Loading...
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