Loading...
Item G3BOARD OF GOVERNORS FIRE AND AMBULANCE DISTRICT 1 AGENDA ITEM SUMMARY Meeting Date: July 15, 2009 Division: Emergency Services Bulk Item: Yes No X Department: Fire Rescue Staff Contact Person/Ext: Billy Pruitt x6047 AGENDA ITEM WORDING: Approval to issue a purchase order and the authority to accept and sign the proposal from Elite Fire & Safety Equipment, Inc. in the amount of $118,995.00 for the purchase of one new Type III Ford walk-thru modular ambulance by piggy -backing the Key Largo Fire Rescue & EMS District bid contract #KLFREMS 08-01. ITEM BACKGROUND: During the Fiscal Year 2002 budget process, the Board approved a program for ongoing replacement of Fire Apparatus and Ambulances as needed. The apparatus replacement program includes a review of departmental needs, an evaluation of the equipment replacement schedule, Fire Rescue Apparatus and Equipment Committee recommendations, current fleet type, repair history, maintenance requirements and restrictions, operating costs and standardization. Station 22, Tavernier is now due for replacement of an ambulance. Funds have been appropriated for this in Fiscal Year 2009. PREVIOUS RELEVANT BOARD ACTION: During the Fiscal Year 2002 budget process, the Board approved a program for ongoing replacement of Fire Apparatus and Ambulances as needed. During the budget process each Fiscal Year thereafter, the Board appropriates funds for the continuation of this program. CONTRACT/AGREEMENT CHANGES: NIA STAFF RECOMMENDATIONS: Staff recommends approval of this item as written. TOTAL COST: $118,995.00 INDIRECT COST: BUDGETED: Yes X No COST TO COUNTY:$1118,995.00 SOURCE OF FUNDS: Ad Valorem taxes 141-13001-560-641 REVENUE PRODUCING: Yes _ No X AMOUNT PER MONTH Year APPROVED BY: County Atty OMB/Purchasing Risk Management DOCUMENTATION: Included X Not Required DISPOSITION: RevisedO l /09 AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Elite Fire & Safety Contract # Equipment, Inc. Effective Date: Expiration Date: 7/15/2009 Contract Purpose/Description: Contract with Elite Fire & Safety Equipment Inc. to purchase a Type III Ford Walk Thru Modular Ambulance by piggy-backiggthe K2y Largo Fire Rescue & EMS District bid contract #KLFREMS 08-01. I Contract Manager: Billy Pruitt 6212 Fire Rescue / Stop 14 _ (Name) (Ext.) (Department/Stop #) for BOCC meeting on 7/15/2009 Deadline: 06/30/2009 CONTRACT COSTS Total Dollar Value of Contract: $ $118,995.00 Current Year Budgeted? Yes® Grant: $ County Match: $ Portion: $ No ❑ Account Codes: 130ol-56o641 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: in dollar value above) CONTRACT REVIEW etc. ui Changes Date Out Date # In Needed R ewer Division Director 301 a 4 j Yes❑ No ❑ _ �� G,/p Risk Management Yes[] Non O.M.B./Purchasing YesF No❑ County Attorney G., fit.} `° Yes[] No0 { j p`:,.�,.,.,.. Comments: OMB Form Revised 2/27/01 MCA 92 06/30/2009 13:02 FAX 3054530603 ANDERSEN FINANCIAL SVCS [Moot !K•-y KEY LARGO FIRE RESCUE & EMS DISTRICT COMMISSIONERS: Seaf l: William A. Andersen; Sent 2: Michael Cavagnart); Seat 3: Mark Wheaton; Seat 4: Torn Tharp; Seat S; Marilyn Beyer June 3 D. 2009 S'll5an Hover Monroe County Fire Rescue 490 63`d Street East, Suite 140 Marathon, FL 33050 Re: Contract with..Elite Fire & Safety, Inc. 9.KLFREMS 08-01 for Type 111 Ford Walk-Thru Modular Ambulance $1.18,995.00 Dear Susan;, This letter serves as authorization :for the Monroe County Board of County Commissioners, Monroe County Board of Governors for Fire and Ambulance District 1., and Monroe County Fire Rescue to piggyback the Key Largo Fire Rescue & EMS District's Comma for Goods, Project KL FREMS 08-01 for a Type III Ford Walk- Thru Modular Ambulance in the amount of $118,995.00. Regards, William A. Andersen KLFR&EMS District Chairman 305-451-1040 cc: J. Hauserman. Vernis & Bowling P. Rosasco, Bishop, Rosasco & Company V. Fay, District Clerk The YLFR&EMS M,%trict Mission is to provide exrcrlionul ire protection and emergency medical services tDiciertrlv:und cne1•q�jeclivei,�• wirhnnr trnn12mmi Li Ig the health er %afety of resid"k or personnel. KLFIMEMS District - P. O. Box M023 - Key Largo, Florida 33037-1023 - Te1: 305-451.5511 - Fax: 305-451-3550 W EMOr AMERICAN EMERGENCY VEHICLES June 29, 2009 Monroe County Fire Rescue Logistics Specialist Billy Pruitt 490 63" St. Marathon, Fl 33050 Dear Mr. Pruitt, This letter shall serve to verify that Elite Fire and Safety is the authorized AEV dealer for Monroe County Fire Rescue. We appreciate your business and look forward to having the opportunity to serve you further. Please contact me if you require any additional information. Sincerely, Mark S. Van Arnam President/CEO 165 American Way, Jefferson, N.C. 28640 336-982-9824 Fax 336-982-9826 06/29/2009 09:25 18006434104 ELITE FIRE PAGE 01/01 EL I T E Fire & Safety Equipment, Inc. Logistics Specialist Billy .Pruitt Monroe Co. Eire Rescue Re: AEV Ambulance Deax $illy: 4775 Mercantile Ave. 011 Maples, Florida 34104 1 -239-643-4140 1-800-643-4104 FAX E-Mail: elii,efoam®aol.com Visit Our Website: www.elite-tirexom June 29, 2009 As the authorized dealer for A.trteri.can Emergency Vehicles, Inc, (AEV), we are pleased to allow Mon..roe County Fire and Rescue the option to piggyback. Key Largo EMS contract WUREMS 08-01 for (1) Type lit Ford walk thrtal .m.odular ambulance in the amount of$ 118,995.00. (see attached Shop Order) Thank you ,for. the opportunity to present this proposal. Flease be assured you w.i.l l be purchasing the highest quality ambulance in the industry and the best after sale service. Should, you have any questions, please feel free to call me. Sincerely, 1R Cole Vehicle Sales Manager 239-253-7572 Specializing In: Brush Trucks, Ambulances, Fire Fighting Equipment, Foam & Wildfire I~quipment �i<el� G r)G:1N�Ic PcB�� Shop Order Vehicle Quantity (Vehicles) -1 *****AEV SAFETY FEATURF(S): ***** The AEV standard vehicle includes numerous features that are included for the safety of the occupants. While not recommended, the customer may choose to delete the following specific items for credit if they do not want them included in their vehicle: BODY NUMBER: CHASSIS VIN NUMBER: I__ ACCOUNT MANAGER: Jody Richardson (-- SEAT BELT POSITIONS MODS -- CAB SEAT BELT MOD: I-- Total: 2 Positions -- REAR SEAT BELT MOD: -- Total: 4 Positions Type III Cut -a -way, Modular Ambulance 2009 Ford, F-450 DRW Cut -away, 158" WS, High Trim -- Engine: 6.01- Power Stroke V-8 Turbo Diesel - E-series -- GVWR: 14,500 pounds, FAWR: 6,000, RAWR: 9,500 -- Cab Interior Color: Gray I-- Cab Floor: OEM carpet, E-series Ford -- Tilt Steering Wheel wl Speed Control I-- Cab Door Locks: Power 06/29/2009 02:47:14 PM Job/Order No: J-- Wheel Simulators: Phoenix, Polished S/S -- Tire, SPARE: All season, Random Make LT225175 R16, LR E J Location: Shipped Loose j-- 47A.-,Ambulance Prep Package:- E-Series I— Alternator: Dual (OEM) Motorcraft Dual Per 47A i-- Throttler Ford High Idle J-- Radio, Ford E-series: AM/FM/CD OEM w12 cab speakers I-- Straps; `Cab Doors, Pair, NONE -- Side Mirrors, OEM Black Telescope J-- Mirrors, Convex Additional to OEM: None BODY i-- ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF t OR - 114" Unless specified .as a minimum dimension. .Body, Module: Z5-LT; 164 x 95 x 70" Interior Head Room ]--Headroom: 70" Finished lnterior i_- J-- -- Compt Door Check: Double Action Gas Shock j-- Door Swing Angle: Set just over 90 degrees j-- Cab Extension: 16-inch - allows full OEM seat travel +10" i-- Compartment Ventilation - Below Floor Style Sides and Back: .080 Polished Aluminum Diamond Plate Compartment Bottom: .125 Aluminum Sheet Compartment Ceiling: .090 Aluminum Sheet -- Curb side Entry Door (CSE): 73.8 H gh"x 31 Wide I-- Compt Door Check: Double Action Gas Shock J-- Door Swing Angle: Set just over 90 degrees -- Step Well, G.S. Entry Door, 1-Step Diamond Plate I-- Light, Step Well: 3" Weldon, White, , (-- M-1 Compt (LF):Full Height x 21.5" W x 19.4" D This Compartment includes a "full height" vertical corner box around the cab extension area. -- Compartment Door: SINGLE DOOR, 1-point Latch ��- Light, Compt, M-1 (LF): Intertek Model No ZY-156-921 -- M-2 Compt (LFM): 31.5" H x 42.5" W x 19.4" D I-- Doors, Compartment, DOUBLE DOORS I-- Shelf, Adjustable, Ext: .125 Alum, 2" Upward lip -- Light, Compt, M-2 (LFM): Intertek Model No ZY-156-921 J-- -- M-3 Compt (LR): 58.5" H x 25.1" W x 11 "119.4" D j-- Compartment Door: SINGLE DOOR, 1-point Latch -- Shelf, Fixed, Z-5 Ext: .125 Aluminum I-- Shelf, Adjustable, Ext: Z-5, .125 Alum, 2" Upward lip adjustable Shelf located in UPPER section. Located above Fixed Shelf. Pa e 2 Light, Compt. PA-3 (LR). Intertek Model No ZY-156-921 06/2912009 02:47:16 PM JoblOrder No: Page 3 I— M-5 Compt (RR) Full Height x 97.6" W x 21 " D I -- Compt Floor., Sweep Out (-- Compartment Door: SINGLE DOOR, 1-paint Latch I-- Dividers, Adj.- (2) 14x30 H, Option #1 ]--Divider Material: 125 Aluminum Sheet F- Strap: 2" Webb, wlquick release buckle. J-- 2" Footman Loops. Locate back from jamb I-- Light, Compt, M-5 (RR): 4" Flush, TIL No 40003 I -- I -- I-- M-7 Compt (RF): 44.6" H x 25.25" W x I/O I-- Compartment Door: SINGLE DOOR, 1-point Latch -- Light, Compt, M-7 (RF):.NONE 1 M-8 Dwr (R F): Batt„ 12.1 " H x 25.25" W x 21.4" D I-- Drawer Front: 2-point latch -- Light, Compt, M-8 (Batt): NONE J I-__- I-- Rear Access Doors: 46 3/4" Wide x 60 5/8" High WELDING - Station No 1 Fuel Fill: CPl C1045, Open Housing, Polished Bezel - (Std) I-_ BODY PROTECTION AND TRIM PACKAGE I-- Bumper-, Rear: HD Alum Framed w/DP pontoon curs J-- Step, Center: 2" x 7" Grip strut, flip -up J-- Skirt Rails: Polished Aluminum Diamond Plate -- Corner Caps: 17.3" High, Alum Diamond Plate J-- Front Stone Guards: 17.3" High, Alum Diamond Plate -- I-- Rear Kick Plate: Polished Aluminum Diamond Plate I-- Recessed Tag Area: Polished Aluminum Diamond Plate I-- Location: Centered in the kick plate -- Fenders, Rear: Rubber Extruded, Black (2) Rear Door Hold Opens: Grabber Style, each door I -- Running Boards: NONE I-- Mud Flaps Front., Modular, Rubber I-- Mud Flaps Rear., Modular, Rubber EKT LIGHTING / AC / INSULATION - Station No 2 DOT Light Pkg: Weldon ]CC (Side Marker w/Tail Lights) I— Front ICC Lts: (5) AMBER Weldon LED No 9188-1500A Switch wl Headlights. I-- -- Rear [CC Lts: (5) RED Weldon LED No 9186-150OR Switch wl Headlights I -- Tail Lights, Whelen LED Combinations. ILOS 06/29/2009 02:4718 PM Job/Order No: J-- Side Marker Lights: (2) RED Whelen LED No 2GR09BRR Marker light will corne on with head lights and flash alternately with turn signal_ I- Whelen 900 Series, Tail Lights j-- FIe'rlges: (6) Chrome for above Tail lights - INCL [-- Stop/Tail, Whelen 900 Series, LED, Pair, Full Populated J-- Turn, Whelen 900 Series, LED, Pair J-- Back up, Whelen 900 Series, Halogen, Pair J-- Install Flasher 94S F- Third (3rd) Brake Light: Sierra Model 403BE2-7C77 LOCATION: Over Rear Access Doors. Tag Light: Trucklite No 19206 w/Base No 19726 SCENE%FLOOD LIGHTS (100 Series) J-- Left Scene Lights: (2) Whelen 900, Degree, J-- Flanges: (2) Chrome for above Scene lights J-- Activate: Left Flood Switch J-- Right Scene Lights: (2) Whelen 900, Degree, J-- Flanges: (2) Chrome for above Scene lights J-- Activate: Right Flood Switch and open CSE Door J-� Rear Load Lights: (2) Whelen 900, Degree J-- Flanges: (2) Chrome for above Rear load lights J-- Activate: Rear Flood Switch, Reverse and Lead RA Door J-- HEAT AND AC AC Evap: ACC HVAC Ducted in Ceiling (AC Heat Unit) - Vert Mounted Behind the Attendant Seat Base J-- AC Evaporator Location: Behind Attendant Seat on the floor -- AC Hoses: Pre -charged, GoodYear Galaxy J-- Heater Hoses: EPDM - Nomex Rubber (per Ford QVM) J-- GRILLE, Return Air: Stamped Powder Coated Steel -- Filter, Washable Carbon Pre -Filter J-- AC COMPRESSOR: Tee into O.E.M.-- Ducted AC Delivery: insulated & foil wrapped, 10 registers -- AC Control: Heat or AC and Fan Speed selector switches j-- J__ INTERIOR LIGHTING CEILING PANELS: Gloss Mica over 1/4" hard plywood J-- Dome Lts: lntertek ,(4) Streetside, (4) Curbside F- -- IV Hook No 1: Hook 07 w/ Velcro bag stabilizer - STD J-- LOCATION: Over head/chest area, primary patient on COT J-- IV Hook No 2: Hook 07 w/ Velcro bag stabilizer - STD I— LOCATION: Over head/chest area, secondary patient on S/B i-- -- Recessed Curbside Grab Rail, ceiling: 1.25 Dia C/S, 3 pt, 72 -- Streetside Grab Rail None I-- 06/29/2009 02:47:19 PM Job/Order No: Paae 5 lation: Circumfe I__ Front Light Bar: NONE Rear Light Bar: NONE LED WARNING LIGHT SYSTEM - E-series LTD I — Flasher. Whelen AFM1660 for Super LED This is the flasher for Super LED Lights. core -- Flash Pattern: KKK-A-1822 -- Warning Light SWITCH: ctr console, Primary / Secondary j-- Flange Package: All Ext Warning Lights -- (2) Grille Lights., Whelen. TIRLIN3, LED; Chrome Hsg I-- Red LED [-- Lens Color for Above Super LED Light to be: Clear -- (2) Front Intersection Red Lts: Whelen 700, LED (Super LED) -- Flange: 700-FLANGE for intersection lights above f -- Lens Color for Above Super LED Light to be: Clear -- (1) Center Front CLEAR Warning Lt: Whelen 900, (Super LED) !-- Lens Color for Above Super LED Light to be: Clear J-- (2) Front RED Warning Lights: Whelen 900, (Super LED) I-- Lens Color for Above Super LED Light to be: Clear j-- (4) Side RED Warning Lts: Whelen 900, (Super LED) I-- Lens Color for Above Super LED Light to be: Clear (-- (2) Rear RED Warning Lts: Whelen 900, (Super LED) I — Location: REAR, (1) in EACH Upper outer corner. I- Lens Color for Above Super LED Light to be: Clear 1- (1) Rear Center AMBER Warning Lt: Whelen 600, (Super LED) 1--Flange: 600-FLANGE for center amber light above I- Lens Color for Above Super LED Light to be: Clear F- ELECTRICAL - Station No 3 Hand Held Spot Light: None Not Require by KKK-F I ­ Batteries: 2 - Battery System - E-series Only I-- Battery Make: (2) Motorcraft-OEM / 750 CCA / 65 AHR Batteries MUST be Motorcraft. -- Battery Location: (F3) Relocate ALL Batteries to comet. M-8 -- Batteries Wired: Parallel for higher amperage Battery Switch: Cole Hersee 2484-16 Paddle, F3 Dvr seat base Cole Hersee Paddle style battery switch powers up and shuts down the CONVERSION circuits shall remain wired in the O.E.M. configuration per Ford QVM Bulletin No 63. LOCATION: Side of drivers' seat base. With Face Plate LABEL only! Chassis related -- Camera Svstem - WT-2CAMMIRGPS-KIT Two Camera BU 06/29/2009 02:47:20 PM Job/Order No: Pape 6 To Consist of: Rearview Mirror Monitor with GPS Backup Camera Patient Area Bullet Camera (2) Camera Cable (501=t) (2) Camera Cable (15Ft) (2) Camera Adapter Circuit Board: RMR Rail System, W/ LED Diag - F3 I-- Circuit Protection, 12V: Blade Breaker - Manual -reset -- Ind Light Flasher. Thru 14S Flasher Unit -- CONSOLE, Engine Cover: 2-level Roto-molded ABS -- F3 SWITCH PANEL: 2-Level ABS Console I-- CHARGING SYSTEM GAUGE PACKAGE: None Required ]--Engraved LOGO: AEV TraumaHawk I-- -- Indicator Light: AMBER Compt Open" light J-- Flashing light: Activate w/ ANY compt door switch. I-- Indicator Light: GREEN "Amb Pwr" light I-- Steady burn light: Activate with Conversion pwr switch I-- -- indicator Light: RED "Door Ajar" light -- Flashing light: Activate w/ ANY Mod entry door switch, J-- Door/Compartment Ajar Buzzer: None I-- Add -on Console. E-series console, Long Style -- Drink Holder: (2) In Cab Console, Big Gulp Size I-- Drink Holder Location: Rear I-- !Vote Book Slot: Single - Full width by 4" wide I-- Divider(s): NONE -- Console Finish: Black, Textured "Easy Grip" J-- Fasteners: Black finish screws into engine 'cover Back-up Alarm: Standard I-- Cut Off Switch: Auto reset ,momentary style Ground Straps, Module to Frame: (Qty 4) Braided Grind/Clean each ground site on the O.E.M. frame to bare steel. Use 3/8" - UNC x 1 1/2", Grade 8 hex head bolts, Nuts, and external tooth lock washers. Tighten to minimum 20 Ft/Lb. PRE -WIRE: Inverter, Full Mod I-- Pre -wire for: Vanner Model 20-1050 CULW, Full Mod I-- Battery Charger: NONE (Deviates from KKK-F) I-- Inverter Location: Under CPR Seat I -- Low Voltage Indicator: Amber with Buzzer COMMUNICATION RADIO(S) RELATED I -- I-- Radio Power No 1: 30A, Pos and Nep, 10 awq Wires 06/29/2009 02:47.21 PM Job/Order No: Page 7 I-- Radio •Power Source: Battery Switc 1-- LOCATION: Behind Driver's Seat f -- 1-- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1-- Radio Power Source: Battery Switch Hot 1-- LOCATION: Behind Action Area Board J-- Coaxial Cable, No 1: Type RG-58U, No connectors f-- ORIGINATION POINT: Roof Port No 1 Roof Port No 1 is located 36" back from the front edge of the module roof I-- Port Plate: None - Accass thru center upholstery panel f-- TERMINATION POINT: Behind'Driver's seat w/36" Tail 125V SHORE LINES AND OUTLETS -- Shore Line Inlet: 20A, Pass -Seymour, ILOS [--Inlet LOCATION: Aft of Leff Front compartment 1-- Block Heater: Wire to shore line w/Female plug AND centered side to side. 1-- **125 Volt OUTLETS{* 1-- 125 VAC Outlet, No 1: 15A, Hospital Grade, IVORY All 125 VAC outlets shall be back lighted when power is applied to the outlet.. 1--LOCATION: Action Area, standard location Full Size Mod is on Wall 42 per drawing I-- Outlet mounting ORIENTATION: Vertical 1-- 125 VAC Outlet, No 2: 15A, Hospital Grade, IVORY 1--LOCATION: RF ALS, (See Drawing) -- Outlet mounting ORIENTATION: Vertical I-- " *INTERIOR 12 Volt OUTLETS" J-- 12V Outlet, No 1: Cigar Style - Wire thru Med Isolator ]--LOCATION: Action Area, standard location Full Size Mod is on Wall #2 per drawing 1-- Outlet mounting ORIENTATION: Vertical 1-- Power Source: Medical Isolator No 1, Battery SWITCH Hot I-- 1-- 12V Outlet, No 2: Cigar Style - Wire thru Med Isolator 1-- LOCATION: RF, ALS See Drawing f-- Outlet mounting ORIENTATION: Vertical I-- Power Source: The SAME as outlet No 1 Siren: Whelen, WS295SLSA1, Standard E-Series I-- Siren Speakers: CPI ForeWarn, No SAD4319 & SAP4319 This speaker is a recessed mount requiring a pre -described hole in the outer end of the from bumper. 06/29/2009 02:47.22 PM Job/Order No: Page 8 - ........................ I-- Siren / Horn Switch: SPST Rocker Switch in Cab Console This'switch shall select horn ring output: Siren Functions OR O.E.M. Horn CABINET SHOP -.Modular ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR - 114" Unless specified as a minimum dimension. BULKHEAD PANELS: See Station 5 See Station 5 portion of shop order to find DOOR info. I -- Mica Color: Natural Legacy 4655-60 Polycarbonate Type/Color: Lexan - GRAY 1-- Polycarbonate Handles: Full Length Extruded I_W Attendant Seat: Hi -back captains' chair - Vac Form Uph I-- ATTENDANT SEAT BASE: Swivel Pedestal --Attendant's Seat: (1) seat, 2-point, LAP, ALR I__ J-- Attendant Seat, Armrests, BOTH LEFT and RIGHT ARMS AC CABINET: Evaporator, Std Location Behind Att Seat (-- CURBSIDE UPPER: NONE -Not enough headstrike clearance (- CURBSIDE REAR STORAGE CABINET: NONE I__ LF Cabinet, Behind Att Seat: Cabinet "H", 164 I-- floor, Single Solid Wood, Flush Fitted Std, LF Cab Install Black Vents I-- TRIM: U-shaped Door, J-trim opening, SGL DR I-- Lever Latch: Non -locking -Black Finish I -- Bulkhead Cabinet "J": Standard Cabinet "J": Over Att Seat Door: Single Flip Up 318" Lexan Handle: "C" Handle W/ Reel Torque Hinges & Brass Grabber RF ALS Cabinet: Z5 Option I-- Cabinet 1-9: Inside Access I-- Single Flip Up Lexan Door -tinges to be Reel Torq, I-- Poly-Carbonite Handle; C-Handle I-- Brass Grabbers; (1) located on the door I-- Cabinet 1-2: Inside / Outside Access thru M-7 I-- (2) Shelves: Adjustable, Mica over wood, (Incl Std) I-- Doors, Double Solid Wood, Flush Fitted W/ Lexan Inserts I-- TRIM: U-shaped Door, J-trim opening, DBL DRS -- Lever Latch: Non -locking - Black Finish 06/2912009 02:47:23 PM Job/Order No: Install"C" Handles IATS To L.everlatch I-- Interior MICA Color. Whiff cabinet liner I-- Cabinet 1-3: inside / Outside Access thru M-7 I-- Door, Single Solid Wood, Flush Fitted - Std [--TRIM: U-shaped Door, .1-trim opening, SGL DR I-- Latch: Locking Leverlatch I-- Interior MICA Color: White cabinet liner F- SQUAD BENCH: Standard See Upholstery Section for Post and Wheel Cup info J-- Bio-waste/Sharps No 1: Gray ABS Rim, Red Lexan Cover (-- LOCATION: At head of Squad Bench j-- SHARPS CONTAINER: - 3-Quart Bemis Container I-- WASTE CONTAINER: AEV 6 Quart -- Squad Bench Lids: Split - 2-section I-- Hinge, Squad Bench Lid(s): 1 1/2" S/S Piano Hinge I-- Latch, Squad Bench Lid(s): Slam Action Paddle, Non-loc I-- Lid Checks: Gas shock, Dual Action -- Edge Trim, Lids: Band w/ Laminate and J-Trim Protection i _- I -- I-- Restraint Net, Removable, at head of S/B Black in color. TOP CABINETS: Street Side [--Cabinet A: Standard 164 (68" HR) j-- Door: Single Flip Up 3/8" Lexan j-- Handle: "C" Handle W/ Reel Torque Hinges & Brass Grabber j-- I-� I-- Cabinet B: Ergonomically angled toward the CPR seat I-- Doors, Sliding Lexan, Mitered AL Assy: Standard WALL CABINET: Z-5 LT Std - Side Seat No 3 w/Telemetry area I-- Action Area: Z-5 LT Standard I-- A/A: Mica Finish, color keyed to interior I-- Sharps Container: Drop -in, A/A table, Sage 1 Gallon I-- SHARPS CONTAINER: 1-Gallon Sage No 85131 -- Cabinet C. Inside/Outside access (upper section) comet J-- Doors, Sliding Lexan, Mitered AL Assy: Standard j-- -- Cabinet D: Half Ht cabinet over Telemetry Area I-- Doors, Sliding Lexan, Mitered AL Assy: Standard I-- (1) Shelf: Adjustable, Mica over goad, (Inel Std) I-- Uni-strut Shelf Track I-- Cabinet E: Standard I-- Doors, Sliding Lexan, Mitered AL Assy: Standard F- -- Cabinet F: Drug Locker, Std 1— (1) Shelf: Adjustable, Mica over wood, (Incl Std) e9 06/29/2009 02:47:25 PM Job/Order No: Paae 10 I-- Uni-strut Shelf Track J-- Door, Single Solid Wood, Flush Fitted - Std I-- TRIM: U-shaped Door, J-trim opening, SGL DR -- Cam Lock: 114 turn pawl - Hinged Wood Door Side Seat: 24 inch - Single Pos - Under Lid Stg With a recessed paddle latch. J__ -- Telemetry Area: with curved armrest pad I-- Telemetry Area: Mica Finish, color keyed to interior With 3/4" Lip I— - J-- P6 - 6-Point Restraint System - with CPR Seat J-- (2) on Squad Bench, (1) CPR Side Seat -- Squad Bench: (0) seating positions for 2-point, LAP, ALR J-- Squad Bench: (3) Secondary patient restraints - 9" Buckles J-- J__ i-- J-- I-- CABINET SET - Station No 4 - MOD Flooring: Lonplate 11- No 421 Mica (Light Gray) -- Flooring Main Edge: 3" Recessed (112" deep) roll -up I-- Stainless Rear Threshold, 6" Wide x Full Width at rear doors Install safety yellow with diagonal stripes nonskid tape over threshold. I -- COT MOUNT HARDWARE: (Full Size Mod) I-- Cot Mount: Stryker, No 6377, Dual Position, Floor Mount -- Cot Position No 1: CENTER POSITION I-- Cot mount set up for: Stryker Power Pro I-- Cot Location No 2: SIDE POSITION, Left of center I-- Cot mount set up for: Stryker Poorer Pro J-- Cot Stop, Block: NONE DXYGEN / AIR / VACUUM System: -- Oxygen Outlet No 1: Amico Console - Ohio Diamond Style I-- LOCATION: Action Area I -- I-- Oxygen Outlet No 2: Amico Console - Ohio Diamond Style -- LOCATION: Action Area -- Oxygen Outlet No 3: Amico Console - Ohio Diamond Style 1--LOCATION: Curbside Wall, over the head of the SIB as high as possible 06/29/2009 02:47:26 PM Job/Order No: I-- Rack No 1: M/H cylinder, AEV, Aluminum w/ 2 straps Stra-02036 Pull Straps I-- Cylinder Type: OXYGEN - Green Colored Hose Regulator connection Nut: 9/16" RH thread. -- Rack Location: Left Front, wall #2 near wall #3 j-- Regulator Wrench: Install F- J-- Vacuum System: SSCOR regulator/gauge panel in A/A J-- Collection Canister: Bemis, 1200 CC Capacity LOCATION: In Action Area -- VAC Plumbing: Direct from panel to canister - NO Outlet J-- Vacuum Pump: Gast, 49 State I-- Location: M-2 Compartment TRIM / DOOR ASSEMBLY - Station No 5 ****************DOOR DEPARTMENT - Z-5 -- Handles, Exterior: Tri-mark 850 Series, Ch Handle/Blk Dish -- Entry Door Panels, Windows and Hardware -- Grab Handle, CS Entry: 1 1/4" dia S/S, 2-pt 18"L -- Grab Handles, Rear Access: (2) 1 1/4" d'ia S/S, 2-pt J-- Door Panels: Diamond Plate / Upholstery / Diamond Plate I-- Grab Rail, C/S wall, curve out over CIS Entry, NONE -- UPPER Windows: RA Doors, Fixed Glass 17.3"W x 19.3"H (std) J-- UPPER Window. CS Access, Fixed Glass, std tint I-- Reflective Tape: On painted edges of Exterior Door Frame Walk through Door: Slide behind drivers seat Door Hardware: Extruded Aluminum Track- Top and Bottom. ELECTRICAL Point to Point - Station No 6 Action Area Light: 92V Whelen INTERTEK, 18", Surface Mount I-- Light Location: Bottom of A/A console box UPHOLSTERY - Station No 7 Upholstery Color: Light Gray I-- Center Trough Upholstery Color: Color Key to Rest of Truck F- Squad Bench seat cushion cut-outs: None ]--Post And Wheel Cups: NONE Seamless Vinyl Uph: Vacuum Formed, ALL pads Head Protection: Pad over CS Entry Door Head Protection: 2" Pad over Rear Access Doors, Full Width PAINT - STRIPES - DECALS Page 11 Reflective Tape_ On painted edges of Exterior Door Frame 06/29/2009 02:47:28 PM Job/Order No: Page 12 Primary (Over All) Color: Ford White (YZ) F- -- Paint Belt: NONE �— Roof Paint: Color to match, Matte Finish PinStripe:Stripe: NONE j— Lettering: NONE j- Drip Rails: Bright Aluminum, De -burred and rounded corners DETAIL - SHIP LOOSE ITEMS j-- *Check front of WIO under chassis section for addt'I items* Decals: KKK I D.O.T. Pkg, Blue/White reflective - Ship Loose -- Decals: 32" Star of Life - Ship Loose j-- Fire EXtinguisher, 5 pound, shipped loose, Std Reflector Pkg: Body - 2ea, Side Fr Amber, Side Re Red, Rear Stick -on reflectors: Peterson "Spitfire" B484R and B484A LOCATIONS: In louver corners of module (2) - (1) each side and Front - AMBER (2) - (1) each side and Rear - RED (2) - On Rear of body - RED j-- Convex Mirrors: None Regulator, Oxygen, Fixed output @ 50 psi, CGA 540 Post And Wheel Cups: NONE Spare Tire: See Bottom of CHASSIS Section Primary Cot: Stryker, Power Pro -- Cot Option: Stryker, Mattress, Bolster j-- Cot Option: Stryker, Restraint Package, Standard j-- Cot Option: Stryker Hook, "J" Hook Secondary Stretcher: NONE included j-- Stair Chair: Stryker 6252 j-- Indemnification Statement The purchaser agrees to defend, indemnify and hold AEV harmless from any claims, costs (including actual attorneys' fees), damages and liabilities caused in whole or in part by any alteration or modification of, or changes Dr additions to the Purchased Products OR use of product for purposes it was not designed or intended for. GENERAL CONVERSION j-- FORD FLEET #: f-- _- -- Delivery of Finished Unit to Dealer/Customer/Port: NONE -- NORK ORDER STATUS: j-- For Confirmation 06/29/2009 02:47:29 PM Job/Order No: Page 13 J-- CHANGE ORDER POLICY I-- After Confirmation, Prior to Final Prod Review Change Fee is $50 Per Item, Plus Option Cost I-- After Confirmation, Prior to Eng Start, After Final Review Change Fee is $100 Per Item, Plus 150% Option Cost Special order or non -stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. I-- After Confirmation, Past Eng Start Charige Fee is $100 Per Item, Plus 200% Option Cost Special order or non -stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. I-- ***END OF ORDER**} c I gq II I I I L_1 I I ! 1 '1 �0 I n 7 C � frfj 06 Q N dL[ Q G y tf1 IL7 r CO N N, � (D r� N� N L 1 N rL'i •- N li] N r`i 1'r7 � �CC C y co cV j C7 J N � J R sIa o (U w : Ld COD f �- Fw r�'Y/ ,I •R �/ t D Li fl ❑LLJ C - LLJ a fj LL p Q M U Q 3'. A LL Ly Q LLI',_f .«..� N a a L7 { Q 3 czLu CA .� I- Q �-- r �' _r........ U C•r Lu0 Q ' C4 -' -� DOD ODOOPoo 00 0o000000 a00000 oo r Ij �SS7€i149 P O00000[ oo z W POO0000oo J 0000000a oo LD 0000000ao U D0000000000 't - -- -- — a00000uoo00 t- UWW m¢¢ LLJ C] v m�CL _ o UO U — W O W — Q U r U O Q V) 7 V C.) O ...€ ....i L �. Ck' W Z�zWz W'<Fr DV ® UnLL� Lo O O _4 O / 0 o - — a ©w Zq, d r II o O <o U it W pwo a �r Z 3 L, �l O c Uy c o a L' o n 2 a 3 � 0 Ll 3 cottimcrFOPAt KI3Y LARGO FIRE RESCUE AND EMS DISTRICT Contract for Goods: In Excess of Threshold One (Equal to or in Excess of $15,000.00) WITNESSETH; WHEREAS, the Key Lorga Fuc Rescue sod. Emmgency Medieai Services District (the "District"), has requested bids for TYPE M WALK THRU MODULAR AM9(]LANCE aHt dated MAY 16, 20 8 to provide the service ' INC. �"Contractoz") has submitted a DLITE_FIRE AND SAFETY UUII'MEN d s sought bythe District; WHEREAS, EL� I'�'� FIRE AND SAFETY E MPMENT INC. is duly qualified to provide the 'Services sought by the District; WIXEREAS, the District desires to engage ELITE EME.AND SAFETY E ❑IP(1!t'ENT provide such servi"s for the District and F- LITP FTRF, AND SAFETY IE UYPMENT , INC.INto desires to provide such services l:or the District; NOW, THEREFOR;, in consideration of the mutual covenants and ben6ffis hereinafter sot fortis, the Parties hercin covenant and agree as follows: 1. REQUEST h AR BIDS AND Blp INCORPORN17ED HEREIN The terms and SP9;d f c:ations of the Request for Bids issued by the District on {Date of Request :for Bids and l'dentifying Pyumber) '! ML 21 2 08 KLIMMS 0MI and the te=s of that bid submitted by Y 26. 20� 0A are herein incaeporatod by reference as if fully set forth herein, made part of this Conaraet and are attached htsmto as Pxhibits "A., and "B"respectively. In the event of a conflict between the term;; Ofthis Contract and any exhibit, the arms of this Contract shalt control, unless otherwise agreed ni writing as an amendment pursuant to the terms for such as provided herein. 2. TERM The term of this Contract shad be 190 DAYS FROM DATE OF SIGNATIURE. rh -QAMAwct nmy be r L 1 era , ' that a d rh r nrs erYhu rxr t ur Love whirr rioa'is lnn r. Qom er,ration/¢r1h® renewal r�rm��r lLhe drr1erM6 9d r re►te►ual ofthiv oen t to rnva! the istrict C'f." --.-�� �'urth4r. rierr@Lval a! pj1tS e0hfract !s eanllpl.Pa1 vnv.n n Af.— 1-1j.— 1.,..6.. 11: Page I of 10 ZT/Z0 3Edd 3d1d 31I-13 bOTbEb901381 9E:01 GQR7/r;T./qP delerminatk?yj by the District thar the services have been salis actor{lypeeformed. ncat the services Arg,nee6d and t on awn ubillry offuridr. /Na1fNa1'APPL1C4kE). CONTRACTOR'S SERVICES Contractor agrees to provide the following goods/services: TYPE III 'WALK-THRU MODULAR AMBULANCE THAT MEETS SPECS IN EXHIBIT A AND B . If documentation of the specific goods/services is attached, said documentation is labeled as Exhibits "A &B"to this Contract and is incorporated herewith by reference. In the event of a conflict between the terms of this Contract and any exhibit, the terms of this Contract shall control, unless otherwise agreed in writing as an amendment pursuant to the terms for such as provided herein. 4. COMPENSATION District shall pay Contractor the sum of $118,995.00 for services rendered pursuant to this Contract. Payment to be made as follows: PAID UPON DELIVERY AND INSPECTION OF Sf1BJECl"VEHICLE. No payment shall tie due until the District verifies that all services for which payment has been requested have been 'Fully and satisfactorily performed. The District will make diligent efforts to verify and pay invoices with the Florida Prompt Payment Act, Florida Statute 218.73. PERFORMANCE BOND Within ten (10) calendar days after issuance of the Notice of Award, the Contractor shall e.xecnte and furnish to the District a performance bond on the form provided by the District. The penal sum stated in the bond shall be the amount equal to 25% of the Contract Price payable under this Contract. The; Performance Bond shall guarantee the full and faithful execution of the Contract in an amount ugaal to 25 percent (25%) of the total Contract Price, and include guaranteed repair and maintenance of all defects due to faulty materials and workmanship that appear within one year after completion of the contract. The performance bond shall be conditioned on the Contractor performing the Work in the time and mariner prescribed in the Contract and supporting documents. A. QUALIFTCATIONS OF SURETY 1) Each bond must be executed by a Surety company of recognized standing, authorized to do business in the State of Florida as Surety, having a resident agent in the State of Florida and having been in business with a record of sucl�ussful continuous operation for at least five (5) years. each Surety shall submit verification from the Florida Department of Insurance Office of the Page 2of10 Zi/E0 3DVd 38I3 31I-13 OGTOEV90001 5E:0I 500Z/6Z19A Treasurer stating the surety company's license and certificate of authorization to do business in the State of Florida. 2) The Surety Company steal l hold a current certificate of authority as acceptable Sarcty on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 2, 1978 (31 DFR Section 223.W, Section 223.111). Further, the Surety company shall provide the District with evidence satisfactory to the District, that such excess risk has been protected in ai] acceptable manner. 3) The District will accept a Surety bond fro►n a company with a rating ofB-h or better for bonds up to $2 million, provided, however, that if any Surety company appears on the watch list that is published -quarterly by Intercom of the Office of the Florida Insurance Commissioner, the District shall review and either accept or reject the Surety company based on the financial information available to the District. A Surety company that is rejected by the District may be substituted by the Bidder with a Surety company acceptable to the District, only if the bid amount does not increase. a. Bonds executed by an Attorney -in -Fact on behalf of the Surety, shall have affixed thereto a certified and current copy of Power of Attomey, indicating the monetary limit of such power- B. BONDS REDUCTION AFTER FINAL PAYMENT Such bond: shall continue in effect for one (I) year after final payment becomes due except as otherwise provided by Iaw or regulation or bythe Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twin percent (10%) of the Contract Price, or an additional bond shall be conditioned that the Contractor shall correct any defective or faulty Work or material which appears within one (1) year after final completion of the Contract, upon notification by the District. C. NOTIFICATION TO SURETY Ifnotice of any change affecting; the general scope of the Work or the provisions ofthe Contract Doctuents (including, but not limited to, Contract Price or -Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of"any such notice will be the Contractor's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change, and evidence of increased covecage provided to, the District. Page 3 of 10 ZT/b0 39Vd 3dId 3.1.I73 VGTVEG9008T 5E:0T 600Z/6Z/90 D. DUTY TO SUBSTITUTE SURETY If the surety on any Bond furnished by the Contractor is declared ban$ upt or becomes insolvent or its right to do business is terminated in the State of.florida or it ceases to rneet the requirements of other applicable laws or regulations, the Contractor shall within five (S) days thereafter substitute another bond and surety, both of which must be acceptable to the District. 6. CONIPLLANCE WITH LAWS AND POLICIES Contractor agrees to comply with all current Key largo Fire Rescue and Emergency Medical Services District policies and all applicable local, state and federal laws, including laws pertaining to public records requests. Specifically, Contractor has executed a Relationship Disclosure Affidavit, attached hereto as Exhibit "_ ". Contractor agrees that the: District has the right to unilaterally and immediately cancel this Contract upon refusal by Contractor to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the contract, unless the records are exempt from s.24(a) of Art.1 of the State Constitution and s.1 19.07(l). Should cancellation be necessary under this clause, the District is required only to provide written notice to Contractor, effective upon receipt of notice, which shall be documented. 7. INDEPIE;N'UENT CONTRACTOR STATUS Contractor is, ;for all purposes arising under this Contract, an independent contractor. Contractor and its officers, agents or employees shall not, tinder any circumstances, hold themselves out to anyone as being offioers, agents or employees of the District, nor any department die7reof No officer, agent or employee of the Contractor or District shall be deemed an officer, agent or ernplo.yee of the other party. Neither Contractor nor District, nor any officer, agent or employee thereof, shall be entitled to any benefits to which employees of the other party are entitled, including, but: not limited to, overtime, retirement benefits, workers compensation benefits, injury leave, or other leave benefits. S. TERMINATION A. WITHOU']' CAUSE This Contract may be tenminated for any reason by either party upon sixty (60) days written notice to the other party at the addresses set forth below. if said Contract should be tenminated as provided in this paragraph of the Contract, the District will be relieved of all obligations under said contract and the, District will only be required to pay that amount of the contract actually performed to the date of tennination with no payment due for unperformed work or lost profits. B. IF M POTION FOR BREACH Page 4 of 10 ZT/90 3DVc! MILd 31113 POTOE0900ST SE:01 600Z16Z190 Either party may tenninate this Contract upon breach by the other party of any material provision of this Contract, provided such b=e h continues for fifteen (15) days after receipt by -the breaching party of written notice of such breach from the non -breaching party. C. IMMEDIATE TERMINATION BY DISTRICT District may terminate this Contract immediately upon written notice to Contractor (such termination to be effective upon Contraetor's/individual's receipt of such Notice) upon occurrence of any of the following events; a. the denial, suspension, revocation, termination, restricting, relinquishment or lapse of any license or certification required to be held by the Contractor, or of any Company/Individual staffs professional license or certification in the State of Florida; conduct by Contractor or any Company/individual staff which affects the quality of services provided to the District or the performance of duties required hereunder Said which would, in the District's sole judgment, be prejudicial to the best interests and welfare of the District; c, failure by Contractor to maintain the insurance required by the terms of this Contract. ASSIGNMENT Neither Consultant nor the Key Largo Fire Rescue and Emergency Medical Services District may assign or transfer any interest in this Contract without the prior written consent of both parties. Should an assignment occur upon mutual written consent, bits Contract shall inure to the benefit of and be binding upon the parties hereto and their respective heirs, representatives, Successors and assigns. 10. AMENDMENT This Contract may be amended only with the mutual consent of the parties, All amendments must be in writing and must be approved by the Key Largo Fire Rescue and Emergency Medical Services District. It. INDEMNIFICATION, GOVERNING LAW & VENUE Contractor shall iiadernnify and hold harmless the Key Largo Fire Reseua and Emergency Medical Services District from and against any and all claims, liabilities, damages, and expenses, including, without limitation, reasonable attorneys' fees, incurred by the District in defending or Page 5of10 ZT/90 39Hd A�IIJ MI-13 OOTP6090081 9E:OT 600Z/6Z/90 compromising actions brought against it arisirig out of or related to the acts or omissions of Contractor, its agents, employees or officers in the provision of services or performance of duties by Contractor pursuant to this Contract. This Contract shall be construed in accordance with the laves of the State of Florida. Any dispute arising hereunder is subject to the laws of Florida, venue in Monroe County, Florida. The prevailing party shall be entitled to reasonable attorneys fees and costs incurred as a result of any action or proceeding under. this Contract. 12, KEP ESENTATIONS &'WAR ANTIES Contractor represents and warrants to the Key Largo *Fire }rescue and Emergency Medical Services District, upon execution and throughout the term of this Contract that: 1) Contractor is not bound by any Contract or arrangement which would preclude it from entering into, or from fully performing the services required under the Contract; 2), None of the Contractor's agents, employees or officers has ever had his or her professional license or certification in the State of Florida, or of any other jurisdiction, denied, suspended, revoked, terminated and/or voluntarily relinquished under threat of disciplinary action, or restricted in any way; 3) Contractor has not been convicted of a public entity crime as provided in P.S. §287.133, to wit: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or rely on a contract to provide any goods or services to a public entity, may not: submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, avid 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 montlis from the date of being placed on the convicted vendor list.; and 4) Contractor and Contractor's agents, employees and officers have, and shall maintain} throughout the term of this Contract, all appropriate federal and state licenses and certifications which axe required in order for Contractor to perform the functions, assigned to him, or her in connection with the provisions of the Contract. Page 6of10 Li/LO 30Vd 3aIA 311-13 h0i4Eb9008I SE:OT 600Z/6Z/90 l 3. INSURANCE Contractor agrees to secure and maintain at all times during the term of this Contract, at Contractor's expense, insurance coverage, as laid out below, covering; Contractor for all acts or omissions which may give rise to liability for services under this Contract. All Contractor staff' aro to be insured in minimum amounts acceptable to the Key Largo Fire Rescue and Emergency Medical Services District ,and with a reputable and financially viable insurance carrier, naming the Key Largo Fire Rescue and Emergency Medical Services District as an additional insured. Such insurance shall not be cancelled except upon thirty (30) days written notice to the District. Contractor shall provide the Disrcict with a certificate evidencing such insurance coverage within five (5) days after obtaining such coverage. Contractor agrees to notify the District immediately of any material change in .any insurance policy required to be maintained by Contractor. Contractor is required to obtain the following coverage, with documentation of having obtained such coverage being attached hereto as Exhibit `_": General Liability Insurance Amount: _ Details/Comments: NOT APPLICABLE _ Professional; Liability Insurance Amount: Details/Comments: NOT APPLICABLE Vehicle Liability Insurance Amount: Details/Comments: _ NOT APPLICABLE _ Workers Compensation Insurance Anaount: Details/Comments: NOT APPLICA ABLE 14. BILLING Gills for fees or compensation under this contract shill be submitted in detail sufficient for a proper pre -audit and post -audit thereof. Purther, bills for any travel expenses shall be submitted in accordance with s. 112.061 where applicable. 15. THIRD -PARTY BILLING AND PAYMENT Page 7 of 10 Zi/90 39dd 361A 31l-13 OGT000900BI 96,0T 600Z/GZ/90 Contractor shall not be entitled to bill nor accept third -party payment without authorization of the District and Contractor agrees that the District shall not be obligated to make any payment that cxeeeds the rate referred to in the paragraph governing Compensation. The Contractor shall provide siwvice documentation in accordance with professional standards and District criteria as requested. 16. CONTRACT RECORDSRETENTION Contactor agrees to comply with all state and federal regulations governing contracts with public entities, including but not limited to cooperation with public records requests as provided by law, cooperation with comptrollers and auditors as provided by law, and adherence to Title 34, section 80,36, which requires the retention of all records concerning a public entity contract for three (3) years after the District makes final payment and all other pending matters concerning the contract are closed. 17. ETHICS CLAUSE Contractor warrants that lie/it has not employed, retained or otherwise had act on his/its behalf any former Key Largo Fire Rescue and Emergency Medical Services District officer or employee. For breach or violation of this provision the Key Largo Fire Rescue and Emergency Medical Services District may, in its discretion, terminate this contract without liability acid gray also, in its discretion, deduct from the contract or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former Key Largo Fire Rescue and Emergency Medical Services District officer or employee. 18. CONFLICT OF INTEREST The following provisions shall apply for conflict of interest. Any violation of these provisions by a District employee maybe grounds for dismissal. No contract for goods or services may be made with any business organization in which the Director or a District member has any material financial interest unless it is a single source or clear documentation exists to show that, no other Supplier can provide the identical/comparable goods/service, at a lower cost to the District. No District member, officer or employee may directly or indirectly purchase or recommend the purchase oaf goods or services from any business organization which they or their near relative have a material interest as defined by § 112,313, Florida Statutes, except as allowed by DOE Interpretative Memorandum No. A-20. No District member, employee or official may receive gifts or any preferential treatment from vendors. Such members, officers, officials or employees shall not be prohibited from participating in any activity or purchasing program that is offered to all District employees or in District surplus sales, provided there is no preferential treatment. 19. DEBARMENT C:ERTI FYCATION -NOT APPLICABLE A Debarment Ceri;ification Form, attached hereto as Exhibit ", shall be executed by Page 8 of 10 ZT/60 39vd 3(II3 31lTl t)010c 90081 SE:01 600Z/GZ/90 Contractor and is incorporated herein as part of this Contract. Contractor certifies that neither the firm, nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position is involved in the administration of federal funds. 20. SEV'ERABILITY The parties recognize and agree that should any clause(s) herein be held invalid by a Court of competent jurisdiction, the remaining clauses shall not be affected and shall remain of full force and effect. 21. COUNTERPARTS This Contract may be executed in one or more counterparts, all of which together shall constitute only -one Contract. 22. 'WAIVER A waiver by either party of a breach or failure to perform hereunder shall not constitute a waiver of any subsequent breach or failure to perform. Any waiver of insurance requirements as provided by this Contract And/or the policies of the District does not relieve the Contractor of the indemnification provisions contained within this Contract. 23. CAPTIONS The captions contained herein are used solely for convenience and shall not be deemed to define or limit the previsions of this Contract. 24. ENTIRE CONTRACT The parties hereto agree that this is the final Contract between the parties and supercedes any and all prior Contract,: and/or assurances, be it oral or in writing. 25. NOTICES All notices required by this Contract, unless otherwise provided herein, by either party to the other shall be in writing, delivered personally, by certified or registered mail, return receipt requested, or by Federal Express or Express Mai I, and shall be deemed to have been duly given when delivered personally or when deposited in the United States mail, postage prepaid, addressed as follows: Key Lat _ao Fire Rescue and EmergencyEmagency Medical Services District: Chairman P.O. Box 371023 Page 9of10 4T/0T 39VJ 3HI3 MII3 00TOEV90081 5E:01 600Z/6z/90 Key .Largo, FL 33037 With a copy : Key Largo Fire Rescue and Emergency Medical Services District Counsel Vernis & Bowling (if the Florida Keys, P.A. 81990 Overseas Hwy, Yd Floor lalmnorada, FL 330.36 ELITE FITS AND SAFETY EQUIPMENT. INC- V`Contractoe' : 4775 MERCANTILE AVE #11 NAPLES, FL 34104 800432-3626 APPROVED: 61410, LE AL DEl'ARTM T (' ' ' Review) DATE COMPTROLLER VDATE .) Z--� LEGAL DEPARTMENT (Final Review) DXfF- IN WITNESS WHEREOF, the panics have executed this Contract on this _ day of Al SIGNATUR DI C IiUL� DATE S10NATl11'lLOFOISTEUCTCI{ MAN I)ATr- dam' NATURE of CON'I mct r4WRizI'ILESENTATIVE �/Al PRINTNAME ANU T1TLE Page 14 of 10 Zi/11 39Vd MId 31I13 6GTOE0900eI SC:01 600Z/6Z/90 DID FROM: Company: Address: DOCUMENT 00300 810 FORM. Phone/ Fax:, � #' to furnish all equipment and perforce all work in accordance with the Contract Documents for delivery of a Type Ill Walk-Thru Modular Ambulance to the KEY LARGO FIRE RBSCJE AND EMS DISTRICT, Florida. To: KEYLARGO HRE RESCUEAND EMERG1~NC'Y MEDICAL SERVICES DISTRICT .4 TI'N, DISTRICT CLERK P.O. DRAWER 371023 KEYLARGO, FL 33037 1.0 'rho undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with DISTRICT in substantially the form included in the Bidding Documents to pertbrm all Work as specified or indicated in -the Bidding Documents for the prices and within the times indicated in this Bid and 'in accordance with the other 'terms and conditions of the Bidding Documents. 2.0 Bidder accepts all of the terms and conditions of the Invitation to 'Bid and Instructions to Bidders, including without limitation those dealing with the disposition of 'Bid security. The Bid will remain subject to acceptance for 120 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of DISTRICT. 3.0 In submitting this Bid, Bidder represents, as set forth in the Agreement, that; 3A Bidder hds examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Docwnents, and the following Addenda, receipt of all, which is her'eby acknowledged, Addendum No. Addendum Date 3.2 Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and perfarmance of'tlre Work. 3.3 Bidder has givers DISTkIC'I"S Representative written notice of all conflicts, errors, wnbiguities, or discrepancies that Bidder has discovered in the Bidding 00300-1 91/Z0 39Vd 38Id 31I13 b0Ib8b9008Z 66.,0I 600Z/6Z/90 M DOCUMENT 00300 BID FORM Documents, and the written resolution thereof by the DISTRICT'S RBPRESENTA"l'1' E is acceptable to Bidder. 3.4 The Bidding Documents are generally sufficient 'to indicate; and convey understanding of all terms and conditions for the performance of the Work for Which this Bid is submitted, 4.0 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false 'Bid; Bidder has not solicited or induced Any individual or entity to refrain from bidding; and Bidder has not sought by collusion to dbtaln far 'itself any advantage over any other Bidder or over DTSTR[C'r, icy AMPOW-71PP,�7 5.0 Bidder will complete the Work in accordance with the Contract Documents .for the following Total Base Bid as itemized above: Written Bid Amount (in Words): Name of Bidder 00300-2 Ature of Bidder 91/10 39bd 3dId 31I-13 POTOE09008I 66=01 600Z/6Z/90 DOCUMENT 00300 BID FORM 5.0 Bidder's Information: The.BIDDER states that he is an experienced CONTRACTOR and has completed similar work within the last five years. This information has been provided on Document 00301 Contractor's Qualifications Statement. 6.0 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with the Contract Documents on or before the dates or within the number of calendar days indicated in the Instructions to Bidders (Document 00100). If the Bidder does not agree with the time allocated in the Instructions to Bidders, attach a statement: to this Hid Fonn to indicate the number of clays required. 7.0 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the: Agreement. 9.0 The following documents are attached to and made a condition of this Bid: A. Required Md. security in the torin of B. Bid. Bond form 9.0 Ibe terms used ire this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on yw /40 ^, ZO,I. State Contractor License No. . (if applicable) 00300-3 91/60 39Vd 3JId 31I33 VOTOE; 90081 6E-OT 600Z/6�,/90 If Bidder is: An Individual Name (typed or printed): By: Doing business as: Business address: Phone No.: A Partnership DOCUMENT 00300 HfD FORM (Individual 's signature) FAX No.: (SEAM) Partnership Name: (SEAL) By: (Signature oj'geneea! partner -- attach evidence oj'a urhoraty to sign) Name (typed or printed): Business address: Phone No.: - FAX No.. -- A Corporation Corporation Name: 'rlR�..aF4C�'�f00ANtr( V AL) State of Incorporation: , 6i F=,'. n - _ Tyys-(G- engral Business, Professional, Service, Limited Liability):AL(6�a` 60-rJtJ m (Signature --attach evidence of authorityto sign) Name (typed or printed):. 6-t9wT Tltl�._ Q6't_'_S i oW_ (CORPORATE SEAL) n 3 (Signature oj'Corporate Secretary) Business address: ^VI-67 i\J\ C? d O_iA wr4..a A-0e 4 Y � Phone No.:-_YOg:�. -24 FAX No.: -ira© ZZPTb Date of Qualification to do business is 't�qc f9 2�'� 00300-4 91/00 39dd VOTP6090081 G6:0T 600Z/6Z/90 'DOCUMENT 00100 INSTRUCTIONS TO BIDDERS 3.0 EXAMINATION OF DOCUM'EWS AND SITE 3.1 Bidders shall thoroughly emuuine the Bidding; Documents, and Specifications and any other documents which -inay be applicable to the project. 3.2 A sample contract has been included in the Bidding Documents. The DI.STIUCT is not bound by this sample document and reserves the right to modify the final contract. 4.0 INTERPRETATION Or BI,DDINC DOCUMENTS 4.1 All inquiries, clarifications or interpretations of the Bidding Documents shall be made in writing to the DISTIUCT'S REPRESENTATIVE, Mr. Joshua l4auserman, c/o Vernis & Bowling of the Florida Keys, P.A., at least seven (7) days prior to the date for receipt ofBids, by mail: $1990 Overseas Highway, 3rd Floor, Islatnorada, FL 33036, by -fax to 305-664-5414 or by a=mail to: ihauserman i florida law.com 4.2 Any modification or interpretation of the Bidding Documents will be made by written Addendum to all who are recorded by the DISTRICT' as having received a complete set of Bidding 'Documents. 4.3 Interpretations or modifications ofBTdding Documents made in any manner other - . than by written Addendum will not be binding. No oral interpretations or clarifications shall be binding. 4.4 A Bidder, prior to submitting his Bid, shall ascertain that he has received all Addenda issued, and shall. acknowledge their receipt by enclosing a signed copy of each Addenda with the Bid Form. 5.0 B1D PREPARATION AND SUBMITTAL 5.1 The Bidder shall prepare,'Bids on the forms provided by the DISTRICT with all blanks on the, Bid Form filled in by typewriter or written in ink. 5.2 The Bidder shall write Total Base Bid amount in both words and figures. In case of discrepancy between the two, the amount written in words shall govern. 5.3 The Bidder shall sign the laid as follows: If the proposal is made by an individual, the Bidder's name and address shall be shown. If made by a firm or partnership, the name and address of the individual(s) Authorized to bind the firm or partnership shall be shown, If made by a corporation, the person signing the proposal shall show the name of the state under the laws of which the corporation is chartered, also the navies and business addresses of its corporate officers. Anyone signing; -the proposal as agent shall include in the proposal legal evidence of his/her authority to do so. 00t00-2 91/90 �I9V8 MIJ 3iI`A oottCV90081 66:01 600Z/5Z/90 DOCUMENT 00401 BID BOND t. Bidder and Surety, jointly and scvcrully, bind themselves, lhoir heirs, executors, admiaustrators, successors and assigns to pay to Owner upon default of Bidder'for the Work required by the Contract Documents the penal sum set forth on the fiu:e of this Bond, and in no event shall Bidder's tmd surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Defaulr of Bidder shall occur upon the 1144ure of Bidder to deliver within the time required by the Bidding Documents (or any extension themol' agreed w in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds and insurance certificates required by the ridding Documents and Contract Documents. 3. This ohligation shall be null and void if; 3.1. Owner =Cpts-Bidder's bid and Bidder delivers within the time required by the bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and paymont bonds and insurance, certificate required by the Bidding Documents and Contra& Documents, or 3.2. All bids are rejected by Owner. or 3.3. Owner fails to issue a notice of award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder mad, if` applicable, consented to by Surety 'when. required by paragraph 5 hercot). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days alley receipt by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of def cult from Owner, which notice will be given with reasonable promptness, identif) ing this Bond and the Project and including a statement of the amount due. 5. Surety waives notice ofand any and. all defenses based on or arising out of any time extensiun to issue notice of award agreed to in writing by Owner and Bidder, provided that die total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above, is received by Bidder and Surety and in no case later than unto year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only In a court of compatontjurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respactive addresses shown oa the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return r6coipt requested, postage pre -paid, a,td shall bra deemed to be effective upon receipt by the party eonoamed. 9. Surety shall cause to be attached to this Bond a current and offective Power of Attorney evidencing the; authority of the: officer, agent or repreaenuttive who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. lo. 'rhis Bond is intended to conform to nil applicable statutory requirements. Any applicable requirement of any applicable statute that has beeu omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of this 'Solid conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remaitlder of this Bond that is not in conflict therewith shrill continue in full force turd elYect. 1.1. The term "bid' as used herein includes a bid, ot3isr or proposal as applicable. 00401-2 9T/90 39V8 3NI3 31I-13 001PEb9008T 66:0T 600Z/6z/90 U DOCUMENT 00610 PERFORMANCE BOND BY T1-11S BOND (the ``Bond"), We as T called CONTRACTOR, and hereinafter called SURETY, are bound to the KEY LARGO FIRE RESCUE. AND EMERGENCY MEDICAL SERVICES DISTRICT herinafter called DISTRICT, in the amount of Dollars for payment of which CONTRACTOR and SUR.EfY bind themselves, their heirs, personal representatives, executors, administrators, successors and assigns, jointly and severally, with reference to a written CONTRACT entered into by CONTRACTOR and DISTRICT, for the following: Contract Title: Type'tll. Walk Thru Modular Ambulance THE COND1TlON' OF THIS BOND is that if the CONTRACTOR: 1. Performs said contract in accordance with its terms and conditions; and 2. Pays DISTRICT all losses, damages (direct and consequential including delay and liquidated damages), expenses, costs, and dttoniey's fees, including appellate proceedings, that DISTRICT sustains because of a default by CONTRACTOR under the CONTRACT; and 3. Pays DISTRICT and all other amounts due DISTRCT by CONTRACTOR because of a default by CONTRACTOR under the CONTRACT; and 4. 'Performs the guarantee of all work and materials furnished under the CONTRACT for the time specified in t'he CONTRACTf; THEN TI4TS BOND IS VOID, OTHERWME, IT REMAINS IN FULL FORCE. Any changes in or under the Contract Documents and compliance or noncompliance with formalities, connected with the Contract or with the changes, do not affect the Surety's obligation under this bond. Surety hereby waives notice of any alteration or extension of time made by the City. Any suit under this bond must be initiated before the expiration of the limitation period applicable to common law bonds under Florida Statutes. 00610-1 9r/L0 39dd aNI3 31i-13 00TOC690081 6C-'0Z 500Z/6Z/90 DOCCJNIEYf 00610 PERFORMANCE BOND bIMICr KEY LARGO FIRE RESCUE AND EMERGENCYMEDICAL SERVICES DISTR:I:C'[, FLORIDA By The ,clay of , 20� AUTHENTICATION: District Cleric (SEAL) APPROVED AS TO FORM AND LEGALITY FOR TffE USE AND OENEM OF "ITIE KI Y LARGO F I LSE RL SC:UE AND ISMS DISTRICT ONLY: District Attorney WHEN THE PRINCIPAL IS AN INDIVIDUAL: Signed, sealed and delivered in the presence of. By: (Witness) (individual 'Principal) (Witness) Business Address 00610-2 91/ee 39dd 36I3 31I-13 b0T[6090081 6E:01 600Z/GZ/90 UOCUM>cNT 00610 PERFORMANCE BOND WHEN THE PRINCIPAL OPERATES'UNDER A TRADE NAMM: Sigmed, sealed and delivered in the presence of (Witness) Business Name and Address By: (Witness) Signature of'Individual WMN' A PARTNERSFUR Signed, sealed mid delivered in the presence cif: (Witness) Name and Address of Partnership (Witness) Wl-fEN TFIE MUNCiPA1,1S A COMIORATION: ATTEST: (Corporate Sea[) _ (Type Corporate Principal Name) (partner) Business Address By: (Secretary) President 00610-3 9i/60 39Vcl 3NI3 21113 b01PE09000T 6E:0Z 600Z/6Z/90 SURETY ATTEST: (Surety Seal) DOCUMENT 00610 PERr+ORMANCE SONU ('type Corporate Surety Name) Business Address By: (Secretary) SURETY By: Florida Resident Agent (Type Florida Resident's Name) Florida Agent's Business Telephone Number ATTORNEY -IN -FACT By: Name_ (Type) _'�».._.— .. NOTE i.: Surely shall provide evidence Qf signature authority, i.e., a certified copy of Power of Attorney. NOTE 2: [-Fboth the principal and Surety are Corporations, the respective Corporate Seals shall be at%lxed and attached. NOTE 3: Surety shall include evidence chat Agent is licensed in Florida. IMPORTANT: Surety companies executing BONDS n ust appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida. ATTACH a certified copy of Power-of=Attorney appointing individual Attorney -in -Fact for exectition of Perrormwice l3ond on behalf of Surety. 0061.0.4 9T/01 39tid AzII3 31I13 VOTOE090081 6E=0T 600Z/6Z/90 DOCUM"LNT 00301 SUPPLEMENT TO Bill FORM CONTRACTOR'S QUALIFICATIONS STATEMENT MIS FORM MU$T 'BE SUBMITTLD WITH BID FOR BID TO DE DEEMED RESPONSIVE. The undersigned guarantees the truth and accuracy of all statements and the answers contained herein. I. Please describe your company in detail. L1 1 '�, � 143�c �5���•i �.Qv � P+�n�N � �o W R-� �.���R$t-.4��.Q 2. The address of -the prin.eipal place of business is: Company telephone number, l':ax number and e-mail addresses; 4. Number of employees: t) e Number of employees assigned to this project: aNr�:z (4 no bIA 0 0 SAt,"- MP+1J 0030l-i SET/TT T4 -AIT-1-A bGTt7PbQRRFIT F,F':PIT. FGIGi7./R7../9GI DOCUMENT 00301 SUPPLEMENT TO BID FORM 6. Company identification numbers for the Internal Revenue Service: 6 s ale. 7S.9.1 7. Provide Monroe County Occupational License plumber, if applicable, and expiration date: 8. How many years has your organization been in business? Does your organi2ation have a specialty? ��.�..Y- W 9. What is die last; project of this nature or magnitude that you have completed? #-las this firm ever completed a "public" project? Please provide project description, reference and cost of work completed. r UMMAWA,.ArwU f r 10. Have you ever completed any work in Monroe County, Florida? Please provide project description, reference and cost of work completed. 00301-2 91/ZT 39V8 3dI3 311-13 t70117Eb9008T GE:01 600Z/GZ/90 DOCUMENT 00301 SUPPLEMENT TO Hill FORM 11. Have you ever failed to complete any work; awarded to you? If so, where and why'? 12. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work: 12.1. Name Address f4 .5 (-► �3n [ ')Telephone No. -rb0�'—M— (9 Dry 12.2. Name Nq-- G o bspj Address b� � L(4,u-oee . _CL 3331 Telephone No.� 12.3 Name T- g Ox .RS �c�t ? i til tPiS.S Address C) 0)6-k �$gp „.. � l"�� .s b t PL `, 3qS Telephone No. !A s _1 144 3 � 1 � `F 13. List the following information concerning all contracts in progress as of the date of submission of this bid. (In event of co -venture, list thz information ;For all co -ventures.) !Name ut'Pra'ect Owner Value Contracted Completion Date 0/0 of Completion to Date ago. 00 of '16� O D D�•C.Y� i �' GAD 00301-3 91/ET 3Jd8 381-1 31I33 POTPE09008T 6E:0Z 600Z/6Z/90 DOCUMENT 00301 SUPPLEME, NT TO DID FORM (Continue list on insert tiheet, if'necessary.) 14. Provide list of subcontractor(s), the work to be performed and also a list of major materials suppliers for this Project? Work to be The foregoing list of'suhcontractur(s) may not be amended after award of'the contract without the prior written approval of'the District Board, 15. Provide copies of audited or CPA -reviewed financial statements for -the past three years, indicating, at a minimum, annual revenues and net income/loss for the past three years. 16. Provide names, addresses and telephone numbers of at least three vendor credit and bank retcrenc:es or lines of credit. 17. Slate the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name.) 17,1 The correct name of the Bidder is: ELITE FIRE ill SAFETY EMUIPtNC. FOAM, WS$ HO?7J - TURNOUT GFAR ` "47781MICRt7dlilMAVEN NAPLF3, FL34104-1039 17.2. The business is a (Sole Proprietorship) (Partnership) (Corporation). 0030'1-4 9T/bi 39td 321I3 31I13 bRTbRt)gAAAT PERT fiRg7./F,7./9R DOCUMENT 00301 SUPPLEME, NT TO BID TORM 17,3. The names of the corporate officers, or partners, or individuals doing business under a 'trade name, are as fo I lows: -ILN,l Lml- R Name/"Title of Contractor's Representative Signature STATE Or FLOl2. DA COUNTY OF C., L (rLeJ/' The foregoing instrument was acknowledged before me this /.14 day of 2008, by r(D6aLt.t` lA-((� � of kn who is personally known to me or who has produced _ __ t ems. PC�p.-z.ou as identification and who did/did not take, an oath. WITNESS my hand and official seal, this I' k day of,__ _M A:�_.w•_, 2006. (NO'1'AKY SEAL) 11�ic • 40, Fillillr � OIF p01Ai 00301-S 91/SZ 39VJ MIA M113 OBIVE090OGT 6£-0i 600Z/6Z/90 DOCU'MU NT 00401 BID BOND SURETY Name and Address o Princi al Place a 'Business : OWNC1.t N rrte and Address),: 'KEY LARGO FIRE RESCUE AND EMERGENCY MEDICAL SERVICES DISTRICT` 131D BID D E DATE; Project Description including Location is as follows: PROJ ECT NAME: PR.UJ h;CT NO: LOCATION: KEY LARGO ' LORIDA BOND BOND NUMBER. _ DATE,: (Not later than Bid Due Date): PENAL SiJM-. IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the roverse side hereof, do each 4ause this Bid Bond to be duly executed oil its behalf by its authorized officer, agent, or representaeive. BIDDER SURETY (Sea[) (Seal) Hidder's Name and Corporate Seal Surety's Name and Corporate Seal By: T_ By - Signature and Title Signature and Title (Attach Power of Attorney) Attest: _ T., Attest: Signature aad. Title Signature and Title Note: 0) Above addresse8 are to be used for giving required notice. ' (2) Any singular reference to Siddar,, Surety, Owner or other pally shall be considered plural where applicable. 00404-'1 9i/9Z 3�bd 3aId 31I-13 bOihEt,90981 GE:01 b99Z/5Z/90