HomeMy WebLinkAboutR-00-0267J-00-242
3/13/00
RESOLUTION NO. 0 — 26 7
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE PURCHASE OF FOUR (4) EMERGENCY
MEDICAL SERVICE (EMS) VEHICLES WITH OPTIONS,
FROM AERO PRODUCTS CORPORATION, USING MIAMI-
DADE COUNTY CONTRACT NO. 5472-4/01-2,
EFFECTIVE THROUGH MAY 31, 2000, SUBJECT TO
FURTHER EXTENSION(S) BY MIAMI-DADE COUNTY,
FOR THE DEPARTMENT OF FIRE -RESCUE, IN THE
AMOUNT OF $510,076 AND $25,503.80 IN
CONTINGENCY RESERVE, FOR A TOTAL AMOUNT NOT
TO EXCEED $535,579.80; ALLOCATING FUNDS
THEREFOR FROM CAPITAL IMPROVEMENT PROGRAM,
"FIRE -RESCUE NEW APPARATUS ACQUISITION",
PROJECT NO. 313233, ACCOUNT CODE
NO. 289401.840, FUNDED BY THE FIRE
ASSESSMENT.
WHEREAS, the Department of Fire -Rescue requires four
emergency medical service ("EMS") vehicles to replace four
vehicles which can no longer be used; and
WHEREAS, one EMS vehicles was totally demolished in an
automobile accident and each of other three vehicles have more
than 150,000 service miles necessitating frequent maintenance and
extensive repairs; and
WHEREAS, the EMS vehicles are deployed in response to
medical emergencies and must be operational at all times; and
WHEREAS, funds are available, in the amount of $510,076 and
$25,503.80, in contingency reserve, for a total amount not to
exceed $535,579.80 from Capital Improvement Program, "Fire -Rescue
CITY COMMISSION
MEETING OF
MAR 2 3 2000
Resolution No.
-"
New Apparatus Acquisition," Project No. 313233, Account Code
No. 289401.840, funded by the Fire Assessment; and
WHEREAS, the City Manager and the Chief of Fire -Rescue
recommend that the purchase of four EMS vehicles, be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The purchase of four (4) emergency medical
service vehicles with options, from Aero Products Corporation,
using Miami -Dade County Contract No. 5472-4/01-2, effective
through May 31, 2000, subject to further extensions by Miami -Dade
County, for the Department of Fire -Rescue, in the amount of
$510,076 and $25,503.80, in contingency reserve, for a total
amount not to exceed $535,579.80, is hereby approved, with funds
therefor hereby allocated from Capital Improvement Program,
"Fire -Rescue New Apparatus Acquisition," Project No. 313233,
Account Code No. 289401.840, funded by the Fire Assessment.
�A
Page 2 of 3
•
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/
PASSED AND ADOPTED this 23rd day of March , 2000.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not Indicate approval of
this legislation by signing it. in the designatedpia provided, said It�gil;ti� �
becomes effective with the elapse of n (1 days m t
regarding same, without the Maio exe ising o.
ATTEST:
Alter J.
WALTER J. FOEMAN
CITY CLERK
APPROVED/kS,40 FORM VD CORRECTNESS:6,
LARELLO
238:RCL
11
�i If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page -3 of 3
CITY OF MIAMI, FLORIDA 16
INTER -OFFICE MEMORANDUM
Honorable Mayor and FM-097.doc
TO: Members of the City Commission DATE: Procurement of EMS vehiclqAfE :
Dept. Fire -Rescue
SUBJECT:
�h4a.arshaw Commission Meeting 3/23/00
FROM: City Manager REFERENCES:
ENCLOSURES: Resolution
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution approving the
procurement of four emergency medical service (EMS) vehicles from Aero Products Corporation,
using Miami -Dade County Contract No. 5472-4/01-2 (effective through May 31, 2000 and subject to
contract extensions by Miami -Dade County), in an amount of $510,076 plus $25,503.80 in contingency
reserves, for a total amount not to exceed $535,579.80. Funds for this purchase are available from CIP
Project 313233, Account No. 289401.6.840, funded by the Fire Assessment.
I:1TWC"11111100E
The Department of Fire -Rescue requires four new emergency medical service (EMS) vehicles to replace
four vehicles which can no longer be used. One of the vehicles was totally demolished in an automobile
accident and the three others have logged more than 150,000 service miles each, and require frequent and
extensive maintenance and repair. These EMS vehicles are the Department's first line of defense when
deployed in response to medical emergencies and must be operationally dependable at all times.
The above mentioned 5% contingency reserve will be used as provided for in the contract to make
changes to the required equipment or equipment options. These changes will include items identified in
the pre -construction conference or the pre -delivery inspection.
Enc. .
DHW//CAG/MLK/TF/csk
FM.097.doc '°' 0
TO: Judy S. Carter, Director
Department of Purchasing
FROM: Chief C.A. Gimenez, Director
Department of Fire -Rescue
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: February 25, 2000 FILE: FM-096.doc
SUBJECT: Purchase of EMS vehicles;
Dept. Fire -Rescue
REFERENCES Commission Meeting 3/23/00
Resolution
ENCLOSURES:
The Department of Fire -Rescue has verified that funding is available, in an amount not to exceed
$535,579.80, including a contingency reserve in the amount of $25,503.80, from CIP Project No. 313233,
Account No. 289401.6.840, funded by the Fire Assessment, for the procurement of four emergency
medical service vehicles from Aero Products Corporation. This purchase is being made using
Miami -Dade County Contract No. 5472-4/01-2.
Budget Approval: Aki,
Luie Brennan, Acting Director
Department of_1 gement and Budget
CIP Approval:
Pilar
a1
CAG /MLK/TF/csk
, CIP Adm
Date
"3%/12mv
Date
FM-096.doc O u 7
FES -2S-00 1S:32 FROM=FIRE IESCUE
m aam•
g
FokuN r 24, 2000
Freddy tsa6es
Cj&f of Support Semkm
awe( Mhod Fire feum
1151 ww17"6 amft
Miaud, Florida 33136
u-. Emramy Mtdcsi Vehicle ' Sack'
ID:3055.'SS290 PACE 1/1
Is
Amoco
700 P.m Lune
Swwd. Fbrma 32771
oIO w (wm 288-2976
tmt: PW baa -7595
omit namttnot f bet(south.not
Aero Po po 7doo -oft dre ftp of mkmw the to
'Hogg/ Mack' the Hbmi-Dade SM 547E-4/01-2 for E,awsetoy Mil
Vet cwL The Hiamlt oade contract prke of S 127,519.00 per veMck
wMI be extended to the Cita) of Miami.
W i can pr+ rAft fWnher informadon er assbLmm please cA me at -®00-
292 2376.
Yarn UVAY,
`1&*- 4
soMY
1leskmi sales Ma ulmr
7
COACT AWARD
BID NO.: 5472-4/01-2
EMERGENCY MEDICAL CARE VEHICLES
CONTRACT PERIOD: 06/01/99 through 05/31/00
COMMODITY CODE: 929-39
PART #1: VENDORS AWARDED
FEIN:
59-1897336
VENDOR:
Aero Products Corporation
STREET:
700 Aero Lane
CITY/STATE/ZIP
Sanford, Florida 32771
F.O.B. TERMS:
Destination
PAYMENT TERMS:
1% 20 Days Net 30
DELIVERY:
250 to 300 Days A.R.O.
PHONE:
(407) 330-5911
FAX:
(407) 330-9920
CONTRACT PERSON: SCOTT BARNES
SHOT..
(Previous Bid No. 5472-4/01-1)
OTR YEARS: (4) Four
PART #2: ITEMS AWARDED
Emergency Care Vehicle, Type 1, per Bid Specifications, Freightliner 1998
FL60 Extended Cab Chassis 192", Wheelbase 100" Cab to Axle, Module Body
160" Lenght X 96" Width X 72" Headroom @$125,819.00.
Option 1- $1,626.00 credit per vehicle.
Option 2- $1,175.00 for raised roof cab per unit.
Option 3- $1,800.00 Linex interior of patient compartment per unit
TOTAL VEHICLE PRICE WITH OPTION #3: $127,519.00
PART #3: AWARD INFORMATION .
(XX)BCC AWARD DATE: 5/06/97 AGENDA ITEMS #: N/A
BIDS & CONTRACTS RELEASE DATE: 05/22/97 OTR YEAR: Second of Four
ADDITIONAL ITEMS ALLOWED: NONE
SPECIAL CONDITIONS: N/A
TOTAL CONTRACT VALUE: $1,542,979.90
USER DEPARTMENT
FIRE
DOLLAR AMOUNT
ALLOCATED
$1,542,979.90
SENIOR PROCUREMENT AGENT: J. CARLOS PLASENCIA, CPPB
05111/98
00- 267
METROPOLITAN DADE JVNTY, FLORIDA
METRO DADE '
WON
IFFlo IN
STEPHEN P. CLARK CENTER
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
SUITE 2350
111 N.W. 1st STREET
MIAMI, FLORIDA 33128-1989
ADDENDUM NO. 3 (305) 375.5289
September 23, 1996
TO: ALL PROSPECTIVE BIDDERS
SUBJECT: Bid No. 5472 -4/01 -OTR Emergency Medical Care Vehicles
OPENING DATE: October 2, 1996 at 1:00 p.m.
This Addendum. is and does become a part of Bid 5472 -4/01 -OTR
entitled: Emergency Medical Care Vehicles.
Please note the following change(s):
Bid Opening is hereby re -scheduled for October 23, 1996 at 1:00 p.m.
for the Technical Response Section of the Bid.
SECTION 2.0 PARAGRAPH 2.6 ADD THE FOLLOWING:
Bidders shall submit CAD Drawings, unflagged SCAAN printout and Fully
Loaded Weight Distribution Chart with the Techical Response Section.
However, Bidders who fail to submit the above -referenced documents as
specified, shall do so within (15) days after bid opens or no later
than November 7, 1996 at 5:00 p.m. Failure to submit these documents
during the extended period, shall render the proposal as "Non Responsive".
SECTION 2.0 PARAGRAPH 2.9 ADD THE FOLLOWING:
Item 2.9.20- Each manufacturer that offers a bid shall be required to
submit detailed CAD Drawings depicting its exact offering in response
to the bid specifications. Generic or "standard" CAD drawings from any
bidder that do not depict the interior or exterior configuration (with
minor variations allowed for differences in the manufacturing process)
as indicatedin this bid are not acceptable. At a minimum, views must
include front, rear, streetside and curbside exterior views, including
any special exterior compartment configurations and special equipment.
Interior views of the front bulkhead, rear doors, curbside and street -
side cabinetry shall also be provided with the bid submission.
2.9.21 The successful bidder shall submit within (30) thirty calendar days
after the pre -construction conference, the shop drawings for approval to the
Metro Dade Fire Department.
2.9.22 At the final inspection, the successful bidder shall provide to the
Metro Dade Fire Department "As Built" Drawings for each vehicle.
,mmb ALL ELSE REMAINS THE SAME
Tony Arroyo, CPPB Supervisor,
GENERAL SERVICES ADMINISTRATION
Procument Management Division.
METROPOLITAN DADE JNTY, FLORIDA ARIL&
,
METRaDADE
STEPHEN P. CLARK CENTER
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
SUITE 2350
111 N.W. 1st STREET
MIAMI, FLORIDA 33128.1989
(305) 375-5289
ADDENDUM NO. 2
September 4, 1996
TO: ALL PROSPECTIVE BIDDERS
SUBJECT: Bid No. 5472 -4/01 -OTR Emergency Medical Care Vehicles
OPENING DATE: October 2, 1996 at 1:00 p.m.
This Addendum is and does become a part of Bid 5472 -4/01 -OTR
entitled: Emergency Medical Care Vehicles.
Please note the following change(s):
Section 3.0:
1) Paragraph 3.2.1.1- delete 73 MPH.
2) Paragraph 3.2.2.13 first paragraph last sentence add after the word
" below " (and vocation # 2720).
Item 5 -Delete 96% add 95.74%. Last sentence after the
word "chart" add (which shall be submitted with the bid.)
ALL ELSE REMAINS THE SAME
w
T y Arroyo, CPPB Superv' or,
GENERAL SERVICES ADMINI TRATION
Procument Management Division
TA/jcp
METROPOLITAN RADE COUNTY, FLORIDA • Widwa
METRO,
DADE EM W40AW
STEPHEN P. CLARK CENTER
ADDENDUM NO. 1
September 3, 1996
TO: ALL PROSPECTIVE BIDDERS
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
SUITE 2350
111 N.W. 1st STREET
MIAMI. FLORIDA 33128-1989
(305) 375-5289
SUBJECT: Bid No. 5472 -4/01 -OTR Emergency Medical Care Vehicles
OPENING DATE: October 2, 1996 at 1:00 p.m.
This Addendum is and does become a part of Bid 5472 -4/01 -OTR
entitled: Emergency Medical Care Vehicles.
Please note the following change(s):
See Attachment consisting of 17 Pages.
ALL ELSE REMAINS THE SAME
Tony Arroyo, CPPB Supervisor,
GENERAL SERVICES ADMINISTRATION
Procument Management Division
TA/jcp
`"z,67
ADDENDUM RESCUE 96
Bid No: 5472 -4/01 -OTR
2.6 Change to read
Failure to submit bids in accordance with the requirements of this
bid will result in the bid being rejected as non-responsive and the
bid will not be considered.
2.9.7 Change to read
The equipment and features required are listed in the bid
specifications. The County may after delivery and acceptance of
the initial equipment order, make changes to the required
equipment or equipment options supplied provided; such
changes are mutually agreed between the bidder and the County,
and all changes in unit pricing are no more than the change in
per unit documentable cost to the bidder, and, that the net amount
of any such changes is no more than seven and a half (7.5)
percent of the unit price originally bid. Bids requiring a pre -
construction conference, or, the construction and approval of a
prototype unit, will be considered in satisfaction of the initial
equipment order provision of this paragraph.
2.9.15 Change to read
Upon failure to deliver the equipment in accordance with good
commercial practice, excellent ready to work condition, and full
compliance with the bid specifications and requirements to the
County within the time stated_ by the bidder with their proposal, the
bidder shall be subject for liquidation damages in the amount of
$200.00 for each vehicle every calendar day that the vehicle is not
delivered acceptably. The charge for liquidation damages is in
addition to other remedies and timetable requirements listed in
paragraph 2.9.16 below.
Change numbering sequence between 3.3.20.2 and 3.3.21.2.
• o
3.1.2 Change to read
- A third seat in the cab, Zico fold down type, shall be mounted on
an approved track systema This seat will slide out of the way in
order to travel from the cab to the patient compartment. The, seat
shall slide into a pocket on the curbside of the rear wall of the
extended cab. The entire seat assembly shall lock in both the
stored and in service positions. A three point seat belt shall be
provided and installed for the flip up seat. This shall have a D.O.T.
certification.
3.1.3 Change to read
The extended cab shall have an exterior compartment on the
street side (Extended cab #1). This compartment shall be
approximately 48" H x'2 1" W x 27" D. There shall be a Robinson
(no substitute) roll -up locking door on the exterior and the interior
of this compartment.' Four (4) coat hooks shall be mounted in
compartment. The exact dimension shall be determined at the
pre -construction conference
3.1.4 Change to read,
The curbside of the extended cab shall have an interior storage
cabinet for the storage of paper supplies (Extended cab #2). The
approximate size of the cabinet is 27" H x 26" W x 23" D. The exact
dimension shall be determined at the pre -construction
conference.`
3.2.1.1 'Change to read
The rear axle shall have a ratio to provide positive gradability to 70
MPH and a maximum speed of 75 mph.
3.2.1..2 Change to read
15,000 lbs GVWR rear axle shall have dual wheels and 245/70R x
19.5 tires with 12,000 lbs GVWR air suspension.
3.2.1.3. Change to read
8,000 lbs, GVWR front axle shall have wheels and 245170R x 19.5
tires.
0
•
3.2.2.5 Change to read
Four wheel hydraulic disc brakes with anti-lock system.
3.2.2.13 Change to read
Allison MD 3060 World six speed automatic transmission.
Submit with the bid proposal an unflagged SCAAN printout
verifying the performance of the Allison MD 3060 Transmission
with the criteria listed below:
1. Use a fully loaded gvw of 17,500 pounds.
2. Actual rear axle bid.
3. Frontal area of 72 square feet.
4. Clutch fan, air compressor, power steering, air
conditioning and the alternator are engaged.
5. A drive line efficiency of 96%, a traction limit
coefficient of .7000, a road factor of 1.000, an air
resistance coefficient of .8000 and the transmission
and tires specified. Use six (6) tires on the ground
and the drive axle weight (rounded to an even
thousand) shown on the full loaded weight_
distribution chart.
3.2.2.15 Change to read
Tow hooks, two (2) front shall be mounted to the frame rails.
3.2.2.18 Change to read
Premium interior trim.
3.2.3.4 Delete
3.2.3.6 Change to read
A "Vanner" (no substitute) automatic low voltage sensing engine
high -idle control shall be provided and installed. There shall be a
manual override switch in the cab within reach of a seat belted
driver. The high -idle shall operate only when the transmission is
in neutral and the parking brake is applied.
C3� 0 4-61
_ 3.2.3.8 Change to read
Two, (2) "Little Light" model # L-5/12 (no substitute) flexible neck
map lights with red lens and rheostat switch. Mounting location to
be determined at the pre-construction conference.
3.2.3:9 Change to read
A D.O.T. approved back-up alarm.
3.2.3.12 Change to read
Provide closed cell insulation in the cab to, limit sound levels to a
maximum of 82 db. during a full power acceleration from a.
standstill to maximum speed"
3.2.3.16 Change to read
Cab doors, exterior compartment doors, and the patient
compartment entrydoors shall have electric door locks. nn .
Ia...t... �..w—t f.n - threb /3N remote ClAfitches, two (2)
111C+yLi IVVt%S .57116111 OV 31 GtPi ��am i.\ L •"'..'-
mounted on the body and one (1) in the cab. All doors shall lock
and unlock from all switches. Exact location of switches shall be
determined at pre-construction.
3.3
MODULE BODY CONSTRUCTION
i I�
ham' L� i✓��-�u/' v r i t C � �� C�, j�,
t..
The'body shall be 160 inches in length, constructed of 1/4 -in-
6061-T6 struct luminum extrusion ,6063-T-
11 aluminum castings, and 5052-H32 aluminum .125 sheet.
Structure assembly and sheet mounting shall be accomplished
by 3 inch skip welding. All butt welds shall be, continuous on at
least three sides (example 6 inches of weld minimum on 2" x 2".
square tubing,). Sheeting must be securely bonded to all
structural components that it comes in contact with.
Compartment seams shall be completely welded to provide
structurally strong watertight compartments.) Maximum
Substructure spacing—shall-be-12-nter to cPntPr Nnn-
- - - —=
oxic closed cell-team insu ation shall fill all the hollow areas
between all structural members in walls, floor, and ceiling of the
body. The closed cell foam shall be covered with 1/4" Reflextex
foam. The wheel wells and entry door steps shall be lined with
lead lined foam to minimumize road noise. There shall be a walk
through between the cab and patient compartment. A rubber
bellows shall join the cab and body. The interior of the walkway
shall be finished to match the cab interior.
3.3.7.3 Change to read
Drip.rails shall be mounted on a marine,..quality,.non-hardening
bedding compound and be fastened by pop -rivets at 6 inch
intervals.
3.3.8 Change to read
DOORS --ALL
Exterior doors shall be full pan construction using .125" aluminum
face skin with an inner pan of channel construction (see attached
drawings).
3.3.8.6 Change to read
Triple ribbed, closed cell foam gaskets shall be secured around
the entire perimeter of each door where it makes contact with the
body and bulb type, closed cell foam gasket on the body frames
where the doors make contact with the frame to provide a double
sealing system.
3.3.8.8 Change to read
Alternate door construction methods will be considered upon
written request and presentation of a working model prior to the
pre-bid conference only.
3.3.9.6.1 Change to read
Exterior compartment #1 shall be located street side front.
Approximate interior dimensions 84" h x 21" w x 20" d
One (1) internal divider 10.5 inches from the front wall with one (1)
shelf 20 inches from the compartment floor There shall be a
second shelf the full width of the compartment approximately 48"
CSi 0
above the .floor. The top section of compartment shall have inside
and outside access. One (1) vertical sliding tool board, with
mounting brackets for SCUBA shall be mounted in the 25" space
between the two shelves. Two (2) Zico or equal SCBA brackets
with retaining straps shall be provided and installed in
compartment on sliding tool board.
3.3.9.5.3 Change to read
Exterior compartment #3 located above wheelwell street side. Shall
be a drawer with approximate interior dimensions of 10" h x 40" w x
19" d. This drawer shall open clear of the body and shall have a
rated capacity of 200 lbs.
3.3.9.5.4.. .Change to read
Exterior compartment #4 located street side rear of wheels.
Approximate interior dimensions: 30" h x 33" w x 10"d
Three (3) Zico SCBA or equal brackets with retaining straps shall
be provided and installed in compartment #4. SCBA brackets
shall fit a Dreager PA -80 -FS breathing apparatus. with backpack in
place.
3.3.9.5.5 Change to read
Exterior compartment #5, rear kick plate compartment.
Approximate interior dimensions: Full width between the frame
rails and as deep and high as possible.
3.3.9.8 Change to read
Exterior compartment #8 located curbside above the wheel well shall
be a drawer with approximate interior dimensions of 10" h x 68" w x
19 d. This drawer.shall open clear of the body and shall have a rated
capacity of 500 lbs.
3.3.9.11 Change to read
All interior surfaces of exterior compartments including floor, walls
ceiling, shelves and trays shall be finished in Line -Ex" # XS -350
(no substitute). Color to be determined at pre -construction
conference
Note: For product information contact:
Advanced Composites, Technology, .Kevin Heronimus
PH. 205-464-9100
C'6� '
3.3.10.3 Add -"
_ A manually operated R.V. style step shall be provided and -
installed under the side entry door step.
3.3.12.5 Add
A 12 " x 40" tinted window shall be provided in the curb side of the
body above the squad bench. Exact location to be determined at
the pre -construction conference.
3.3.13.1 Change to read
A floor capable of withstanding a distributed load of at least 150
p.s.i. shall extend the full length and width of the patient
compartment. All structural butt welds shall be continuous on at
least three sides (6 inches of weld minimum on 2 x" x 2" square
tubing).
3.3.13.2 Change to read
An aluminum moisture shield of not less than .050" shall seal the
interior from the elements.
3.3.15.10 Change to read
Successful bidder shall supply all the interior cabinets with
Adapto plastic bins as follows:
1. 13 ea. PA24
2. 1 ea. PA2-6
3. 3 ea. PA2-8
4. 16 ea. PA8-4
5. 7 ea. PA8-6
6. 4 ea. PA8-8
7. 28 ea. PAM -2
8. 17 ea. PAM -3
The bins shall be placed in the interior compartments at delivery.
Exact location to be determined at pre -construction.
NOTE: For product information contact:
Adapto Storage Products Ph .305-887-9563
625 East 10 Th. Avenue Ph. 800-327-0745
Hialeah, Florida , 33010
3.3.16.1.2
Change to read
A solid state electrical management system' shall be provided,
"Wired Right" or "CLASS 1" systems are acceptable. This system
shall be accessible from an exterior compartment on the street
side of the unit (electrical compartment). The electrical
compartment door shall be keyed with a #510 key .
3.3.16.1.3
Change to read
All wiring shall be run through 'convoluted loom point to point with
no intermediate connections (ei. terminal blocks, crimped or
soldered connections). Any wiring that runs through the frame,
crossmembers or structural members shall be insulated against
abrasion.
3.3.16.3
Change to read
A Pollack (no substitute) on-off switch shall be used to isolate the
batteries from all circuits except those .specifically noted to be
energized all of the time. This switch shall be located in the. cab in
easy reach of the driver.
3.3.16.14
Change to read
A two inch (2") flashing red "Door Ajar" warning light shall be
provided in the cab for the exterior compartment doors and for the .
entry doors. A map, indicating which door is open shall be
mounted in the call as well.
3.3.16.16
Change to read,,
A panel shall be provided in the action area to control the air
exhaust system, left and right dome lights, action area lights,
suction, air conditioning and fans.
3.3.17.2
Change to read
"":29
Four (4) Whelen 508S (no substitute), one (1) red, one (1) clear
and two (2) amber shall be provided on the cab grille.
3.3.19.4 Add
The right side scene lights shall be activated by the side entry
door. An automatic resetting switch shall be mounted on the
interior of the patient compartment between the window and the
door jam for turning these scene lights off.
3.3.20.2 Change to read
Two (2) oxygen flow meters shall be provided and installed in the
outlets. The system shall be pressure and flow checked.
3.3.21.3 Change to read
A Hoseline (no substitute) #UNT-4191 shall be provided with an
under truck auxiliary condenser unit # CND 4191 (no substitute).
The air conditioner shall be located near the ceiling above the
walk through in close proximity to the patient compartment's
center line. The cold air shall be ducted through the ceiling of the
patient compartment to ensure equal cooling through out the
patient compartment. A minimum of eight (8) vents shall be
provided in. duct work. This A/C unit shall be a self contained
system with no connection to the O.E.M. A/C unit.
3.4.2 Change to read
Two (2) twenty. four (24) inch Grover (no substitute) stuttertone air
horns shall be mounted one on each side of the hood. These
horns shall be actuated by one 12 volt solenoid controlled air
valve. All hom mounting bolts shall have self locking nuts.
3.4.2.2 Add
The air horns shall function any time the battery switch is on.
3.10.3 Add
All surfaces inside the patient compartment shall be finished in
"Line -Ex" (no substitute) # XS -350. These surfaces shall include
the floor. ceiling, walls, cabinets interiors and exteriors.
(--L ) Qo- 267
■
METRO-DADE FUM RESCUE
ELECTRICAL,
COMPARTMENT
3
STREET SIDE BODY
2
(SCALE 1/2 ": F) i.
m
METRO-DADE
FIRE RESCUE
CURB SIDE BODY
(o)
O m
9
0— 267
(SCALE
s
.....
....
CURB SIDE BODY
(o)
O m
9
0— 267
(SCALE
IC
■
O
0
0
Mi
REAR BODY
(SCALE 1/2
•
FOLD OUT
SEAT
S LOTTCQ
STORAG
EXTENDED CAB
#
0 \
0
❑0❑
LP -10
STREETSIDE
CURBSIDE
CENED CAB
#1 I
RIOR DOOR
LOLL -,UP
(SCALE 1/2 ": 1')
i
WIN W
EXTENUEf) C fi Eno
M2
WALK THRU
•
RADIO
BOX
11
FRONT WALL PATIENT COMPARTMENT
,N
ROLL -UP DOOR
ALS ACCESS FROM INSIDE
(SCALE 1/2 ": F)
1
0
[IN
M
Cly) . -
00- 267
i
BID Nu: -)472- S -0 -TR,
OPENING: 1:00 P.M., WEDNESDAY
DATE: OCTOBER 2, 1996
METROPOLITAN DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE
EMERGENCY MECICAL CARE VEHICLES FOR METRO-DADE FIRE DEPARTMENT
IN CONJUNCTION WITH GSA/FLEET MANAGEMENT,.DIVISION FOR A ONE (1)
YEAR PERIOD WITH FOUR (4) ONE YEAR OPTION TO RENEW'ON A YEARLY
BASIS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND:
CATALOGUE AND LISTS:
EQUIPMENT LIST:
INDEMNIFICATION/INSURANCE:
PRE-BID CONFERENCE/WALK-THRU
RACE -CONSCIOUSNESS MEASURE:
SAMPLES/INFORMATION SHEETS:
SITE VISIT/AFFIDAVIT:
SOURCE OF SUPPLY:
TRADE CERTIFICATION:
WRITTEN WARRANTY:
N/A
N/A
N/A
N/A
N/A
SEE SECTION 2.0, PARA. 2.2
N/A
N/A
N/A
N/A
N/A
FOR INFORMATION CONTACT: J. CARLOS PLASENCIA, CPPB
(305) 375-1084
METROPOLITAN DADE COUNTY
GENERAL SERVICES ADMINISTRATION
i PROCUREMENT MANAGEMENT DIVISION
0- 267
1.1 DEFINITIONS
The term " Bid" shall refer to any offer(s) submitted in response to this solicitation.
The term "County" shall refer to Metropolitan Dade County.
The term "Bidder" shall refer to anyone submitting a Bid in response to this solicitation.
The term "Contractor" or "Vendor" shall refer to the Bidder(s) receiving an award as a
result of this solicitation.
The term "Contract" shall mean this bid solicitation, the. Bidder's response to this
solicitation, as approved by the County inaccordance with Administrative Order 3-2 and,
any . purchase order or' change order issued by the GSA Procurement Management
.Division (PMD).
The` term "GSA" shallrefer to Dade County's General : Services Administration
.Department.
1.2 CONTENTS OF BID
A. General Conditions
(1). Bidders shall thoroughly familiarize themselves with the terms and
conditions and requirements of this solicitation.
(2) It is the sole responsibility of the Bidders to familiarize themselves with the
bid requirements and all conditions affecting -the performance of the work.
No pleas of ignorance by the Bidder of conditions that exist, or that may
exist as a result of the failure to fulfill the requirements of the bid
solicitation, will be accepted as a basis for varying the requirements of the
County, or the compensation to be paid 'to the successful Bidder.
(3) Bidders are advised that this contract is subject to all legal requirements
contained in the County's Administrative Order 3-2 and all other applicable
County Ordinances and/or State and Federal Statutes. Where conflicts
exist between this bid solicitation and these legal requirements, the higher
authority shall. prevail.
` Rev. 5/15/96
1 o-�.
i
B. Additional Infornmation/Addenda
(1) Requests for additional information, explanations, clarifications or
interpretations must be made in writing to the PMD contact person
identified on the cover page of this bid solicitation. These requests should
be received by PLAID no later than 7 working days prior to the bid opening
date. Any request received after that time may not be reviewed for
inclusion in the bid solicitation. The request must contain the requester's
name, address, and telephone number. If transmitted by facsimile, the
request should also include a cover sheet, with the -sender's facsimile
number.
(2) PMD will issue responses to inquiries and any other changes it determines
to be necessary, by written addenda, issued prior to the bid opening date.
Bidders should not rely on any representations, statements or explanations
other than those made in the bid solicitation document or inany addenda
issued. Where there appears to be a conflict between this solicitation, and
any addenda issued, the last addendum issued will prevail.
(3) It is the Bidder's responsibility to ensure receipt of all addenda. Proposers
should verify with the PMD contact person, prior to submitting a Bid, that
all addenda have been received. If applicable, Bidders are required to
acknowledge the number of addenda received as part of this solicitation, by
completing and signing the attached Addenda Acknowledgement Form.
C. Conflicts in the Bid Solicitation
Where there appears to be a conflict between the General Terms and
Conditions, the Special Conditions, the Technical Specifications, the Bid
Proposal Section, or any addendum issued, the order of precedence. shall
be: the last addendum issued, the Bid Proposal Section, the Technical
Specifications, the Special Conditions, and then the General Terms and
Conditions.
D. ' Prices Contained in Bid -
(1) Prompt Payment Terms
a. Bidders may offer cash discounts. for prompt payments; however,
such discounts shall not be considered in determining the lowest price
for bid evaluation purposes.
2
O® 267
i
b. Bidders are required. to provide, prompt payment terms in the
space provided on the Bid Proposal signature page of this
solicitation. If no prompt' payment discount is being offered, ,the
Bidder must enter zero (0) for the percentage discount to indicate no
discount. If the Bidder � fails to - enter a percentage, it is hereby
understood and agreed that the payment terms shall be 2% 20 days,
effective after receipt of invoice or final acceptance; whichever is
later.
1.3 PREPARATION AND' SUBMISSION OF BIDS
A: Preparation/Submission
(1) The Bid Proposal Form must be used when submitting a Bid. Use of
any other form may result in the rejection of the bid.
(2) The bid must be typed or completed in ink. Use of pencil or erasable
ink shall result in the rejection of the bid. The Bidder's authorized agent
must sign the Bid Proposal Form in ink. All corrections made by the
Bidder should be initialed in ink by the authorized agent. Failure to do
so may result in the rejection of the bid.
(3) Where there is a discrepancy between the. unit prices and any extended
prices, the unit prices shall prevail.
(4) Additional bid proposals may be considered. The County will consider
additional bid proposals from the same Bidder for the same solicitation,
provided that the additional bid(s) offer.a different product or level of
service that meets or exceeds the solicitation requirements. Additional
bids -which, offer a different price for the same product or level of
service shall not be considered. In order for the County to consider
additional bids, the bidder shall complete a separate Bid Proposal form
'for each bid. Three copies of each bid should be placed in the same bid
envelope.
(5) Unless otherwise specified in the Special Terms and Conditions, the .
proposed delivery time, if required, must be stated in calendar days.
(6) Bidders shall not charge federal taxes nor State of Florida sales, excise
and use taxes in bid prices, as the County is exempt from payment of all
such taxes. Upon . request, the County will provide a tax exemption
certificate:'
(7) Telegraphic of facsimile bids will not be considered.
3
B. Vendor Registration
Dade County requires vendors to -complete a registration application with
GSA Procurement Management Division. Bidders recommended for
award who are not so registered prior to award, may not be recommended
for award. Failure to register may result in the rejection of the Bid. To
register, or for assistance in registering, contact (305) 375-5289.
C. Criminal Conviction Disclosure
Pursuant to Metro -Dade County ordinance No. 94-34, "Any individual
who has been convicted of a felony during the past ten years and any
corporation, partnership, joint venture or other legal entity having an
officer, director, or executive who has been convicted of a felony during
the past ten years shall disclose this information prior to entering into a
contract with or receiving funding from the County." Forms are available
from PLAID.
D. Sworn Statement on Public Entity Crimes
Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any
person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a
contract to provide goods or services to a public entity, may not submit a
bid on a contract with a public entity for construction or repair of a public
building or public work, may not submit bids on leases of real property to a
public entity, may not be awarded or perform work as a contractor,
supplier, or, subcontractor, or consultant under a contract with any public
-4 entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, for CATEGORY TWO
($10,000.00) or a period of 36 months from the date of.being placed on
the convicted vendor list."
E. Minority and Disadvantaged Business Enterprises
The County endeavors to obtain the participation of all minority and
disadvantaged business enterprises. For information and to apply for
certification, contact the Department of Business Development, 111 N.W.
1st Street, Suite 1710, Miami, FL 33128, Phone: (305) 375-4132.
f
1 6i
4
5.
0
1.4 MODIFICATION°OR WITEDRAWAL OF BIDS
A.
Modification' of Bids
Any modification to a bidmust be submitted to the Clerk of the Board
prior to the time and date set for bid: opening. The Bidder shall submit a
new Bid Proposal Form and 'a letter, on company letterhead, signed by an
authorized agent of the Bidder, stating ' that the new submittal supersedes_
the previously submitted -bid. proposal. The sealed envelope should contain
the same information as required for submitting the original bid. .In
addition, the envelope should contain a statement that this bid replaces the
previously submitted bid. No modifications of a bid shall be accepted after
bids have operied.
B.
Withdrawal of Bids
Bids.shall be irrevocable unless the bid is withdrawn as provided. herein. A
bid may. be withdrawn only by,written letter received by the Clerk of the
Board prior to the bid opening. date. Bids may also be withdrawn 90 days
after the bid was opened and prior to award, by submitting a letter to the -
contact person identified on the - front cover of this. solicitation. The
withdrawal letter must be . on company letterhead and signed by an
authorized agent of the Bidder:
1.5 EVALUATION OF BIDS
A.
The County., may reject a bid proposal and award to the next lowest
responsive/responsible bidder or: .
The County ,may reject and re -advertise for all or any part of the Bid,-.
Solicitation, whenever it is, deemed in the best.interest of the County.
B.
Elimination From Consideration
A contract shall not be awarded to any person or firm which is in arrears to
the Dade County upon any debt, taxes, or contract; or which is a defaulter
as surety or otherwise upon. any obligation to the County.
C.
Waiver -of Informalities
The County reserves'the right to waive any informalities or irregularities in
any or all bids.
5.
i
1 • .177.11 . . •1t.4 y
(1) Bids will only be considered from firms who are regularly engaged in
the business of providing the goods and/or services required by this
solicitation. Bidders must be able to demonstrate a good record of
performance and have sufficient financial resources, equipment and
organization to insure that they can satisfactorily provide the goods
and/or services if awarded the contract.
(2) The County may conduct a pre -award site inspection or hold a pre-
award qualification hearing to determine if the bidder possesses the
requirement outlined in (1) above and is capable of performing the
contract. The County may consider any evidence available regarding
the financial, technical and other qualifications and abilities of a Bidder,
including past performance (experience) with the County or any other
governmental entity in`making the award.
(3) The County may require the Bidder(s) to show proof that they have
been designated as an authorized representative of a manufacturer or
supplier, if required by this solicitation.
(4) Dade County reserves the right to audit all records pertaining to this
solicitation or any award(s) resulting from this solicitation, financial or
otherwise.
E. Bids may be rejected if price(s) are not fair and reasonable, as determined by
the County, and/or exceed the County's estimated budget for this contract.
1.6 AWARD OF CONTRACT
A. The Bid Solicitation, any addenda and/or properly executed modifications,
and the purchase order (if issued), constitute the entire contract.
B. Tie bids will be decided by the Director of Procurement or designee, and
according to Ordinance 94-166, Resolution No. 50-96, and Ordinance 96-
26, when applicable.
C. The award of this solicitation may be preconditioned on the subsequent
submission of other documents, as specified in the Special Conditions or
Technical Specifications. The Bidder shall be its default of its contractual
obligation if such documents are not submitted in a timely manner and in
the form required by the County. Where the Bidder is in default of these
contractual requirements, the County, through action taken by PMD, may
rescind the award.
6
00- 267
t
i
i
D. The term of the contract shall be specified in one of four documents, issued
to the successful Bidder. These documents may, either be the contract, a
purchase. order, notice of award, or an award sheet.
E. The County reserves the right to automatically extend this contract for up
to 90 calendar days beyond the stated contract term. The County shall
notify the Bidder in writing of such extension.
F. The implied warranty granted under the Uniform Commercial Code shall
apply to all goods purchased under this solicitation.
G. Estimated quantities or estimated dollars if provided ard' for Bidder's
guidance only. No guarantee. is expressed or implied as to quantities or
s dollars that will be used during - the contract period. The County is not
obligated to place an order for any given amount subsequent to- the .award
of this bid. Estimates.are based upon the County's actual needs and usage
during a previous contractual period. Said, estimates may be used by the
County for purposes of determining the low bidder meeting specifications.
H. Any award made under this solicitation does not create an exclusive .
contractual relationship. The County reserves the right to obtain the goods
or services contained in this solicitation from other sources of supply.
I. The award of this contract is subject to Ordinance No..94-166, Resolution
No. 50-96 and Ordinance 96-26 pertaining to interlocal agreement with
Broward County; which, except where federal or state law mandates to
the contrary, allow preference to be given to a local business in the amount
of one and one-half percent (1.5%) of the bid proposal price. In the case
of tie bids involving local businesses, preference will be given to the local
business having the greatest percentage of its employees that are Metro-
Dade County residents first or Broward County residents second. .
For the purposes of the applicability of this ordinance, "local business"
means the vendor has its headquarters located in Metropolitan Dade or
Broward Counties or has a place of business located in Metropolitan Dade
or Broward Counties, at which it' will produce the goods or perform the
services to be purchased.
-1.7 RIGHT OYAPPEAL
Any Bidder may protest any,recommendation for contract award or rejection of all
bids, in accordance with the procedures contained in Section 2-8.4 of the Code of
Metropolitan Dade County.
1.8 CONTRACTUAL OBLIGATIONS
A. Rule. Regulations Licensing Req�iirements .
The Bidder shall comply with all laws and regulations applicable to the
goods and/or services contained in this solicitation. Bidders are presumed
to be familiar with all Federal, State and local laws, ordinances, codes and
regulations that may in any way affect the goods. and/or services offered.
B. Conditions of Material and Packagkg
(1)
Unless otherwise specified in the Special Conditions or Technical
Specifications, all containers shall be suitable for shipment and/or
storage and comply with the County's Recycled Packaging Resolution
No. R738-92.
(2)
All goods furnished shall be fully guaranteed by the Bidder against
faciory defects and workmanship. Any defects which may occur within
the period of the. manufacturer's standard warranty shall be corrected
by the Bidder at no expense to the County. The standard
manufacturer's warranty may be superseded by the Special Conditions.
C. Subcontracting
(1)
Unless otherwise specified in this solicitation, the Bidder shall not
subcontract any portion of the work without the prior written consent
of the County. The ability to subcontract may be further limited by the
Special Conditions. Subcontracting without the prior consent of the
County may result in .termination of the contract for default.
(2)
Quarterly reporting when subcontractors are utilized: Bidders are
advised that when sub -contractors are utilized to fulfill the terms and
conditions of this contract, Dade County Resolution No. 1634-93 will
apply to this contract. This resolution requires the successful
Contractor(s) to file quarterly reports as to the amount of contract
monies received from the County and the amount that have been paid
by the Contractor directly to Black, Hispanic and Women -Owned
businesses, performing part of the contract work. Additionally, the
listed businesses are required to sign reports, verifying their
participation in the contract work and their receipt of such monies. The
requirements of this resolution shall be in addition to any other
reporting requirements by law, ordinance or administrative order.
t
8
-� 267
i
E.
F.
(H)
(3) Where sub -contracting is permitted, the Contractor shall obtain consent
of the County prior to utilizing the sub -contractor. All actions of any
sub -contractor are the sole responsibility. ofthe Contractor.
Note: This requirement is separate and independent from any
requirements that may 'be contained in the Special Conditions,
Paragraph 2.2.
Assimment
The Vendor shall not assign, transfer, or otherwise dispose of this contract,
including any rights, title or interest therein, -or their power to execute such
contract to any person, company, or corporation without the prior written
consent of the County. .
Deliv
Unlest otherwise specified in this solicitation, prices quoted shall be F.O.B.
Destination with freight included in the proposed price.
Employees Are Responsibility of Bidder
All employees of the Vendor shall be considered to be, at all times,
employees of the Bidder under its sole direction and ,not an employee or
agent of the County. The Bidder shall supply competent and physically
capable .:employees... The County. ,may require the Bidder to remove an
employee it deems unacceptable. Each employee shall wear proper
identification.
Indemnification of County-Bv Successful Bidder
The successful Bidder shall indemnify and save the County harmless from
any and all claims, liability, losses and causes of action, including but not
limited to patent and royalty infringement, which may arise out of the
fulfillment of the contract. The Vendor shall pay all claims and losses of
any nature in connection with this contract, and shall defend all suits, in
the name of the County when required -by the County, and shall pay all
costs and judgments which may result.
Protection of Prone
All existing structures, utilities, services, roads, trees, shrubbery, etc. shall
be protected against damage or interrupted services at all times by the
Vendor during the term of this contract. The Vendor shall be held
responsible for repairing or replacing property, to the satisfaction of the
County, which is damaged by reason of the Vendor's operation on County
property.
00—. Z6
9
1.9 MODIFICATION OF THE CONTRACT
The contract may be modified by unilateral action of the County or by mutual
consent, in writing, and through the issuance of a modification to the contract,
purchase order, notice of award or award sheet, as appropriate.
1.10 TERMINATION OF CONTRACT
A.
EM
Termination of Convenience
The County, at its sole discretion, may terminate this contract without
cause by providing the Bidder(s) with thirty, ( O), day advance notice.
Upon the receipt of such notice, the Bidder shall not incur any additional
costs under this contract. The County shall be liable only for reasonable
costs incurred by the Vendor(s), as determined by the County, regardless
of the method of payment required by the contract.
4
Termination for Default
The County may terminate this contract upon the failure of the Vendor to
comply with the provisions and requirements of the contract. The
County's decision not to .take action upon a failure of the Vendor to
perform shall not be construed as a waiver of the ability of the County to
take action at a later date and time. The County shall also have the ability
to place a Vendor on probation or terminate any portion of the contract.
The date of termination shall be stated in a written notice to the Vendor.
In the event the Vendor is terminated for default, the County reserves the
right to re -procure the goods or services from the next lowest responsive_
and responsible bidder or re -solicit the contract. The County may charge
the Vendor any differences in cost between the Vendor's price and the re -
awarded price and any costs associated with re -awarding or re -soliciting
this contract.
The County may also debar or suspend the vendor from conducting
business with the County, in accordance with.. appropriate County
ordinances.
10
46 (
PI
f
A
f
METR^O^LITAN DADE COUNTY 0BID NO. 5472 -4/01 -OTR
SECTION 2.0 SPECIAL CONDITIONS
EMERGENCY MEDICAL CARE VEHICLES
2.1 'PURPOSE:' TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this Invitation To Bid is to establish a contract for
the purchase of Rescue Ambulance Vehicles in conjunction with the
County's needs on an as needed when needed basis.
2.2 RACE/ETHNICITY/GENDER CONTRACT.MEASURES:
This contract includes Participation Provisions for Certified Black
Business Enterprises (BBE's) and/or Certified Hispanic Business Enter-
prises .(HBE's) and/or Certified Women Business Enterprises (WBE's) as,
indicated -in AppendixA .of this Bid/Proposal solicitation.
2.3 - PRE -BID -CONFERENCE (RECOMMENDED):
A pre-bid conference will be held on August 20, 1996 at 9:30 A.M., 111
N.W. 1st Street, 18th -Floor in conference room no. .18-3 to discuss
proposed specifications. It 'is recommended that a representative of
the firm attend in order to , become familiar with the bid
specifications.
Bidders are requested to bring this Invitation To Bid package to the
conference, as additional cop.ies may not be available.
2.4 TERM'OF CONTRACT AND PRICE ADJUSTMENTS:
This contract -shall: .commence on the:first'calendar day of the month
succeeding approval of the contract - by the Board of County
Commissioners unless otherwise stipulated in the Notice of Award
Letter which is distributed -by the County's GSA Procurement Management
Division. The contract shall remain in effect for twelve (12) months.
The County shall have the option torenew this contract for an
additional two (2) years on a year to year basis. Continuation of the
contract beyond the initial period is a County pregrogative; not a
right of the bidder. If the County and the successful bidder mutually
agree this contract may be extended for two '(2) additional years after,
the first two option years for a total of 5 years.
At the conclusion of the sixth month and twelfth month of each year of
this contract's life a price adjustments will be applied to the
acquisition price of the equipment and any requested option prices
tendered by the bidder. This price adjustment will be equal to the
percentage change of the. "Unadjusted percentage change" in the
Producer Price Index for Capital Equipment, -as it has changed from the
original implementation month of this contract to the most current
printed index available on the last day of each price adjustment point
month. At all other times the prices offered under this contract are
fixed and firm except that the bidder may offer incentive discounts
from established pricing at any time during the life of the contract.
Page 1
a
METROPOLITAN DADE COUNMY BID NO. 5472 -4/01 -OTR
2.5 Intentionally Omitted
2.6 METHOD OF AWARD FOR TWO STEP BIDDING
Bidders will submit their Proposal(s) in two (2) parts- simultaneously.
These two parts will consist of the Technical Response Section and the
Pricing Response Section of this Bid Solicitation. The two parts will
be submitted in separate .envelopes, each plainly labeled with the
Bidder's name and address, and the Section contained. The envelope
distributed to you (marked with a red dot) is to be used for the
Pricing Response Section.
1. The Technical Response Section will contain all applicable
requirements of this. Bid. Solicitation and all technical material
the Bidder is required/wants to submit as part of their -Technical
Proposal.
2. The Pricing Response Section will be submitted in the envelope
furnished with the Red Dot and must be sealed prior to submitting
this bid solicitation.
Upon the opening of this bid solicitation a Technical Section
evaluation period of approximately four (4) weeks will commence..At
the conclusion of this evaluation period all proposers will be
notified by mail of the result of that evaluation. Upon the mailing of
that notification a ten (10) day protest period will commence. Any
protests made under this provision must be in accordance with Article
1.7, Section A, or he Invitation to Bid.- Upon the conclusion of the.
protest period or the resolution of any such protests. Bidders will be.
advised of the opening date for the Pricing Response Section.
Failure to submit bids in accordance with the requirements of this bid
will result in the bid being rejected as non-responsive and the bid
will be considered.
2.7 Intentionally Omitted
2.8 Intentionally Omitted,
2. SPECIAL CONDITIONS FOR BIDDING MOBILE EQUIPMENT.
A. BIDDING EQUAL PRODUCTS, NO SUBSTITUTION COMPONENTS, MANUFACTURER'S
CATALOGUES/BROCHURES AND PRODUCT DEMONSTRATIONS:
2.9.1 Manufacturer's name, brand name and/ or model number when used in
these specifications are for the sole purpose of establishing
minimum requirements of levels of quality, standards ' of
performance and design required.. They are in no way intended to
prohibit the bidding of other manufacturer's brands of equal or
similar material, quality, design and standards of performance,
unless the wording NO SUBSTITUTION is used. When an equal or
similar product is bid, the bidder will furnish with the Bid
Proposal the factory information sheets (specifications,
brochures, etc.) that show the product meets the required
specificationp; however, the bidder may be given the opportunity
Page 2
METROPOLITAN DADE COUNTY BID N0: 5472 -4/01 -OTR
0
to submitee information sheets to the -County during the bid
evaluation period. At such time the bidder shall be given fifteen
(15) calendar days to submit the, information., Failure to meet
this requirement may result in that bid being rejected. The
County shall be sole judge of equality or similarity and its
decision shall be final.
2.9.2 When NO SUBSTITUTION is -used in combination with a manufacturer's
name, brand name, and/or model number, that named item is the only
item that will be accepted by the.County.
2.9.3 Manufacturer's standard information sheets, catalogues, brochures
and all* supporting documentation submitted must. show the product
meets the required specifications. Bids that are submitted with
standard product literature which off,er.,<:technical-data,or. product
descriptions indicating the item or product bid does not meet the
required specifications must be accompanied by a letter on ,the
bidder's company stationary identifying those differences and
describing how compliance with the. required specification`s is to
be accomplished. Failure to comply with this requirement may
result in that bids rejection for not meeting the specification's:'
* Photographs and pictures illustrations that are part of standard
product literature will not be used 'in determining product
compliance with these specifications..
2.9.4 After the Bid Proposals have -.been evaluated by the County, the low
bidder as stipulated in Section 2.6 of these specifications, may
be required to, demonstrate the equipment which has been proposed
for evaluation by .and at no cost to, the -County. The purpose of
the.. demonstration is to - observe the equipment in an _operating
environment and verify its capability, suitability, and
adaptability vis-a-vis the performance requirements stipulated in
the bid. If a demonstration is required, the County will notify,
the bidder of such in writing and will specify the date, time and
location of the demonstration. If the bidder fails to perform the
demonstration on the date stipulated in the notice, the County may
elect to reject the bidder's proposal- or to re -schedule the
demonstration, in the County's best .interest. The County shall be
the sole ' judge of theacceptability of the equipment in
conformance with the Bid Specifications and its. decision shall be
final.
2.9.5 The equipment used for the demonstration will be the same as the
manufacturer's model identified in the bidder's proposal.
Accordingly, the equipment used in the demonstration shall create
an express warranty -that the actual equipment provided by the
bidder during the contract period shall conform to the equipment
used i:n the demonstration. Should that equipment be new, not
previously demonstrated and :conform ..with all bid specifications
and requirements, the County reserves the right to purchase that
equipment. upon successful completion of the ..demonstration and
approval of the Board of County Commissioners.
• Page 3
� - 67
i
METROPOLITAN DADE COUNJO
B. EQUIPMENT FURNISHED
If NC. 5472 -4/01 -OTR
2.9.6 The equipment furnished by the bidder shall be new and the most
recent model available. Demonstrators are not acceptable. Any
optional components that are required in accordance with these Bid
Specifications shall be considered standard equipment for the
purposes of this solicitation. Any optional components that are
recommended by the vehicles' manufacturer for the application
intended must be included and will be considered standard
equipment for the purposes,of this solicitation. The application
and usage of all components, sub -components or parts must be in
accordance with their manufacturers' recommendations' as well as
the recommendations of all associated component manufacturers.
Omission of any, essential detail from these specifications does
not relieve the vendor from furnishing a complete and ready to
work unit. The silence of specifications on any point shall mean
that only the finest commercial practices of the industry shall
apply and all interpretations of Bid 'Specifications shall be so
governed. _The unit shall conform to all applicable O.S.H.A.,
State and Federal requirements and standards, and D.O.T.
regulations. All components and included craftsmanship are to be
in accordance with current S.A.E. standards and recommended
practices. The engineering, materials and workmanship shall
exhibit a high level of quality and appearance consistent with,or
exceeding the industry standards.
2. 9...:7 The equipment and features required are listed in the bid
specifications. The County may, after -delivery and acceptance of
the initial,.,_ equipment order, make changes to the required.
equipment or equipment options supplied provided; such changes are
mutually agreed between the bidder and the County, and, all
changes.' in per unit pricing are no more than the change in per
unit documentable cost to the bidder, and, that the net amount 'of,'
any such changes is no more than five (5) percent of the per unit,..
price originally bid. Bids requiring a pre -construction
conference, or, the construction and approval of a prototype unit,
will be considered in satisfaction of the initial equipment order
provision of this paragraph.
C. BIDDER STATUS
2.9.8 Bids will not be accepted for evaluation which are submitted from
sources other than the vehicle's manufacturer or fabricator, or,
an approved dealer thereof. The County may require the successful
bidder to furnish authenticating documentation of such status. At
such time the bidder shall be given fifteen (15) calendar days -to
submit the information. Failure to meet this requirement may
result in that bid being rejected.
2.9.9 When the bidder is the equipments' manufacture
an approved service facility capable of
repairs and supplying needed parts must be
Broward County. The Service facility will be
Management Divisions' review and approval.
Page 4
r or fabricator,
performing warranty
located in Dade or
subject to GSA/Fleet
METROPOLITAN DADE COUNTY NO. 5472-4/01-OTRWhen
�dder dealer
01D
the manufacturer or
the is an approved
fabricator they must be the operator of a service facility capable
of supporting the ,proposed sale and have a service facility
capable of performing warranty repairs and supplying needed parts
located in Dade or Broward County. Service -facility will be
subject to GSA/Fleet Management Division of review and approval.
D.
WARRANTY
REQUIREMENTS :
2.9.10
The successful bidder shall supply and be responsible for the
equipment's warranty. This warranty "must cover :the entire unit
and have •a minimum term from equipment acceptance 'of twelve (12)
months or 2,100 operating hours or 12,000 miles, whichever comes
first. When. equipment or component manufacturers provide a
j
warranty with coverage in excess of' that stipulated herein, that
additional coverage shall not be diminished by the requirements of
this paragraph. The administration, of, delayed in-service warranty.
"'starts, is specifically included.
2.9.11
The bidder shall be responsible for -promptly correcting any
warranted- deficiency, at. no cost to the County, at a warranty
service center that meets the criteria stated in paragraph 2.9.9
'within five calendar days after the County notified the bidder of
such deficiency verbally or in writing'. If the bidder fails to
honor the warranty fails. to corrector replace the defect
.and/or
withinthe period.: specified, the County may, at its discretion,
,.„
'
not the bidder .in writing that ,the bidder may .be..debarred as a
County bidder. and/or be subject to' contractual default if the
corrections,. replacement or repairs are ,not completed' to the
satisfaction of' --the County within five (5) ,calendar days of '
receipt of notice. If the bidder fails to satisfy, the warranty
within .the period stipulated in. the notice, the County may (a)
place -the bidder. in default of its contract, and/or (b) procure
the'products or services from another vendor and charge the bidder
for .zany additional costs that are incurred by the County for the
work or items; either through a. credit memorandum or through" -
invoicing.
2.9.12
The successful bidder and/or their local service representative
may be required to enter into an Original Equipment Manufacturer
parts and service supply agreement `at any time. during .the"•useful
life of the equipment furnished. -This maintenance support
agreement would be to supply parts,. repairs and service at the
.County's discretion. By the submission of this bid the bidder
agrees to enter into such agreement -at the County's discretion,
with parts and labor, pricing at rates no higher than industry
standard.
E.
"DELIVERY AND PAYMENT
2.9.13`•,,
All prices are to be quoted F.O.B.' destination. Deliveries are
authorized at Fleet Management located at 6800 S.W. 87th Avenue
between the hours of 8:00 A.M. and 2:00 PM. weekdays. Contact
Page 5 6 7
i
METROPOLITAN DADE COU N Y BID NO. 5472 -4/01 -OTR
Tom Blanke (305) 271-8165 forty eight*48) hours prior to
delivery.
2.9.14 Delivery is required within the number of days stated by the
bidder within the Bid Proposal. In no case may this date be later
than 330 days from the date that the County department orders the
equipment by sending a printed Purchase Order to the awarded
bidder. All deliveries are to be made in accordance with good
commercial practice. All equipment delivered must be in full
compliance with bid specifications and requirements, and must be
in excellent condition ready to work. Upon verification of
compliance with these requirements the County will accept the
delivered equipment. See paragraph 2.9.16.for delivery defected
correction requirement.
2.9.15 Upon failure to deliver the equipment in accordance with good
commercial practice, excellent ready to work condition, and full
compliance with bid specifications and requirements to the County
within the time stated by the bidder with their Bid Proposal, the
bidder shall be subject to charges for liquidation damages in the
amount of2$ 00.00 for each vehicle and every calendar day that
each unit of the equipment delivered acceptably. This charge for
liquidation damages is in addition to other remedies and timetable
requirements listed in paragraph 2.9.16 below.
2.9.16 The bidder shall be responsible for promptly correcting any
equipment delivery deficiency, at no cost to the County, within
ten calendar days after the County notifies the bidder of such
deficiency in writing. If the bidder fails to correct or replace
the defect within the period specified, the County may, at its
discretion, notify the bidder in writing that the bidder may be
debarred as a County bidder and/or be subject to contractual
default if the corrections are not compketed to the satisfaction
of the County within ten (10) calendar days of receipt of notice.
If the bidder fails to satisfy the delivery requirements within
the period stipulated in the notice, the County may (a) place the
bidder in default of its contract, and/or (b) procure'the.products
or services from another vendor and charge the bidder for any
additional costs that are incurred by the County either through a
credit memorandum or through invoicing.
2.9.17 The County shall issue payment within twenty (20) days after
completion of items A. and B. below:*
A. The delivered unit is successfully inspected for compliance
with all specifications and requirements and is accepted
(including delivery of the required manuals).
B. All documentation described in the Purchase Order has been
received as stipulated therein..
F. PARTS, REPAIRS AND TRAINING MANUALS
2.9.18 The successful bidder shall supply the County with a minimum of
c
Page 6
7
METROPOLITAN DADE COUNTY BID NO. 5 -4724/01 -OTR
six (6) e a comprehensive training maaMal which describe the
appropriate use' of the equipment purchased, and, a"comprehensive
repairs and parts manuals which identify the component parts and which.
describe, the appropriate process for "repairing the equipment
purchased. • Additionally, six.(6) wiring schematics that identify the
location off, electrical components on the vehicle.v~
G. PRE-CONSTRUCTIOR CONFERENCE:
2.9.19. The successful bidder shall be required to conduct a
Pre -Construction ,Conference ' for .five (5) County officials
_
designated to represent the" County prior to the manufacturing or
assembly of,. the equipment whichis "specified in this bid
solicitation. The bidder, may, select .the location of this
Pre -Construction Conference subject to con currence.,by, :the•==County.
Any costs incurred by these County officials fn conjunction with
a
the Pre-Construction.Conference will be bourne by the County.
2.11.
INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER
The successful. � bidder -shall indemnify 'and. save the County' harmless
-from any and al:l claims, liability, losses and causes of action which
may arise out -of the fulfillment .of the contract. The°bidder shall
pay all claims and losses of any -nature whatever. in connection
therewith, and shall defend all suits, in the name of the County when,
"
applicable, and shall pay all costs and judgments which may issue
thereon.
2.12
Intentionally Omitted
2.13
Intentionally• Omitted
2.14
Intentionally Omitted
2.15
Intentionally Omitted
2.16
Intentionally Omitted
2.17
Intent"ionally Omitted
2.18 Intentionally Omitted
2.19 Intentionally Omitted
2.20 CONTACT PERSONS:
For :any additional 'information regarding the specifications and
requirements of this contract, Contact: J: Carlos Plasencia at (305)
375-1084.
i
METROPOLITAN DADE COUNMY BID NC. S47? -4/01 -OTR
0 0
SECTION 3.0 TECHNICAL SPECIFICATIONS
EMERGENCY MEDICAL CARE VEHICLES
DESIGN:
Modular Type I walk-through with a minimum interior module
height of six (6) feet and a maximum clearance height of nine
(9) feet four (4) inches meeting 1°Federal Specification for
Ambulance #KKK -A -1822D" (LATEST EDITION) Class 1, floor plan
"A", and the requirements of the the Metro -Dade Fire
Department as contained herein.
In those areas where the Dade County SpecifIcation..conflicts
with the Federal Specification, the Dade County requirements
will prevail.
Refer to the attached conceptual drawings for approximate
dimensions and design configurations.
3.1 CAB '
3.1.1 Freightliner FL 60, extended cab (no substitute)
3.1.2 A third seat in the cab, Zico fold -down type' shall be mounted
on an approved track system. This seat will slide out of the
way in order to travel from the cab ; to the patient.
compartment. The seat shall slide_ into a pocket on the„
curbside of the rear wall of the- extended cab. The entire' seat
assembly shall lock in both the stored and in service
positions. A three point seat belt shall be provided and
installed for the flip up seat.
3.1.3._:
The extended.:cab shall have an exterior compartment on theµ M`
street side (Extended cab #1). This compartment shall be
approximately 484 x 21"W x 27"D. There shall be a Robinson
(no substitute) roll -up door on .the:.exterior and the interior
of. this compartment. Two (2) coat hooks shall be mounted in
the compartment. The exact dimension .shall be determined at
the pre -construction conference.
3.1.4 The curbside of the extended cab shall have an interior
storage cabinet for the storage of paper supplies/(Extended
cab #2). The approximate size of the compartment is 274 x
28"W x 23"D. The exact dimension shall be determined at the
pre -construction conference.
3.1.5 A four (4) slot diagonal organizer approximately 15"W X 204
shall be mounted on the rear wall of the extended cab over the
storage cabinet. The exact dimension shall be determined at
the pre -construction conference.
Page 8
lu
MPTROPOLITAN
DADE COUNTY ID NO.,5472-4101-OTR
3.2
CHASSIS
3.2.1
DIMENSIONS.,
The cab/chassis shall have a wheel base that is approved by
Freightliner for this application.
3.2:1.1
The rear axle shall have a ratio to provide positive
gradeability to 70 MPH.
.3-.2.1.2
The rear axle shall have dual wheels and 245/70R x 19.5 tires.
3.2.1.3
The front axle shall have wheels -and 245/70R x 19.5 tires.
3.2.2
FACTORY.OPTIONS
The following factory.options shall be provided on the cab
and chassis:
3.2.2.1-
Rear air suspension with two (2) leveling dump valves.
3.2.2.2
One matching, mounted and balanced spare tire and wheel, not
mounted on the vehicle (245/70R x 19.5)
3.2.2.,31
Tilting And telescopic steering wheel.
.3.2.2.4-
Automatic. reset circuit breakers.
3.2.2.5
-,Four wheel air disc brakes with anti*lodk system. -
3.2.2.61
Low oil pressure, high coolant temperature warning light and
buzzer.
3.2.2.7,.-
Challenger 310 Amp alternator (no substitute)':sh:all,.be
provided. 7
3.2.2.8.
Intermittent windshield wipers with wet am windshield
washers.
3.2.2.9
Halogen headlights.
3.2.2.10
230 hp B 5.9 Turbo charged in-line 6 'cylinder Cummins engine.
3.2.2.11
A dash mountedaircleaner restriction indicator.
3.2.2.12
All cooling system and heater hoses,'shal'l be silicone with
appropriate stainless steel clamps.
3.2.2.13
Allison World Mb 3060 PR six speed automatic transmission with
output retarder. The output retarder. shall be 'programmed in
the performance mode.- Submit with the bid proposal. an
unflagged SCAAN printout verifing the performance of the
Allison MD -3060 -PR Transmission with the critera listed below:''
Page 9
u— L
0 11 9. 1-
7 .,
- 6
G
METROPOLITAN DADE COU Y of 171ounds. BID NO. 5472 -4/01 -OTR
1. Use a fully loaded gvw P
2. Actual rear axle bid.
3. Frontal area of 72 square feet.
4. Clutch fan, air compressor,.power steering, air
conditioning and the alternator are engaged.
5. A drive line efficiency of 94.74%, a tyraction limit
limit coefficient of .7000, a road factor of 1.000,
an air resistance coefficient of .8000 and the
transmission and tires specified. Use six (6) tires
on the ground and the drive axle weight (rounded to
an even thousand) shown om- the f ul l,y loaded weight.
3.2.2.14 Seventy five (75) gallon capacity fueltank on the passenger
side not extending beyond the rear of the cab.
3.2.2.15 "Tow hooks, two (2) front and two (2) rear tow eyes shall be
mounted to frame rails
3.2.2.16 Manual.door window operators.
3.2.2.17 Driver's convenience group..
3.2.2.18_ Custom interior trim..
3.2.2.19 Engine hour meter integral -'with tachometer.
3.2.2.20 Automatic transmission oil temperature gauge..
3.2;:2.21 Steel disc wheels (Budd type).
3.2.2.22 Racor fuel filter/water separator with heater, sight glass, 30'-'"
micron filter and dash mounted drain indicator light. The.
filter shall meet the engine manufacturers' recommendations.
3.2.2.23 The vehicle shall be equipped -with factory air conditioning
with cooling package and heavy-duty "down flow" radiator.
3.2.2.24 The heater shall be the manufacturer's standard with brass 1/4
turn cut-off valves located in the engine compartment.
3.2.3 ADDITIONAL FEATURES
The following additional features shall be provided:
3.2.3.1 A 12 volt D.C. clock with hour, minute & seconds displayed
constantly. The clock is to be wired straight to the battery
and mounted in a location to be determined at the
pre -construction conference.
3.2.3.2 Brass heater hose hardware..
Pae 10 )
Page 0— %oaf
13
METROPOLITAN DACE COUNTY ID NO. 5472-4/01=OTR
3.2.3.3 Three oplete sets of keys.
3.2.3.4 Barrier type air conditioner output hoses.
3.2.3.5 The side windows and a three inch strip across the top of the
windshield shall be tinted with 3M Scotchshield .#SH435NEARL
50%.neutral gray film .(no substitute).
3.2.3.6 "Vanner" model #73-46 (no substitute) engine.high-idle speed
control -or an equal
3.2.3.7' "Monsanto Rain Guard: mu& flaps #MDF -4321 (no substitute) for
the rear wheels that just clear the ground with the air bags
deflated. -
3.2.3.8 One "Little Light" model #L-5/12.(no substitute) flexible neck
map light with red lens and rheostat switch. Mounting location
to be determined at the pre -construction conference.
3.2.3.9 A.D.O.T. approved back-up alarm.
3.2.3.10 Full rubber floor mat in -the cab.
3.2.3.11 Two (2) high back air -ride Bostrom seats #910 (no substitute)
with three point seat belts.:
3.2.3.12
Provide closed cell insulation in the cab to limit sound
levels to a maximum of 82 db.
3.2.3.13
The exhaust pipe is to terminate on the driver's side just in
front of the rear wheel, angled down and back' at' approximately
forty-five degrees. The pipe should extend no more than one
.inch out from the body.
3.2.3.14
Provide and install a "Purair UV Germicidal System" (no
substitute) Model #EMS -500 UV -1 do in the patient compartment.
The exact location to'be determined at the pre -construction
conference.
3.2.3.15
Vogel (no substitute) centralized -chassis lubricating system
#KFK-3 sha11 be provided, installed and' fully operational.
3.2.3.16
Cab doors, exterior compartment doors, and the patient
compartment entry doors shall have -electric door locks. There
shall be four (4) controllers for the locks.
3.3 .
MODULE BODY CONSTRUCTION
The body shall be 160 inches i'n length, constructed of 1/4
inch 6061-T6 structural aluminum extrusions, 6063-T-5 2" x 2"
tubing, aluminum castings, and 5052-H32 aluminum .125 sheet.
Structure assembly and sheet mounting shall be accomplished by
3 inch skip welding. All butt welds shall be continuous on at.
'x
least three sides (example 6.inches of weld minimum on 2" 2"
square tubing.. Sheeting must be securely bonded to all {
L]
e
METROPOLITAN DADE COUN Y BID "10. 5472 -4/01 -OTR
structu a components that it co
a in contact with.
Compartment seems shall be completely welded to provide
structurally strong watertight compartments. Maximum
substructure spacing shall be 12 inches center to center.
Non-toxic closed cell foam insulation shall fill all the
hollow areas between all structural members in walls, floor,
and ceiling of the body. The closed `.cell foam shall be covered
with 1/4" Reflextex foam. The wheel wells shall be lined with
lead lined foam to minimize road noise. There shall be a walk
through between the cab and patient compartment; A rubber
bellows shall join the cab and body.. The interior of the
walkway shall be finished to match the cab interior.
3.3.1 ROOF
The roof shall be arched 1 1/2" to 2" to increase strength and
prevent the pooling of water.
3.3.1.1 One single piece of 1/8" sheeting shall cover the roof.-'
3.3.2 CORNER CAP
Cast aluminum top caps shall be provided which interlock with
the roof..and vertical support.structures.
3.3:3, FASTENERS
Threaded fasteners shall be stainless steel, _Non--th__readed
fasteners may be stainless steel or aluminum.
r
3.3.3 1 WhereY�r possible.through.bolting- shall be used
it .. 'S ., i
3.3.3.2 One half inch (1/2") thick metal tapping plates shall be
welded. to;,.. the body . or, ;framing' when . mounting equipment,
benches, brackets, part itions,;.cabinet.s:.etc.
3.3.2.3 Self -tapping fasteners shall not be used except wh6n necessary
for securing trim,: .moldi.ngs, scuff plates, and lighting
fixtures.
3.3.4„ RUB RAIL
A black hard rubber rub rail shall be provided at the lower
edge of the body on both sides.
3.3.4.1 The rub'rail shall be constructed of "Tech Sales Engineering"
part #TSE -7344 (2 1/4" X 2" X 1" drometer-70) (no substitute)
mounted in a stainless steel "U" shaped channel, pop -riveted
to the body at six (6) inch intervals. A 1/8" thick rubber
washer shall be used at each fastener between the body and the
stainless channel.
Page 12.
0 IN 06b"t
-8
METROPOLITAN DADE COUNTY ID NO. 5472 -4/01 -OTR
3.3.5 -TRIM RAIL
A black hard rubber' trim rail shall be mounted along the
module sides with pop -rivets at 6 inch intervals to prevent
damage from adjacent vehicle doors. The trim rail
configuration shall be approved -'.at the pre -construction
conference.
:3:3.6 ...FENDERS
Black curved rubber fender extensions shall be -provided over
the rear wheels.
3.3.7
-DRIP RAILS
3.3.7.1
Extruded aluminum drip•rails of sufficient depth to protect
upper compartment joints from water shall be provided over all
doors.
3.3.7.2
Drip rails shall be.continuous over adjacent compartments and
doors.
3.3.7.3
Drip rails shall be mounted on a marine quality, non-hardening`1'..
bedding compound and he fastened by pop -rivets a 6 vnch`•
intervals.
3.3.8 - .:.
DOORS -ALL :.
Exterior doors shall be full pan, flush mount construction
using .125" aluminum face skin 'with 'an' inner pan of channel':
construction. (See attached brawings)
Alli -doors shall be lockable from the -exterior with..a "Hurd"
#1250 cylinder (no substitute).`
3.3.8.2 .:
Easy access to .the lock body shall be 'provided by'a'removable`"
panel on the interior of the. door.
3.3:8.3
Doors shall be attached to the body with.slotted stainless
steel piano hinges with a minimum pin diameter of 1/4 inch.
The hinge mounting shall permit in field horizontal and
vertical adjustment."
3.3.8.4
Hinges shall be attached to the door and frame'with stainless.
steel bolts.
3.3.8.5
Hinge pins shall be staked at both ends.
3.3.8.6 .
Triple ribbed, closed cell foam gaskets shall be secured
around the entire perimeter of each door and on the body
frames where the doors make contact, to provide a double
sealing system.
{
Page 13
i
METROPOLITAN DADE COU BIO NO. 5472 -4/01 -OTR
3.3.8.6.1 Gaskets shall be secured by applying 3M weather stripping
adhesive #08001 (no substitutions) to the entire surface of
the gasket back and the surface to which it is being applied.
3.3.8.8
Alternate floor construction methods will be considered upon
written request and presentation of a working model prior to
the Pre -Bid Conference only.
3.3.8.9
Compartment doors shall be latched with Eberhard #M--206 (no
substitute) slam latches mounted in the inner pan channel.
3.3.8.10
Latches shall be activated by a 6 inch stainless steel bent
"D" ring handle. The street side "D" ring handles shall
operate with a left turn and the curb side "V.,,:;ring.,handles
shall operate with a right turn.
3.3.8.11
A11 exterior compartment doors shall be equipped with
Cleveland #2395 -AA (no substitute) closure devices.
3.3.8.12
Side entry doors shall be equipped with "Hansen" #430000547
(no substitute) closure devices with heavy duty springs.
3.3.9
EXTERIOR COMPARTMENTS
;,...,
Note: Please submit a list of actual dimensions being proposed
3.3.9:5
Exterior compartments shall be located per the attached
drawings.
3.3.9.5.1
Exterior compartment #1 shall be located street side front.
Approximate .interior dimensions 84"h x 21"w x 20"d One. (1)
internal divider 10.5 inches from the front wall with one (1)
shelf 20 inches from the compartment floor. There shall be a
second shelf the full width of the compartment approximately ,.
.48" above the floor. The top section of compartment shall have"'
inside and outside access. One (1) vertical sliding tool
board, with mounting brackets for SCUBA shall be mounted in
the 25" space between the two shelves. Two (2) Zico or equal
brackets shall 'be provided and installed in compartment on'
sliding tool board.
A "M" cylinder bracket shall be mounted in.rear half of
compartment #1. Two (2) aluminum "M" oxygen cylinders shall be
provided, one. (1) mounted in the bracket and one (1) shipped
loose in the vehicle.
3.3.9.5.2 Exterior compartment #2, located street side forward of wheel
well. Approximate interior dimensions: 4111h x 5011w x 20"d.
Roll out trays: two (2) in bottom of compartment. The two (2)
trays shall be mounted on top of each other and be full width
of the compartment. The top tray shall have mounting brackets
for "Hurst" power unit and "Hurst" JL -27 spreader. A divider.
shall be placed eighteen inches from the front wall of this
tray. One (1) slide out/tilt down tray shall be mounted in the
{
Page 14 2 M�,
i
METROP^!iTAN
DADE COUNTY 91D NC. 547.2--4/01-OTR
top of9ompartment. This tray shall full width and .full
depth,
3.3.9.5.3
Exterior compartment..#3 located above wheelwel•1 street side.
Shall be a drawer with approximate interior dimensions of 10"h
I 40'W x 19"d.
3.3.9:5.4
Exterior compartment #4 located street side rear of wheels.
Approximate interior dimensions: 30"h x 33% x 19"d. Three (3)
Zico SCBA brackets shall be provided and -installed in
compartment #4.
3.3.9.5.5
Exterior compartment#5 located rear kick plate compartment.
Approximate interior dimensions: Full width between the frame
rails and as deep.and high as possible...,,
3.3.9.6
'Exterior compartment #6 located curbside rear. Approximate
interior dimensions: 84"h x 1711w x 19"d. One (1) divider
centered in compartment. Two (2) adjustable shelves forward of
divider.
3.3.9:7
Exterior- compartment #7 located curbside behind wheelwell.
Approximate interior dimensions: 20"h x 16% x 1911d.
3.3.9:8
Exterior compartment #8 located,.curbside-above the wheel wetl
shall' be a drawer with approximate interior dimensions of 10"h
x 68% x 19"d.
3.3.9.9..
Exterior compartment #9 located curbside in front of entry
..door.., The 'compartment shall have:, three (3) adjustable shelves:'
Approximate. interior dimensions: T30% x 27"d- x 62"h. There
shall be a Robinson (no substitute) roll -up door for access to
compartment #9 from the patient compartment.•
3.3.9;10
Seven (7) "Buddy System" Model #FD -2 or equal cylinder
mounting fixtures shall be mounted at. locations to be
determined at the pre -construction conference.
3.3.9.11.
All interior surfaces, shelves and trays in exterior
compartments shall be finished in "Line -Ex" #XS -350 (nod
substitute). Color to be determineat pre -construction -
'conference.
3.3.9.12
The,floors and bottoms of`trays in exterior compartments shall
be covered with Turtle Tile or equal.
3.3.10
DOORS
3.3.10.11
The curbside entry door shall be forward hinged with an
approximate opening clearance of. 30 inches wide 'x 77 inches
high.
Latching shall be accomplished with Eberhard (no substitute)
-,series 400 rotary latches and Nader pins, actuated on' the
exterior by an Eberhard (no substitute) paddle handle, {
Page 15
00 %67
a
METROPOLITAN DADE COU Tv BIC NO. 5:72 -41101 -OTR
#25-49 -SS51 and the interior by 4o recessed, manually
lockable (without a key per FMVSS) device.
3.3.10.2 The interior door skin shall be attached with aluminum
pop -rivets at 6 inch intervals.
3.3.11 REAR LOADING DOORS
The two (2) rear doors shall provide a clear opening of
approximately 70 inches high by 47 inches wide combined. The
maximum load height shall be 30 inches.
3.3.11.1 A full length double gasket seal shall be provided where the
two doors meet.
3.3.11.2 The street side door shall close first and provide the jamb
face, gasket and latch striker for the curb side door to close
upon.
3.3.11.3 'The curb side door shall provide the outermost seal at the
contact edge with the street side door.
3.3.11.4 Latching shall be accomplished with Eberhard (no substitute)
series 400 rotary latches and Nader'"pi`ns, actuated on the
exterior by an... Eberhard . (no substitute) paddle handle
#25-4975-SS51 and the interior by a recessed, manually
lockable (without a key per FMVSS) device.
3.3.11.5 CPI grabber type hold open devices shall be'inounted on each
door at a location that will preclude the door from contacting
other components (lights, drip rails
3.3.11.;6 A stainless steel threshold shall be installed in the rear
entry door.
3.3,...11.7- A sturdy folding -style -rear step/bumper`with'end skid plates
shall be installed in the rear bumper per KKK -A -1822-D, #3.9.6
and 3.15.3-21. The design of -which will be approved at the ,
pre -construction conference-. The folding part of 'the step must
stay in the up position when put there..
3.3.12 WINDOWS
3.3.12.1 Six tempered safety glass -windows shall be provided (glass
shall meet current D.O.T. specifications) as follows:
3.3.12.2 Each entry door shall contain a 17 1/2" x 17 3/4" two piece
horizontally sliding window with exterior screen mounted. in
aluminum extrusions in the upper quadrant. Exact location to
be determined at pre -construction conference.
3.3.12.3 Each entry door shall contain a 17 1/2" x 12 1/2" fixed window
mounted in aluminum extrusions in the lower quadrant. Exact
location to be determined at pre -construction conference.
c
Page 16
i
METROPOLITAN
DADE COUNT" ID NO. 54/4-4/01 OTR
3.3.12.4
All wijas shall be tinted with 3M Sco shield #SH345NEARL
50% Neutral gray film (no substitute).
3..3.13.
FLOOR .
3.3.13.1
A floor capable of withstanding a.distributed load of at least
'150 p.s.i. shall extend .the full length and .'width of the
patient compartment. All structural butt welds shall be
continuous on at- least three sides with 6 inches of weld
minimum.
.3.3.13.2
An aluminum moisture shield of not' less than :50" shall seal
the interior from the elements.
3.3.13.3
A layer of 3/4 inch seven (7) ply marine g.rade-pl.ywood..shall
be securely fastened ..to the structural framing on top of the
moisture.shield:
3.3.13.4
Special reinforcement plates shall be through bolted per AMD .-
'standard #004 for anchoring' the ambulance cot mounting'
hardware.
3.3.13.5
Finish floor covering shall be seamless', one piece,
bacteriostatic, 11"Marley"" safety' flooring, or approved equal
.
applied the full length and width of the module ,floor and
extending.3 inches.up the adjacent,wal,ls.
3.3.13.6
A one inch (1") cove molding strip shall back the areas where
the finish floor makes 90 degree transitions.'
:3.3.14
BODY MODULE MOUNTING
The modular body shall.be. mounted to the chassis incorporating'
an .outrigger system with rubber isolation mounting "doughnuts"
that will. -allow the body' and ,the cab to flex together,
maintain minimum floor height, and isolate the body from. .road
vibration..
•3:3.14.1.
-,Mounting shall be accomplished in a manner that will not -void'
the chassis warranty.
3.3.14.2
The body module shall be attached to the chassis frame with a
minimum of a ight'(8).grade "eight", bolts.
3.3.14.3
A ten (10") inch black-accordiah bellows Star Class (no
substitute) #ED'5388 shall .be provided between the cab and
body.
3.3.15.
INTERIOR CABINETRY
The storage cabinets shall be constructed of 3/4 inch exterior_
grade plywood. The cabinets shall 'be covered on all surfaces
with plastic laminate. All street side interior compartments'
shall have a minimum of 18.25 inches. of usable depth (see
attached c?nceptual.drawings).
Page 17
{�y�j yp��,er
i
MFTQnpnlTTAN DADS COUY BID NO. 5472-4/01-OTP
3.3.15.1 The cab ets shall have 1/4" clear plexQlass sliding doors.
3.3.15.2 To better facilitate cleaning and restocking of the cabinets
the plexi -glass doors shall be in 'a frame that swings up on a
stainless steel piano hinge. This frame opening shall be the
size of the interior compartments and shall have gas shocks to
stay open and positive lock closed.
3.3.15.3 Adjustable shelves with an infinite adjustment system shall be
provided in all interior cabinets.
3.3.15.4 There shall be an attendant seat against the street side-wall.
When sitting in this seat the left leg -of the attendant shall
be even with the pivot point of the stretcher when the patient
is raised to the sitting position. One set of seat bel-ts shall
be provided and installed for this attendant seat.
3.3.15.5
3.3:15.6
The back rest for the. attendant seat shall be hinged to the
wall so it can be .folded down and make a continuous shelf with
the action area. The back of the back rest shall be finished
in stainless steel the 'same as the "Action Area".
The'"Action Area" shall be finished with stainless steel
sheeting and contoured to facilitate cleaning. The action area
shall have a stainless steel backsplash all the way up to the _
underside of the interior cabinets. The backsplash shall be `.
one piece with the action area.
The 'squad bench seat/lid shall be fitted with cup brackets for
mounting a ""Ferno Washington" Model 11 stretcher.
3.3.15.7.1 The squad bench seat/lid shall be hinged with a full length
piano hinge with 1/4" pin. The seat/lid shall be latched both'
in -the opened and -closed position.
3.3.15..7.2 A "Sharps" disposal box and access door incorporating a one -
hand operation design shall be provided in the left front
section of"the squad bench.
3.3.15.7.3 The squad bench shall be 18 inches high.
3.3.15.7.4 Three (3) sets of seat belts shall be provided and installed
on the squad bench.
3.3.15.8 There shall be a rear facing, pedestal mounted, attendant seat
at the forward left corner of the patient area. It shall
adjust back and forth six inches on the pedestal and have lap
seat belt. This attendant seat shall rotate 180 degrees
towards the curb side entry door.
3.3.15.9 A radio console shall be mounted in the cab to hold two (2)
Fire Department radios. This console shall be ventilated in
order to cool the radios.
Page 18
f
7
4
METROPOLITAN
DADE COI W&Y D NO. 5472=4/01 -Gin
3.3.15..10
Successful bidder shall supply all -the interior cabinets with.
Adapto p.lastic bins.
3.3._15.11
A locking .controlled drug box `shall be provided, and installed
in the patient compartment. The approximate dimensions of the
box are 10"1 x 1011w x 4"d. This drug box is to be keyed with a.
'Mill.ion Key Locks". (no substitute) lock. All drug boxes are
to be keyed differently. -.The exact location .of box to be,
determined at the pre -construction conference..
3.3.16
ELECTRICAL SYSTEM
In addition to the electrical system requirement's of..
KKK° -A -1822D, section 3.7, .:the following, criteria shall be
satisfied:
3.3.16.1
Wiring shall be "Dupont.Hypolon Crosslink" or equal SAE. -grade
SXL type wire conforming,to SAE J1128.
3.3.16.1.1
All wires sha11 be color coded, and have the circuit number
and- function, heat stamped into the. insulation. This stamp:.
shal'1 repeat every.six inches.
3.3.16.1.2'
A solid state electrical management system shall,be provided,
"Wired Right" or "CLASS V. systems, are acceptable. This system
..shall be accessible from an exterior compartment on the street
side of the unit (electrical compartment):.This-, door shall be;}
keyed alike on. all, .trucks and the key shal l be,, di fferent from
the* rest of the compartments.
3.3.,16 1.3
All wiring shall be run point to point with no intermediate
connections (ei., terminal. blocks,.. crimped -or soldered
connections).
3.3.16.2
"Four (4) group 31 950 CCA batteries shall be supplied in place V
of the batteries supplied by Freightliner. Corporation. For
ease of maintenance 'they 'shall be :mounted on "Grant" rollers.
in a corrosion proof tray under the cab on the left side. -The
tray shall have a positive locking mechanism to hold,it in the'
closed position. The, running .board/step shall be mounted to
this tray so the whole assembly rol.ls.
3.3.16.3
A Pollack (no substitute) on-off switch shall be used to
Isolate_ the batteries from all, circuits except those
specifically noted,,to be energized all of the time. This
switch shall be located i.n the can in easy reach of the driver.
3.3.16.4
All electrical system components and wiring shall be easily
accessible for repair - and replacement:
3.3.16.5
Electrical components shall. be selected to minimize current
consumption.
i
Page 19 _ 3.1
a
METROPOLITAN DADc CDU BID N0. 5472 -4/01 -OTR
3.3.16.6 There shall be a Vanner BRC -12-1800 (no substitute) 1800
watt/80 amp. inverter/ charger wired directly to the batteries.
When plugged into shorepower it will charge the batteries.
When unplugged from shorepower it will, when- turned on, make
the shoreline receptacles 110 volt.
3.3.16.7 All components that produce radio frequency interference
(R.F.I.) shall be shielded, filtered or suppressed to comply
with the maximum allowable limits of "SAE J551".
3.3.16.8 Switches shall be "Carling" with silver.cadmium oxide contacts
with internal indicator lights or equal.
3.3.16.9 Switches, switch labels, and gauges shall be back lighted.
3.3.16.10 Batteries shall be connected with crimped, solder dipped
terminals and #000 (minimum) stranded copper cable routed over
the frame members and supported to prevent chaffing.
3.3.16.11 The vo4tage meter shall be "T.S.D.", (no.substitute).
3.3.16.12 Exterior compartment lights shall be flush mounted and
parallel wired for independent operation.
3.3.16.13 Three RG -58 coaxial cables shall be routed to 3/8 inch roof
antenna sites from cab control console and the action area.
3.3.16..14 Two (2) two inch (21') flashing red "Door Ajar" warning lights
shall be provided in the cab. One for the exterior compartment
doors and one for the entry doors.
3.3.16.15 A control console shall be provided in.the cab to control
warning devices, lighting, heating, and air-conditioning.
3.3.16.16_,-; A panel shall be provided in the action area to control the -
air exhaust system, left and right dome lights, action area
lights, suction and fans.
3.3.16.17 Exterior clearance lamps shall be Trucklite 19002R and 19002Y
(no substitute)
3.3.16.18 All circuits with a load over 5 Amps shall be ground switched
and relay controlled.
3.3.16.19 Electrical components shall not be mounted under the cab hood.
3.3.16.20 Circuit safety interruption shall be accomplished through
terminal blocks that will accept automotive plug-in fuses, and
manually resetable circuit breakers.
3.3.16.21
3.3.16.22
t
All vehicles shall be wired identically.
All emergency lighting and warning devices shall be controlled
through a circuit sequencer.
Page 20
00— 267
METROPOLITAN DADE COUNTY �I0 NC...'5472-4/01-OTR
3.3.16.23 Two (210 volt duplex -house receptacles shall be provided in
the ALS compartment #9. One (1) on the forward wall .1/3 down
from the top and one (1) on the forward wall 1/3 up from the
bottom.
3.3:16.24 One (1) 110 volt duplex house receptacle shall be provided in
the action area.
3.3:16.25 A 20 amp Kussmal #WP -20 (no substitute) auto eject shall be
provided on the front left of the body for 'shorepower. The
exact location will be determined at the pre -construction
conference.
3.3.16.26 All 110 volt receptacles shall be wired to the shoreline power
and the'onboard inverter.
3.3.17 EMERGENCY LIGHTING
Emergency lighting as stipulated in items 3.3.17.1 thru"
3.3.17.10 shall be positioned during the pre -construction
confereflce consisting of the following:
3.3.17.1 Two (2) federal View Point pod model #FV 2250 (no substitute)
on the cab .roof.
3.3.17.2, Two. Whelen 81OS (no substitute) with flange one (1) red and
one (1) clear shall be provided on the cab grille.
3.3.17.3 : Four (4).Whelen'508S (no:substitute) with flanges shall be:r
provided ,for intersection lights. Two (2) red and two (2)
clear.
3.-3.17.4:.- Eight (8) Whelen 810H (no substitute) six (6) red and two. -(2)
amber.
3.3.17.5 Three (3) Whelen 810S (no,substitute) two (2) red `and one
front. center amber.
"3.3.17.6
3.3.17.7
3.3.17.8
3.3.17.9
3.3.17.10
An "ETM" .(no substitute) wig wag headlight flasher system.
A Collins model #CL 12 (no substitute) hand held spot light
with momentary switch shall be hard wired in the right front
seat area. This, light shall hang on an automatic positive
locking hook..
One (1) Whelen USP -188C (no substitute) and one (1) USP -52C
(no substitute) shall be provided.
Four (4) Whelen 810 H "Opti -Scene" (no substitute) two (2)
each side with clear lenses..
Two (2) Whelen '508H-26 degree (no substitute) on rear for
load, back-up and scene lights.
Page 21
i
METROPOLITAN
DADE COU
6
BID NO. 5472 -4/01 -OTR
3.3.18
PATIENT COMPARTMENT ILLUMINATION
3.3.18.1
Two banks of four "dual -density" halogen
lights shall be
recessed in the patient compartment
headliner (four over the
primary patient are and four over the
squad bench), controlled
by a "double throw" rocker switch in
the action area console.
The second light from the front in
the left row of lights
shall be in an amiable high intensity
spot light.
3.3.18.2
A "Xantec" 1211.(no substitute) 12 volt
fluorescent light
shall be provided in the action area.
3.3.18.3
Two step -well lights shall be provided
for the rear entry
doors and one for the curb -side entry
door:
i
3 3.19.
3.3.19.1
Note: All step -well lights shall be illuminated when any of
the three doors are opened.
LOADING DOOR WIRING
The rear loading lights shall be activated by an automatic
rear , l door switch, a.switch in the cab control console, and
.when the vehicle is shifted to reverse gear.. .
An automatic resetting switch shall be positioned to the
inside right of the right door to deactivate the automatic
door switch.: This.switch:..shall not affect the back-up ,light
operation.
A switch to.control. the rear air bag suspension system shall
be positioned in the door .frame structure in a manner that
will permit deflation upon. demand and automatically actuate
the.inflation cycle when the left -rear door, is closed.
OXYGEN AND SUCTION SYSTEMS
In addition to the requirements of KKK -1822-D, section 3.12,
the following shall be provided: -
Three (3) "NCG" self sealing outlets; one each in the action
area, over the patient cot, and forward curb -side wall of the
squad bench.
3.3.20.2 Two (2) oxygen flow meters shall be provided and installed in
the outlets. The system shall be pressured and flow checked.
3.2.20.3 Two aluminum "M" cylinders (one mounted in compartment #1, one
shipped.loose).
3.2.20.4 One "Rico R/S 4" 12 volt powered aspirator (no substitute)
with a "NCG" quick connect vacuum outlet with check valve
shall be provided in the action area.
f
Page 22
0- . 26
A
METROPOLITAN RADE`COukiiY ID NUO. 5472-4/Oi-OTR
3.2.20.5 Oxygen hoses shall.be ,run in.conduit to facilitate in -field
replacement.
t
3.2.21 ENVIRONMENTAL SYSTEMS
In addition to the general requirements of KKK -4-1822D,
section 3:13; The vehicle shall be equipped with a complete
climate environmental system which will supply and maintain
clean air conditions and a comfortable level -of inside
temperature in both, driver and patient compartments. The
various systems•for heating, ventilating, and air conditioning
must be .separate, which shall permit independent control of
the environment in each compartment. The ambulance shall be
equipped with :heating, ventilating and--` °air-° ,,condi'ti oni ng
systems that can be made to collectively operate using
recirculated air and ambient air and shall be capable of
maintaining interior temperature within the established
_comfort zone of 68 .degrees Fahrenheit, to. 78 degrees
Fahrenheit, when operated between. 8 degrees to 95 degrees
Fahrenheit ambient. The air systems shall be high volume
capacity with low velocity delivery for minimudraft
circulation while providing a posim tive pressure within each
closed compartment. Positive pressure may be attained through
the fresh air ventilation system either apart from, or as an
integral part of either the air conditioning system, or in
combination of. all three. Environmental system components
shall be readily accessible for servicing at the installed
location(s)'. Connectinghoses for.. heating `and the air
conditioning system shall be supported by. rubber insulated
metal clamping devices at `least every 12 inches. The driver
and patient compartment environments .shall not in any way be
dependent upon each other.
3.2.21.1 The driver's compartment shall be furnished with a hot water;;
fresh air high capacity, heavy-duty heater, with dual
defrosters, and dehumidifying air condition system. Systems
shall provide outside air and variable mixtures as desired,
circulating conditioned air through the compartment in
compliance with the environmental criteria specified herein.
3.3.21.2,, The°patient compartment shall'be heated, ventilated, and air
conditioned to comply with the criteria specified herein. The
air flow selector switch shall provide a high, medium and low
setting. This switch shall be a .common switch for both the
heater -and the *air conditioner.` These environmental control
switches shall be immediately accessible to the attendant
while seated�in' -the' primary attendant seat located at the head
of the primary patient., Systems that require the attendant to
leave this seat or unbuckle the seat belt are unsafe and
therefore not acceptable.
3.3.21..3. ''A Hoseline (no substitute) #UNT=4191 shall be provided with an
.under truck auxiliary condenser unit #CND 4191 (no
i substitute). The air.conditioner shall be located near.the .
Page 23
CO.
i
METROPOLITAN DADE COUN* VNO. 5472:74tQ1-OTR
ceiling above the walk through in close proximity to the
patient compartment's center line. The cold 'air shall be
ducted through the ceiling of the patient compartment to
ensure equal cooling through out the patient compartment. A
minimum of eight (8) vents shall be provided in duct work.
This A/C unit shall have its' -.own compressor with no
connection to the O.E.M. A/C unit.
3.3.21.4 The return air grill shall be stainless steel.
3.3.21.5 A return air filter shall be provided for both the front and
rear A/C systems.
3.4 WARNING DEVICES
3.4.1 One Whelen WS 295 HFRS-1 100/200 watt (no substitute) siren is
to be mounted in console in the cab.
3.4.2 Two (2) Grover (no, substitute) Stuttertone air horns,.one ten
inch and., one twelve inch, actuated by a 12 volt solenoid
controlled air valve, shall.. be mounted behind front bumper
cutouts. All horn mounting bolts shall have self locking nuts.
3.4:2:1''' The aiF horns shall be controlled by one "Compact" (no
substitute) line master #491-S floor mounted switch on the
driver's side and one dash mounted push button switch on the
passenger's side.
3.5 PATIENT COMPARTMENT EQUIPMENT
The following equipment in addition to KKK -A -1822-D
requirements, shall be mounted in the patient compartment.
3.5.1. "` A "Ferno-Washington" (no substitute) Model 28 stretcher with
mattress, three straps and mounting hardware shall be provided
an installed..
3.5.1.1 Ferno-Washington (no substitute) #175-4 mounting hardware
shall be installed to mount a Model 29-M stretcher, in addition
to the hardware specified for the Model 28.
3.5.1.2
The necessary hardware
shall be installed in the floor so the
Ferno-Washington Model
#29 stretcher may be center mounted and
mounted to the extreme
left side of the patient compartment.
3.5.1.3
The necessary hardware
shall be installed in the floor so the
Ferno-Washington Model
#93 -ES stretcher may be .center mounted .
and mounted to the
extreme left side of the patient
compartment.
3.5.2
Two (2) "Cast Products"
(no substitute) swing -down IV holders.
3.5.3
One (1) "Power Group" (no
substitute) "Life -Pack 10" holder.
3.5.4
One (1) "Power Group" (no
substitute) "Apcor" telemetry holder.
Page 24
"` 7
A
Mc7ROPOLITAN DAuc CO TY ID NO. 54iZ-4i Ci-C7R
' �� substitute) ten PV
ABC fire
3.5.5 Two (2� Kidde (no subst t te) p
extinguishers.
3.5.6 Two six (6) inch, 12 volt fans, -Bergstrom, part 9756360 (no
substitutions).
3.6 METAL FINISH AND PAINTING
Metal surfaces shall be,prepared and painted to the
I equirements of KKK -A -1822-D, section 3.16.1 and .treated per
the following:
3.6.1 All metal surfaces shall be primed and painted except those
that are aluminum diamond plate, stainless steel or chrome
plated.
3.6.2
All metal to metal surfaces shall be sealed with.;a marine
quality, non -hardening bedding compound.
3.6.3
Any metal surface that has a protective coating that -is
burned,-. ground or abraded during the manufacturing process
must be recoated after assembly or before painting.
3.6.4
Areas where metal plates are to be mounted must be primed and
painted prior to:_,the mounting. of the. plates.
3.6.`5
Grinding and drilling wastes shall"be removed from all
surfaces prior to mounting of plates, fixtures or fittings.
3.6:6
The cab and module shall be rust/corrosion proofed with
MIL -16173-D grade 1 material in all boxed -in, areas, body
compartment undersides, cab doors and fender wells.
NOTE: Material shall not be applied to the engine, engine
compartment, wheels, wheel wells exhaust system or., drive train
components.
3.6.7
3. 6.8
3.7
3.7.1 -
Exterior -surfaces including..the'door jambs and wheels but
excluding the cab and body roof shall be painted with "Dupont'
Imron" #7744 -U -ALT 2 or an equal which will be approved at
pre -construction conference.
The cab and body roof shall be painted "Dupont Imron" 817-U or
an equal which will be approved at pre construction conference.
REFLECTIVE LETTERING AND MARKING
Lettering shall`be 4 inch "Helvetica Medium" reflective
"Scotchlite" (no substitute) dark green applied over a 4 1/2"
inch black to form an 1/8 inch black border around the 4 i nch .
green letter. -
3.7.2 One -hundred fifteen (115) letters will be required in a
configuration that will be determined at the pre -construction
conference.. s
Page 25 -- ��
a
METROPOLITAN DADS COUJYnTr) e n1_0T^
ith a clear epoxy
3.7.3 The edged of all letters shall be seale� P Y
coating.
3.7.4 Four (4) Dade County Fire Department seals (provided by Dade
County) shall be applied at locations to be determined at the
pre -construction conference. The seals shall be encapsulated
and sealed around the edge to prevent peeling.
3.7.5 A six (6) inch white "Scotchlite" (no substitute) stripe shall
be applied to the sides and rear of the vehicle.
3.7.6 An inch and a half (1 1/2") dark green "Scotchlite (no
substitute) stripes shall be provided on the sides and rear of
the vehicle.
3.7.7 Two (2) 1" white "Scotchlite" (no substitute) stripes shall be
provided on the sides and rear of the vehicle.
3.7.8 See attached drawing for proposed striping. Exact
configuration will be determined at the pre -construction
conference.
3.8 QUALITY ASSURANCE PROVISIONS
3.8.1 A current certificate of compliance with Federal Standard
KKK -A -1822-D (latest edition) from an independent testing
laboratory is required with the bid proposal.
3.9 MANUALS
3.9.1 The following service manuals, parts manuals, and electrical
schematics shall be provided:
(a) -.Cummins Engine — Service, troubleshooting and parts
manuals
(b) Transmission - Service, troubleshooting and parts
manuals
(c) Freightliner - Service, troubleshooting and parts manuals
(d) Freightliner - Electrical schematics and troubleshooting
manual
(e) Successful bidders - As built body electrical schematics
to include its interface with the O.E.M. wiring.
3.9.2 One (1) set of manuals shall be provided with"each vehicle and
an additional six (6) sets shall be provided for use by the
fire shop.
3.10 OPTIONS
3.10.1 Freightliner FL 60 (no substitute) 2 door cab.
3.10.2 Freightliner FL -60 (no substitute)'extended cab with raised
roof.
t
Page 26
0— 26 7
WALK THRU
RADIO
BOX
A/C/UNIT
DUCT WORK
I I.
M
n
0v
C=
4
ROLL -UP DOOR
ALS ACCESS FROM INSIDE
(SCALE 1/2": 1')
cr
V
N
1
A
O
O
--1
16,
o' FOLD OUT
SEAT
SLOTTED
STORAGE
EXTENDED CAB
#2
I II II II 1
"'\1G
STREET'SIDE
. .
CURBSIDE
Q
n�
O
EXTENED CAB o
z
i
v
in
INTERIOR D00
C
ROLL -UP IM
(SCALE 1/2 ": F)
L"
A
V
N
A
O
x!
�iiJI .1 J*
„
,,,
,,,
i � ,
,, ► IIII''''-111!11.
�,,,
to
LP -10
I
BRACKET
J
13'-4"
o' FOLD OUT
SEAT
SLOTTED
STORAGE
EXTENDED CAB
#2
I II II II 1
"'\1G
STREET'SIDE
. .
CURBSIDE
Q
n�
O
EXTENED CAB o
z
i
v
in
INTERIOR D00
C
ROLL -UP IM
(SCALE 1/2 ": F)
L"
A
V
N
A
O
x!
a
w
0
W
jo
i
w
C
n
rl
4
METROPOLITAN DADE COUNTY
v
=CZ I MAP
or
Burp Eta
BID NO. 5472 -4/01 -OTR
0
-
� � y
4
HI N • RIN HAN L:
FXPAN®ED Mmoor
— 1Nsu ATI N. END
VI W.
ENTIRE CAVITY
--- —=--
,, HAR
_. doom Vol
FACE V 1 EW
I NTERI R Vl= W
asy
6 267
Page 33
F
w
3
m
0
0
0
r
D
z
D
C)
m
n
0
M
z
c�
c�
cn
c�
0
Un
4
N
y
_•r���.itcc �rfLG F/N/S� f� 04'e
�z4 r,c *fd o v g
eOAY � �T-�sit.v r
C A'0 5
J
i
METROPOLITAN DADE COUNTY �10 NO. 5472 -4/01 -OTR
s f r- Ems. •
cc
Page 37
ONE INCH
WHITE STRIPE ONE INCH
WHITI STRIPE SIX INCH
WHITE STRIPE
INCH AND A HALF
GREEN SRRIPE
w .!Fill.
= �' '!���� . , I • i ' •'ltd, fr. �. '�i
00 E!7!
'r• � i.• �ti f`r .►��t � �.{+5 f}'C �!t 171 ,�'� ":u{.•�: •*•'.'� •f d f'1b' •'fa ' ,.1r
`evr�
I
STRIPING . SCHEME
ONE INCH
PAINT.BREAK
A
M T .BID NO. 5472-4/ 0'_ -OTR
OPENING: 1:00 P.M. Wednesday
COMES �
m er 96
1 �� ��DATE: Octob 2, 19RETURN
'E SPECIFIED1
OTHE��►�' l� CLERK OF THE BOARD
Metro Dade Center
mac', H THIS INVITATION T6 DID 111 N.W. 1st Street
Suite 210
INVITATION TO BID Miami, Florida 33128
SECTION 4.0 BID PROPOSAL FORMS
PLEASE QUOTE PRICES LESS TAXES, F.O.B. DESTINATION, DELIVERED IN DADE COUNTY, FLORIDA
NOTE: Dade County is Exempt From All Taxes (Federal, State, Local). Bid Price Should Be
Less All Taxes. Tax Exemption Certificate Will Be Furnished By The County On Request
-----------------------------
Issued by: Date Issued: 07/25/96 This Bid Proposal Consists
GSA Procurement Management Division Dade County Florida. of Pages 40 Thru 44
Sealed bids, subject to the Terms and Conditions of this Invitation to Bid and the
accompanying Bid Proposal, -such other contract provisions, specifications, drawings or
other data as are attached 6r incorporated by reference in the Bid Proposal will be
received at the office of the Clerk of the Board at the address shown above on behalf of
the Dade County Board of County Commissioners until the above stated time and date, and at
that time publicly opened for furnishing the. supplies or services described in the
accompanying Bid Proposal Requirement.
EMERGENCY MEDICAL CARE VEHICLES FOR METRO-DADE FIRE DEPARATMENT IN
CONJUNCTION WITH GSA/FLEET MANAGEMENT DIVISION FOR A ONE (1) YEAR PERIOD
WITH COUR (4) ONE YEAR OPTION TO RENEW ON A YEARLY BASIS
A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany
all bids.
A Performance Bond in the amount of N/A of the total amount of the bid will
be required upon execution of the Contract by the successful bidder and Dade County.
DO NOT WRITE IN THIS SPACE
ACCEPTED — REJECTED _
NON-RESPONSIVE NO BID
DATE B.C.C.
ITEM NOS. ACCEPTED
COMMODITY CODE: 929-39
SPECIALIST: J. CARLOS PLASENCIA, CPPB/sc
Page 40
FIRM NAME
STREET ADDRESS
CITY
STATE & ZIP CODE
TELEPHONE NUMBER
AUTHORIZED AGENT
TITLE OF OFFICER
f
00-- 267
METROPOLITAN DADE COU*BID N0.
B PROPOSAL F00.
EMERGENCY MEDICAL CARE VEHICLES
a
IF NO BID PLEASE INDICATE REASON:
Prompt Payment Terms: % days net day
FID NO. of Bidder: M N (Bidders Federal Employer Identification Number as used
on Return Form 941.) If none Bidders Social Security No.
The undersigned Bidder certifies that this Bid Proposal is submitted in accordance with
the Bid Specifications and.Conditions governing this Bid, and that the Bidder will accept
any awards made to him as a result of this bid.
FIRM.NAME
STREET ADDRESS
CITY,STATE,& ZIP CODE
TELEPHONE NUMBER FAX NUMBER
AUTHORIZED SIGNATURE
(Signature) (Print Name) (Date)
TITLE OF OFFICER
State below mailing address (if other than above):
P.O. BOX
city state zip code
Page 42 U 0 — �!
Pab1
METROPOLITAN DADE COUNTY
ID NO 5472 -4/O1 -OTR
ACKNOWLEDGEMENT OF- ADDENDA
TITLE: EMERGENCY MEDICAL CARE VEHICLES
. DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED
IN CONNECTION WITH THIS BID:
-------------------------__--___--------__--------_______---____--___
Addendum # 1, Dated
,, 199
Addendum # 2, Dated.
199
Addendum # 3, Dated
199
Addendum # 4, Dated,
199
Addendum # 5, Dated
= 199
Addendum # b,.. Dated.
199
Addendum # 7, Dated
199
Addendum #.8, Dated.
199
Addendum # 9, Dated
199
PART J I :
NO ADDENDUM WAS"RECEIVED IN
CONNECTION WITH THIS BID.
. : Date
FIRM NAME:
AUTHORIZED SIGNATURE:
t '
Page 43
l
a
i
METROPOLITAN DAOE COUNTrD N0. 5471-1/01-CTR
PENDIX A
METROPOLITAN DADE COUNTY
FLORIDA
Department of Business and Economic Development
BLACK BUSINESS ENTERPRISE PROGRAM
(ORDINANCE 94-96 - A.O. 3-3)
HISPANIC BUSINESS ENTERPRISE PROGRAM
(ORDINANCE 94-95 - A.O. 3-17)
WOMEN BUSINESS ENTERPRISE PROGRAM
(ORDINANCE 94-94 - A.O. 3-18)
PARTICIPATION PROVISIONS
There are five (5) contract measures: Set -Asides, Subcontractor Goals,
Project Goals, Selection Factors and Bid Preference.
THE CONTRACT MEASURE(S).APPLICABLE
TO THIS PROJECT
Set -Aside
Subcontractor Goals
Project Goals
Bid Preference
Selection Factor
BBE NBE WBE
1 I 1 1
I I X I X i
Department of Business and Economic Development
111 N.W. 1st Street, Suite 1710
Miami, Florida 33128-1975
(305) 375-4132 Fax 375-4232
Revised October 1994
t
Page 44
1
Section
L. Appendices
22
1. Project Worksheet
.2. Forms
a Schedule of Participation
DBED 101
b. Letter of Intent
DBED 102
c. Certificate of Unavailability
DBED 103
d. Set: Aside List of Subcontractors
DBED .104
e. Monthly Data Report
M-201
f. Monthly Utilization Report
M•200
g. Bid Preference .
DBED 105
`JL Significant Utilization
DBED 106
3. Certification List
A. DEFINITIONS:. The definitions in this section apply only to these Participation Provisions,
hereafter referred to as "Provisions". These Provisions shall apply to every bid, request for
proposals and contract to which a contract measure is applied. The phrase "BBE, and/or
HBE, and/or - WBE, as appropriate," means to apply the contract measures to this contract
as indicated on the cover shit Only the contract measures and programs indicated on the
cover sheet apply. For example: If the cover sheet indicates a 10% subcontractor goal for
BBEs and a 20 % subcontractor goal for WBE's, and no subcontractor goals for BBEs, then
only BBE and WBE subcontractors goals would apply to this bid.
Note: THME PROVISIONS ARE IN ADDITION TO FEDERAL REQUIREMENTS
j GOVERNING DISADVANTAGED BUSINESS ARISES.
1. "Approval Letter" means a document issued by DBED at the request of a BBE, and/or
HBE, and/or WBE, as appropriate, or bidder that, based on the- written
representations of the BBE, and/or HBE, and/or WBE as appropriate, or bidder,
finds a specified activity or scope of work consistent with normal industry practice.
2. "Available or availability" means to have, prior to bid submission, the ability to
provide goods or services under a contract, by having: reasonably estimated,
uncommitted opacity; all necessary -licenses, -permits, regist<Wons and certifiicafiions;
the ability to obtain bonding that is reasonably required consistent with normal
industry practice; and the ability to otherwise meet bid specifiotions.
3. "Bid" means a quotation, proposal, letter of interest or offer by any bidder in response
to any kind of invitation, request or public announcement to -submit such quotation;
proposal, letter of interest or offer for a contract.
4. "Bidder" means any person, partnership, corporation or other busmess.entity that
submits a -bid.
S. "Bid preference" means an amount deducted from the total bid price in order to
calculate the bid price to be used to evaluate the bid.
6. "Black" means a person who is a citizen or lawful resident. of the United States and
who has origins in any of the Black racial. groups of Africa.
7. "Black Business Enterprise" or "BBE" means a firm that is owned and controlled by
one or more Black individials, has an actual place of business in Dade County, and is
certified in accordance with Ordinance 94-96., and Administrative Order 3-3.
8. "BBE selection factor'" means an element specified in bid documents that designates as
one criteria for choosing among bids that the bidder is a non -BBE that demonstrates
significant utilization of BBEs in accordance with Ordinances 94-96 is a BBE or is a
joint venture owned and controlled by aBBE. — 7
11
t7
"BBE selection actor" means an element specified in bid documents that designates as
one criteria for choosing among bids that the bidder is a non -BBE that demonstrates
significant utilization of HBEs. in accordance with Ordinances 94-95 is a HBE oris a
joint venture owned and controlled by a HBI✓.
"WBE selection factor" means an element specified in bid documents that designates as
one criteria, for ehnosing among bids that the bidder is..a non-WBE that demonstrates
significant utilization of WBEs in accordance with Ordinances 94=94 is a WBE or is a
joint venture owned and controlled by a WBE.
9. "Board" meas the Metropolitan Dade County Board of County Commissioners, Dade
County, Florida.
10. "Broker" mans an individual or business that acts as a contact for the purchase of
goods or services from a supplier and transfers finds to a non -BBE and/or non -BBE
and /or non WBE, as appropriate, in a manner that does not add economic value to the .
purchase, except where such conduct is normal industry practice.
11. "Certification -List" means a list maintained by the Department of Business apd
Economic Development that contains the names, addresses, and certification expiration
date, :of mlifie d BBEs, and/or - ]HBEs, and/or WBEs, as appropriate, sorted by trade,
service, and/or commodity.
12. "Commercially useful function" means contractual responsrbr'Irty for the exexsrtton of a.
distinct element of the work of a contract by a business enterprise and the carrying out
of its contrachial responsibilities by actually .performing, m_riasting, and supervising'
-the work involved, other than acting as- a broker.The derminationof.whether an
activity is a commercially useful function shall.include the evaluation of the amount of
work subcontracted, -normal industry practices, the skills, qualifications, or expertise of
die enterprise to perform the work, whether the business owner. himself or herself
performs, manages, and/or supervises the work involved, and other relevant factors.
13. "Coniplianee monitor" means the Director of -the Department of Business and
Economic Development or his or her designee assigned to review compliance pursuant
to Ordinances 94-96, 94-95, 94-94 and the Administrative Orders 3-3,3-17, and 348.
14. Contract means an agreement proposed by County stall or approved by the County
Commission in any of the following classes:
• L procurement of goods and services not included in the classes b, c, and d
below; {
ii. construction of a public improvement;
iii. professional services subject to Section -287.055, Florida Statutes, and Section
2-10.4 of the Code of Metropolitan Dade County,
iv. or other professional services including but not limited to accounting, legal,
health care, consulting and management services.
v. Contract does not mean an agreement to purchase, lease, or rent real property; ..-
11
Want licenses, permits, or franchises; operate concessions;
f aor make grants.
s 15. "Contract Measure" mesas a set-aside, or a subcontract goal, or a project goal, or a bid
preference, or a selection factor, singly or in or any combination.
16. "Costing- Officer" means the person assigned under a contract, usually a
Department Director or his or her designee, who has primary responsibility to monitor
the contract and enforce cont=act requirements.
17. "County" means Metropolitan Dade County, Florida, a political subdivision of the =
State of Florida
18. "Debar'" mesas to =dude.a.eontractor, rts.in Mdual officers, its shareholders with
�ignificent interests, or:. its :,kaffiliated:. buusin== from - coIMIY- -- -::And .
subcontracting for a specified period of time, not to exceed five (5) years.
19. "DBED" means the Metropolitan Dade County Department of Business and Economic.
Development.
20. "Employment Data Report" mesas a document completed by a subcanttaeiing. BBE,
and/or BBE, and/or.:'VVBE . as appropriate, and submitted monthly. by the successful
bidder on a contract with goals providing infomoation regarding .the numbm gender,
race and. ethnicity of the '.BBE., and/or HBE, and/or.. WBVs as appropriate,
employees.
21. "Goods" means any tangible product, material or supply that is not a service.
22. - "Hispanic" means a person who is a citizen or lawful resident of the United States who
has origins in Cuba, Mexico, Puerto Rico, Central or South America or other Spanish
or Portuguese culture regardless of race.
23. "Hispanic business enterprise or HBE" means a business that is owned and controlled
by one or more Hispanic individuals; has its principal place of business in .:Dade
County; and is certified in accordance with Ordinance 94-95 and Ave Order
3-17
5 007 2 67'
•
El
24. "Joint venture" means an association of , two or more persons, partnerships, _
corporations, other business entities or any combination of the above, at least one of
which is a BBE, and/or HBE, and/or WBE as appropriate, certified in accordance
with the relevant ordinance, that is lawfully established to carry on a single business
activity that is limited in scope and duration.
25.
"Joint Venture Agreement" means a document submitted to DBED by a joint venture
that provides information regarding the nature of the joint venture.
26.
"Letter of Intent" means a letter signed by a subcontracting BBE, and/or HBE, and/or
WBE as appropriate, detailing the scope and dollar value of the work to be performed
by the BBE, and/or HBE, and/or WBE as appropriate, for the success_ fur bidder on a
contract with subcontractor goals.
27.
"MDC" means Metropolitan Dade County, Florida
28.
"Owned and controlled" mesas a business that is at least fifty one (51) percent owned
by one or more Blacks, Hispanics or women, as appropriate, or in the case of a publicly
•
owned business, at least fifty one (51) percent of the stock of which is owned by one or
more Blacks, H'ispan'ics or women, asappropriate, and whose management and daily
business operations are controlled by one .or more such individuals. the ination
of whether an owner has demonstrated such control shall include an evaluation. of the
.
following: the owner's dcperienoe in industry in which _ c edification is sought; the
owner's independence in making business policy and day-to-day operational decisions
the owner's technical competency or knowledge of technical .requirements. in the
.
industry in which certification is sought; .and other relevant factors.
29.
"PMD" means the General Services Administration Procuuement Management
Division.
30.
"Principal Place of Business" means the location at which the business records of the.
applicant concern are maintained and the location at which the individual who manages
the day -today operations spends the. majority of his/her, working hours.
31.
Project goal mesas that a proportion of a total contrect value stated as a percentage to
be awarded to HBEs in contracts that create a pool of qualified. contractors from which
the County selects pool members to perform the work of the contract.
32.
"Review Committee" or "RC" means the committee established by the County
Manager to review proposed projects for the application of contract. measures.
33.
."Schedule of Participation" means a form contained in the bid documents of a contract
with goals on which'bidders list at the time of bid submission affBBEs, and/or HBEs,
and/or WBE s, as appropriate, to be used to meet the goal, the scope of work each will
Perform, including the goods or. services to be provided, and the dollar value of such
6 ' 6— 267
work.
34. "Services" means construction, maintenance, alteration, or repair of a public
improvement and any performance of work offered for public or private consumption
that does not consist primarily of .goods.
35. "Set-aside" means the designation of a given contract for competition solely among
BBEs, and/or HBEs, and/or WBEs, as appropriate.
36. _ "Set-aside List of Subcontractors" means a form contained in, tfie `bid documents of
set aside contracts for services identifying the work the bidder will perform with his
' own forces and, listing at time of bid submission, all subcontractors, the scope of work
each will perform, including the services each will provide, and the dollar value of such
work.
37. "Significant Utilization" mesas purchases of goods or services from BBEs, and/or
HBEs, and/or WBEs as appropriate, by a bidder in the preceding twenty four (24)
months that: were not required under governmental contract measures or Minority
Business Enterprise Program; and were not a nominal amount relative to the bidder's
purchases of goods and services in Dade County, the bidder's overall purchases . of
goods and services, and the availability of BBEs, and/or -HBEs, .and/or..: WBEs, .- as
appropriate; and were pursuant to the bidder`s systematic efforts to eliminate
discrimination against BBEs, and/or HBEs, and/or WBEs, as appropriate, in its
purchases of goods and services in Dade. County.
38. "Subcontractor goal" mesas a proportion of a total contract value stated as a page,
to be subcontracted to a. BBE, and/or HBE, and/or WBE, as appropriate; to. perform
a commercially useful function.
39. "Successful biddee means the bidder to which the contract is awarded.
40. "Unavailabryity Certificate" mesas a document signed by a BBE, and/or -H BE, and/or
WBE, as appropriate, -stating that the BBE, and/or BBE, and/or WBE, as
appropriate, is not available to participate on a, specific project at a specific tiara.
41. "Utilization Report" means a. report completed by the successful bidder on a contract
with goals and submitted monthly listing all work performed in the past month by. the
BBEs, and/or HBEs, and/or WBEs, as appropriate identified on the Schedule of
Participation and all expenditures made in the last month to the identified BBEs.
42. "Women " means persons of the female gender, regardless of race or ethnicity.
43. "Women business enterprise or WEE " means a business that is owned and controlled
by one or more women; has its principal place of business in Dade County; and is
i
certified in accordance with Ordinance 94-94 and Administrative Order 3-18.
44. "Work" means the provision of goods or.services, including construction.
�. GENERAL INFORMATION
1. Tire bidder shall fully comply with these Provisions which ' implement Metropolitan
Dade County Ordinances 94-94,.94-95,,' 94-96 and Administrative Orders 3-18,
3-17 and 3-3, respectively.
2. Five individual contract measures we possible under -the Black Business Enterprise
Program (Ordinance 9496 and 've Order .3 3), the Hispanic Business
Enteqnise Program (Ordinance 94-95 and Administrati`e Order 3-17) and the -Women
Business Enterprise Program (Ordinance. 94-994 and Ave Order 3-18):
set -asides, subcontractor goals, bid preferences, project goals, and BBE, and/or HBA.. -
and/or WBE, selection factors. While neither a bid preference nor a BBE and/or HBE
and/or WBE selection factor may be applied to set-aside contract, contract measures
may od mwise be used in combination with each other. For instance a set-aside
contract for WBEs may also contain subcontractor goals . for BBEs and HBEs. The
contract measme(s) applicable to this -contract is indicated on the coversheet.of these
Provisions. MDC shall not award.a contract to any bidder which it determines fails to -
comply with all the applicable requirements of these Provisions.
3. A certificatiic -list is included as an appendix to assist bidder compliance:with-.any
subcontrachor goal established for this project..Tbe:certification list is updated every
two (2) weeks. -Bidders mist utriithe -most - cuntat certification list in -complying
with' -these Provisions. AA ctarent eertific�tion list may be obtained by contacting :the
Metropolitan Dade County .(MDG) Department . of -Business -and -: Economic .
Development (DBED) at 111- H.W.' 1st Street, Suite 1710 or by telephone .at (305).
375-4132, facsimile (305) 375=4232. In order -to pa_djc4pate as a BBL .and/or
HBE: and%r W13 -zdg on ibis mtrac 2 RM andlor =i AIRF ,
and/hr' WBE; as ap;:riate_ .+.net tiay.• a valid wrriifinai.oa ®* a4.e E:...i of t.:w
submittal, br�daward, and throngbont the duration of the contract to -which the
BBE._and/or'` HRR and/or DIRT. _ as aplaYQpriate, participates a aBBE, and/or
$SE. and/or WMF._
4. MDC shall -monitor the compliance of the sucI Bidder with the requirements of
these Provisions during the course of the work to be performed under the contract.
5. Forms necessary for submittal of information pertaining. to these Provisions are
included in the appendix. Additional copies may be obtained by contacting the
. Compliance Monitor (DBED), at: Metropolitan Dade County..(Iv1DC) Department of
Business and Economic Development (DBED) at l l l N.W. 1st Street, Suite 1710 or by
telephone at (305) 375-4132, facsimile (305) 3754232.
8 X67
C. CERTIFICATION
1. Attached as an example is a Certification List with a specified date. Certification Lists
are updated and issued every two weeks. Bidders shall use the most recent
Certification Last available prior to bid opening. Certification lists may be obtained
by contacting DBED at telephone number (305) 3754132 during normal business
hours.
2. The firms on the Certification List will be identified by trade,. ,commodity or service
ares. A BBE and/or HBE and/or WBE, as appropriate, must be certified in a trade,
j. commodity, or service area in order to be eligible to participate as a BBE, and/or .
HBE, and/or WBE, as appropriate, on contracts in such trade, commodity or service.
area. General contractors in order to be eligible to participate as a BBE, and/or HBE,
and/or WBE, as appropriate, subcontractor must be certified in the trade, commodity
or service area in which they are to perform work as a BBE, and/or HBE, • and/or_ .
WBE.
3. in order to participate as a BBE, and/or HBE, and/or WBE, .as appropriate, on this
contract, a BBE, and/or HBE, and/or WBE, as appropriate, must have a valid
certification at the time of bid submittal, bid award, and throughout the duration of the
contract in which the BBE, and/or HBE, and/or WBE, as appropriate participates as
a BBE, and/or HBE, and/or WBE.
4. Joint Vim. Only joint ventures appmved by DBED in . accordance with
. . Orders 3-3, 3-17, and/or 3-18, as appropriate, are.eligible to participate
as joint ventures in the Program. Joint ventures must be lawfully established. The
Black, Ebpamc and/or woman member of the joint venture must be certified as a
BBE, and/or, BBE, and/or WBE, as appropriate, before the joint venture can be
approved.
D. CONTRACT MEASURES
1. Set Asides
a. Contracts that are set-aside and do not have subcontractor goals are for bidding
solely among BBEs, and/or HBEs, and/or WBEs, as appropriate. A BBE, and/or
HBE, and/or - WBE, as appropriate, awarded a set-aside contract shall not transfer to
a non -BBE, - and/or non-HBE, and/or non-WBE, as appropriate,. through
subcontracting or otherwise, any part of the actual work of the contract unless these
bid documents expressly and specifically require and/or permit such transfer as
consistent, with normal industry practice, -or the BBE, and/or HBE, and/or WBE,
as appropriate, requests and receives prior to bid award an approval letter from
DBED. f
9
:b.
Set-aside contracts with subcontractor goals -require that subcontractor goats be met
in areas specified in the Schedule of Participation In areas not being used 'to meet a
subcontractor goal the work is to be performed by the BBE, and/or HBE, and/or
WBE for which the contract was set-aside.. For example: A BBE set-aside. with a
20% WBE subcontractor goal requires 20% of the work be performed by a WBE
and the remains work be performed by BBEs.
c.
A BBE that performs the work of the set-aside contract with its own forces may
count such wark towards reducing: the BBE - goal applied` to the contract by a .
maximum of fifty : (50) percent
d..,
Bidders on set -asides that cannot demonstrate. their compliance with the
requiremems of the precedingparagrephs (D.(l.)(a.) and (b.) shall be found to be in
non-compliance with these provisions.
e.
Bidders on set -asides, to be eligible for award, shall submit upon request of the
Complisncx Monitor a "Set -Aside List of Subcontractors" (Form DBED 104).
Failure to submit the list and any relevant information the Compliance Monitor may
request with respect to the bidder's submitted list soil/ constitute non-compliance,
with these provisions.
f.
The following shall constitute non-compliance with these Provisions:
i. Submission of a Set -Aside List of Subcontractors that the bidder knew or
should have known is incomplete or inaccurate; or
I Deviation from the list without the written approval of the Compliance Monitor.
2. Subcontractor Goats
a.
The purpose of a Subcontractor Goal is to have portions -of the work under the
Contract performed by available BBEs, and/or- - HBEs, , and/or WBEs, as
appropriate, for prices totaling not less than the percentage of the contract price set
out in the bid form.
_ b,
In contraets with subcontractor or project goals for BBEs,- and/or MBEs, and/or
WBEs, as appropriate, a Black and/or hispanic and/or Woman Business Enterprise
certified in more than one category shall be counted toward meeting the goal for one
category only. , The prime bidder shalt declare at .bid submission toward which
subcontractor goal a business enterprise certified in more than one category shall
count
c:
After a bid is advertised with a subcontractor or project. goal, it may be reduced
.only with the .approval of the County Commission or, if the contract is to be
executed by the Public Health Trust, by that body.
d. A bidder challenging or protesting the subcontractor or project or project goal must
submit to the office or person to whom the bid is submitted, no later than the time of
bid submission, written reasons for such challenge or protest. Challenges or protests
to a BBE, and/or HBE, and/or WBE, as appropriate, subcontractor goal by -
bidders after the time of bid submission, or challenges based on -reasons not
previously provided in writing prior to bid submission, shall not be heard by the
County Commission. -
C.
The Project Worksheet for establishing the stated subcontractor. goal is included in
the appendix of these Provisions.
f. Bidder Responsibilities for Subcontractor. Goals:
i. Bidders must submit a completed Schedule of Participation (Form DBED 101)
at the time of bid 'submission. The Schedule of -Participation constitutes a
written representation by the bidder that to the best of the bidder's lmowledge
the BBEs, andlor HBEs, and/or WBEs, as appropriate, listed are available
and have agreed to perform as specified, or that the Bidder will demonstrate
unavailability. The -Schedule of Participation is a commitrae.nt by the bidder
that if awarded the contract, it will eater into subcontracts with the identified
BBEs, and/or HBEs, and/or WBEs, as appropriate for the scope of work at
the price set forth in the Schedule of Participation.
ii. Bidders that are BBEs, and/or HBEs, and/or WBEs, as appropriate, and
bidders that are joint ventures that are owned and controlled by one or more
BBEs, and/or HBEs, and/or WBEs, as appropriate, may use their own forces
to meet up to SOVS of a specified goal. - - • - -
iii. Bidders who fail to submit the Schedule -of Participation shall be considered
non-responsive. Bids. that contain a defective Schedule of Participation are
voidable. Examples of defects include but are not limited. to: incomplete
Schedules; the listing of an unidentifiable BBEs, and/or HBEs, and/or WBEs,
as appropriate, and percentage miscalculations that are not mere clerical errors
apparent on the face of the Schedule.
iv. Expenditures to subeontraetiag BBEs, and/or, HBEs, and/or WBEs, as
appropriate, shall be counted toward meeting specified goals as follows:
(1) One hundred percent (100%) of the expenditures to BBEs, and/or HBEs,
and/or WBEs, as appropriate, that perform a commercially easeful function
in the supply of goods or services required for fulfillment of the contract;
11 — 26.7
E,
•
(2) One hundred percent (100%) of the expenditures to BBEs, and/or HBEs,
and/or WBEs, as appropriate, that subcontract work further to non-BBEs,
and/or non-BBEs, and/or non-WBEs, as. appropriate, only if bid
documents expressly and specifically permit such subcontracting as
consistent with normal industry practice, or the bidder. or BBEs, and/or
HBEs, and/or WBEs, as appropriate, requests and receives prior to bid
,award an approval letter from DBED;
(3) One hundred percent (100%) of the expenditures to BBEs, and/or HBEs, . -
_ and/or WBEs, as appropriate, who are general contractors, working as
subcontractors, that perform actual work with'their own forces;
(4) None of the expen&tures to a BBEs, and/or HBEs, and/or. WBEs, as
appropriate, that actsessentially as 'a conduit to transfer fiords to a
non-BBEs, and/or non-HBEs, and/or non-WBEs, as appropriate, unless.
bid documents expressly and specifically permit such transfers as consistent
with normal industry practice or the bidder or'BBE, and/or HBE, and/or
WBE, as appropriate, requests and receives prior to bid award an approval
,.1etter,
v. Bidders agree to take all necessary and reasonable 'steps in accordance with
these Provisions to ensure that BBEs, -and/or HBEs, and/or WBEs, as
appropriate, have the maximum opportunity to compete for and perform this
contract Bidders shall select portions of the work to be performed by BBEs,
and/or HBEs, and/or WBEs, as appropriate, so as to incase the likehiiood.of
meeting the str1 __W_ ctor goal including, wh= appropriate, breaking down
conaacts into economically feasible units to facilitate BBE, and/or HBE,
and/or WBE, as appropriate, participation. . .
vi. Bidders mist submit Letters of Intent (Form Aro.. DBID 102) to the person or
office: to whom the bid, was submitted by 4:00 p L on the second business day
following bid opening: Defective Letters of Intent are voidable. Examples of
defects include but are not limited to improperly executed letters, the listing of
an unidentifiable BBEs, and/or HBEs, and/or WBEs, as appropriate, and
Percentage miscalculations that are not mere clefical errors apparent on the face
of the Letter of Intent Fatpenditu res to BBEs,.andlor . DBEs, and/or WBEs,
as appropriate, on a Schedule of Participation that, are not confirmed by a Letter
of Intent shall not count toward the goal. .
vii. Bidders whose bids do not meet the specified goal, in order to remain eligible,
must submit to the person or office to whom the bid was submitted by 4:00 p.m.
on the second business day following bid submission evidence proving the lack
of available BBEs, and/or HBEs, and/or WBEs, as appropriate, to afford
effective competition to. provide the goods or services to meet the subcontractor
29 6 7
12
goal. To prove lack of availability, bidders must submit the following:
(1) Unavailability Certificates (Form No. DBED 103) either completed and
signed by the BBE, and/or HBE, and/or WBE, as appropriate, or
completed and signed by the bidder explaining the contacts with the BBEs,
and/or HBEs, and/or WBEs, as appropriate„ statements or -actions of the
BBEs, and/or HBEs, and/or WBEs, as appropriate, showing
unavailability, and the reason(s) why the BBEs, and/or HBEs, and/or
WBEs. as appropriate, signature could not be obtained; and
(2) A listing of any bids received from a BBEs, and/or HBEs, and/or WBEs,
as appropriate„ the scope of work and price of each bid, and the bidder's
reasons for rejecting each bid; and
(3) A statement of the bidder's contacts with DBED for assistance in
determining available BBEs, and/or HBEs, and/or WBEs, as appropriate,
and
(4) A statement showing compliance with paragraph D. 2. d. above; and
(5) A complete description of the bidder's process for soliciting and evaluating
bids from BBEs, and/or HBEs, and/or WBEs, as appropriate,
(6) Bidders may establish a BBE, and/or HBE, and/or WBE, as appropriate, .
as unavailable if the bidder provides evidence proving the BBEs, and/or
HBEs, and/or, WBEs; as appropriate, bid is not reasonably competitive
with comparable bids of non-BBEs, and/or non HBE's, and/or
non-WBE°s, as appropriate, for the same scope of work.
(7) Evidence of lack of availability may address only the period prior .to bid .
submission.
viii. The bidder shall either meet the subcontractor goal or `demonstrate lack of
availability as a condition of being awarded this Contract If a bidder who has
not met the subcontractor goal fails or -refuses to substantiate the lack of
availability, any security submitted with the bid may be forfeited as liquidated
damages because of such failure or default.
nc. The successful bidder on a contract with subcontractor goals shall promptly
review billings from BBEs, and/or; HBEs, and/or WBEs, as appropriate,
'listed on the Schedule of Participation. On those amounts not in dispute, the
successful bidder must make payment within thirty (30) days of its receipt of
the billing.
3. BID PREFERENCE.
13
a. ELIGIBILITY. Bidders claiming a bid preference shall complete and submit with
their bid a claim of bid preference. The Compliance Monitor shall determine
whether the bidder qualifies for the bid preference for the specified contract. In the
event that a bidder qualifies for a bid preference in more than one category for the
specified contract, the bidder shall - be awarded the largest preference. Only one
preference shall be awarded per bidder per contract. Bid preferences shall bei
to:
i. Bidders than are BBEs, and/or HBEs, and/or WBEs, as appropriate;
s . ii. Bidders that demonstrate significant utilization;
iii. Bidders that are joint ventures approved under Section III of Administrative
Orders 3-3 and/or 3-17and/or 3-18 as appropriate.
b. PREFERENCE LEVEL. Bide docomeats for contracts with bid preferences shall
state the following bid preferences which will be given to qualified bidders as
anmmnriate!
- - -
Bid Price
BBEs
SEs
VAM
Significant
Uffiiation of
BBEIJM ,
MBEs
Joint.Ventarrs 'Joint
BBEsb51%
HBEs�51%
WBEs-O-51%
Venture
ms <SI%
H�Es cSl i6
WBEs SSI%
25,000 X75,000
10.0%
.7.50%
5.0%
3.75%
5,000 <125,000
5.0%
3.75%
2.50`/0
1.25%
125,000 < 250.000
4.0'/o
3.00'/o
200'/0
-1.000/0 - - - -
0,000 <500,000
3.0%
2.25%
1.50%
0.75%
00,000<11000,000
2.0%
1.50%
1.00•/o
0.sa/o
1,0001000<L,000,000
1.0%
0.75%
0.500/0
0.25%
On contracts greater than two million dollars (52,000,000), the bid preference shall
only be calculated for the first two million dollars of the bid price. The bid
preference shall be calculated and subtracted from the total • bid price. This
• difference shall be used in evaluating the bid. The bid preference is used only to
calculate an amount to be used in evaluating the bid and does not affect the contract
price.
14
•
c. DEMONSTRATING SIGNIFICANT UTILKZATION.
i. DBED shall prepare and make available on a monthly basis a list of BBEs ,
HBEs and WBEs that have held valid certifications during the prior twenty-four
(24) months.
ii. Bidders claiming a bid preference based on significant utilization shall
demonstrate such significant utilization by submitting evidence including but
not limited to the following: _ .
(1) Bidder's total purchases of .goods and services in the prior twenty-four
j months.
(2) Bidder's total purchases of goods and services in Dade County in the prior
tWenty-four months.
(3) Bidder's total p=hases from BBEs, and/or HBEs, and/or. WBEs, as
appropriate, in the prior twenty-four months, identifying each BBE, and/or
HBE, and/or WBE, as appropriate
(4) Bidder's toted pumhases fiont BBEs in the prior twenty-four months,'
identifying each BBE that was not pursuant to any governmental contract
_
-or Black Business Enterprise Program requirement with -which .the - bidder
complied.
(5) Data showing lack of availability of BBEs.
(6) A description of the biddees systematic efforts to eliminate discrimination
against.BBFs in its purchasing operations. _ • _ -
iii. Based on its review of the evidence, DBED shall issue a letter stating the bidder
has demonstrated significant utilization or the reasons why the bidder has failed
to demonstrate significant utilization.
E. BBE, HBE and WBE Selection Factor
1. In bid as that assign weights to evaluation or selection criteria, bid documents shall
assign a weight of ten percent (10%) to the BBE and/or HBE and /or VIBE selection
factor, as appropriate. In bids that do not' assign weights to evaluation or selection
criteria, bid documents shall provide that among bidders evaluated to be otherwise
substantially equal, the BBE and/or HBE and /or WBE selection factor, as appropriate,
shall be the deciding factor for award of the bid. {
15 00— 267
2.. A BBE and/or HBE and /or WB, selection. factor, as appropriate, may be applied to
any request for proposals orsimilar invitations to bid that are not set-aside. ,
F.. PRE -AWARD COMPLIANCE
1. Investigatory Meeting by Compliance Monitor.
a. The Compliance Monitor shall review for compliance with these provisions every
contract to which a contract measure has been applied. If the Compliance Monitor
has concerns regarding compliance with these provisions, the Bidder shall upon at
a least three (3) days notice meet with the Compliance Monitor. The purpose of this
investigatory meeting shall be for the Compliance Monitor to consider whether to
recommend the Bidder's bid be determined to be in compliance or non-compliance
with the meats of these Provisions. The Compliance Monitor may consider
relevant information from any person in making this decision. At the investigatory
meeting the Bidder shall have an opportunity to present information and arguments
pertinent to his compliance with the applicable requirements. The Compliance
Monitor may require the ' Bidder to produce such information as -the Compliance
Monitor deems appropriate and may obtain whatever other and further information. .
from whateversources the Compliance Monitor deems appropriate.
b. No later than fifteen (15) business days after this investigatory meeting with the
Bidder, the Compliance Monitor shall make a written recommendation to the,;'
Contracting Officer which shall include a statement of the fat and seasons upon
which it is based. This recommendation shall also be forwarded to the Bidder.
2, Determination by MDC. Following receipt of a dation of noncompliance ,
from the Compliance Monitor, the. Contracting Officer shall notify the Bidder of an
informal hearing regarding the bidder's compliance with these provisions Such notice
shall indicate the date, time and place at which the Bidder will have as oppordmity to
present pertinent arguments and information to the Contracting Of relating to the
recommendation .of aion-compliance by the Compliance Monitor. The Bidder shall
supply such further relevant information as required by the Contracting Officer.
3. The Contracting Officer in conjunction with the Compliance Monitor may also conduct
informal hearings, to which the Bidder shall be invited, in which other parties invited
by the Contracting Officer may offer information relevant to the issue of the Bidder's
non-compliance. :
4.: The Contracting Officer shall in writing determine whether the bid of such Bidder
complies with the requirements of these Provisions and whether.to recommend to the
' County Manager that the Contract . be :awarded to the Bidder. A copy of such
recommendation shall be sent to the Bidder. Such recommendation shall not affect the
power of the Board of County Commissioners to reject the Biddees bid for anyother
reason or to take such action on the recommendation of the Contracting Officer as the
16v��
- 26 t
0 -0
Board deems appropriate.
S. Consideration of Other Bids. If the Contracting * Officer or Compliance Monitor deems
it advisable in the interest of expediting the award of the contract, the procedures set
forth in this subsection may be carried out with respect to the bids of one or more
additional Bidders at the same or different times with each such proceeding to be
separately conducted.
6. Failure of Bidder- to Participate. The Bidder will be bound by the proceedings under
_ this subsection to which they have been given required notice without regard to their
participation or lack of participation. A lack of participation upon receiving notices
s and requests pursuant to these Provisions shall not be grounds for reconsideration of
any action taken in the proceedings.
7. MDC shallbot award this contract to any Bidder which it determines fails to comply.
with the applicable requirements of these Provisions. Nothing herein shall relieve any
Bidder from any of the terms, conditions or requirements of the contract or modify
MDC's rights as reserved in the Contract document
G. PROMPT PAYMENT
I. It is the County's intent that BBEs and/or HBEs and/or WBEs. providing goods or
services to the County shall receive payments. promptly in order_ to maintain sufficient
cash now.
2. The successful bidder on a contmet with goals shall promptly,review bill gs from
BBEs, and/or BEES, and/or WBEs, as appropriate, listed on the Schedule of
Participation. On those amounts not in dispute, the successful bidder must make
payment within thirty (30) days of its receipt of the biking.
H. POST AWARD COMPLIANCE AND MONITORING _
1. Approval of Subcontracts. The Successful Bidder shall submit to the Contract Officer
for approval subcontracts cones. ading in all respects to the proposed agreements
listed on the Successful Biddees Schedule of Participation or . Set Aside List of
Subcontractors, unless a deviation is approved under paragraph H.4.. below. The
Successful Bidder shall enter into each subcontract and shall thereafter .neither
terminate any such subcontract nor reduce the scope of work to be performed by or
decrease the price to be paid to the BBEs, and/or HBEs, and/or WBEs, as
appropriate, thereunder without in • each instance the prior . written approval of the
Compliance Monitor. The Contracting Officer shall not give a final written
determination without a recommendation from the Compliance Monitor.
2. Access to Records. Successful bidders and BBEs shall permit the County to have
access during normal business hours to books and records relating � the bi dens
i
compliance with the and/or contract measures applied to the contract or relating to
BBE compliance with certification requirements. Such books and records include but
are not limited to corporate documents, charters, organizational filings, tax filings,
registrations,' licenses, stock registrations,partnership agreements, contracts,
subcontracts, joint venture agreements, checking. accounts-, journals, ledgers,
correspondence, and documents and records between the bidder or the BBE and other
entities. This right of access shall be granted for one year after completion of the work
or full payment of contract obligations, whichever comes last, or for one year after the
expiration of BBE certification.
3. Monthly Reporting. The successful bidder on a project with a contract measure shall
submit monthly a Utilization Report (Form M 200) and an Employment Data Report
(Form M 201) to the Contracting Officer on or before the tenth working day following
the end of the month the report covers. • Standard reporting forms are included in these
Provisions. Additional forms may be obtained from the Compliance Monitor. The
Employment Data Report is to be completed by. each BBE, and/or HBE, and/or .
WBE, as appropriate, listed on the Schedule of Participation or Set -Aside List of
Subcontractors and is to be submitted by the successful bidder. Failure to comply with.
the reporting requiremems may result in the imposition of either or both contractual
sanctions or eve penalties by the County:at its option.
4. Deviations from the Schedule of Participation or Set -Aside List of Subcontractors
a In the event that during the performance of a contract a BBE, and/or HBE, and/or
WBE, as appropriate,. is not able to provide the goods or seridoes specified on the
Schedule 'of Participation, the' successfirl bidder mast locate a BBE, and/or BBE,
and/or V6BE, as appropriate, to substitute for the unavailable BBE, and/or BBE,
and/or VIBE, as appropriate, unless the bidder can prove the lack" of an available
BBE, and/or BBE, and/or WBE, as appropriate, to provide the goods or services
to be provided by the prior BBE, and/or - HBE, and/or WBE, as appropriate- The
successful bidder must receive approval fiam the. Contracting Officer, revise , the
Schedule of Participation to include the substitute BBE, and obtain a Letter of Intent
from the substitute BBE, and/or BBE, and/or VIBE, as appropritea. A successhrl
bidder that cannot secure a. substitute BBE, and/or HBE, and/or WBE, as
appropriate, must provide a written statement to ,the Compliance Monitor and
Contracting Officer that includes a list- of the names, addresses, and - telephone
numbers of all BBEs, and/or. HBEs, and/or WBEs, as appropriate, contacted, and
the data of contact for each BBE, and/or HBE, and/or, WBE, as appropriate.
The Compliance Monitor shall be responsible for monitoring the performance of the
successful bidder regarding compliance . with contract measures applied to the
contract: The Compliance Monitor may, at his or her discretion, investigate .
deviations in the utilization of BBEs, and/or HBEs, and/or WBEs, as appropriate,
from that described on the Schedule of Participation or Set Aside List of
Subcontractors and make recommendations regarding.- compliarp . to the
18 —
Contracting Officer. The Contracting Officer shall not make a final -determination
without a recommendation regarding compliance from the Compliance Monitor.
Deviations from the goal stated in the contract that shall be monitored include but
are not limited to:
i. Termination of a BBEs, and/or HBEs, and/or WBEs, as appropriate,
subcontract;
I Reduction -in the scope of work to be performed by a BBE, and/or HBE, _
and/or WBE, as appropriate;
' iii. Modifications to the terms of payment or price to be paid to BBEs, and/or
HBEs, and/or WBEs, as appropriate;
iv. Failure to enter into a contract with BBEs, and/or HBEs, and/or WBEs, as
appropriate.
c. Excuse from Entering Subcontracts. If prior to execution of a subcontract required
by these Provisions, the Successful Bidder submits a written request to the::..:_.
Contracting Officer demonstrating to the fiction of the Contracting Officer that,
as a result of a change in circumstances beyond his control of which he was not
aware and could not reasonably have been aware until subsequent to the date of the
award of the Coact, a BBE, and/or HBE, and/or WBE, as appropriate who is
to enter into such subcontract has unreasonably refined to execute the subcontract,
or is not available, the Successful Bidder shall be excused from exec uthig -such
subcontract. The, procedures of paragraphs H.4.£ and g. below apply to this
parP�
d. Termination of Subcontracts. X after execution of a subcontract regard by these.
Provisions, the Successful Bidder submits a written request to the Contracting
Officer and demonstrates to the fiction of the Contracting officer that, as a
result of a chir
ange in c+cuamstances beyond his control of which he was not aware
and could not reasonably have been aware until subsequent to tlie.date of execution
of such subcontract, a BBE, and/or HBE, and/or WBE, as appropriate, who
entered into such subcontract has committed a material breach of the subcontract,
the successful Bidder shall be entitled to exercise such rights as may be available to
him to terminate the subcontract. The procedures of paragraphs E and g. below
apply to this paragraph.
e. MDC's Determination of Bidders Excuse or Termination. If the Sum Bidder
at any time submits a written request to the Contracting Officer under the prior two
paragraphs the Contracting Officer, as soon as practicable, shall determine whether
the Successful Bidder has made tie requisite demonstration, and shall not determine
that such a demonstration has not been made without first providing the Successful
Bidder, upon notice, an opportunity to present pertinent information and arguments.
I9� 2 0
The procedures of paragraphs f.'and g. below apply to this paragraph
T Alternative Subcontracts. If the Successful Bidder is excused from entering into a
subcontract or rightfully terminates a subcontract under -these Provisions and
without such subcontract the Successful Bidder will not achieve the level of BBE,
and/or HBE, and/or WBE, asappropriate, participation upon which the contract
was awarded, the Successful Bidder shall make every reasonable effort to propose
and enter into an alterative subcontract or subcontracts for the same work to be
performed by another available BBE, and/or;,,, HBE,. and/or . WBE, as appropriate,
_
-for a subcontract price or prices totaling not less than the subcontract price under
the excused or terminated subcontract, less all amounts previously paid thereunder.
The Bidder must submit a revised Schedule of Participation or Set -Aside List of
Subcontractors and Letter of Intent to .include the substitute BBE, and/or HBE,
and/or WBE, as appropriate„ A successful bidder that cannot secure a substitute
BBE must provide a written statement to the Compliance Monitor and Contracting
Officer that includes a list of the names,.. addresses, telephone numbers, and the date
of contact for each BBE, and/or HBE, and/or WBE, as appropriate,. The
procedures of paragraphs £ and g. below apply to this paragraph.
g.. The . Compliance � Monitor . shall promptly meet with the Successful fBidder and
provide him with sm opportunity to demonstrate compliance .with these
requirements. The Compliance Monitor shall, as promptly as : practicable,
recommend to the Contracting Officer whether the SuccessAil • Bidder should.. be .
determined to be in compliance with these requirements. The Compliance Monitor
may require the Sucoessful Bidder to produce such informatiion as the co
Monitor deems appropriate and may obtain whatever other and further- info�aation
from whatever sources the Compliance Monitor deems appropriate. The
Compliance Monitor shall make his recommendation - under this paragraph to the
Contracting Officer and forward a copy -to the Bidder. _
h.'The Contracting Officer will consider, objections to the Compliance Monitor's
recommendation only .if such written objections are received "by the Contracting
Officer within five calendar days from the Successful Bidder's. receipt, of the
Compliance Monitor's recommendation.- The Contracting Officer with or without a
hearing, as he in his discretion may determine; will reply to the Successful Bidder's
written objection within 10 days of receipt of these objections. ..The Contracting
Offrcees determination upon consideration 'of the Successful -Bidder's written
objection shall be final and binding without right of appeal.
I. SANCTIONS FOR CONTRACTUAL VIOLATIONS
If at any time, the Successful Bidder is in violation of his obligations under these Provisions,
MDC not withstanding any other penalties and sanctions provided by law may impose one
or more of the following:
96
20
1. The suspension of any payment or part thereof uptil such time as the issues concerning
compliance are resolved;
2. Work stoppage;
3. Termination, suspension, or cancellation of the contract in whole or part.
I DEBARMENT
The` Copnty may debar a BBE, and/or HBE, and/or WBE, as appropriate, or a non -BBE,
,. and/or non -BBE, and/or non-WBE, as appropriate, for violation of, or non-compliance.
with, the provisions of Ordinances 94-96, and/or 94-95, and/or 94-94, Administrative
Orders 3-3, 3-17, 3-18 or these bid documents.
1. Violations that may result in debarment include but are not limited to:
a. Falsifying or wrongfully withholding information in the certification, bidding, or
reporting processes for BBE, and/or HBE, and/or. WBE, as appropriate.
b. Failing to perform a commercially useful function, or subcontracting to a BBE,
and/or HBE, and/or WBE, as appropriate, by a non -BBE, and/or non-.HBE,
and/or non-WBE, as appropriate, that knew or should have known the BBE, and/or,
HBE, and/or WBE, as appropriate, could not perform a commercially uwfial
function. When determining whether the BBE, and/or HBE, and/or WBE, as
appropriate, performs a commercially useful funcdon, DBID shall consider factors.
such as but not limited to:
i. Whether actual work is performed by the BBE, and/or HBE, and/or WBE, as
appropriate: Actual work includes drop shipping when the BBE.,-End./or HBE,
and/or WBE, as appropriate, has actual and legal responsibility for billing
and performance of the contract. Brokering is considered to be actual work
when it is consistent with normal industry practice.
ii. Whether further subcontracting by the BBE, and/or HBE, and/or WBE, as
appropriate, is consistent with normal industry practice;
iii. Whether the BBE, and/.or HBE, and/or WBE, as appropriate, subcontractor is
a general contractor,
iv. Whether the BBE, and/or HBE, and/or WBE, as appropriate, subcontractor
has entered into bonding agreements that shift to another the expenses, risks, or
responsibilities of the work for the purpose of meeting bonding requirements.
2. Debarment procedures shall comply with Section 10-38 of the Code of Metropolitan
Dade County.
21 00d 267
SCHEDULE OF PARTICIPATION
member of tl
of Bld
To be oomPleted by the Pdmel Confractorleldder Check appropriate box(es) If Unavallability BBE ❑
I certlty that the representatlons contained In this Schedule of Participation or
are or will be provided in Ileu of WBE ❑
or In addltlon to this Schedule of Participation to HBE
ars to the best of my knowledtls true and accurate. ❑
f demonstrate the lack of avallability.
E�
t ale
PrW Norm
Tree
Nerve OBED 101
d CEO or PreddeiN
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
MIAMI-DADE COUNTY
CONTRACT NO. 5472-4/01-2
Four (4) Emergency Medical Service (EMS) Vehicles
Fire -Rescue
Contract
The Fire -Rescue Department requires the procurement of
four (4) Emergency Medical Service (EMS) vehicles.
RECOMMENDATION: It is recommended that award be made to Aero
Products Corporation for the purchase of four (4)
Emergency Medical Service (EMS) vehicles, with
options, under existing Miami -Dade County Contract
No. 5472-4/01-2, effective through May 31, 2000,
subject to further extensions by the County, for the
Department of Fire -Rescue; in the amount of
$510,076.00 and $25,503:80, in contingency reserve,
for a total amount not to exceed $535,579.80;
allocating funds therefore from Capital Improvement
Program, "Fire -Rescue New Apparatus Acquisition",
ct No. 313233, Account Code No. 289401.840,
funde b the Fire Assessrryent,� / �^
A n / v
Judy S.
Award Under Dade County Contracts ;'�• 6 7
•
MONTHLY EMPLOYMENT DATA REPORT
Name of Contract
Name of Successful Bldder
Address Contract Number
Reporting Period
From
This report is required by Metropolitan Dad® County. The Successful Bidder o to
®asures MUST submit Monthly Employment Data Report monthly, Failure to comply In result
to impose sanctions on the successful bidder, in add � (ding a contract containing any Contract
the suspension of an addition to pursuing any other available legal remedy. Sanctions may include
y payment or part thereof termination or cancellation of the, contract, and the denial to partici ate i
further contracts awarded by Mian -,P n any
,, PrintName
Tiue oats
Telephone
9
Page of
M-201
Successful bidders on MONTHLY UT
projects with; subconUactor goals must file this report. Failure to cIL1omply ma R PORT
sanctions on the successful bidder, In addition to pursuing any. other avails In
of an bis legal remedy. Satnctions may Includenthersuseens9ono impose
y payment or part thereof, termination or cancellation of the contract, and the denial to participate P
RepL---rUnO eawarded b C.
p p e in any further contracts
From:_ To:
BBE SubconlraG Goal -
HBE Subcontract Goat:
% WOE qubcontract Goal:
�� Nie and Address SUCCESSFUL BIDDER INFOWNgT10N %
utd Federal Empby� ldenUflcatlori Date of Oate of
Number Pre -Bid
Conference Bid Bld O �® Date
ODenlne e__.._. rider rinel . SChsdulA o____.
•u .- ...." • _ ....
Amount of Requisltion W.3 Period: 5 Amount Re q IslUo.ned for BBE Subcontractor`s Ulis Period: $-
Total Amount Requislttoned to Date: S Total Amount Requisitioned for BBE Subscontractors to Date:a -
Total Amount Received by Prime to Date: t+—
Amount Requisitioned for HBE Subcontractors this per; 3
Total Amount Requisitioned for HBE Subscontractom to Date:$
Amount Requisitioned eitioned BE 8 EE Sub � this Peri°d' i
Box Contract ams of subcontractor tractonitrecton to oats:
WBEn Description of Work Arnouunt Pald tfteduled
Requested to Sub to StarUnD pl®Uon
i1 •
Ue ,
e ephone
4F
Data
Pager o f
M-200
A
SIGNIFICANT UTILIZATION
of BLACK, and/or HISPANIC and/or WOMEN BUSINESS ENTERPRISES
Check Applicable
Contract Tltie:
Contract No.
Date:
Amount
w
Totals�„a
Bidder`s total purchases of goods and seftm in prior 24 months
Bidders total Purchases of goods and services In Dade County In the prior 24 Months
yosrsI - mmabaftb-- d 16+aI 1 fionspirt8w0wA%1rmmaneAwvfi ss imyo
NOW Bidders may sutxntt additional awderm in any ressofnabie manner that OWhal
Dmvft any systematic aft ts to ownite dsam*wum against BBE's and/or HBEs and /or WBEs In your purchasing
1 certify that the representations above are to the best of my bxwAedge true and accurate.
AUTHORIZED SIGNATURE OF BIDDER
PRINT NAME
TITLE
COMPANY
TELEPHONE DATE
DEED Form 106
I
7
SE -
OBED reserves the right to require bidders at bid subm)ss
ASIDE LIST OF SUBCONTRACTORS
to be performed by the BBE, HBE or Women member of a joint ve
ion or thereafter to tall out this form. The portion of the work
b the non-BBE, HBE and or Women member. Bidder shall ldentl
nture !s to beset forth In detail separately from the work to be performed
Name of Bidder: the work to be rovlded 6 the bidder's own forces.
k-ul,tamed an ft11s SetrAside Ust of Contractors are to the best of. my knowledge free and accurate.
DBED 104
4r
J
i a,vvv,vvv a�prvv,vvv.. ••v iv . o —_ J
If Bidder is dalming Significant Utilization attach DBED Form 106 or DBED leiter
issued pursuant to A.3.c:of Administrative Orders 3-3,3-17 or 3-18.
*All joint ventures must be approved by DBED prior to bid. submission.
DBED Foran 105
G 267
BID
PREFERENCE
Bidders Name:
OBEO Cerdfication Number, ff any:
Certification Expiration Date:
Check Appropriate Box. .
Bidder Clams
Bidder I s s Joint laworlasicint
Bidder Is a
SwdAcw
Venture •
Ventura •
coca"
Ut> tdion of.
BBE ❑
BBEt❑
BBE s > 51%
❑ BBE < 51% ❑
HBE ❑
HMO
HOE s > 51%
0 ME < 51% ❑
Oolw RwW of Bid
IWBEO
WVzo
ME - a 51%
O WBE -c 51% ❑
>25,000 <75,00.0,
10.0%
7.60%.
510%
3.75°x0
75,000 <125,000
5.0%
3.75%o-
2.50%
1.25%
125,000 < 250,000
4.0%
3.00%
2.00%
1.00% -
250,000 <500,000
3.0.%
12.25%
1.50%
0,75%
500.000<1 000.000.
2.0%, ..:
1.50%
41
- - . 0.50%
J
i a,vvv,vvv a�prvv,vvv.. ••v iv . o —_ J
If Bidder is dalming Significant Utilization attach DBED Form 106 or DBED leiter
issued pursuant to A.3.c:of Administrative Orders 3-3,3-17 or 3-18.
*All joint ventures must be approved by DBED prior to bid. submission.
DBED Foran 105
G 267
OCERTIFICATE OF UNAVAILABILITY
Nam Mft
of certify that on
RM Name .-. I Date
I contacted the
BBE. HOE. or WOE
to obtain a bid for work Items to be performed on Metropolitan
Dade County Contract No.
PINName
Tft
was offered the above opportunity to -bid
SM HBE arVME
was unavailable to perform the above work at the above specified time due to:
I am w&wo #W Mevopoftm Deft CcunW A&drAWsfiw Orders protide that:' Any (SSE andfor MSE wWWWBE) Neat fails to bid at a n** Nan No
how of bmw (3) or 50 percent of dw evabbe p ck. in Its panoy cwWiod 02ft. cwvnoft Of MAN @nNk dU*V 90 GDKWCO*m Year MY bO
dscef&W Or de kin feceffosbW
signawe
P*it Nam
TWO
DEED CWMM*m WMW
-Ejq*a*m Onto 11
DBED 103
00
0 1 0
LETTER OF INTENT
BLACK, HISPANIC and WOMEN BUSINESS ENTERPRISE
PARTICIPATION
grs must submit Letters of Intent )'to Vii person or office b whom the bid was submitted by 4:00 p.m. on the second business da
ging bid opening. Expenditures Gated on a Schedule of Pw9c pationthat are not confirmed by a property exearted Letter of Intent
not count toward the goal.
Name of Prime
CONTRACT NAME:
CONTRACT NO.: TOTAL BID $
undersigned holds DBED Certifies No. expiring on
Federal Identification Number.
The undersigned intends to perform the following work in conoeclion with the above owbact:
ITEM NO.
SCOPE - Description of work kems
Amount
Total
••'' 017
o SO UjMW&WAMU 1800 1==W&wury w1W�rrli UDO oupomy w n lien w prwaae lice mpa reo
goods or services. all licenses and permits necessary to provide such goods or services,
the ability to obtain bonding that is reasonably required to provide such goods or services
consistent with normal industry practice, and the ability to otherwise meet the bid
specifications.
Signature
Print Name Title
a
Date
BBE Firm
DEED 902
0-- 267