates.FSA administrative fee does not apply to tag and title work. Title items shall be the responsibility of the vendor. If the purchaser is a government agency,the purchaser has the right to choose to register and title the vehicle or equipment. Reasonable administrative costs for registration and title services, including obtaining temporary tags,tag transfers, and new tags are permitted. All costs associated with obtaining,filing and shipping of tags shall be listed as an option during the bid submission for each item bid. Administrative costs can include convenience fees,cost reimbursements for filing,obtaining or delivery of tags,or any costs over the original purchase price of the registration and title. Administrative costs for registration and titling can be negotiated between the purchaser and the vendor. 3.23 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract.Vendors must invoice each purchaser independently. A purchaser has three(3) business days to inspect and accept the vehicles or equipment.The vendor shall be paid upon submission of invoices to the Purchaser after satisfactory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.24 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension from the approved vendor listing until satisfactory evidence of correction is presented to the FSA. 3.25 INADEQUATE SERVICE When vehicles and equipment require service or adjustments upon delivery,the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. Page 43 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The provisions of the delivery section shall remain in effect until the redelivery is accomplished.The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the purchaser. 3.26 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS Purchase Orders The vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen (15)calendar days after the date of the purchase order. Purchase orders and accompanying documentation shall include base specification items purchased and all options itemized separately. Vendors should scan a complete copy of the purchase order and attach it as a .pdf. Place the document title in the subject line of the e-mail and send purchase order copies to COOP@flsheriffs.org. The files should be named using the the name of the purchasing entity, the purchaser type and the PO number. The purchaser type other can include any other eligible purchaser including special district, fire department or other purchasing entity not specifically named here. Out of state sales should include the state in the name. PURCHASER TYPE SAMPLE STRUCTURE EXAMPLE MUNICIPALITY City Name PO 12345.pdf Tallahassee PO 12345.pdf COUNTY County Name County PO 12345.pdf Leon County PO 12345.pdf EDUCATION Educational Institution Name PO Florida State University PO 12345.pdf 12345.pdf OTHER Special District Name PO 12345.pdf Northwest Florida Water Management District PO 12345.pdf SHERIFF Sheriff Office Name PO 12345.pdf Leon County Sheriff PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each vendor.Quarterly reports which do not adhere to the required format (as set forth in Appendix D) or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting vendor for correction of deficiencies. Quarterly reports track the purchase orders received, deliveries made, and vendor administrative fees prescribed in Section 3.28 due in a given quarter. All required quarterly report templates can be downloaded from the FSA website under the Cooperative Purchasing Program page, Other Links, Vendor Only page. All quarterly reports are to be sent to REPORTS@flsheriffs.org. The quarterly report template shall be submitted using the Excel workbook provided. The workbook contains three 3 worksheets.The first worksheet titled "Instructions" must be completed with the name of the vendor and the quarter being reported in the fields that appear in red text. The quarter being reported should be selected from the drop down box.This information will be copied to the report page Page 44 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions headers in each worksheet. The second worksheet must contain all sales or purchase orders received during the quarter. The third worksheet must contain information on all deliveries made during the quarter.This tab will automatically calculate the administrative fee due to FSA. Purchase orders should not be sent with quarterly reports.A screenshot of the template of a quarterly report is located in Appendix D.Quarterly reports must be completed and submitted electronically. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow this schedule for the duration of the contract: Contract Year 1: October 1,2020—September 30, 2021 Year 1 Quarter 1: October 1—December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1—March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1—June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1—September 30 Q4 Report Due: October 15 Contract Year 2:October 1,2021—September 30, 2022 Year 2 Quarter 1: October 1—December 31 Q1 Report Due: January 15 Year 2 Quarter 2: January 1—March 31 Q2 Report Due: April 15 Year 2 Quarter 3: April 1—June 30 Q3 Report Due: July 15 Year 2 Quarter 4: July 1—September 30 Q4 Report Due: October 15 Contract Year 3:October 1,2022—September 30,2023,as applicable Year 3 Quarter 1: October 1—December 31 Q1 Report Due: January 15 Year 3 Quarter 2: January 1—March 31 Q2 Report Due: April 15 Year 3 Quarter 3: April 1—June 30 Q3 Report Due: July 15 Year 3 Quarter 4: July 1—September 30 Q4 Report Due: October 15 If a contract extension is executed,the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a vendor has no sales within a quarter,the vendor shall indicate"No sales this quarter"on the top row of the sales worksheet. If the vendor has no deliveries in a given quarter,the vendor shall indicate"No deliveries this quarter"on the top row of the delivery worksheet. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported, but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.27 ADMINISTRATIVE FEE Page 45 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA charges three quarters of one percent(.0075)to procure,process and administer the Contract. After receipt of payment from contract purchases,the vendor shall remit all administrative fees to the FSA no later than 15 calendar days after the end of each quarter.All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Bidders are to include the administrative fee of three quarters of one percent(.0075) in all bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee,nor any additional charge to recoup the administrative fee,will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The fee should never be listed as a separate line item on any purchase order. The administrative fee is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to purchasers for trade-ins. Trade-ins,extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fees are the contractual responsibility of each awarded vendor. By submission of the quarterly reports and administrative fee,the vendor is certifying the accuracy of the reports and deposits.All reports and fee submissions shall be subject to audit by the FSA or their designee. All participating vendors will be responsible for making sure that FSA has the contact information,including e-mail address,for the person responsible for quarterly reports.There will be no reminders for the quarterly reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.28 LIQUIDATED DAMAGES The vendor warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports must be received by FSA within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of$25 for each calendar day that fees and reports are past due, beginning on the 16`h day following the end of the quarter. Page 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation.Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to Section 1.45. Schedule of Liquidated Damages Failure to submit quarterly report and/or $25 per calendar day administrative fee on time Failure to report a Purchase Order to FSA within the $100 per Purchase Order 15 calendar days of the purchase order date Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damages are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty, but are instead intended solely to compensate the FSA for damages,and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 47 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix A /-FLORID\ COOPERATIVE Florida Sheriffs Association Cooperative Purchasing Program P".""S'"t,"o"" Vendor Change Document Please complete this form to validate a requested change to Company Addresses,Contacts or Contact Information below. Include all sections where information has changed,old and new. FSA Contract Number(s)affected by change: Company Information Changes: Old information New Information Old Company Name: New Company Name: Old Company Address: New Company Address: Old Company City: New Company City: Old Company State: New Company State: Old Company Zip: New Company Zip: Company Contact Changes: Old Contact Information New Contact Information Old Contact Name(First,Last): New Contact Name(First,Last): Old Contact E-Mail: New Contact E-Mail: Old Contact Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This information is requested by an authorized representative of This request will take effect as soon as it is received by FSA by e-mailing to cpp@flsheriffs.org. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative Signature: FSA Office Use: Date Received: Change Effective: FSA Agent: � a Page 48 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix B FSA CONTRACT ZONE MAP WESTERN WNW Pip:A WS= lq ird,..,,,„,, Fris pa,; °' 141 i •W2 '"` NORTHERN 9 a ... ..„,.. 511 .... ...41,4 WESTERN NORTHERN BAY ALACHUA CALHOUN BAKER DIXIE BRADFORD ESCAMBIA CLAY 114 IMITI, uc FRANKLIN COLUMBIA GADSDEN DUVAL wawaal= O GULF FLAGLER MCC HOLMES GILCHRIST 0110IXXJ1 JACKSON HAMILTON CENTRAL "l'0401f" .x. �"" O JEFFERSON LEVY a LAFAYETTE MARION WWI NM LEON NASSAU � 6 mess 1 'i LIBERTY PUTNAM L_ ,m„ 'OONO` . a.ua MADISON ST.JOHNS OKALOOSA SUWANEE SANTA ROSA UNION TAYI.OR VOLUSIA WALTON .16111111 WAKULLA MAXIM a.res WASHINGTON CENTRAL SOUTHERN BREVARD BROWARD 18011.2 CITRUS CHARLOIIL SOUTHERN '7"" DESOTO COLLIER HARDEE GLADES UMW .1.a= RERNANDO HENDRY HIGHLANDS LEE HILLSBOROUGH MARTIN LAKE'�Rn' MIAMI-DADE Qo MANATEE MONROE ,,O` r,0 OKEECHOBEE PALM BEACH °o C> ORANGE Oa OSCEOLA PASCO PINELLAS POLK ST.LUCIE SARASOTA SEMINOLE SUMTER _o 2oi; Page 49 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix C FLORID\ CONFIRMATION OF ORDER FORM SRIIOfi11:C44110X COOPERATIVE Police Rated,Administrative,Utility Vehicles Trucks and Vans \ j Bid#FSAXX-XXXX Vendors are to complete and return this confirmation of order form by email,fax or mail to the agency location listed below within fourteen(14)calendar days after receipt of purchase order. Vendor: Vendor: Address: City: State: Zip: Contact Person: Phone Number: Fax: Specification No. Type Vehicle/Equipment: Purchase Order Number: Purchase Order Received: Order Was Placed With the Manufacturer on: Under Production Number: Estimated Date of Delivery: Comments: PURCHASER: Contact Person: Address:City: Phone Number: State: Zip: E-mail: Fax: Page 50 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix D Sales TypeVendor Name Hare ESA Contract Number and Name Effattiya Dates of the Contract:Contract Effective Data Current Quarter Being Reported:10/1/20 to 12/31/20 Name of Purchasing Agency PO Date PON Spec.B Make Model Qty. Total PO Estimated Admin Fee Based Amount Delivery Date on PO Grand Totals linked to the Bottom Row $ - 5 - $ - S - $ - 5 - $ - S - $ - $ - $ - $ - 5 - $ - $ - 5 5 - $ - S - $ - $ - 5 - S - $ - S - 5 - $ - 5 - 5 - 5 - S - $ - $ - $ - 5 - $ - _ $ - 5 - _5 - $ - S - 5 - 5 - 5 - 5 - 5 - Deliveries Type V. p Marne Mv. R.Centnn Nu*one Nome EP.tUv.Dees Mtn.S.M.Contract Olen.Does Cuero.Osumi Being Reported:10/1/20 m 12/31/20 Non.ofPnMaeng Agency PO Date PO. Specs M.Y. P.M my.D.ivered Total PO AMamt Pt.OeS.ry Adnnl F.Per MMn F.Being POP enth QMennnartn..n A.m- APO..W M:e DOFvnS Da. H..d on.O this Quarterly ae.. *PM amen.An a.NMea/Commmu Alnpmt O.gr..d .mwM beingpeid Hrs.lM.at!M.dn0.Batmen Pew 5 S _$ I I 5 S I t .._.-. .._...... s._._. S _._ ..__._. S S _.__.. __ __._. _ ......_ _ _.__._ S___ 5 ._—._— _.._..._. 5 5 S S I 5 S 5 5 5 _ S 5 S S S S ' S $ . _5 — s s $ - "s s t _5 —$ _s -$ s„Ss t : t s Page 51 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix E FLORID\ Bid Calendar SN(10;ASSOCIATION COOPERATIVE FSA20-VEL28.0 Pursuit,Administrative and Other Vehicles "' FSA20-VEH18.0 Heavy Trucks ~* a/ FSA10-EQU18.0 Equipment CALENDAR ITEM DATE Bid Announcement 4/22/20 & 5/25/20 Voluntary Workshops For Contracts FSA20-VEL28.0 & 6/10/20 FSA20-VEH18.0 * Mandatory Pre-Bid Meeting for Contract FSA20-VEL28.0 * 7/8/20 Mandatory Pre-Bid Meeting for Contract FSA20-VEH18.0 * 7/9/20 Request for Clarifications Due 7/30/20 Mandatory Qualifying Documents Submission 8/3/20 FSA Response to Request for Clarifications 8/5/19 Cone of Silence 8/7/20— 10/1/20 Bid System Open 8/7/20 Bid Submissions Due 8/31/20 Public Bid Opening 9/1/20 Fleet Advisory Committee Bid Review 9/1/20—9/4/20 Intent to Award Posted 9/9/20 Final Bid Award 10/1/20 * Details for the Workshop, Mandatory Pre-Bid Meeting, and Public Bid Openings will be posted on FSA's website, emailed to interested bidders, or can be found in Florida Administrative Registrar(as appropriate) for the dates published. * FSA intends to do an in-person Mandatory Pre-Bid meeting. However, the FSA has plans to conduct the meeting via webinar if conditions do not permit or are not safe for an in-person meeting. If FSA can conduct the meeting in-person, it will be held at the Falkenburg Road Jail Assembly Room at the Hillsborough County Sheriff's Office. For the most up to date information on these events, please refer to https://www.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-program/bid- announcements. Page 52