AMBULANCE REMOUNT SPECIFICATIONS



AMBULANCE REMOUNT SPECIFICATIONS

FOR

THREE (3) EMERGENCY MEDICAL VEHICLES

BID #: EMS 02-04

BID OPENED: DECEMBER 18, 2003 @ 2:05 P.M. (CST)

DESIGNED TO MEET OR EXCEED

FEDERAL SPECIFICATION KKK-E

AMD STANDARDS 001-009

NOTICE TO BIDDERS

Notice is hereby given that the Board of County Commissioners of Okaloosa County, Florida, will accept sealed bids until 2:05 p.m. (local time), December 18, 2003 for Three (3) Ambulance Module Remounts. Pursuant to copies of bid provisions, bid forms, and specifications may be obtained from the Okaloosa County Purchasing Department, 602-C North Pearl St., Crestview, FL 32536; Phone – 850-689-5960, or they may be downloaded from our website at co.okalooa.fl.us (County Dept., Purchasing, Competitive Solicitation Information (lower left-hand corner) and then Current). At 2:05 p.m. (local time), December 18, 2003, the bids will be opened and read aloud. All bids must be in sealed envelopes reflecting on the outside thereof the bidder’s name and “Bid on Three (3) Ambulance Module Remounts to be opened at 2:05 p.m., December 18, 2003.” The Board of County Commissioners will consider all bids properly submitted at its scheduled Bid Opening in the Board of County Commissioners Meeting Room #120, at the Courthouse, 101 E. James Lee Blvd., Crestview, FL 32536. Bids may be submitted in the Boards Meeting Room #120, prior to Bid Opening or delivered to the Clerk of Circuit Court, Office #118, at the Courthouse in Crestview, FL.

There is no obligation on the part of the County to award the bid to the lowest bidder, and the County reserves the right to award the bid to the bidder submitting a responsive bid with a resulting negotiated agreement which is most advantageous and in the best interest of Okaloosa County, and to waive any irregularity or technicality in bids received. Okaloosa County shall be the sole judge of the bid and the resulting negotiating agreement that is in its best interest and the resulting negotiating agreement that is in its best interest and its decision shall be final.

Any bidder failing to mark outside of envelope as set forth herein may not be entitled to have their bid considered.

All bids should be addressed as follows:

Clerk of Circuit Court

Attn: Gary Stanford

Okaloosa County Courthouse

101 E James Lee Blvd. #118

Crestview FL 32536

//Signed//

Richard L Brannon

Purchasing Director

BOARD OF COUNTY COMMISSIONERS

OKALOOSA COUNTY

Paula Riggs

Chairman

REQUEST FOR BIDS

Sealed proposals should be clearly marked as such on the exterior envelope, and bids received after the specified date and hour will be returned unopened.

Bids will be opened, read aloud and will be taken under advisement. Purchaser reserves the right to reject any and all bids and select the proposal bid deemed in the best interest of the purchaser from among those received.

Detailed written technical information, required forms for bidding, and responses will be required from the Bidders as described in the specifications. Failure of any bidder to furnish all required information will disqualify that particular bidder.

Bids will be accepted from Vendors who submit bids for a complete new vehicle (chassis and module). All offerings will be considered provided they meet the same published specifications. Any additional cost feature specified in this bid and included as part of the quotation shall have itemized pricing indicated adjacent to the item so the Purchaser can evaluate each item.

INSTRUCTIONS TO BIDDERS

It is the intent of these specifications, and requirements listed herein to obtain bids on a vehicle to meet the local needs of the Purchaser, and to obtain bids that may be easily and completely evaluated on an equal competitive basis.

Because of the wide variances in types, configurations, options, and models available in the industry, the purpose of these specifications is to set a standard by which all proposals received may be evaluated, studied and compared equitably. Bidders are required to RETURN TWO (2) COPIES of the specifications correctly furnishing all required information and answering all attached questions. Any requested data, literature, drawings, samples, references, and detailed written lists of exceptions taken must also be enclosed.

Since bids from a number of suppliers are anticipated and the Purchaser cannot be expected to be familiar with all various technical details of all Bidders’ products, the only adequate method of evaluation will be to compare in this format. Vendors are cautioned that failure to submit proposals in format specified herein will be grounds to reject vendor’s proposal and remove from bid consideration.

Any questions for clarifications, etc. should be directed in writing to Jack Allen, Okaloosa County Purchasing Department, 602-C North Pearl St, Crestview, FL 32536 or jallen@co.okaloosa.fl.us, and responses will be furnished in writing to all prospective Bidders.

DOES YOUR BID COMPLY EXACTLY AS WRITTEN? Yes _____ No _____

BIDS

The Purchaser created the following specifications in order to best describe a need. However, it is not the intent of the Purchaser to exclude any manufacturer from bidding on these specifications. Exceptions should be listed per instructions in this proposal.

Each bid shall be typed or legibly written or printed in ink on the form provided in this bound copy of proposed contract documents. No alterations in bids or in the printed forms wherefore by erasures, interpolations, or otherwise will be accepted unless each such alteration is signed or initialed by the bidder. If initialed the Purchaser may require the Bidder to identify any alteration so initialed. No alteration in any bid or in the form on which it is submitted shall be made after the bid has been submitted. All addenda to the contract documents, properly signed by the bidder, shall accompany the bid when submitted.

No bidder may submit more than one bid. Multiple bids for different manufacturers but represented by the same firm will not be accepted. Bids offered directly from manufacturers shall indicate if a local dealer/representative will be involved.

A Bid Bond or Certified Check for 5% of the amount of the bid must be submitted with the bid. Bids not including such a Bid Bond will not be considered. Bid Bonds will be returned to unsuccessful vendors after award of Bid. A 100% Performance Bond may be required of the vendor at the total discretion of the Purchaser. Pricing for Performance bond should be indicated separately in Bid and not included in the price for the vehicle. A Letter of Credit cannot be substituted in lieu of the Bid Bond.

DOES YOUR BID COMPLY EXACTLY AS WRITTEN? Yes _____ No _____

WITHDRAWAL OF BID

A Bidder may withdraw a bid any time prior to expiration of the period during which bids may be submitted by a written request signed in the same manner and by the same person who signed the Proposal.

No bid may be withdrawn, modified, or otherwise changed once the bids have been opened. It will be assumed that each Bidder has thoroughly and completed familiarized themselves with these specifications at the time of the bid. Modifications to a bid, once submitted will not be permitted. Simply stated, if any item, feature, options, etc. is not stated in writing in the Bidder’s proposal, it will not be considered. Bidders are cautioned that verbal or written modifications to already opened bids are neither valid, nor considered ethical, nor the comparison and selection of bid award will proceed only from what is stated in Bidder’s written proposal.

DOES YOUR BID COMPLY EXACTLY AS WRITTEN? Yes _____ No _____

REMOUNT SPECIFICATIONS

EMERGENCY MEDICAL CARE VEHICLE

BID NO. EMS 02-04

|1.0 SCOPE, PURPOSE AND CLASSIFICATION |

1.1 Scope: This specification covers the remounting and refurbishment of three commercially produced, surface medical care vehicles, hereinafter referred to as ambulance or vehicle. A vehicle in compliance with this specification shall be defined as a standard ambulance. This vehicle shall be in accordance with the Ambulance Design Criteria of the National Highway Traffic Administration, U.S. Department of Transportation, Washington D.C. This bid specification is based on the most current Federal Ambulance Specification KKK-E.

1.2 Purpose: The purpose of this document is to provide minimum specifications and test parameters for the remounting and refurbishment of an emergency medical care vehicle that meets the needs and desires of this agency. It establishes essential criteria for the design, performance, equipment and appearance of the vehicles. The object is to provide a vehicle that is in accordance with nationally recognized guidelines. It is the intent to return the unit to a new or like new condition per the specification.

1.3 Classifications: This specification calls for the following type of vehicles. It is in accordance with KKK- E which becomes effective December 2002.

Type I – Chassis Cab with modular ambulance body

Class I - Two rear wheel driven (4x2)

Configuration A (ALS) - Elevating cot and squad bench (3.1.5.1)

1.4 General: This is an engineer, design, construct and deliver type specification and it is not the intention of this agency to write out vendors of similar or equal equipment of the types specified. It should be noted, however, that this specification is written around specific needs of this agency. With the intent to standardize certain components, therefore, in numerous places we have named specific brands of components. This has been done to establish a certain standard of quality. Other brands will only be accepted providing the vendor provides documentation in the bid that the particular brand offered meets or exceeds the quality of the actual brand called for in the specification.

1.5 Materials: The emergency medical care vehicle, chassis, ambulance body, equipment, devices, medical accessories and electronic equipment to be delivered under this contract shall be standard commercial products, which meet or exceed the requirements of this specification. The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS), the Federal regulations applicable or specified for the year of manufacture. The chassis, components and optional items shall be as represented in the manufacturer's current technical data. Materials used in the construction shall be new and not less than the quality conforming to current engineering and manufacturing practices. Materials shall be free of defects and suitable for service intended.

1.6 Manufacturing Ability: It is the intent of these specifications that the remounters of these vehicles have the ability to remount and refurbish a complete ambulance within their plant facility, except for the chassis. The ambulance remounter must have significant experience in the remounting and refurbishment of modular ambulance bodies and performed a minimum of 60 remounts in the last two years. NO EXCEPTIONS.

1.7 Quality Assurance: Remounter shall be a current member of the Ambulance Manufacturers Division of the National Truck Equipment Association, and Ford’s Qualified Vehicle Modifier program or be able to demonstrate industry participation in an evolving standards process through written references from reputable ambulance manufacturers and/or end users. Documentation must be submitted with bid.

NO EXCEPTIONS.

1.8 Reference: As further evidence of remounter's ability to perform, the contractor shall submit a list of twenty-five (25) customers with similar type remounts. The references shall also include name of service, address, contact and phone number.

NO EXCEPTIONS.

9. Exceptions to Specifications: Any exceptions to these specifications indicated must be clearly pointed out. Otherwise, it will be considered that items offered are in strict compliance with these specifications and the successful bidder will be held responsible for delivering a vehicle meeting these specifications. Any exceptions must referenced by Paragraph Number and Line and be explained in detail on a separate sheet marked "Exceptions". Any bidder not complying shall not be considered as responsive.

(A) A complete “Specification Compliance Certification” form is to accompany each bid submitted. This is mandatory; omission of this form will render the bid incomplete.

1.10 Pre-Bid Inspection: It must be understood by all potential bidders that they must come to Okaloosa County EMS to inspect units before submitting their quotations.

(A) This will allow all potential bidders to inspect the current condition of these units and to prepare their quotes accordingly in order to meet the needs of Okaloosa County EMS as outlined in these specifications.

(B) All potential bidders should schedule their appointments by contacting:

Al Herndon or Candy Falduto

Department of Public Safety, Emergency Medical Services

Okaloosa County

1250 N. Eglin Parkway, Suite G118

Shalimar, FL 32579

(850) 651-7150

(C) For informational purposes, modules to be remounted are three Excellance modules and this will be the second remount for all three.

1993 Excellance module on 1999 F350 (county ID # 99I6487)

1993 Excellance module on 2000 F350 (county ID # 00I8839)

1995 Excellance module on 2000 F350 (county ID # 00I9194)

(D) If, at the time of pre-bid inspection, the remounter finds any condition, that in their opinion needs to be repaired or replaced for safety reasons, the remounter is to bring this to the attention of Okaloosa County EMS at that time. This is to allow for fair bidding by all remounters submitting a bid.

1.11 On Site Inspection of Remount and Work:

(A) All travel and lodging costs associated with the inspection of the chassis and remounted vehicles prior to final acceptance will be borne by the prospective bidder.

B) It must be understood by all bidders that two (2) people from Okaloosa County EMS will perform these tasks, and the vendor is responsible for the arrangements associated with this inspection and all costs incurred by the Okaloosa County EMS personnel connected with the inspection.

(C) If, in the event, the inspection reveals, in the opinion of Okaloosa County EMS personnel, an inferior final product, the vendor will correct all deficiencies identified by Okaloosa County EMS personnel. Any travel and lodging costs associated with follow-up on-site inspections will be borne by the vendor and at no expense to Okaloosa County EMS.

12. Prices and Payments: All bid prices shall be complete and include warranty and delivery of the completed vehicle to this agency. A trade in allowance for the old chassis should not be included in the bid price. All chassises are to be returned to Okaloosa County Fleet Operations. Payment shall be made in accordance with these specifications and the Bid Proposal submitted by the Bidder. Payment** will be made upon acceptance of the vehicle(s) and equipment specified under these specifications. All bid prices and conditions must be specified on the Bid Proposal Form. Bid prices shall be valid for at least 90 days from the date of the Bid Opening, or as otherwise specified on the Bid Proposal form. Full payment** will be made as each unit is received, inspected and found to comply with procurement specifications, free of damage and properly invoiced. **While Fleet requires a 48 hour notice prior to delivery of vehicle(s) EMS requires a one week notice and an invoice in order to assure proper payment at time of delivery.

A) MSO and Bill of Sale must be provided to Okaloosa County EMS upon delivery of units.

B) Final approval rests with the Director of the Department of Public Safety, Emergency Medical Services as to whether or not remounts meet specifications.

1.13 Warranty: The successful bidder shall provide remounter's warranty coverage for the ambulance or rescue vehicle conversion, which coverage shall, at a minimum include:

(A) A Limited Warranty shall be provided on the ambulance remount conversion. The Remounter shall warrant to the original retail purchaser that, for a period of sixty (60) months or sixty thousand (60,000) miles from the point of delivery, whichever first occurs, the ambulance remount shall be free of substantial defects in remount materials and remount workmanship, which are attributable to Warrantor remount work and which arise during the course of normal use and service. There shall be a copy of the Warranty specimen included with the bid documents. NO EXCEPTIONS.

(B) There shall be a five (5) year/100,000 mile warranty on the Ambulance Remount electrical wiring system effective the date this agency accepts delivery of the completed vehicle. It is the intent of this requirement that items not manufactured or installed by the ambulance Remounter be excluded. There shall be a copy of the Warranty specimen included as part of the bid documents. NO EXCEPTIONS.

(C) There shall be a five (5) year unlimited mileage paint warranty covering the ambulance conversion and any painting done to the chassis. There shall be a copy of the Warranty specimen included with the bid. NO EXCEPTIONS.

(D) The OEM module structural warranty shall remain in effect. There shall be a copy of the warranty specimen included as part of the bid document. NO EXCEPTIONS.

(E) Warranty on the chassis portion of the completed ambulance or rescue vehicle shall be the responsibility of the chassis manufacturer, FORD MOTOR COMPANY. The terms of such warranty are set forth in the Ford Warranty literature included in the owner's manual. The successful manufacturer's sole responsibility with regard to the chassis shall be to provide reasonable assistance to the purchaser in obtaining warranty from the chassis manufacturer or its authorized service center. Bidders failing to meet these requirements shall be considered non-responsive.

1.14 Insurance: All bidders shall have in place product liability insurance in the minimum amount of two million dollars ($2,000,000.00). Copy of insurance certificate to be provided with bid. NO EXCEPTION.

1.15 Delivery: The delivery of completed vehicle shall be a maximum of 60 days after delivery of the vehicle to the vendor doing the remount work. Vehicles will not be sent for remounting until the chassis are available. NO EXCEPTIONS.

A) A one percent (1%) penalty will be assessed for each two (2) calendar days past the original deadline date. This penalty will be deducted from Okaloosa County’s final payment. NO EXCEPTIONS.

B) Units must be delivered with KKK certification placards. Failure to provide this will result in non-acceptance.

1.16 Anti-Collusion Statement: By executing and submitting this bid, the Bidder certifies that his Bid is made without reference to any other bid and without any agreement, understanding, collusion or combination with any other person in reference to such bidding.

1.17 Questions or Clarifications: Any questions or clarifications of these specifications shall be answered by:

Al Herndon or Candy Falduto /Okaloosa County EMS

(850) 651-7150

|2.0 TECHNICAL REQUIREMENTS – CHASSIS |

Minimum technical specifications for the removal of Okaloosa County EMS Excellance modular ambulance and subsequent remount to a Ford Chassis Cab. Vehicles must comply with Federal and State laws and regulations and all safety regulations as applicable at time of delivery concerning automotive equipment and conditions and will be complete with standard equipment and all extra equipment as specified.

2.1 Manufacturer and Model Year: The chassis requirement for this specification is a 2004 Ford.

Does your bid comply? Yes No _____

2.2 Model Type: Bids are requested for model type – F-350 XLT Chassis Cab.

Does your bid comply? Yes No _____

2.3 Trim Level: Trim level shall be Ford "XLT" Model 657A.

Does your bid comply? Yes No _____

2.4 Ambulance Prep Package: The chassis shall be equipped with the ambulance builder's prep package, power convenience group and handling package.

Does your bid comply? Yes No _____

2.5 GVWR: The gross vehicle weight rating shall be under 12,500 lb.

Does your bid comply? Yes No _____

2.6 Axles and Suspension: The chassis provided shall be a 165" wheelbase. Heavy-duty front and rear springs with front stabilizer bar. Shock absorbers shall be heavy-duty, gas filled. Front axle shall be rated at 4,700 lb. capacity with the rear axle at 9,750 lb. rated capacity. Rear axle is wide track with a ratio of 4:10. Rear wheels to be dual.

Does your bid comply? Yes No _____

2.7 Brakes: The chassis shall be equipped with manufacturer’s heaviest duty assigned brakes, front disc, rear drum, with rear wheel anti-lock.

Does your bid comply? Yes No _____

2.8 Electrical: The vehicle shall be supplied with dual 12-volt batteries. They shall be standard OEM Heavy Duty Batteries with total capacity of 1500 CCA. One battery shall remain under the hood in the OEM position and the other battery shall be located in a sealed area below the ALS cabinet. The second battery shall be mounted in a slide-out tray for ease of service.

Does your bid comply? Yes No _____

2.9 Electrical Generating System: The ambulance shall be equipped with dual OEM 130 amp alternators with internal voltage regulators.

Does your bid comply? Yes No _____

2.10 Engine: Engine size shall be a 6.0 liter, 363 CID Direct Injection Turbo-charged Diesel V-8 engine with heavy-duty engine oil cooler. Engine shall be 325hp and 560 torque.

Does your bid comply? Yes No _____

2.11 Power Steering: The chassis shall be equipped with power steering.

Does your bid comply? Yes No _____

2.12 Engine Block Heater: The chassis shall have an OEM engine block heater. This heater shall be wired to the 115V AC shoreline input on the modular body. An ON-OFF switch for the engine block heater shall be located on the driver’s side of the cab console. A female adapter shall be supplied that will match shoreline to extension cord.

Does your bid comply? Yes No _____

2.13 Engine High-Idle speed Control, Automatic: The vehicle shall be equipped with an OEM Auxiliary Powertrain Control (APC) Module. It shall be preprogrammed in Charge Protection mode, the engine idle will be electronically adjusted (up or down) to maintain electrical system voltage. The device shall operate only when the transmission is in "Neutral" or "Park", and the parking brake has been engaged. The device shall disengage when the operator depresses the service brake pedal, the transmission is placed in gear, or parking brake is disengaged and automatically re-engages when the service brake is released, when the transmission is placed in neutral or park, and the parking brake is re-engaged. Maximum charge rate is achieved at 1747 RPM.

Does your bid comply? Yes No _____

2.14 Fuel Tank: The vehicle shall be equipped with a single fuel tank, having a capacity of at least 37 gallons (140.0 liters).

Does your bid comply? Yes No _____

2.15 Tires and Rims: The vehicle shall be equipped with LT215/85Rxl6E steel belted radial black sidewall tires. Firestone tires are not acceptable. The inner rear tires shall have air valve extensions installed. Stainless steel wheel inserts are to be provided on the outside wheels. Spare tire, wheel and tire changing tools will also be provided.

Does your bid comply? Yes No _____

2.16 Transmission: The vehicle to be supplied with a 4-speed automatic w/overdrive and heavy-duty auxiliary transmission oil cooler.

Does your bid comply? Yes No _____

2.17 Air Conditioning and Heater: The vehicle shall be equipped with factory air conditioning with heavy-duty cooling package and heavy-duty radiator. The cooling system shall be protected with 50/50 solution of permanent type antifreeze. The heater shall be the manufacturer's standard with cut-off valves accessible.

Does your bid comply? Yes No _____

2.18 Auxiliary Heater-A/C Connector Package: The chassis shall be equipped with the Ford Auxiliary Heater-A/C connections.

Does your bid comply? Yes No _____

2.19 Glass: The chassis shall be equipped with the chassis manufacturer's standard tinted glass supplied as part of their Air Conditioning Cooling Package. The glass provided shall meet all the requirements of KKK- E and those of the Federal Motor Vehicle Safety Standards.

Does your bid comply? Yes No _____

2.20 Horns: The OEM manufacturer's dual electric horns shall be provided. Buell Air Horns shall be installed on the center of the front fenders.

Does your bid comply? Yes No _____

2.21 Mirrors: The vehicle's exterior mirrors shall be fold –away mirrors with power control glass feature and manual telescopic feature. These shall include integral manually adjustable, wide angle mirror. The unit shall be equipped with an inside rear view mirror, day-night type.

Does your bid comply? Yes No _____

2.22 Radio: The chassis manufacturer's standard AM/FM/CD player shall be included with a built-in clock. In addition to the chassis speakers, speakers in the box will also be connected to AM/FM/CD player.

Does your bid comply? Yes No _____

2.23 Seats: The Chassis shall be equipped with vinyl captain chairs with lap and shoulder belts and fold-up armrests for driver and passenger.

Does your bid comply? Yes No _____

2.24 Speed Control and Steering Wheel: Cruise speed control and tilt steering to be supplied.

Does your bid comply? Yes No _____

2.25 XLT Package: Chassis shall include power door locks and power windows, interval select windshield wipers and chrome front bumpers.

Does your bid comply? Yes No _____

2.26 Wheel liners: Install Phoenix stainless steel wheel covers.

Does your bid comply? Yes No _____

2.27 Running Boards: Install Diamond Plate running boards on the chassis. If the diamond plate running boards on the old chassis are not damaged or bent they may be used on the new chassis but both sides must match on each chassis.

Does your bid comply? Yes No _____

2.28 Flooring: The chassis will have vinyl flooring in lieu of carpet.

Does your bid comply? Yes No _____

29. Airbags: The chassis will be equipped with dual airbags with passenger side cut off.

Does your bid comply? Yes No _____

2.30 Spotlights: Install new spotlights in cab chassis with appropriately mounted hanger.

Does your bid comply? Yes No _____

2.31 Maplights: Install flexible maplight in cab chassis and module near paramedic jumpseat.

Does your bid comply? Yes No _____

|3.0 REMOVAL AND TRANSFER OF MODULAR AMBULANCE BODY |

3.1 Dismount: Disconnect all sub systems between chassis and module. Lift module to allow full inspection of understructure.

Does your bid comply? Yes No _____

3.2 Module Inspection: Inspect all exposed structure and framing for cracks, warping, excessive wear and corrosion. Any questionable welds shall be treated with dye penetrating material to expose cracks. Professionally repair to new condition as needed.

Does your bid comply? Yes No _____

3.3 Module Remount: Mount module onto new chassis utilizing Ford OEM rubber spacers between frame and module. Mounting shall be performed according to the guidelines set forth in the Ford Body Builders Layout Manual. Not less than ten (10) new 5/8” diameter high-strength stainless steel bolts will be used. Module mounting points shall be reinforced where bolts are placed. The module shall not be welded to the chassis at any point.

Does your bid comply? Yes No _____

3.4 Cab seal: Install a new rubber accordion style boot between module and cab. Seal interface to eliminate air and water leaks.

Does your bid comply? Yes No _____

|4.0 NEW CHASSIS PREPARATION |

4.1 Suspension System: Granning Air Ride shall be installed to raise and lower ambulance box. Remounter must ensure that the loading height of the completed vehicle will meet the most current version of KKK-E

Does your bid comply? Yes No _____

.

4.2 Exhaust Modification: Extend tailpipe to match module width.

Does your bid comply? Yes No _____

4.3 Fuel Tank: Modify gas tank filler neck to fit module and install new fuel filler hoses and copper plumbing, in accordance with Ford QVM guidelines.

Does your bid comply? Yes No _____

4. Undercoating: Both module and chassis shall be heavily undercoated.

Does your bid comply? Yes No _____

|5.0 EXTERIOR BODY TRIM |

5.1 Fuel fill: Provide and install one (1) new Cast Products fuel fill casting.

Does your bid comply? Yes No _____

5.2 Stone guards: If current diamond plate stone guards are damaged install new diamond plate stone guards on front and rear of module body corners.

Does your bid comply? Yes No _____

5.3 Skirt rails: If current diamond plate skirt rails are damaged install new diamond plate skirt rails on sides of module.

Does your bid comply? Yes No _____

5.4 Rear Kick Panel: If current diamond plate rear kick panel is damaged install new diamond plate rear kick panel on module.

Does your bid comply? Yes No _____

5.6 Rear Step and Bumper: If damaged install new rear diamond plate step bumper that meets or exceeds existing bumper. Bumper shall be mounted to chassis frame on steel downriggers with a minimum of (4) 5/8” stainless steel bolts. Bumper will have rubber blocks on each side.

Does your bid comply? Yes No _____

5.7 Fenderettes: Install new chrome fenderettes.

Does your bid comply? Yes No _____

5.8 Spring Catches On Doors: Inspect all exterior compartment door spring catches and replace if necessary. Catches are to be fully functional and perform the job they were meant to do.

Does your bid comply? Yes No _____

|6.0 MODULE EXTERIOR PAINT FINISH AND LETTERING |

6.1 Preparation: Prior to any paint or bodywork remove all hardware, hinges, handles, emergency lighting, decals, striping, metal number squares (do not reattach squares) and diamond plate from exterior surface of module. NO EXCEPTIONS

Does your bid comply? Yes No _____

6.2 Surface Refinished: Mechanically and Chemically remove all oils and contaminants from module surface. NO EXCEPTION.

Does your bid comply? Yes No _____

6.3 Electrolysis and Rust Inspection: Module will be intensively and comprehensively 100% inspected for evidence of electrolysis. Such areas will be specially treated to prevent any further damage and repaired. All rusted door hinges are to be replaced. All chrome flanges around light lens are to be inspected, cleaned or replaced as needed. Cosmetic cleaning to pass the acceptance inspection is not enough. Surfaces must remain rust free for a minimum period of six months. NO EXCEPTION.

Does your bid comply? Yes No _____

6.4 Damage Repair: All minor body damage will be repaired in an industry standard professional manner to like new condition. NO EXCEPTION.

Does your bid comply? Yes No _____

6.5 Paint Process: The module body shall be repainted by an in- house certified PPG Refinish Technician utilizing the PPG Concept process. Please include certification document with bid. NO EXCEPTION.

Does your bid comply? Yes No _____

6.6 Paint Stripe Package: The chassis and module body shall be striped to match current fleet. NO EXCEPTIONS. Successful vendor must inspect one of our existing units to match paint/decals. Okaloosa County EMS will provide successful vendor with the NAEMT decall for remounts.

Does your bid comply? Yes No _____

6.7 Exterior Compartments: Paint interior of exterior compartments with Zolotone greystone splatter paint or a documented equivalent. All corrosion on these surfaces is to be removed prior to painting. If extensive corrision is present, interior of cabinet is to be replaced with an equivalent material prior to painting.

Does your bid comply? Yes No _____

6.8 Decals: Install DOT Star of Life decal package. (Blue with white border) Install appropriate ‘Paramedic’ and ‘Ambulance’ decals.

Does your bid comply? Yes No _____

|7.0 ELECTRICAL SYSTEM |

1. Switch Panels: Install new floor console to house the new switch panel. This console shall incorporate new full size V series rocker switches with LED on indicators, door and compartment ajar indicator lights, Ford APC module, mechanical volt and amp gauges and map light. There shall be enough room to install a Motorola UHF radio and a Johnson VHF radio. NO EXCEPTIONS.

Does your bid comply? Yes No _____

7.2 Power Panel: Replace all current, breakers, relays and solenoids on power distribution panel. All circuits shall be rated to carry at least 125% of its maximum load. Each circuit shall be protected by a manual reset circuit breaker. Each circuit that is rated more than 3 amps shall be switched by use of a relay.

Circuit breakers and relays shall be mounted in lug-in, pull out sockets that are permanently mounted in a printed circuit board for durability as well as weight and space savings. Relays should be a type that is readily accessible at any auto parts store. All circuit breaker shall be interchangeable with standard ATC automotive fuses so that system can be quickly returned to service. System shall be 100% operable.

Does your bid comply? Yes No _____

7.3 Wiring Installation: Completely rewire module with new updated harness. All new power wiring provided shall be copper and conform to all the SAEJ1292 requirements and shall have GXL or SXL high temperature thermoplastic or better insulation rated to 125 degrees centigrade and conforming to SAE Jl127 and J1128. All module wire is to be replaced and accurate wiring schematics will be supplied at delivery.

Does your bid comply? Yes No _____

7.4 Wiring Labeling: All wiring shall be permanently color coded and labeled for easy troubleshooting. Accurate wiring diagrams shall be provided at delivery.

Does your bid comply? Yes No _____

7.5 Wiring Loom: The engine wiring shall be routed in conduit or high temperature looms with a rating of 300 degrees Fahrenheit. All added wiring shall be in protective loom, located in accessible, enclosed and protected locations, and kept at least six inches away from the exhaust system components. Wiring and components shall not terminate in the oxygen storage compartment except for the compartment light and door switch plunger. Wiring necessarily passing through an oxygen compartment shall be routed in metal conduit. All conduits, looms and wiring shall be secured to the body or frame with insulated metal straps in order to prevent sagging and movement which results in chafing, pinching, snagging, or any other damage. All apertures on the vehicle shall be properly grommeted for passing wiring and conform to SAE 1292.

Does your bid comply? Yes No _____

7.6 Battery Switch: Follow Ford specifications for module electrical cut-off in order to prevent voiding of Ford chassis warranty.

Does your bid comply? Yes No _____

7.7 Cab Wiring Install new power distribution harness and battery cables.

Does your bid comply? Yes No _____

7.8 Adapter: 12VDC cigarette lighter adapter and 115AC outlet in action wall are to be tested for proper function and replaced if necessary. An 115AC current outlet will be added to the bulkhead cabinet, top shelf, next to the 12VDC outlet.

Does your bid comply? Yes No _____

7.9 Fluorescent lighting: Fluorescent lighting installed in the recessed center trough will be inspected and replaced if necessary. Discolored light covers will be replaced.

Does your bid comply? Yes No _____

7.10 Siren: Install Whelen Hands Free Siren.

Does your bid comply? Yes No _____

7.11 Exterior Module Lights: Install new LED brake, tail, turn signals. Replace reverse and ICC light lens.

Does your bid comply? Yes No _____

7.12 Warning Lights: Install all new Whelen 97 Series warning light lens.

Does your bid comply? Yes No _____

7.13 Scene Lights: Install all new Whelen 97 series 13 degree optic scene light lens.

Does your bid comply? Yes No _____

7.14 Intersection Lights: Install new Whelen 73 Series Red intersection lights with chrome flange.

Does your bid comply? Yes No _____

7.15 Grille Lights: The Ford OEM chrome chassis grill which shall house (2) new Whelen 73 series red/white lights and (2) new 100 watt siren speakers. This grill shall be installed as not to block air flow to the chassis cooling system and meet the minimum requirements of paragraph 3.14 of the Federal Specification KKK- E.

Does your bid comply? Yes No _____

7.16 Light Bars: Install new front lightbar lens.

Does your bid comply? Yes No _____

7.17 Door Switches: Replace all door switches with new door switches to meet or exceed existing switches.

Does your bid comply? Yes No _____

7.18 Dome Lights: Replace all dome light lenses and bulbs and clean all fixtures. Rusted fixtures are to be replaced.

Does your bid comply? Yes No _____

7.19 Back-up Alarm: Install a new back-up alarm with a minimum of 97 dB. Manual override is to be disabled.

Does your bid comply? Yes No _____

7.20 Rear Switch Panel: All switches in the patient compartment area shall be replaced with V- series rocker switches. Label lens shall also be replaced with new ones.

Does your bid comply? Yes No _____

7.21 Back-Up Lights: Wire back-up lights to come on when rear doors are opened and rear load lights to come on when placed in reverse.

Does your bid comply? Yes No _____

7.22 Shoreline: Replace shoreline with the ‘automatic disconnect’ model. The shoreline circuit is to be tested and repaired as necessary. A female adapter to connect shoreline to extension cord is to be supplied.

Does your bid comply? Yes No _____

7.23 Siren Speakers: Install CPI #SAD4302-99FS-1 and SAP4302-99FS or equivalent siren speakers on front bumper.

Does your bid comply? Yes No _____

7.24 Power supply: Install a Whelen UPS-158 strobe power supply.

Does your bid comply? Yes No _____

7.25 New strobe: Install a new strobe light over rear tire on side of module if this is not the current configuration.

Does your bid comply? Yes No _____

7.26 Radio Mounts/Cabling: Install mounts and cabling for radio antennas and cell phone. Both UHF and VHF cabling should be routed to the chassis console. The cell phone cable should be routed to the module console.

Does your bid comply? Yes No _____

7.27 Drip Rails: Above door drip rails are to be inspected and replaced where needed.

Does your bid comply? Yes No _____

|8.0 EXTERIOR COMPARTMENTS |

8.1 Module Door Seals: Replace all exterior rubber door seals with original OEM or equivalent seal. All doors, including rear doors, are to seal in order to prevent water leaks.

Does your bid comply? Yes No _____

8.2 Compartment Door: Compartment doors are to be closely inspected for condition and repaired as necessary.

a. Door ‘Skins’ are to be reattached and sealed. New screws will be used.

b. Checked and trued for alignment and closure. When closed the doors shall be flush with the outside module wall.

c. All hold opens checked for operation and defective closures replaced. Lower hold opens are to be added as needed for the rear module doors.

d. Lubricate all door latches and locks for proper operation

e. Replace any defective latches or locks to insure 100% operation

f. All patient entry door windows will be removed prior to painting (New seals are to be used on reinstallation.)

g. Any damaged windows replaced with like OEM windows from OEM manufacturer

Does your bid comply? Yes No _____

8.3 Door Latches: Replace current entrance door latching system with up-dated versions to ensure safety. Rotary latching mechanisms are not acceptable. Interior door handles shall be near flush to prevent accidental opening and comply with FMVSS206. It is the intent of OCEMS to obtain a quality door locking mechanism combined with safety and ease of use.

Does your bid comply? Yes No _____

|9.0 PATIENT COMPARTMENT CABINETRY AND FIXTURES |

9.1 Sub-Floor: After removal of old floor covering, the sub-floor shall be closely inspected for damage. Sub-floor shall be repaired or replaced as necessary.

Does your bid comply? Yes No _____

9.2 Flooring: Sub-Floor shall be sanded to remove all imperfections before installation of new floor. A commercial vinyl flooring (with a minimum of 25mil thickness) shall be installed and rolled up sidewalls to facilitate easy cleaning and sanitation. Rolled vinyl is to conform with current vinyl location or to a minimum for 4” where this is not met by previous vinyl. Floor shall be color coordinated to the interior color scheme.

Does your bid comply? Yes No _____

9.3 Thresholds: Replace side and rear thresholds with satin finish stainless steel thresholds that are to be sealed for sanitation. A 2” Non Skid tape shall be applied on top of thresholds for safety.

Does your bid comply? Yes No _____

9.4 Upholstery: All upholstery in module shall be replaced with seamless material, excluding Captains chair in attendant seat location. Captains chair (with built in child seat) is to be replaced if needed.

Does your bid comply? Yes No _____

9.5 Cabinetry: Cabinets will be checked for sharp edges, defective areas, and professionally repaired including the following items:

a. Manually check cabinet mounting bolts to insure stability and strength.

b. Check all latches locks and shelves for proper operation. Many of the latches will have to be replaced. Cabinet doors that will not stay closed while the ambulance in moving will not be accepted. Replace plexiglass as needed. Finger holes are to be drilled in all plexiglass (old or new).

c. Inspect all floor and cabinet moldings and replace any damaged or missing trim.

d. Replace any rusty or discolored screws, hinges or trim

e. Provide high quality clean up and sanitation to all cabinetry, compartments, headliner, etc.

f. Install new Plexiglas (finger holds required).

g. Inspect IV tray and install new hinges, gas struts and lock where necessary.

Does your bid comply? Yes No _____

9.6 Cot Mounts: Install a Stryker cot mount floor plate and catch hook in 99I6487.

Does your bid comply? Yes No _____

9.7 Box Heater: Inspect box heater located in bench seat side for proper and safe operation. Replace if necessary. Replace front grill of heater.

Does your bid comply? Yes No _____

9.8 Bench seat armrest; Convert permanent arm rest at right front of bench seat to a fold up arm rest if this is not the current configuration.

Does your bid comply? Yes No _____

9.9 Door Caddy: Inspect current door caddies and, if necessary, install a new door caddy (like Wheeled Coach’s “Care Caddy”) to include covered trash can, paper towel holder, bottle holder, and extra storage.

Does your bid comply? Yes No _____

9.10 Jumpseat Pedestal: The pedestal for the jumpseat is to prepped and repainted. Locks to the base cabinet in the pedestal will be in working order with new keys supplied at delivery.

Does your bid comply? Yes No _____

9.11 Counter Tops: Counter tops are to be replaced with material and design to minimize pathogen entrapment. Sharp corners are to be reduced to a minimum. Counters are to be color coordinated with the vehicle

Does your bid comply? Yes No _____

9.12 Grab Rails: If necessary, grab rails are to be replaced with plain metal rail (chrome). There will be no rubber gripping surface on these rails. Rusted grab rails are to be replaced.

Does your bid comply? Yes No _____

9.13 Air Movement Screens: All screens which allow air movement are to be replaced. All filters are to be replaced

Does your bid comply? Yes No _____

9.14 Catches: Replace catches for CPR seat upright and IV tray.

Does your bid comply? Yes No _____

9.15 Hanging Stretcher Mounts: Assure that all hanging stretcher mounts are firmly attached and that ceiling mounts produce a minimum or noise.

Does your bid comply? Yes No _____

9.16 Check all seat belts and replace if necessary. This includes both the attendant seat and the bench seat.

Does your bid comply? Yes No _____

| |

|10.0 HEATING AND AIR CONDITIONING |

10.1 Heat/Cool Unit: Replace module AC system with the Fridge King Pro-Air ambulance system. Unit is to be fully operational delivering 32,000 BTU. Module AC system is to be totally separate from chassis AC system – two complete units – the second condenser is to be externally mounted under body skirtline.

Does your bid comply? Yes No _____

10.2 Heat/Cool Testing: System shall be extensively tested for peak performance and readings shall be provided to customer.

Does your bid comply? Yes No _____

10.3 Power Vent: Replace exhaust vents if necessary to meet original equipment performance. Replace rusted or broken vent cover.

Does your bid comply? Yes No _____

|11.0 OXYGEN AND VACUUM SYSTEMS |

11.1 Oxygen System: Perform 4-hour leak test on existing oxygen system Repair any lines or outlets as necessary. Install a metal mount for two 125 cubic foot oxygen cylinders in the oxygen compartment and supply a dual regulator connection. Install a double D cylinder mount.

Does your bid comply? Yes No _____

11.2 Suction System: Test vacuum lines, outlets for proper operation and repair or replace as necessary to comply with federal/state requirements. Install a Rico RS-4X Disposable 1000ml Canister Suction System in any vehicles without this system.

Does your bid comply? Yes No _____

12.0 MISCELLANEOUS EQUIPMENT

Items below are to be quoted individually and separate from the body of the main bid.

12.1 Oxygen Port: Addition of an extra oxygen port in the ceiling at center of module (over patient).

Does your bid comply? Yes No _____

12.2 DVD Player: Install a DVD player and screen so that it is visible from the patient stretcher.

Does your bid comply? Yes No _____

12.3 Emergency Lights: Replace front lightbar with a Whelen 9806F special 7 head flush mounted with remote power supply. Color scheme – red/white/red/white/red/white/red.

Does your bid comply? Yes No _____

12.4 LP12 mount: Install a mount to secure the LP12.

Does your bid comply? Yes No _____

SPECIAL BID CONDITIONS

1. In addition to equipment specified, vehicles shall be equipped with all standard equipment as specified by manufacturer for this model and shall comply with all EPA Emission Standards and all motor vehicle standards as established by the U. S. Department of Transportation regarding manufacturing of motor vehicles.

2. The successful bidder shall be responsible for delivering vehicles that are properly serviced, cleaned and in first class operating condition; pre-delivery service at a minimum, shall include the following:

A. Complete lubrication.

B. Check all fluid levels to assure proper fill.

C. Adjustment of engine to proper operating condition.

D. Inflate tires to proper pressure.

E. Check to assure proper operation of all accessories, gauges, lights and mechanical features.

F. Front end alignment and wheels balanced.

G. Cleaning of vehicles and removal of all unnecessary tags, stickers, etc. Do not remove window price sticker.

3. ACCEPTANCE:

Delivery of a vehicle to Okaloosa County Board of County Commissioners does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and conditions as listed. Should the delivered vehicle differ in any respect from specifications, payment will be withheld until such time as the supplier takes necessary corrective action. The Purchasing Department shall be notified of the deviation in writing within 10 days and the provisions of the delivery paragraph shall prevail. If the proposed corrective action is not acceptable to Okaloosa County, the Purchasing Department may authorize the recipient department to refuse final acceptance of the vehicle(s), in which case the vehicle(s) remain the property of the supplier and the county shall not be liable for payment for any portion thereof.

4. Units shall be delivered with each of the following documents completed:

A. Statement of origin and bill of sale.

B. Owner's Manual.

C. Warranty Certifications

D. Copy of Pre-delivery Service Report

E. Window Price Sticker (affixed)

F. DHSMV-82040, Application for Certificate of Title and/or Vehicle Registration

G. Sales Tax Exemption form DR-41-A

H. Temporary Tag

I. All applicable test certifications

J. Copy of the invoice

5. SPECIFICATION EXCEPTIONS:

Specifications are based on the most current literature available. Bidder shall clearly list any change in the manufacturer's specifications, which conflict with the bid specifications. Bidder must also explain any deviation from the bid specifications in writing, as a footnote on the applicable bid page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with their bid. Failure of the bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle(s) in compliance with contract specifications.

6. ADDITION/DELETION OF ITEM:

The County reserves the right to add to or delete any item from this bid or resulting contract when deemed to be in the County's best interest.

7. FACTORY WARRANTY:

Failure by any manufacturer's authorized dealer to render proper warranty service/adjustments, including providing a copy of the warranty work order to the county, shall subject that dealer and the contractor to suspension from the county's approved vendor listing until satisfactory evidence of correction is presented to the County Purchasing Department.

8. FACTORY AUTHORIZED SALES AND SERVICE DEALER:

Bidders must be factory authorized Sales and Service Dealer.

9. LOCAL PREFERENCE:

Okaloosa County reserves the right to grant a preference to in-county bidders only when bids are received from firms located in states, counties, municipalities or other political subdivisions which offer preference to bidders located in such political subdivisions. The amount of preference given to local bidders will be the same as that given by the state, county, municipality or other political subdivisions in which the out-of-county bidder is located. If the political subdivision in which a bidder is located offers a preference to its local firms, that bidder must plainly state the extent of such preference to include the amount and type preference offered. Any bidder failing to indicate such preference will be removed from the County Bid List and any and all bids from that firm will be rejected.

NOTE: For bidder’s convenience, this certification form is enclosed and is made a part of the bid package.

10. BID BOND:

Bidders are required to submit a Bid Bond, Cashier's or Certified Check in the amount of 5% of their total bid and the Bid Bond is to be attached to their bid.

11. Bids will not be considered from vendors who are currently involved in official financial reorganization or bankruptcy proceedings.

12. PAYMENTS:

The Contractor shall be paid upon submission of invoices, in duplicate, to the Okaloosa County Board of County Commissioners, Finance Department, 101 E James Lee Blvd., Crestview, Florida 32536. The prices stipulated herein for articles delivered and accepted. Invoices must show Purchase Order Number.

13. INFORMATION:

Questions concerning bid requirements or specifications should be directed to the Okaloosa County Purchasing Department, 602-C North Pearl Street, Crestview, Florida, 32536, telephone number 850-689-5960, ATTN: Richard Brannon or Jack Allen. Any changes by the county to specifications shall be in writing in the form of an addendum and furnished to all bidders. Verbal information obtained otherwise will not be considered in awarding of bids.

14. RIGHT TO WAIVE AND REJECT:

A. The Board, in its absolute discretion, may reject any proposal of a proposer that has failed, in the opinion of the Board, to complete or perform an Okaloosa County contracted project in a timely fashion or has failed in any other way, in the opinion of the Board, to perform a prior contract in a satisfactory manner, and has directed the Okaloosa County Purchasing Director to emphasize this condition to potential proposers.

B. There is no obligation on the part of the County to award the proposal to the lowest proposer, and the County reserves the right to award the proposal to proposer submitting a responsive proposal with a resulting negotiated agreement which is most advantageous and in the best interest of Okaloosa county, and to reject any and all proposals or to waive any irregularity or technicality in proposals received. Okaloosa County shall be the sole judge of the proposal and the resulting negotiated agreement that is in its best interest and its decision shall be final.

C. The Board of County Commissioners reserves the right to waive any informalities or reject any and all proposals, in whole or part, to utilize any applicable state contracts in lieu of or in addition to this proposal and to accept the proposal that in its judgment will best serve the interest of the County.

D. The Board of County Commissioners specifically reserves the right to reject any conditional proposal and will normally reject those, which made it impossible to determine the true amount of the proposal. Each item must be proposed separately and no attempt is to be made to tie any item or items to any other item or items.

15. DISQUALIFICATION OF PROPOSERS:

Any of the following reasons may be considered as sufficient for the disqualification of a proposer and the rejection of his proposal or proposals:

A. More than one proposal for the same work from an individual, firm or corporation under the same or different name.

B. Evidence that the proposer has a financial interest in the firm of another proposer for the same work.

C. Evidence of collusion among proposers. Participants in such collusion will receive no recognition as proposers for any future work of the County until such participant shall have been reinstated as a qualified proposer.

D. Uncompleted work that in the judgment of the County might hinder or prevent the prompt completion of additional work if awarded.

E. Failure to pay or satisfactorily settle all bills due for labor and material on former contracts in force at the time of advertisement of proposals.

F. Default under previous contract.

G. The Board, in its absolute discretion, may reject any proposal of a proposer that has failed, in the opinion of the Board, to complete or perform an Okaloosa County contracted project in a timely fashion or has failed in any other way, in the opinion of the Board, to perform a prior contract in a satisfactory manner, and has directed the Okaloosa County Purchasing Director to emphasize this condition to potential proposers.

16. "All units must contain no less than a full tank of fuel as indicated by fuel gauge at time of delivery".

17. BID OPENING:

Bid Opening shall be public, on the date and time specified on the bid form. It is the bidder's responsibility to assure that his bid is delivered at the proper time and place. Offers by telegram, facsimile, or telephone are NOT acceptable. NOTE: Crestview, Florida is "not a next day guaranteed delivery location" by delivery services.

18. PUBLIC ENTITY CRIME INFORMATION:

A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

19. CONFLICT OF INTEREST:

The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All respondents must disclose with their proposal the name of any officer, director, or agent who is also a public officer or an employee of the Okaloosa County Board of County Commissioners, or any of its agencies.

Furthermore, all respondents must disclose the name of any County officer or employee who owns, directly or indirectly, an interest of five percent (5%) or more in the firm or any of its branches.

Furthermore, the official, prior to or at the time of submission of the proposal, must file a statement with the Clerk of Circuit Court of Okaloosa County, if he is an officer or employee of the County, disclosing his or spouse's or child's interest and the nature of the intended business.

NOTE: For bidder’s convenience, this certification form is enclosed and is made a part of the bid package.

20. IDENTICAL TIE PROPOSALS:

Preference shall be given to businesses with drug-free workplace programs. Whenever two or more proposals that are equal with respect to price, quality and service are received by the County for the procurement of commodities or contractual services, a proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process (see attached certification form).

NOTE: For bidder’s convenience, this certification form is enclosed and is made a part of the bid package.

21. COMPARISON:

The specifications are intended to provide a common standard to which all vendors shall bid. For this reason, the bidder must respond to each individual item in the specifications check list by indicating "comply" or "exception" where indicated. Failure to respond, will disqualify the bid.

A. If the Bidder is not going to furnish the item exactly as described in the specification, he must indicate a deviation even though he feels he may be exceeding what is described. For each deviation taken, the bid must include detailed technical description of what he will furnish as well as full explanation of why the deviation equals or exceeds the item in the specifications.

22. DEVIATION:

Any deviation to these specifications must be stated in writing and attached to the bid Proposal Form (no exceptions). Each exception (by page and paragraph/item number), with explanation and detail description or item or items the bidder is taking exception to.

23. SUBSTITUTIONS:

All substitutions shall be "equal to” or "greater than" and exceeding the minimums of the particular items specified, and full information to enable purchaser to determine suitability shall be furnished. Purchaser or his designated representative shall be the final judge or any proposed exceptions or substitutions. Any exceptions granted will be given in writing and attached to the final contract and/or Purchase Order. Unless the exceptions granted are acknowledged by purchaser in writing at the time of order, such exceptions shall not be accepted at time of delivery, and the delivered product shall be expected to conform to every detail of the specifications or suffer rejection.

24. CERTIFICATION & DOCUMENTATION:

The ambulance manufacturer for which this bid is submitted, must include with bid proposal test documents from bonded testing laboratory for all tests specified in Federal Requirement KKK-E, as amended, showing that such tests were conducted in accordance with KKK-E and past all requirements. No bid may be withdrawn, modified, or otherwise changed once the bids have been opened. It will be assumed that each bidder has thoroughly and completely familiarized themselves with these specifications, as well as federal and state requirements at time of bid.

Modification to a bid, once submitted will not be permitted. Simply stated, if any item, feature, option, etc., is not stated in writing in bidders proposal, it will not be considered, and the comparison and selection of bid award will proceed only from what is stated in bidders written proposal.

These specifications have been prepared after due consideration by using agency, purchasing, and design committee, and alternate bids on other body styles of KKK types will not be considered.

25. QUALIFIED VEHICLE MODIFIER:

Okaloosa County seeks the highest level of quality assurance and liability protection. To insure that these standards are met, Federal Specification KKK-E and Ford Motor Company's "QVM" (Qualified Vehicle Modifier) program shall be considered as the minimum acceptable guidelines. These standards shall be applicable regardless of the "first stage" chassis manufacturer specified herein. The bidder shall submit documentation that the "second stage" vehicle manufacturer is a current member of the Ford QVM program. Bids not meeting this requirement cannot be accepted.

26. PERFORMANCE AND WARRANTY CRITERIA:

To insure that contract is awarded to a vehicle manufacturer who has the resources to meet the performance and warranty criteria specified herein, the bidder shall state in the bid proposal if the "second stage" manufacturer is a public or private company. If the manufacturer is privately held, the bidder shall include with the bid a current financial statement and a coy of a certified audit not more than twelve (12) months old. If the manufacturer is a publicly held company; the bidder shall state stock exchange and under what symbol the company's stock is traded. Bids not meeting this requirement cannot be accepted.

NOTE: In performing the evaluation, only information contained within the Bidder's written proposal will be considered.

27. MATERIALS AND WORKMANSHIP:

All equipment furnished shall be guaranteed to be new and of current manufacture, meet all requirements of this specification, and be in an operable condition at the time of delivery.

(A) All parts shall be of high quality workmanship, shall be in production at the time of bid, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices.

(B) All workmanship shall be of quality and performed in a professional manner so as to insure a safe and functional apparatus with an aesthetic appearance.

28. DELIVERY:

Since delivery proposals by the Bidders will weight heavily in the determination of award of bid, the delivery schedules that are submitted by the Bidders and agreed upon by the Purchaser shall automatically become binding upon the successful Bidder.

29. PROPOSAL IN REPLY TO SPECIFICATIONS:

Any exceptions to these specifications must be itemized. They shall be referenced to by paragraph number and listed on exception sheet provided herein. Should the Bidder require additional space for his reply he may attach an additional page(s) into the response at that point. Details concerning the exceptions or "clarifications" must be clearly explained. Each exception will be considered by the Purchaser as to the degree of impact and total effect on their bid. If specification sheets are referenced, they shall be included as a part of the Bid Proposal.

30. RETURN OF PAGES OF SPECIFICATIONS AND DOCUMENTS:

When submitting their Bid Proposal, Bidders must return all pages of these specifications as part of the Bid Proposal as it will form the contract between the Contractor and the Purchase. Caution should be taken by the Bidder that all questions are answered in the spaces provided and all information requested is submitted.

31. SUB-CONTRACTS:

This Agency is extremely concerned with purchasing the vehicle(s) from a manufacturer who can provide the necessary parts, service and warranty after the sale. With this in mind, the vehicle shall be constructed, with the exception of the chassis, by the Prime ("second stage" manufacturer) Contractor.

A. This requirement applies to all major components of the vehicle. Major components would include items such as: the modular ambulance body, interior cabinets, electrical wiring harnesses, paint, fiberglass and other related items.

B. This no sub-contractor clause will apply to any type of sub-contract, lease, rental or any other similar arrangement. The Bidder may be required by the County to prove compliance with this requirement. No exceptions will be allowed on this requirement since the Purchaser will not accept the above mentioned warranties from a fragmented source.

32. FAMILIARITY WITH LAWS:

The Bidder is presumed to be familiar with all federal, state, and local laws, ordinances, code rules, and regulations that may in any way affect the work. Ignorance on the part of the Bidder shall in no way relieve him from responsibility.

33. PERFORMANCE TEST AND REQUIREMENTS:

The vehicle(s) shall, at the time of delivery, conform to the minimum requirements of the latest standards covering vehicles of this type. This shall include federal, state, and local requirements.

A. All vehicles delivered under this Contract shall conform to any other Federal Motor Vehicle Standards in effect at the time of delivery.

34. LICENSES:

All bidders must have any and all current licenses required by state law to do business in the state of Florida. This is to include both Florida automotive manufacturer and Florida automotive dealer licenses. If the Bidder is”second stage" vehicle manufacturer bidding direct and not through a Florida dealer or distributor then the Bidder shall enclose copies of their Florida manufacturer and Florida automotive dealer licenses. If the Bidder is a dealer or distributor then they shall submit a copy of the Florida manufacturer license of the "second stage" vehicle manufacturer they are bidding and their own Florida dealer license. Bids failing to meet this legal requirement cannot be considered.

A. Florida Automotive Dealer License # __________________________________

B. Florida Automotive Manufacturer License # ____________________________

35. MATERIALS:

Materials used in the construction shall be new and not less than the quality conforming to current engineering and manufacturing practices. Materials shall be free of defects and suitable for the service intended.

36. AUTHORITY TO PIGGYBACK:

All bidders submitting a response to this Invitation to Bid agree that such response also constitutes a bid to all governmental agencies under the same conditions, for the same contract price, and for the same effective period as this bid, should the bidder feel it is in their best interest to do so.

Each governmental agency desiring to accept these bids and make an award thereof shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials and/or services ordered and received by it, and no agency assumes any liability by virtue of this bid.

This agreement in no way restricts or interferes with the right of any governmental agency to bid any or all items.

37. DISCRIMINATION:

An entity or affiliate who has been placed on the discriminatory vendor list 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 the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity.

CONFLICT OF INTEREST DISCLOSURE FORM

For purposes of determining any possible conflict of interest, all bidders/proposers, must disclose if any Okaloosa Board of County Commissioner, employee(s), elected officials(s), of if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business.

Indicate either “yes” (a county employee, elected official, or agency is also associated with your business), or “no”. If yes, give person(s) name(s) and position(s) with your business.

YES______________ NO______________

NAME(S) POSITION(S)

FIRM NAME: _____________________________________

BY (PRINTED): _____________________________________

BY (SIGNATURE): _____________________________________

TITLE: _____________________________________

ADDRESS: _____________________________________

_____________________________________

PHONE NO. _____________________________________

DRUG-FREE WORKPLACE CERTIFICATION

THE BELOW SIGNED BIDDER CERTIFIES that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are under quote a copy of the statement specified in subsection 1.

4. In the statement specified in subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under quote, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in, drug abuse assistance or rehabilitation program if such is available in employee’s community, by any employee who is convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.

DATE: _______________________ SIGNATURE: _______________________

COMPANY: _______________________ NAME: _____________________________

(Typed or Printed)

ADDRESS: _______________________

TITLE: _____________________________

_______________________

_______________________

PHONE NO.: _______________________

LOCAL PREFERENCE DATA SHEET

Refer to Special Bid Condition

Does the state, county, municipality or political subdivision in which your firm is located offer a preference to their local bidders? (If your firm is located in Okaloosa County, you will check “NO.”) If “YES,” list below the extent of such preference.

YES____________________ NO_______________________

________________________ __________________________________

________________________ __________________________________

________________________ __________________________________

________________________ __________________________________

_____________________________ _______________________________

Bidder’s Company Name Authorized Signature – Manual

_______________________________

Authorized Signature – Typed

BID SHEET

BID NO.: EMS 02-04

BID ITEM: Three (3) Ambulance Module Remounts

VEHICLE #99I6487 (EXCELLANCE)

Chassis Cost $_________________________

Remount/Refurbishment Cost $_________________________

TOTAL $_________________________

OPTION PRICING:

Oxygen Port Option ___________________

Front Lightbar Whelen 9806F ___________________

LP12 Mount ___________________

DVD Player ___________________

VEHICLE #00I8839 (EXCELLANCE)

Chassis Cost $_________________________

Remount/Refurbishment Cost $_________________________

TOTAL $_________________________

OPTION PRICING:

Oxygen Port Option ___________________

Front Lightbar Whelen 9806F ___________________

LP12 Mount ___________________

DVD Player ___________________

VEHICLE #00I9194 (EXCELLANCE)

Chassis Cost $_________________________

Remount/Refurbishment Cost $_________________________

TOTAL $_________________________

OPTION PRICING:

Oxygen Port Option ___________________

Front Lightbar Whelen 9806F ___________________

LP12 Mount ___________________

DVD Player ___________________

DELIVERY TIME MAXIMUM _____________________ (Days)

Remarks:

________________________________ ________________________________

Bidder’s Company Name Authorized Signature – Manual

________________________________ ________________________________

Authorized Signature – Typed

________________________________ ________________________________

Address Title

________________________________ ________________________________

Phone No. FAX No.

________________________________

Federal ID No. or SS No.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download