Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C24
C24 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE �� i Mayor Holly Merrill Raschein,District 5 The Florida Keys Mayor Pro Tern James K.Scholl,District 3 Craig Cates,District 1 Michelle Lincoln,District 2 ' David Rice,District 4 Board of County Commissioners Meeting December 11, 2024 Agenda Item Number: C24 2023-3417 BULK ITEM: Yes DEPARTMENT: Fire Rescue TIME APPROXIMATE: STAFF CONTACT: James K. Callahan AGENDA ITEM WORDING: Approval to purchase two (2) 2024 Ford F-550 Custom AEV Type 1 Ambulances in lieu of two (2) 2022 Ford F-550 Ambulance Custom AEV Type 1 Ambulances from ETR, LLC in the aggregate amount of$575,910.00 and authorize the Fire Chief to execute all required documentation. ITEM BACKGROUND: Although Monroe County Fire Rescue ordered the two (2) Ford F-550 Custom AEV Type 1 Ambulances with purchase orders to ETR, LLC ("ETR") in 2021, the ambulances have not been delivered. ETR cited manufacturing delays as the cause for the delay; however, ETR has committed in writing to maintain the same prices for the same type of vehicles in the 2024 model year with an estimated delivery of late July or early August 2025. Consequently, the department is requesting that the BOCC approve the purchase of two (2) 2024 Ford F-550 Custom AEV Type 1 Ambulances in lieu of the two (2) 2022 Ford F-550 Custom AEV Type 1 Ambulances from ETR, LLC for the same cost as previously ordered. This approval will cancel PO Numbers B-PO-1121-00001454 in the amount of$281,822.00 and B-PO-1221-00001726 in the amount of$294,088.00, and authorize the Fire Chief to cancel the old purchase orders, and request two (2) new purchase orders, one (1) for each new Ambulance, and execute such other documents as may be necessary, including but not limited to the new order confirmation required by ETR. PREVIOUS RELEVANT BOCC ACTION: On December 8, 2021, the BOCC approved the purchase of a 2022 Ford F-550 Custom AEV Type I Ambulance, through the Florida Sheriffs Association Contract No. FSA20-VEF14.0 from ETR, LLC in the amount of$294,088.00. This purchase was submitted through Purchase Order No. B-PO-1221- 00001726. On November 17, 2021, the BOCC approved the purchase of a 2022 Ford F-550 Custom AEV Type 1 Ambulance, through the Florida Sheriffs Association Contract No. FSA20-VEF14.0 from ETR, LLC in the amount of$281,822.00. This purchase was submitted through Purchase Order No. B-PO-1121- 00001454. 1571 INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval. DOCUMENTATION: Order Confimation(w. Comp Exhs Al (old PO), A2 (old PO), & B (new)) 11.27.24.pdf ETR-Price Confirmation.pdf COMPOSITE EXHIBIT Al - B-PO-I 121-00001454 ETR- FSA20-VEF14.0 (11.23.21).pdf COMPOSITE EXHIBIT A2 - B-PO-1221-00001726 ETR-FSA20-VEF14.0 (12.17.21).pdf COMPOSITE EXHIBIT B (new specifications).pdf FINANCIAL IMPACT: Effective Date: 12/11/2024 Expiration Date: N/A Total Dollar Value of Contract: $575,910.00 Total Cost to County: $575,910.00 Current Year Portion: $575,910.00 Budgeted: Yes Source of Funds: Cost Center: 26003 Capital Fund 304 an SC00100 Vehicles 1572 ETR, L.L.C. WORK ORDER CONFIRMATION FORM It is our policy to provide you with the best-built vehicle on the market today. Quality starts with you, the customer. The information that you provide us begins the manufacturing process and must be completely understood by all parties. In an effort to achieve this,your work order has been reviewed by our production and engineering staff with both interior and exterior drawings to assist in being able to better picture the concept. Please review this order for clarifications that were made and sign below and return to ETR, L.L.C. Pay particular attention to items that are BOLDED, which indicates non-standard or special circumstance issues. NOTE: YOUR MODULAR BODY(IF APPLICABLE) CANNOT BE ORDERED UNTIL YOUR SIGNED PRICE CONFIRMATION IS RETURNED. WE CANNOT ORDER ANY SPECIAL PARTS OR MATERIALS WITHOUT THIS CONFIRMATION OR GIVE PROJECTED DELIVERY DATES. The person signing this order content verifies that he/she is authorized to commit for said vehicle(s)on behalf of purchasing organization. Signer further verifies that vehicle(s)to be built as noted herein and agrees to have funding arranged and to pay for vehicle(s)in full upon receipt and formal written acceptance of the vehicle(s)Upon delivery ETR,LLC. shall furnish the purchaser a"Statement of Origin"or the validated documents required for title application. This confirmation of order is controlled by the terms and conditions of FSA20-VEF14.0,or later procurement documents for like vehicles as issued by the Florida Sheriff's Association(FSA)—Cooperative Purchasing contracts.In the event of a conflict between this document and the FSA documents, the FSA documents will control. WORK ORDER:21-8507&21-8672, DATES SUBMITTED FOR APPROVAL: 12/11/24 which coincide with Monroe County Purchase Orders and associated IMPORTANT: supporting documentation—attached The specifications of the two (2)Ambulances are set forth in"Composite hereto and incorporated herein as "COMPOSITE EXHIBIT Al"AND Exhibit B,"attached hereto and incorporated herein. Same has been 'COMPOSITE EXHIBIT A2." approved by Monroe County and ETR LLC, and such new specifications shall be controlling over the prior specifications from 2021. CUSTOMER NAME:Monroe County Acknowledgement of ETR,LLC TOTAL PRCE PER UNIT: $294,088.00(21-8507)and$281,822.00(21-8672)TOTAL PRICE$575,910.00 PLUS, APPLICABLE TAXES,TAG&TITLE Estimated delivery late July or early August 2025 A. ❑ Order Content approved and can be released for production. Customer Signature.......................................................... Print Name: ------------------------------------------------------------------- Date B. ❑ Order Content not approved and need chances. Please mark up the work order and fax it back to ETR, L.L.C. along with this form. C. ❑ Lieht bar approved per attached drawine(if applicable). Initial: Please check the appropriate box and fax to Jerry Michaluk Fax# 407-339-8198 PLEASE PROVIDE YOUR CUSTOMER FLEET IDENTIFICATION NUMBER& INFORMATION. Contact Name: Zully Hemeyer Customer Address: 7280 Overseas Hwy, Marathon, FL 33050 1573 GPC#: YBB ]{ FlN¥: ]{______________ NO NK]_____________________ Please fax m e-mail this information tnAccount Manager at 1-407-339-8198mme-mail CHANGE ORDERS FEES (REV Ambulance Group): In moo/oouzy, change order fees will now be assessed based on the m{u{om of the order at the time of the changes. Changes and charges associated therewith will bc in accordance with the FSA Contract#FSA20' \/EF|4.0 1574 Monroe County Board of County COMPOSITE EXHIBIT Al r Commissioners 500 Whitehead Street Key West, FL 33040 Purchase Order Number B-PO-1121-00001454-1 United States of America Purchase Order Date 11/23/2021 ! 1h Tax Exempt#: Requested Delivery Date 85-8013825294C-7 Payment Terms Due on Receipt " Payment Type, Check Buyer Zully Hemeyer Phone Number +1 (305)2896020 Email Hemeyer-Zully@MonroeCounty- Fl.gov Page 1 of 1 Supplier. Ship To: ETR LLC Monroe County Board of County Commissioners 700 S French Ave 490 63rd St Suit 160 Sanford, FL 32771 Marathon, FL 33050 United States of America United States of America Zully Hemeyer +1 (305)2896020 Comments: Bill To: ') Monroe County Board of County Commissioners 500 Whitehead Street Key West, FL 33040 United States of America Zully Hemeyer +1 (305)2896020(Landline) Currency Total Lines Amount Total Tax Amount Total PO Amount USD 281822.00 0.00 281822.00 Shipping Terms Shipping Method Shipping Instruction FOB Origin Ground Freight Packages must not be greater than 150 pounds. Goons Lines' Line Number Quantity Item Name Description Required Date Unit of Measure Unit Price Line Amount 1 1 2022 Ford F-550 42 Custom AEV Type Each 281,822.00 281,822.00 1 Ambulance including Monroe County requirements, FSA Base Unit Price Purchase Approved by BOCC November 17,2021 Meeting Item 4-E4 Messages Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages. Tina Boan-Purchasing Agent 1575 Co �� � .�� , BOARD OF COUNTY COMMISSIONERS Mayor Craig Cates,District 1 The Florida Keys Mayor Pro Tem Holly Merrill Raschein,District 5 y Michelle Lincoln,District 2 James K.Scholl,District 3 David Rice,District 4 County Commission Meeting November 17, 2021 Agenda Item Summary #9884 BULK ITEM: Yes DEPARTMENT: Emergency Services TIME APPROXIMATE: STAFF CONTACT: Steven Hudson (305)289-6342 NA AGENDA ITEM WORDING: BOCC approval to purchase a 2022 Ford F-550 ambulance to replace a twenty year old ambulance at a price of $281,822 and approval for the Fire Chief to execute all necessary documentation. ITEM BACKGROUND: MCFR is requesting BOCC approval to purchase, through Florida Sheriffs Association Contract(FSA20-VEF14.0), an ETR 2022 Ford F-550 Custom AEV Type 1 Rescue Ambulance to replace a twenty year old Rescue, and approval to purchase options from the manufacturer through Florida Sheriffs Association Contract(FSA20-VEF14.0). The total price of the Rescue is $281,822. MCFR further requests BOCC approval for the Fire Chief to execute all necessary documentation. The State of Florida Cooperative Bid Process for Fire/Rescue Vehicles is designed to provide participating agencies with the most economically priced fire & rescue apparatus to fulfill their emergency fire/EMS needs, in a prompt and timely manner. The Florida Sheriffs Association bid package provides the base price for the vehicle, without options, and directs the purchaser to obtain a price for options specific to the vehicle from the manufacturer. The price list showing the price and options is attached. PREVIOUS RELEVANT BOCC ACTION: On September 15, 2021 at the Hybrid Budget Hearing meeting, OMB set aside capital funding in the amount of$1,656,000 for the purchase of two Fire Engines and two Rescue Ambulances in FY22. CONTRACT/AGREEMENT CHANGES: Florida Sheriffs Association Contract(#FSA20-VEF14.0) STAFF RECOMMENDATION: Approval DOCUMENTATION: ETR Quote Letter- 2022 Ford F-550 AEV ETR Shop Order- 2022 Ford F-550 AEV 1576 Stryker Power Cot Specs for AEV Purchase Florida Sheriffs Association 4FSA20-VEF14.0 FINANCIAL IMPACT: Effective Date: 11/17/2021 Expiration Date: N/A Total Dollar Value of Contract: $281,822 Total Cost to County: $281,822 Current Year Portion: $281,822 Budgeted: Yes Source of Funds: Fund 141 11500-560600-SC_00100 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: N/A If yes, amount: N/A Grant: N/A County Match: N/A Insurance Required: N/A Additional Details: N/A REVIEWED BY: James Molenaar Completed 11/01/2021 4:33 PM Steven Hudson Completed 11/02/2021 1:32 PM Purchasing Completed 11/02/2021 2:52 PM Budget and Finance Completed 11/02/2021 4:26 PM Maria Slavik Completed 11/02/2021 4:50 PM Liz Yongue Completed 11/02/2021 4:53 PM Board of County Commissioners Completed 11/17/2021 9:00 AM 1577 MrJrlt I I I N114 NNW �nergency-Tactical-Rescue Vehicles Remount November 2, 2021 Mr.Joe Maus Fleet Manager/Director Monroe County Fire Rescue 390 Key Deer Blvd. Big Pine Key, FL 33043 We are pleased to provide you with the following pricing, shop order, and drawing for the purchase of new 2022 Ford F-550 4x2 Custom AEV Type I Ambulance. Pricing is based on purchasing this unit off the Florida Sheriffs Contract Bid No. FSA20-VEF14.0 Fire Rescue Vehicles &Other Equipment, Specification #01—Type I Ambulance. PRICING: • New 2022 FSA base unit price .......................................................................... $168,358.00 • Additional equipment to meet Monroe County requirements ................... $113,464.00 • Total price per unit ............................................................................................. $281,822.00 • Included in above price:your present graphics/chevron layout,vinyl cab seat covers, Stryker Power-Pro XT cot (see attached specifications) ETR trash can/holder, air fare, lodging, and meals to go to AEV factory for Pre-engineering and final inspection. • Above price is good until November 301" 2021. • Plus. Applicable taxes, tag, and title • TERMS: Payment in full is due upon the delivery of the finished vehicle. Upon payment ETR, L.L.C. shall furnish the County a "Statement of Origin" or the necessary validated documents required for title application. Sincerely, Scott Newcomer Regional Sales Manager ETR, L.LC. Corporate Office: 700 S. FRENCH AVE. Sanford, FL 32771 T 407-339-6737 Toll Free 1-884-612-8148 Georgia Office:Juliette, GA. 31046 1 Toll Free 1-884-612-8148 "19 YEARS OF RESPONDING TO YOUR NEEDS" www.ETRVEHICLES.com 1578 Shop Order r ETR Monroe County Fire Rescue Scott Newcomer 3593 S. Roosevelt Blvd Key West, FL 33040 Exp. Date: 11/30/2021 Quote No: 150-0013 TYPE I: 172T1 LWBFT 172 LWB Ford T1 Top Level Model GENERAL: Gen—Info ************BID STANDARDS*************** CHASSIS: F-4/550LB *******F-Series 108ca CHASSIS********** CONVERSION: 172T1 LWBF 172 x 95 T-1 LWB Ford Mod Body, Conversion BASE: 172T1 LWBFP 172 x 95 T-1 LWB Ford Base Price 11/02/2021 Job/Order No: Pro osal Pa e 1 PART NO S DESCRIPTIONQTY 00-00-0107 -- r er a e: os u y 1 00-00-0113 < 1--Ambulance Built to Star Of Life KKK-A-1882-F Certification, Latest Revision 1 Exceptions to be noted on final sticker. 00-10-0015 2 Vehicle Quantity(I Vehicle) 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1--MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 22 2 t 2224 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 4 REFERENCE UNIT 4m 20OF 27124 1 00-91-0028 S NFL WRITE DATE: 2-22-21 1 00-91-0040 SEAT BELT POSITIONS MODS 1 00-91-0042 --CAB SEAT BELT MOD: 1 00-91-0044 1--Total: 2 Positions 1 00-91-0050 -- REAR SEAT BELT MOD: 1 00-91-2222 1-- Total:3 Positions 1 00-99-9000 Revision Level: 0-Zero-ORIGINAL VERSION 1 00-99-9030 Change Order Level: 0-Zero-ORIGINAL VERSION 1 01-1 F-0000 Type I AEV Traumahawk Modular Ambulance 1 01-AR-1 F48 2022 Ford, F-550 4 x 2 DRW Reg Cab, 193"WB, XLT Turbo Diesel 1 01-1F-0086 --Engine: 6.7L Scorpion, Pwr Stroke V-8 Turbo Diesel-F-series 2020+ t 01-1F-0092 I-- Chassis Front engine hood Insulation Not included by OEM Ford on all XLT t 01-1F-0101 --98R- Operator Command Regeneration t 01-1F-02CM -- Cab Interior Color:Medium Earth Gray F-series t 01-1F-02T5 --F-Series 193"wheelbase reg cab LWB t 1579 11/02/2021 Job/Order No: Pro osal Pa e 2 PART NO S DESCRIPTIONQTY 01-1F-03PU I-- GVWR: 18,000 pounds, FAWR: 7,000, RAWR: 13,660(4x2) t 01-1F-0502 --Alternator:Dual Extra heavy duty Alternator OEM Total 397Amp t 01-1F-0507 --Battery; OEM Dual 750 CCA, 78 Amp Hours t 01-3U-0000 --Anti Rust Spray, Detco:Installed on Unit t i urclllrasfing to III iIII.uy "i ui" X2!irosol' Cans N „1....IIIIIII i'�2 . ��.�,„, wvPwvris IIIII� ii2,, III�'r ii2 e III�'r Il��l����illl.... i��' Ill���lrr�,, "�� ur��.��ll�.�.� ��� ���Illm��.�.�.�w.� III ur��.��m�lll�. Ill..�ll�.i��urn�. �h�lrr�,, III..�o�dy uls IIq'IiIuurm'tiIr2d 01-FL-T106 I-- Tire, SPARE:Matching, Random Make t 01-FM-T101 I--Location:Shipped Loose t 01-TU-0112 S Jack and Tire cols Shipped oose t 01-FM-4WH3 I-- Wheel Finish:Polished SS Wheel Simulators(F-550) t 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard t 01-FM-DTRL --Daytime Running Lights:Ford OEM t 01-FM-DTRQ --Ford F series High center mount brake light ordered with chassis t 01-FM-TIR3 -- Tires:F-4/550,All season, Random Mk 225/70 R19.5, LR F t 01-OE-47LF --47L-Ambulance Prep Package-F-Series t 01-OE-47A5 I--Alternators Dual(OEM)Motorcraft Ford 67B 2017+Ford F super duty t 01-OE-47CO I-- Throttle Control System t 01-RR-05B6 --Radio, F-series: OEM AM/FM/Satellite w/5 cab speakers 8"Display 2020+ t 01-SY-0005 --Ford SYNC 3 Voice Activated, in vehicle connectivity 913 2020 XLT std-all t 01-SZ-0006 < --, Backup Camera fixed system 872 Ford OEM install on module Type 1 F t series 0 ICI cwwlnl'uw'ira with urc www�wpllrw?u',�:rlhk:flld, ww��jwu,�pw�wllrllw�'? prc,��tlion, spill Fyn liu l"0 d wll: 'p II Z:wdo 03-EA-47PR I--Side Mirrors, OEM(F-Series), Pwr Glass, Heated, manual Telescopic t 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 t 04-SU-1729 < --Rear Suspension:F-550 Liquid Spring, 2017+ t lips uurw u3(:1, 'ffiw )n li'f 'ffiw w (-XII? a u°Irupr II)0011 is op'.uu„)ur, ffil) Il<m)eIlliuug Sw.uSprw)ll l§011 l wnlillll not dU11lrlupr wuurNl door us dosed' 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install t :"IIriiolr to d(:llli<w:wlr , d(?taw 111 d(?pai'tr'i(?nt s to lillrstaw 111 wow II3Ilaclli"u II)(::ca on pllrw?da,hrl 04-SU-0601 S < Kneeling Feature:Enable SWitrh Located in CAB console and On RR Filler t Cabinet SvrutcIllr IIbcatuourm siraIIIIII IIIII2. wunuiitululurm urll2.acir of an attll2.urmdaurmt staurmdulurmg ourm thII2. gurolll.uurmd, oIlflsidII2. i:lllhe uimuidrullle II1!nlllyallllll be urecessed'fi iiiin'i:lllhe vraIIIIII nrullyace M' °°i""III'';IIIII i""Illrulree Way . Svrul'i'(:,ruui°m�..,i 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door t 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear t 04-SU-2022 < --Liquid spring controller shipped loose with completed unit t )&::fll� it to iiu l wt::fll w ithi cuustoi rileir on l uurvuuww;'�I 04-SU-03F6 I--Rear Stabilize(Anti-Sway)Bar: OEM, Ford F-4501550 t ZZ-ZZ-ZZZZ 1 BODY Generation 9 1 01-X0-0001 < I-- Body Certification Provided to Specification 1 The Body Manufacturing group certifies that this Ambulance Modular body has been constructed of materials and methods that meet or exceed the standards as required by the AEV Generation 9 Body Specification of December 11th, 2018 as published. The body shall be built and constructed to the submitted work order and the AEV Generation 9 build standards without exception. Any Deviations to the work order or Generation 9 build standards must have written authorization prior to body delivery to AEV by the AEV Body Engineer on file. 02-00-0002 XS < I--Body Build Information 1 Bodv Number-, 1580 11/02/2021 Job/Order No: Pro osal Pa e 3 PART NO S DESCRIPTIONQTY Account Manager; Mikael Blevins Chassis Type :2022 Ford, F-550 4 x 2 DRW Reg Cab, 193"WB, XLT Turbo Diesel Mickey Body Due Date; Rear Suspension: F-550 Liquid Spring, 2017+ 02-00-0003 < 1- ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. 02-B2-1096 Body, Mod: Type 1 LWB, 172"x 95"x 72"Interior HR- 6"Body Drop F 1 02-00-0006 --Headroom: 74172"Finished Interior-Ducted A/C 02-00-0060 1— Compartment and Entry door Full length Stainless Steel Hinges std 02-BO-CC01 < -- Compartment Construction:STANDARD, Unless Specified Otherwise I &od(?s aInd Il:l3a..cI 100 II116IIsIh(?d AU1111'11li III Uurlu Il.piiu:ulr,iond Il'llate d 4:;Nu°Ir°up��:urvpn��iu^u��p d �::pllliu���:p ��°����'�IIII..uu°Icuuu��Il.uulcu "°wSII���� "I 02-BO-SFLO < I-- Compt Floors:Sweep-out, even with bottom doorjamb I UNu?ss °np(? fi(?d Oph(NII"II`'E, 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 I-- Compartment Ventilation-Flap style#VT-2495-A01, STD I 02-BC-0604 I-- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F C B 120 Body Drop:6"Both Sides,Ahead of Rear Wheels 02-M1-CE05 -- Curb side Entry Door(CSE):82.812 High x 31 Wide T1 LWB 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 02-BO-CESL I-- Curbside Entry Door(CSE)Location:Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-zzzz I-- I 02-B3-MD64 I--Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate 054 SZ < I--ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount I housing u 111 p ;ullll C011lI'lle on�<upCi ("S door or wpp i uJi:lh flood cwfth 05-IL-09XA < IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED � u 111 p ;ullll C011lI'lle on�<upCi ("S door or wpp i uJi:lh flood cwfth ZZ-ZZ-ZZZZ -- I -liC°p-M,1 9 S < I- M—p CCou)"up p(LF) C.c HP%, C.511"H 22.°p 511" W °p3.511"D wAfliC°pa couu"up aumpuu"eilI Sp :;slh SIhti Nei Add : 63"ipu)r,p:olr pill :tu) Ilju:upum)eni IIA 1 ::un i IIV l "o sKouull:;p froirru ffiie coInl,°up arpurl,uuuuup IlOUVEN'S c-F -CCCC I < I--M-1 Compartment Construction:Smooth Aluminum ILOS p °ourlup aupurlu(:uu p a°(?lillling 090 IlUurluuu Uurlu ShuN)t c-F -CCCC 8 Compartment Door Panel:Diamond Plate p C F lCFA p S < Compartment Surface Finish:Speed Liner, Black-M-1 p l""IIIIIIIIII CC(°Ill'Ill'n aulCmim urml: III""'III °u °uul lx�ii IIIIII'le Speed Ill....liiurmed IIIIII'lllla(,l[r' 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard p 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door p 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. p 02-BO-CC41 I-- Compartment floor thickness.125"standard p 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch p 02-BO-09BO I— Compt Door Check:Double Action Gas Shock p 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees p 05-EL-411418 S < I--Light, Compartment:Maxxima LED 18", EA,ILOS p ""l""Illllllll IIIC °u l: IIIC ii III iii g Ilhm l:Ilhm(°i III ^ ulre ua uru iii Iire d M' ""l""IIIIIIIIII il;IIIht IIM(°iuruurml: ^u;l urm CC ^liillllIiiiig IINeaulr III':'kiii(°iulr Jaurdlb 08-B1-02LI --Prep for 02 Lift:NONE p 1581 11/02/2021 Job/Order No: Pro osal Pa e 4 PART NO S DESCRIPTIONQTY 09-ZZ-ZZZZ I-- I 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"Hx 22.125" Wx 19.5"D O 134 CCMO < I--M-1a Compartment Construction:Smooth Aluminum ILOS I &odw:wr3 aiii 1 Il:3a.cl 090 Ilm.uurruliumm.uurru &lmwXwt d 4:;Nu°ir°ups �urvin�riu^u 1 d :Illliu ;1 090 XIll..uu°icuuu 11l i.iri SIIi)e O 134 CC44 I—Compartment Door Panel:Diamond Plate I 44-F4-C FA40 S I—Compartment Surface Finish:Speed Liner, Black-M-1a � wJ(, I""IIIIIIIIII C'O mmpair ummir,unt III""'IIIooir to Illmiii2,, pii2!1i2d IIL.. urmir2d Wacl( 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard I 02-BO-CC1B I-- Compartment Ventilation-M-1A Pancake Fan & 1-Column of Louvers 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I--Compartment floor thickness.125"standard 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch I 02-BO-09B0 --Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 05-EL-40N1 < I--Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, 41 IT I Il 6 3 d �uuml:u uuu�; 12-ZZ-ZZZZ I-- 02-M1-M275 S [��K��2 Cotnp (44 m(:40." 49w 4 x"W X 19.5" 44-F4-C:C M2 < I—M-2 Compartment Construction:Smooth Aluminum ILOS °ourrupm�mulurruw��uum1 II uIak urrir: 125 Ilm.uurr�uli III m.uurr1u SllIEX)�1: O 134 CC44 -- Compartment Door Panel:Diamond Plate I 44-F4-C FA42 4 Compartment Surface Finish:Speed Liner, Black-M-2 � w�1(�',�..I""IIIIIIIIII C'O mmp air ummirw,,urmt Ill""'Ill�:oir t�:m IIIIII'�o�"pir,i,m:� IIL..Iium�irw,u:� IIIIII'�la lllu. O 134 CF I I-- Component Finish (Shelf/Tray/Divider):Speedliner Black Each I 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard I 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS (std) 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 04-TS-11D3 S < I—M-2 Shelf,Adjustable, Ext..125 Alum, 2" Upward lip I M' """"IIIIIIIIII �"'�'�Illm llff lx`ii Illme Speed Ill....liiurmed lom:lllm 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes 05-EL-4M36 S < Light, Compartment:Maxxima LED 36", EA,ILOS I ""IIIIIIII IIICm°ur; IIIC ii Ill iii' Illm:Illm(°ilI ^ ure(uIuruiiiirwd ICE'' """"IIIIIIIIII 4(°IuruurmtIll....liiglm1: '')urm CeillllIiiig IINeairIII':'kiii(°iurJaii,mmlllm 05-HB-1330 < -- Condenser, 12V.Pro-Air Dual Fan, FRKG 126 Front of Body Incl with HWP AC Only 0,�'R�'0 III 3 IL — ffiius u1�mu11'11 0111lly wmmuthi u) gyp: pmq.uudip :ism)(J II of wm)affi)i pjad<: �gi ) 11d coirrup i-�)s moi— II VAC r3Cr3l:mw11r'1r3, 04-HA-1310 < I--ARCTIC WEDGE Front of Body pmruul Ip...11V�`Cm >> II',Jo Il Iirw:w--d iiry ll(?d Ilu#lmt Ilmdl(wr3. L)13�3 of rlN) 1m )d g�) Is ii..ulljpu)d ro � iliiii)eilii 1 ir�30�:wwrm i�iiid upmpjrov::ull for Il pl„fII f diii..u�y II m"p:m II II uii'iod(?w `3. 4 u(AmuGl:iiOum ium ig; 11 ,§ouru,'uumg am,)omwm? 11mww wmww?dgw:w urruwmC mw:w irw N Um r(?d 44-CA - 62 I— Warning Lights installed on Condenser cover 12-BO-0002 I--Painted Part-Painted White YZ Std I 06-RR-13ZO I--Standard Conduit: 1-112"", with pull wire 06-RR-1304 4 CONDUIT RIGI IO POINT:K I compartment I 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) 06-RR-13Z1 -- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std I 1582 11/02/2021 Job/Order No: Pro osal Pa e 5 PART NO S DESCRIPTIONQTY 06-RR-1301 -- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet I 06-RR-13T2 -- CONDUIT TERMINATION POINT:Behind Driver's seat 09-ZZ-ZZZZ -- I 02-M°1-M379 5 M-3 Compt(LP%) 61.5"'µ C1 x CC"'µ W x "19.5"'µ D C F CCM3 < I__M-3 Compartment Construction:Smooth Aluminum ILOS 1 &od(M3 and Il:3a.cl 090 IlU1111uliu U1111iu &l1EX): °aura ulr,ru lure a��url °(?lillliurg 090 IlU111111 u11I uuri a &l1EX)t 02-B 1-C1C:1111 -- Compartment Door Panel:Diamond Plate 1 C F Cp-A,CC S < I__ Compartment Surface Finish:Speed Liner, Black-M-3 I W' """"IIIIIIIIII CCm°ul'ur�apaulumrr^urml: III""'IIIC°um°uu 1:m°ui IIIIII'1e Speed Ill....liiiiied IIII'1111am:lllr 02-B 1-C11 I -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 2 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O 0 1 A II Il:3 II"lo II II brat dlraurur(:?ll Wti :Ili r(N? (14") Ilrd(M3 aI[aow?tIlr(? Ilia at lllr(? c(?: 11 ng II(:? (:?II. 02-BO-CC12 X < Compartment Reinforret ent Wall#2 CC"1"°B 1 W' """"IIIIIIIIII 1CCallllll !#21:m°u1 Illy III"1 liiIIII' iirm:ed ll' iiii SCCIII'1I'11C IIIIII'1uram:lllrel:a Illiiis are led 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-1000 -- Compartment Doors:DOUBLE DOORS, ILOS single 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 114-T 111C11 5 < Shelf, Fixed, Ext. .125 Aluminum, 2"Upward Lips 1 W' """"IIIIIIIIII ""�ixed alllr llff 1m`ui Ill3e ll''uxiiira 1CCallllll !#1 1:m°uii 1CCallllll !#3 aiii,id arliillllll 3e alllrm°ive SCCIII'1I'11C IIIIII'1uram:lllrets W' """"IIIIIIIIII �"'1'�Illr llff 1m`ui Illye Speed Ill....liiiiied IIII'1111am:lllr, 114-TS-1400 5 Divider, Vertical, From Fixed Shelf to C effling, alum, Fixed1 II IIII.... 111..1u06r2,r 10 Illm�iiir2, furou°mm Sft�i2,IIIf 10 C�i2.ullluurmg and C�i2.urml�i2.ur�i2.d from i2.ft10 IIIZiglllrl. 11ii�1��m�:p�2!r to Illmiirr�, pir,i r,�:p Ill...lirmirr,�:p IIIIII'pWwJlm. 05-EL-4M24 5 < I--Light, Compartment:Maxxima LED 24", EA,ILOS 1 11""""IIIIII'1 IIIC °ur;r IIIC ii Ill lii' Illr:Illr(°ilIe uire,(:I Wii re d ICE'' """"IIIIIIIIII 11(°I uiilt Ill....liigl11:(°Iiim CCeiiilllliiuiig IIIWaur III':'kiii(°iirJaii,Mlr 09-ZZ-ZZZZ -- 1 02-M1-M575 5 I- M-5 C:om)rprl(FF)m C.c HP%, C°1.11°1 C11"C1 11" W 2,,t.11ll"D 1 N11H I I..IIImr,,rr,,ar llllll oii2,, an 8" atfi:` spCaciir2,, liium 11mir, tops of 11mir, i:ouinpCaiiluumir2,,um1. 02-B 1-C1CCCC < --M-5 Compartment Construction:Smooth Aluminum ILOS 1 u°auriulr,�u lure a��url II palak u�i ir: 125 IlUuri'�uliuIIIUuri11 SllIEX)�t C F CC 8 Compartment Door Panel:Diamond Plate 1 02-BO-C1FA45 5 Compartment Surface Finish:Speed Liner, Black-M-5 1 N11H,..""IIIIIIIIII C'OmCairtinii2!in1III IIooir10 oSpii2!,,1r2,,:p Ill... inii2,,:p III';I'pla lll(. C F C1 '1 -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each C 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O 0 1 Cl I B II"l(I-)II �:11 :� a 11n�)ll wadi ffiii-u) (.1") Ilid )s :�I3 N 1 3"Il° ) II III l;�1 tN) C6�111 l 02-BO-CC16 I-- Compartment Door Ventilation-small punched half-moon Louvered Door 1 02-BO-SWFL I-- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 1583 11/02/2021 Job/Order No: Pro osal Pa e 6 PART NO S DESCRIPTIONQTY 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 04-TS-1200 S < CC Z Shelf Fixed, E p..125 Aluminum, Partial Width 2"lips op Ward � M' """"Illliiiiii ""nixed slliellff 1m`,II, Ill3e fixu,Iiin fixed dIirmliIdeilr1:(`,II,WdlI #3 iiillrm k,u,alrwaird space appix°,u,a 42" up fVro�iill"a roop"to,lll"a o�'l''m"%o�liiinI I�Bii iirti'llfiilli2!,iin't. Sllli212, )rBiii wilin 04-TS-17N1 S < I--Divider, Vert, Full compartment height, alum,Adj, Unistrut I I""Illraree furuIIIIII liidlallr se(,IJiim°,Il,urma (`Iiil'' urmliiataluuut m°,Il,urm l:Illie Illrau:lllr, wdlI Tlllrm°,Il,urut 6" fixu,uin 1:m°,II,p aiii,id Illrm°,Ililt(°.Il,uin and o; iil7a,ll'29 illliin 'p l,ll29 III"rallllm:pd:iili2,o,'f'ppm,ll'r! m:,`o,liinpprliiiimrtinill'29rm'p'fo; iilr'thiii1'29 liiiimdjIII,stril ii2!lin . p 111 Ill....lii' Illr: Ilh°°'III °u,III lii ur m uu °u,ur a pra al pu m ur m:ceiii 111 lii ui i g fixu,ui n IIl lii u:Illre C M' """"Illliiiiii Cp4; uuustdalrllle III'':'pliIVIiu;eir1:(°.II, Ill3e IIL... eft(`Iiii''Illlllllli d III':)liirmliiu;eir - '-p400 S Divider, Vertical, Full compartment height, alum, Fixed m �.„.... �� i" II,,p����III.... III al,lu.11�.u.p u.pal�uu.pll2.ar to IIImII2. 10 froalmrl WaIIIIII u3 fro,al°mrl stair mulllraalar urpo,arag,Irr,!, fo,araraa°d of dii rmiii de ar 04-TS-STR1 S I--Strap:2" Webb Seatbelt buckle chrome footman loops ""rlllrr straps, Ills to slll2,cIII.urii2,,'ppmillllr7ags fro,w"mrl III"ralo,vuling wKIll l,i2, ills IIIII7a III"mrlopuo,llrm m,,,H° Wallllll #1 to III':�)�I'10 uu,r 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 05-EL-4M18 S I--Light, Compartment:Maxxima LED 18", EA,ILOS llllii'p Ilm,,,p�'Nli,p,lr l 111 N,,,p q Ni, III Iii g Ills p Illrl o lll,lr2,, ar,Ir2 u p u.0 lii ar,e d m g Ilm,,,paar III':)ooir,Jll��uu°mrllllml, �,",� ': �:m,Ill,u asp�:m,ar ���,Ir a al arm. 09-ZZ-ZZZZ -- I 02-M1-M675 S M-6 Compt(PRRFM( )m "1711"H °p .5"'µ Wx °13.5111"D C F CCM6 < I__M-6 Compartment Construction:Smooth Aluminum ILOS I &od(?s and II'3adcl 090 Ilu.uarlulia lu.uarlu &lrluX)t d 4:;Na°Ir°ap�a�arvpnu�lu^arlp II J�Nplh:�:Na°Ir°a: .'p �" �`'�IIII..uIrlr°aliarlll..ua°Ir°a,Sllrl�� "I u°ararl alr�ma tlarl au��uarp a°(?lillliaru:p 090 Ilu.uarl aaaru.uarl a &lruX)t c-F -CCC O8 Compartment Door Panel:Diamond Plate C F CFCC -- Compartment Surface Finish:Speed Liner, Black-M-6 I 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 05-EL-40N6 < I--Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC,ILOS A II"Jotp ): 1 II 6lu„3 in (, oirripa iufiuuu;aamp c pllliamil;,p 09-ZZ-ZZZZ I-- 02-M1-M775 I--M-7 Compt(RF): 67.5"Hx 25.25" Wx 21.0"(Below FL), 1/0 1 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 02-BO-CCN5 S < CC C Compartment Construction Belourm FloorLevel: Smooth lu minu m ILOS I &od(?s and II'3adcl 090 Ilu.uarlulia lu.uarlu &lrl(Hmt d 4:;Na°Ir°ap a�arvpnu lu^arlp d :mpllliarl p 090 XIII..ua°Icaaarlll.ualra "°wSllil)e 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 02-BO-CFN5 S Compartment SuifaceFinish: Speed Liner, Black-M-7 � m,,,H°,,..p""Illliiiiii C'O,u mrl ppl a arpm mrl,lrrl,arm p III' II o,o ar to Illlii'po S C,,,Irrl„Irrld IIL..li arm,lrrl,u:p Illlii'p lad( Ill(. 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard p 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch p 02-BO-09BO I— Compt Door Check:Double Action Gas Shock p 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees p 05-EL-4M36 S < I--Light, Compartment:Maxxima LED 36", EA,ILOS p ""Illliiiip IIIC m°ur:r,,',,, IIIC m°u, III iii' Ills:Ills m°,II,III ^ alre u:p uru iii are d IIIC�'��""�""Illliiiiii III m°u,uru ar.m�: Ill....lii u:Ills�:m°u,ar.m a III III !uICpC m°urp''III '"pW'pC m°u,ar.rm ra al~puilrm �ar.m�:pC �ar.m�:r,�,al�rm u:� 1584 11/02/2021 Job/Order No: Pro osal Pa e 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-ZZZZ 1-- 1 02-1141-114888 1--M-8 Drawer(RF):None-Batteries Under Hood t 02-M1-RA03 --Rear Access Doors:46 3/4" Wide x 60 5/8"High t ZZ-ZZ-ZZZZ -- t ZZ-ZZ-ZZZZ -- t WELDING -CELL 1 1 44-L LAC S < 1__(3)Placard Holder, 12"x 12", with Placards Top Load,Aluminum "U" Trim 1 style Option includes Painted smooth placard inserts. Color Red, REV to cut (3) 12" x 12" aluminum smooth insert sheet placards and paint job color of the body. Welded plate with drip rail edge placard holder style Shipped Loose for Dealer to Install After Graphics are Installed t4 F4 4444 I--Painted Part-Painted Special color to match Body 4 ZZ-ZZ-ZZZZ I-- 04-AS-06AO Fuel Fill:CPI C1045, Open Housing, Polished Bezel-(Std) 1 04-AS-0801 Urea Fill: CPI FG5301-1 Inlet Housing 1 04-AS-0370 I--Wire/Hose Cover : Diamond Plate, Between Cab&Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < I-- Pass-Thru cab mounted wind deflector-Aluminum Diamond Plate 1 AEV Weld shop builds and installs,Attaches to Cab side of bellows mount. Same width as bellows mount with short down turned sides. Secured on sides to bracket. Small up-turned lip at back of wind deflector. non-Painted 04-BW-7A95 5 < Bumper, Rear Medium Duty Style HD Alum Fratned W14" Tail DP pontoon 1 covers PURCHASED WITH BODY NOTE: Medium Duty Style Bumper and Will Mount Under Kick Plate and Will not Damage Kick Plate in Rear End Accident. 04-BW-FLIM < I--Step, Center:2"x 7"Grip strut, flip-up t :w4,ull:w d:"Ih...II ' SIII II::wN W1 11 ll...l 44-L 1300 Dock Bumpers:Rubber 2 1/4"H x 16" W x 2" Thick 1 44-FE1-FF44 < I—Fenders, Rear:Rubber Extruded, Black 1 MTB#7215439 04-BW-DP0l I--Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 44-FE1- P t4 I--Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum t 04-BW-TA04 I--Location: Centered in the kick plate t 05-EL-44TN I-- Tag Light:Kinequip LED#132703C t 04-BW-DP92 < I--Corner Caps: 24.0" High,Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Corner Caps. 04-BW-DP93 < I-- Front Stone Guards: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Stone Guards. 44-L 1444 --Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE t 04-EA-1132 --Mud Flaps Rear:Modular, Rubber AEV LOGO t 44-E4-3904 < --Lights, Cab Step:2" White LED, chrome flange mounted in box front, t Whelen Acfi<ate II aII Doors °onstlant Il llot ZZ-ZZ-ZZZZ I-- 44-L 4444 (4)Rear Door Hold Opens:Grabber Style, Top/Bottom each door ILOS 1 EXTERIOR LIGHTING/ HEAT/AC/INSULATION -CELL 2 1 05-EL-1800 CORNER CAP LED ICC/WARNING LIGHTS 1 1585 11/02/2021 Job/Order No: Pro osal Pa e 8 PART NO S DESCRIPTIONQTY 05-EL-18FO -- ron orner ap arning ig s: arnings 1 05-E .- 8F3 < --Front Center ICC Lts:(3)AMBER Weldon LED No 9186-1500A 1 Switch w/Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 I-- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 IIh L 8R3 < I--Rear ICC Lts:(3)RED Weldon LED No 9186-1500R 1 Switch w/Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC0l I-- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 IIh L 310 Tail Lights, Whelen LED Combinations, ILOS, 1 05-E - 9M4 y I__Side Marker Lights PAIR:(2)RED LED, Whelen#TOROOMRR, I With Grouimmuinii2t..I""GIII"Z(°'W uil NV'.,..I""IIIIIIIIII A011i.uuntli2,d o;iin Sidii2,, of IIIZii2,iur III';I'u m pli2,,ur Ill:Iloimtooins 05-EL-2314 y o -- Whelen 600 Series, Tail Lights I CeuAliIcdll IIM(I iiuruurml:e^u;l '')urm III'liiuulllr III"Illate WlIlallr Illlli'luralllre ''Ulllmriaurd.""I""uruirn Ceiideir, aurmu;l III'ilau:lllr, Illurmlllmriaird 05-EL-0201 I--Flanges:(6) Chrome for above 600 Series Tail lights-INCL I 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated I 45-EL-2333 I--Back up, Whelen 600 Series, LED, Pair, Minimum Intensity I 05-PL-LX88 y 4"urns.( ) Affielen 600, Super AMBER ACC! BEE LENS, I on-Prograniniable ILOS 05-PL-LX04 I--Lens Color for Above LED Light to be:Amber I 05-PL-LXX2 --LED Color for Above 600 Super LED:AMBER I ZZ-ZZ-ZZZZ -- I 05-EL-4300 Patient Area Turn and Stop Light Indicator: None 1 4S��ZLCA��43DL Third(3rd)Brake Light:NONE 1 45-EL-4580 SCENE/FLOOD LIGHTS (Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liar llUdu?d 06-EL-18LF I--Left Flood Activate:Left Flood Switch I 05-EL-45T6 < I--Right Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liurollUdu?d 06-EL-18RT I--Right Flood Activate:Right Flood Switch and open CSE Door I 05-EL-46CF y o I--Front Alley Lights:(2)Fire Tech Mini Brow(FT-MB-2.9-S-B)LED-Black I Housing Irlur orillllll have iiirr,,iind a uimm�:mui,uumlion Illmiur��uckii2ts III' 1.....114111111'lWr'II.I.....III:uIVI...11llll'l...ul:l h I IlNJ( llll.... Ilhuure I i2,i:uh I I IIL.)oui.ulpm�ll„i„,,, Stadlu: All1l1112!y IIL..uIIIIrIur IIII0111,uurml„i2,u.I l„.lurmul1u2,,rn1u2,,alluI Curcrluc "Cliu2,,uauiu2, ur l'"ui'lliIde l' iiii Allllllr�y Ili....lii glllrl:o r°u�ur.m III':'lu�ior�u�h� III':'°io��aurml..:l c l''''ui WI I'"'c Ilh°°III Illlllllll II:'l IIL...IIIIIIIIIIIII""'""I'"'Xi..iL...IIIIIIIIII Y A Illy III':) III" III h a;Ili III""I'"'Xi..iL...IIIIIIIIII Y 05-EL-46R6 I--Rear Load Lights:(2)LED-24, Whelen 900 I 06-EL-18RE I--Activate:Rear Flood Switch, Reverse and Lead RA Door I 05-CIF-44CF y o AC(HVAC):Pro-AIR HWP F-Series Ducted in Ceiling- Vert.bh seat, 2nd comp 1 With Electric heater valve Mounted Behind the Attendant Seat Base Facing Rear of Truck includes exterior condenser, (pick Pro-air condensor labeled HWP). Requires separately purchased 2nd compressor system 05-HA-0406 -- Water Pump:Installed required I 05-HA-1306 --A/C Condenser:See M2 Cmpt for Condenser Information I 05-HA-13X6 --Intermotive Module BCVC502A :Installed 2020+ I 05-HA-14RO < I—Hella Relay Connector:Installed I (1) ( CII���)ni"n..Ip IIIIIIIIII L...IL...A g;°l,',g II:w11...LPu'lu...lp...11lll ll LA 05-HB-14PC 1--AC Evaporator:Pro-Air(AC/Heat unit) w/dual fans-STD vertical 941 I 1586 11/02/2021 Job/Order No: Pror)osal Pacie 9 PART NO S DESCRIPTION QTY 05-HA-1404 Heater Hoses.E`PDM-Nomex Rubber(per Ford QVM) 05-HA-14B5 FILTER: Washable Carbon Pre-Filter 05-HA-14D1 < Ducted AIC Delivery. Insulted foil wrap, 10 registers I 8 (?g�st(?rs in c(?���ng� 2 (?g�st(?rs on A/(� (�a[Jin(?t face 05-HC-14C1 < I—2nd AC Comp Techni install by 3rd party 2021+F-Series 6.7 Diesel w Dual Alt \AflNd(? trainspoit(A to fad��ty for 2nd A(� cor,ipir(?ssor, ��3radix?t, Diiw� ,xflt and nsta�lafion Cooirdn�::fl��)wfth �)ng�n�)eirfini:�j ::fl��:�airfi�)st oppoilun�ly piJoir to piroducfion ::�ssi::Nrribly st::�111 lh�ssyst(?r,ii for 6 7�� d(?s(:fl, w�th DL4� At 10��HA��V30K < Thermostat, Rear AIC, Digital, Kinequip ILOS I 10-HA-LOC1 Install location Main Action Area Streetside 05-1 L-0051 CEILING PANELS:ACM Gloss White 1 05-1 L-0261 Dome Lts, LED K-EDGE (4) Streetside, (4) Curbside std 1 zz-zz-zzzz 1-- 1 06-EC-0900 < Timer, Spring wound Constant Hot, Checkout, 15 Minute 1 Located on curbside wall at head of squad bench. 06-EC-09P1 Timer to Power. Street side DOMES, High intensity zz-zz-zzzz I-- 09-MKV801 IVHook No 1: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 29-MH-1000 I—LOCATION: Over headIchest area,primary patient on COT 09-MKV802 IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 09-MH-08P2 LOCATION: Over headIchest area,secondary patient on SIB zz-zz-zzzz I-- I 09-MH-2AC5 < Recessed C/S Grab Rail, ceiling: 1.25 Dia..... 3 pt, 72in, Gray Anti microbial 1 Grab Rail will be recessed in a ABS pan. 09-MH-2ASS Streetside Grab Rail: None 1 Insulation PKG: Generation 9 Body Std, 1 05-IN-1STD Insulation: Circumferential PKG, Single Layer Reflective w/Air cell core 1 05-1 N-3STE Insulation: Entry Door, Reflective w/Air cell core 05-1 N-4ST9 Insulation Sound Deadening: Generation 9 Floor 05-1 N-5STO Insulation: Walls/Ceiling,Additional : NONE 05-1 N-6STD Stepwell Insulation: None 051&4100 < Light Bar Alternative, (4)Across Front, 92"or wider 1 In Addition to Standard Front Three (3) Body Warning Lights. Seven (7) Total Lights Across Front of Body. 05-LB-6222 Front of Module SLED System-92"and wider(4) 1 05-LB-6648 Whelen, 900 Super LED, (4), (2)Red& (2) White 051&4897 Flasher for LED front of module:None 05-PH-LSOF Flanges:(4) 900-Chrome Flanges for lights above 05�PL��L V1 I Light. Whelen 900, Super WHITE LEDICLEAR LENS, Programmable 2 1A TS 05-PL-LXOO Lens color for Above LED Light to be: Clear 2 05-PL-LXZ1 LED Color for Above 900 Super LED: WHITE 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 05-PL-LV13 Light. Whelen 900, Super RED LEDICLEAR LENS, Programmable IATS 2 05-PL-LXOO Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 LED Color for Above 900 Super LED:RED 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 zz-zz-zzzz 05-LB-6900 S < Alternative Lightbar Switching, PrimlSec I WNtii2, ��I ig�ht&� ���Ilirirnairy )6�y 05-PA-LBOB I- Rear Light Bar: NONE 1 05-SY-LTLF WHELEN LED WARNING LIGHTS YS TEM-F-series LTD 1 05�F&�0710 S < I—Flasher. None,All Super LED's Are Programmable- I ����ast, Xteirnate Wllh��iii ea(flh fixtuire, ���aiii&iiiin ����Ias�h wifless(�illheii*�se sipe!(Jfied 1587 11/02/2021 Job/Order No: Pro osal Pa a 10 PART NO S DESCRIPTIONQTY Program #9 Action Flash 05-FS-10P4 --Flash Pattern:None,Internal Light Head Flasher 0&SWPS02 S < Warning Light SWITCH:PIS, center console, PARK secondary I "'uiurnaii diixiiips lxuii se(xiiiiidair liiurm III"Iiairk (°iir IIMeuuui:irdul u IIht lxuii ('kiii ''�uuui: liiurm Ill:Iiairk �'�� Q !:u ur ...(°u ui�w:u ui�u; ...:u uu a ur.m�';I :u uru.m a ur'm�..I ....a.';I ZZZZ-ZZZZ -- 5 L 1 T05 (2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange I 05-PH-LSOB --Flanges:(2) Chrome, 5TIR6 Lights 05-PH-LTOJ a --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS I ouu ';Iuieur uiC1, 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PH-LT28 S < (2)Front Intersection, Whelen LINZ6, SLED, Chrome Flange 1 "'III"1'' ;s lll'1 11111 # 1 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 05-PL-LX00 --Lens color for Above LED Light to be: Clear ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add 7 Side Warning Lights, :NONE 1 ZZ-zz-ZZZZ I-- 05-PL-LU30 --(1) Center Front Warning Light: Whelen 900(Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 5 L XF1 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU40 --(2)Front Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-LU50 --(4)Side Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 5 L L 1=3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-L 51 (2)Rear Intersection Lts: Whelen 700, (Super LED)IATS 1 05-PH-LS08 --Flanges:(2) 700-Chrome Flanges for lights above 1 05-PH-LT5A --Locations:(1)over each rear wheel well opening. 1 5 L XL5 --Light. Whelen 700, Super Split REDIINHITE LED/CLEAR LENS, Program ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXY4 --LED Color for Above 700 Super LED:REDMHITE 06-SW-0022 --Rear Intersection Lights Switched:PRIMARY/SECONDARY 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU60 --(2)Rear Warning Lts: Whelen 900, (Super LED)ilos 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LT6A --Location:REAR, (1)in EACH Upper outer corner. 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05 L U ( )Rear Atarning Lts 11t11uoien 900, (Super LED), IATS 1 1588 11/02/2021 Job/Order No: Pro osal Pa a 11 PART NO S DESCRIPTIONQTY 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 05-PH-LT6C U < --Location:REAR, (2)aligned w/EACH upper window in RA doors. 1 M ..., ,'I:aurmu; °Zug"mi: )ur.m °1cur at ° xcur Wiii&iiw ....ev �. d 4 1) III �d/X,alllbeir oiin I';IIIIIa IIIu II J( IIII.... III.......ocat�i2. �2) Au:tu:tutiourmaIII Wh�i2.III�i2.urm 900 IIIZi�r2.u.t III...igIIIuts Illurmlllu�oauru.i o�I Staurmu.taurui iLLii2.ur IIIZ�i2.aur ' ^ued Ill....iiiglllhts 05-PH-LT6C X < Location:REAR, ( ) aligned W1 upper Warning Lights oil Real, 1 II ,r . „��I����I �IIL....... �� ) IIL......�i�.l� ��,�c ut �2) III Zi g III u t )c IlhZsir2,a ur at IIhZ sir2,a u°Window IIL.,.sir2,�vm,m III �,"I) IIhZ i�r2,u:t �'!!kt �,"I) urm IIIIIIIIIIa:IIIm �"'1'�liide M't""I""IIIIIIIIII L...(°i ate (2) Add liiiikiiiurmalll 1 IIh eleiirm 900 III"1 d Ill....liig; h is Illurflllmu laird (°,iii''Staiiidaird Uppeir III"1 Maur 'Zii2,u:t Ill...iglllu'ts. 05 PL t V 13 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 05-PL-LV29 --Light: Whelen 900, Super RED/AMBER LED/CLEAR LENS, Programmable 4 IA TS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 4 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 4 ZZ-ZZ-ZZZZ -- 1 05-P -N U74 --(1)Rear Center AMBER Warning Lt. Whelen 900, (Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 44-U4-4U7 --Light: Whelen 900, Super AMBER LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ3 --LED Color for Above 900 Super LED:AMBER 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZY -- 1 ZZ-ZZ-ZZZZ -- 1 05-ZZ-ZZZZ 1 ELECTRICAL -CELL 3 1 05-IL-10A0 --Rechargeable Flash Lt.Streamlight, Yellow SL45108, installed 1 05-IL-10LO U < Location 1 3 Compartment On Wall#1 Above Fixed Shelf Height 1 M't""I""IIIIIIIIII A(°Iuiid! III""'Illaallhmllllii'Illhmi:liiurm 111114 °uurm allllll #1 Ilh°°lll °uuiu °uurmi:alll Alllb(ive III""'liixed �"'1'�Ilhm llff 1eig ht 05-IL-10P0 --Powered: 12v Constant Hot 1 44 44 4445 U < -- Customer Supplied Part(s) : Yes See account 1 1) One Radio Heads 2) One MIR Antenna w/Router 3) One 800 Mhz Antennas 07-00-01114 -- Custom design wood console included in Order 1 11-ZZ-090D < --CAAS GVS 2.0 Exception C.8.5.5 Lack of Anti-Theft device for Idling 1 By declining to select an appropriate anti-theft device for this chassis, The Agency is non-compliant to CAAS GVS 2.0 for the likely event of required idling of the chassis while unattended. This applies only to agencies selecting CAAS Compliance. CAAS GVS 2.0 requires; The chassis shall be equipped with an anti-theft device to prevent the vehicle from being driven by an unauthorized operator.". 44-t4-2000 < Rechargeable Flash Lt.Streamlight, SL-20LP, Orange,Installed 1 LITE-SL20LP 05-IL-10LO U Location On Passenger Side of Center Console 1 05-IL-10P0 --Powered: 12v Constant Hot 1 06-AL-47SU Hand Held Spot Light: None 1 06-AL-4900 < I--Cab Spot Light: None 1 Not Require by KKK-F 0 tip SAHN AEV Traumahawk Telematics Declined, Not required 1 1589 11/02/2021 Job/Order No: Pro osal Pa a 12 PART NO S DESCRIPTIONQTY 06-BA-3F41 aeries: - a ery ys em- i 7P770esei y 1 06-BA-3F53 I-- Batteries: (2) Underhood (Type 1) 1 06-BA-3FJ1 < I--Battery Make: (2) OEM 1 Battery Brand must match. 06-BA-Q631 < I-- Battery Switch: Cole Hersee 2484-16 Paddle, T1 center console 1 Cole Hersee Paddle style battery switch powers up and shuts down the CONVERSION only! Chassis related circuits shall remain wired in the OEM configuration per Ford QVM Bulletin No 63. SWITCH LOCATION: Drivers'side of center cab console. 06-BA-3FW4 I--Batteries Wired: Parallel for higher amperage 1 ZZ-ZZ-ZZZZ 1-- 1 6-EC-056B PWR Door Locks:Module Doors-Full Mod T1 Ford 1 06-EC-050A < I--Door Locks, Tied into OEM System Type 1 Ford t Aodwullw:w pow(Nir odIis ar(? tk?d to th(?( has§s pow(Nir odi,:yst(:wuwi,u 06-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors t AUst Mso u"up(?i at(?tIlww:w 1Modwullw:? �°�Iow(?r Door II.odIis Opfllon(?d 06-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles t 06-EC-05K0 -- ONLY the following doors shall have power door locks: t 06-EC-051141 --Electric Door Lock:(M-1)Left Front Compartment t 06-EC-05M2 --Electric Door Lock:(M-2)Left Middle Compartment t 06-EC-05M4 --Electric Door Lock:(M-3)Left Rear Compartment t 06-EC-05M6 --Electric Door Lock:Rear Access Doors t 06-EC-05M7 --Electric Door Lock:(M-5)Right Rear Compartment t 06-EC-05M9 --Electric Door Lock:(M-6)Right Rear, Forward Compt t 06-EC-05N0 --Electric Door Lock: Curbside Access Door t 06-EC-05N1 --Electric Door Lock:(M-7)Right Front Compt t 6-EC-2800 Door Unlock Switch, Momentary, Exterior, hidden t id ..1111 a st:: llll::fion o Ili uicuuNg:w IIwN0011- II. od< °w5w<itch k)� ::lliiuurv�:w uicu :C 11111c )::wS� ull<�:wlllihood:i of wunawuthoilz(A (:wintry Into WflNo<IlE?. II3y <IlIw?<Il1J1IC INS Op i<ul, i w.uo'ChaswNur f urtllh(Nir a guwhws to Ilidd l REV oir chi :� sss s 1:: uIr ufl�w<s for ;:In,C Moss of ww�:)Kck) oir contu)nts c"::ii.us�)d by wwowllaw<faull ac w?ss 06-EC-0802 --Location:Front Grille/Bumper Area t ZZ-ZZ-ZZZZ I-- I 06-EC-3015 < Ford OEM backup Camera installed, Cable, Displays into OEM Radio 1 Ordered with Chassis. This product has no BRAKE light capability. 06-EC-3509 Circuit Board: RMR Rail System, W/LED Diagram-Type 1 1 06-EC-CB03 I--Circuit Protection, 12V: Blade Breaker-Manual-reset 1 06-RR-23F1 I-- Ind Light Flasher: Thru 14S Flasher Unit 1 06-RR-2400 I--Type I -CAB Wood Console: Pass Thru - 14" OAW std design 1 06-RR-2315 I--Type 1 LED Rocker Switches Front and Rear Switch Panels Standard 1 06-EC-3570 I--Master Switch: Front Only 1 06-MC-0810 1—Smart Volt Meter: (1) Kinequip 8.0 thru 16.0 Volts, Digital w Low voltage buzze 1 S-RR- CC 1 I-Engraved LOGO:None 1 06-RR-2311 I--Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light:Activate w/ANY compartment door switch. 1 06-RR-2313 I--Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 I--Indicator Light: Halogen RED "Door Ajar" light 1 06-RR-2316 I-- Flashing light:Activate w/ANY Mod entry door switch. 1 5 R 23J4 5 < I-Door/Comp Ajar Buzzer:Activate with Entry& Compt Door 1 This is in addition to Indicator Lights. NOTE: Activate only in gear 06-RR-23LO I--Illumination strip LED for Front and rear switch panels 12v 1 ZZ-ZZ-ZZZY 1-- 1 07-RR-24AO I--Console Finish: Black, Textured "Easy Grip" 1 07-RR-24A5 I--Wire Harness Routed Behind Driver's seat, No Cover Required 1 1590 11/02/2021 Job/Order No: Pro osal Pa a 13 PART NO S DESCRIPTIONQTY 07../?R7.tt20F Add-on Console: Type 1 1 47-FF-44 I-Drink Holder:(2)In Add-on Console, Big Gulp Size 2 07../?R7.ttC 5 I-Drink Holder Location:Middle 2 47-RR-02F4 4 Note Book/Clip Board/Tough Book Slot Single-Full Width by 611" Wide t 07-RR-02F3 I--Double removable Lexan Divider(s) i 47-FF-4401 4 Customer er Supplied lied Radio:Installed in Console(Reference Engineering i DraWifu4) ..IIIIII. 1�•9i.,ll •, ..o s..,II ..o• ��.�„ ..„ r�ill8�" ..o .,i�: s^i ..o (See..o IIIIII� .., ..o..o ..„ r,,,; ., 1114��tllll..... III�au.Iu�,u ullllll III"u IIIum.�I.aIIIIII .u.I ��tum Ill..lurua .0 ���uu.I �.ul CC�,uum.��,ulll (��� . . III....uml,Iuum . .uruuml,I III..lua�auuml,:I) 07-RR-2354 I- Glove Storage:(3) Glove Box Storage Across Rear of add on console I 07-RR-24AO I-- Console Finish:Black, Textured "Easy Grip" l 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 44..Zt7...,44134 I-- Cut Off Switch:Auto reset,momentary style 1 11-ZZ-0936 < I--Exception to 3.14.6 Cancel switch for back up alarm NOT ALLOWED, I >> d �:Inciiii:fl s,afth foir J�::ud< up no :ullll,::N�ue)d, "_�)t/ED I`:oiriir.a huu u:?llu?c ti lieu d(??sgn!!p 06-EC-GR0l Ground Straps, Module to Frame: (Qty 4) Braided 1 06-IA-0001 Converter , 125V to 12V: NONE 1 04..4I7.02 0 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS I--Portable Equip Charging Circuits:Included in Inverter I 06-EC-03AA I--PREWIRE LOCATION:(1)Cab Console, (1)Behind A/A I 06-EC-03C9 I--Portable Equip Pwr Source:Ignition and/or Shoreline t 06-IG-03AO I-Battery Charger/Conditioner:55A -Built into Inverter I 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries I 04..4I7.04I_7" --Inverter Location:M-1A (ULF) Compartment I 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED 1 RADIO POWER 1 06-EC-03AO I-- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03GO I--LOCATION: Behind Passenger's Seat 1 06-EC-03A2 I-- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03EO I--LOCATION: Behind Action Area Board 1 ANTENNA LEADS 1 06-RR-0100 1—Coaxial Cable, No 1: Type RG-5811J, No connectors 1 04...ICIC..V,102 < I-- ORIGINATION POINT:Roof Port No 2 1 Roof Port No 2 is located approximately 24 inches back rearward of roof port#1. 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-01T1 I--TERMINATION POINT: Behind Passenger's seat w/36"Tail 1 06-RR-1712 < I--Antenna Base w/Coaxial Cable:KE794#2 I 06-RR-0102 4 ORIGINATION POINT:Roof Port No I I Ill:10 u4 II�jjjq ro "I 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-I7 4 < I-- Termination Point:Inside Center Console I 06-RIC-1100 4 (1) 800 Mhz Antenna, Customer Supplied lied prior to production, Installed 1 NOTE: Installed From Roof Port#2 to Terminate in Console 06-RR-1100 X a I......Mi i tutetutua acid Roateu, Customer Supplied lied prior to p roduction, Ins tailed l M't""I""IIIIIIIIII lurmai:allllll d 4.8" III',,,M(Jr, fixiuiura ialh e 800 Illitlllhz Aii,ite,urmurma aiii,id WilIl I euir:unm Iiurmate liiurm m.I C'u a lji urm 1112!t. I III m i�r2,, III"Zo iii,u ti�r2,ur"tCI I III III Ill�i i�r2,, IIII o iii,u urm ti�r2,u:t V i�r2,u4I c u u I With t h sir2, Cu a lllu�l1 i�r2,s o un t h iir2!, III"U I7111 u t a a u:t IIL.,112.I I o I 11he IIli uUteIII I e114'"'(IIw PI"Wu reS fixiiiura I:Ilhm eIIli uul:eu liillllll I euir:unmIiurmate liiurm Illhm III:III uluuu:alll CCallbuIiiiiet 'III "ii I,ii a it qa `ii I C )C" "I Ii9541) 1591 11/02/2021 Job/Order No: Pro osal Pa a 14 PART NO S DESCRIPTIONQTY 06-RR-1809 -- a ien rea a io : one 1 06-SO-0000 125V SHORE LINE AND OUTLETS 1 55 S 5555 --Shore Line Inlet:20A Super Auto Eject,ILOS 1 06-SO-OOL1 I--Inlet location:Aft of Left Front compartment t 55 S 5555 < I--Indicator Light, Shore line: Weatherproof,power by SL, Red t undicator lght ocat(?d a[,)ow?shor(? Iluur(:? linlk?t 55-5V-t5t5 -- Cover, White, Shore Line Inlet:20A Super Auto Eject,ILOS t ZZ-ZZ-zzzz I-- I 06-SO-10TT < I--Inpower Timer: VCM-05-01SF,Installed t u( ..11II I Ns ::fllows liN) ::� ulo u)rye':,U to Ilju:) w<ir�)d to liN) Ilgtn inon switch Il111 Ilu�) a of spClidngi u111i ;N ffiu: 0II IIt1 staite diurvCU t and liar u(Ndir(A any f:IlNs wfllr'odle 06-SO-1400 --**125 Volt OUTLETS" 1 06-SO-1401 < -- 125 VAC Outlet, No 1: 15A, Hospital Grade, IVORY 1 All 125 VAC outlets shall be back lighted when power is applied to the outlet. 06-SO-141-1 I--LOCATION: Action Area, standard location 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1402 1-- 125 VAC Outlet, No 2: 15A, Hospital Grade, IVORY 1 06-SO-141-3 I--LOCATION: RF ALS, (See Drawing) 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1403 1-- 125 VAC Outlet, No 3: 15A, Hospital Grade,IVORY t 06-SO-14L4 5 —LOCATION:V tended ctton Area, (See Drawrrh7t5) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t ZZ-zz-ZZZZ I-- 55 S t 3M,I 5 < 1-- 125 VAC W Dual USB &Power Light Outlet, No 4:20A, Hospital Grade, t White IATS UII1 1 uii"5 VAC' oiii.udii2,rts sha 111 Ill iii2,, III ia6I( Illliiglhtir2,d whir,c pmonwar liis appllllii,i2d to thir2, 0111.ut11r2,4. )rualll 5A15V U&II';I't fir(°uiu5 fir(°uiweir Gr1i2!1ii2!n IIL..UIII';) pmo~war Illliiglllrt IIL.IIIir2,zvy diii,uty rJ(, I""III';IIIII a„.�I''ttW';I't�"''�u.utfil2rts"U�tiIIIIIII Work o~iin �i°'ttainii2,(1 irciii,uliit as µ1 ui",5 hdfiir2,,t 06-SO-140 5 LOCA TIO : Curbside Above Ttmer' see DraWtri,U t 06-SO-1402 -- Outlet mounting ORIENTATION:Vertical t ZZ-ZZ-ZZZZ -- t 06-SO-1100 "INTERIOR 12 Volt OUTLETS" 1 55 S 0X7 1-- 12 Volt outlets two separate single outlets 1 06-SO-10YO I-- 12V Outlet, No 1:Power Point Single- Wire thru Med Isolator t 06-SO-11L1 I--LOCATION:Action Area,standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1910 I--Power Source:Medical Isolator, Batt Sw Hot t ZZ-zz-ZZZZ I-- 06-SO-1102 I-- 12V Outlet, No 2:Power Point- Wire thru Med Isolator t 06-SO-11L1 5 LOCA TIO m Extended Action Area, (See Drawrrh7t5) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t 06-SO-1913 --Power Source: The SAME as outlet No 1 t ZZ-ZZ-ZZZZ -- t 06-SO-1103 I-- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 I--LOCATION:RFALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1913 I--Power Source: The SAME as outlet No 1 t ZZ-zz-ZZZZ I-- 06-SS-060A Siren: Whelen, 295HFS2, Standard F-Series 1 06-SS-SA27 I--Siren Speakers:CPI: SA4327 with Chrome AEV laser cut cover, flush F series 1 06-SS-SW01 I--Siren/OEM Horn Switch: In Cab Console 1 06-SS-SW04 I--microphone clip not installed Tie to Siren Microphone cord. 1 55 55 1313 Air Horn System:BUELL-F1 1 06-SS-1301 < I--Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t I bo t swttch IIocatu)d on du"n'w3irs urde 1592 11/02/2021 Job/Order No: Pro osal Pa a 15 PART NO S DESCRIPTIONQTY 06-SS-1305 I--Air Tank Mounted to Frame Rail t 06-SS-1310 --Emergency Master Hot t 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty t 06-SS-t"t47 I— Compressor Location:M-1A Compartment t 44 44 t444 < --Air Horn Location: Under Front Bumper, F-450 and F-550 2017+ t 011' II ...550 url'uaC u'(NUuu(? 11R):E)SS CUt unto AII3 n <Mai9c(? Air l.taurl'u. 06-SS-1321 I--Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) t 06-SS-1332 I--Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) t 06-SS-13MO I—Air horn mounted system Standard chrome finish 4 CABINET SHOP -Modular 1 07-00-0184 1— Custom design wood console included in Order 1 ZZ-ZZ-ZZZZ 1-- 1 07-00-0001 < ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. ZZ-ZZ-ZZZZ 1-- 1 Cabinet Configuration 1 47 44 li COB Mica Colors: Gloss Beige 1530-01 ILOS 1 ZZ-zz-ZZZZ I-- 47 44 CON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07-0 -SEL3 4 Att. Seat:EVS C:omfoif "188OP4F "10deg Child Safety Seat,Thop e PeMnla t Black SeaIii,N ss. °°I"'aurupe C'oiiI"nfoi slli2,inilC2us'fow"n, e,ulr4iinax IIIIII'pllla(:lllr, 4-i l: IIIIII'lelt SAIIL...IIII;;IIII''''I IIICw''tl""IIIIIIIIII' CIIIIIIIIIIIIII 1 01W Twi''tIII':'1llllilllll III.. '' III'I ..I""ptUIII':'n'IIIIIIIIII t'IIIIIIIIIIA..I.. 47 E 901 4 < --BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std t (C( III'''I"(°IialiiIJIi(°111 III m �'Ilui'�WI< I, III IIIII(°Iliulnaird (°,Iliulr IIIII�eaulrwaulrd,N '')urm111pp H IIIC��tllll.... Illtt(°u�uruurml: A1:1: ^ur°m�°laur.mi: �:�eot l. Ill...loae ����,u i.11l"m . SeatIII':laclllr, uls CJ IIIulx°uiura i:lll"m . S .ol: III':laclllr, tx°ui thlr d of t u2 Cot. t t-4E-04 4 I--Attendant Seat,Armrest:None t 07-AC-4401 XSC CABINET:LT.Evaporator, 4td Location Behind tt Seat Facing Rearward 1�. 07-ZZ-ZZZZ 1-- 1 07-BH-4801 XS 44 Cabinet, Behind A tt Seat. Cabinet "H"/(Elec Cab) Facing Rearward 1 07-CA-VEN7 I-- Plastic Vent: (2) Total, 1 column x 8 row,Vent 01 1 07-DR-WDOE I-- Door, Single Solid Flush Fitted Electrical Area 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 07-DR-OR04 I--Hinge Orientation: RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2"Stainless Steel Piano Hinge 1 47 t W 0 t t I—Round Pull Latch:Non-locking- Chrome Finish 1 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ 1-- 1 07-BK-0001 4 < Bulkhead Cabinet C4 Under Talk Thru Ins tailed 1A T4, To House Norcold Fridge t NJ( I""III'';IIIII �'Il�ltaunrm llrr,ss&111r2!1112l1l C'01llxnt1i2!top with a 3 1" llIih o~iin all I'olixr sidii2l, 07-WC-AS21 S < °° Tray. Stainless Stoop t 314" ')o aIIIIII '1'olixr sidii2q,r zz-zz-zzzz I-- I 07-BK-0002 S Bulkhead Cabinet 11 Above Talk Thru Installed 1A TS, See Drawing t 07 IhIC X24 --Door:Single Flip Up 3/8"Lexan I 07-DR-LZ20 I--Hinges:Reel Torque I 0 CIW S011 I—Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-TS-1200 --Shelf Track:Small alum Unistrut type I 07-CA-0600 1—(1)Shelf.•Adjustable with Alum Trim I ZZ-ZZ-ZZZZ -- I 1593 11/02/2021 Job/Order No: Pro osal Pa a 16 PART NO S DESCRIPTIONQTY 07-ZZ-ZZZZ -- 1 07-CA-0300 CURBSIDE UPPER: Over SIB, Mods 1 57 CCN tC't 55 __ Cabinet K1, K2, K3:(3) Openings with flush dividers t 07-DR-LX24 --Door:Single Flip Up 318"Lexan S 07-DR-LZ20 I--Hinges:Reel Torque S 57-H141-S0 t t I—Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each S 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 57-CC -0400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Cabinet S : (1) Opening With ( )Adi shelves t 57-DR-S SS S Doors, Double CtvedaT Hinged, 318"'µ Lexan 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1)RIGHT and(1)LEFT t 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors t 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each 2 07-ZZ-ZZZZ -- t 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S I- Cabinet, (4) Glove Storageand(1)Mask Storage 45'Section of RF CS t cabinet, 07-DR-LX06 S Door CtvedaT He, 31811'Lexan-4-glove and(1)Mask dispense thru t 07-DR-LZ10 I--Hinges:Stainless Spring Loaded S 07-HW-SX11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- t 07-RF-CADR I--Check the specified Walk through Door type (Station 5) 1 07-RF-1148 S - Cabinet blUpper Let Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 57 ANC 5XX I--Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 I-- TRIM:U-shaped Door, J-trim opening t 57 CtNC 01?03 I—Hinge Orientation:LEFT t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge t 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door t 07-HW-SX12 S I--Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-RF-1248 S Cabinet t 2 Upper Right 1 57-DR-4013 S Door Singles Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S TRIM: CN shaped Door' 7 trite opening t 07-DR-OR05 S Hinge Orientation: TOP t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 2 07-HW-SO12 --Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t ZZ-ZZ-ZZZZ -- 1 07-RF-1348 S Cabinet t 5: Custom (Reference 20OF 27154) 1 07-DR-WD25 S Door, Single Solid, Flush 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 57-CIF-OR04 I—Hinge Orientation:RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-RA-IOAl I--Outside Access: Thru M-7 (RF) Compartment door. 1 07-RF-0001 I--Interior MICA Color: White cabinet liner 1 07-TS-1200 I--Shelf Track:Small alum Unistrut type t 574C 608 S (3) Shelves Adjustable tnica over substrate With Alum Trim t 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 1594 11/02/2021 Job/Order No: Pro osal Pa a 17 PART NO S DESCRIPTIONQTY 07-SA-0000 1 07-SB-4401 S SQUADBENCH:H Sant.Facer at Seating Position 1 NOTE: Set back seating area of the bench for a wider aisle. (Reference 20OF 27164). The Squad Bench Lids Will be Cut Back to Foot Ledge Recess with Minimum Overhang. 07-SB-0001 I--See Upholstery Section for Post and Wheel Cup info 1 7-SB-t t t I—Bio-waste/Sharps No 1:Roll-out DRAWER 1 NOTE: The drawer will have a non locking chrome latch on drawer. NOTE: There Will be access to sharps and trash through top of bench using a separate red lexan overlay door. 07-HW-SL01 < I--Drawer Slides:Full Extension, Detachable 130 LB capacity STD 18"long t &lu6)s uu si;:llllu) i Vu::wlnc :II i;:t&u6) dell"UV ^u 18 l Ong 7 PLC C t t I--Round Pull Latch:Non-locking- Chrome Finish t 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-SB-0999 I--LOCATION:At head of Squad Bench, Roll out over step well t 07-SB-1005 -- WASTE CONTAINER: 6 Quart t 07-SB-1015 < --SHARPS CONTAINER:2-Gallon Sharps(#CONT-311)ILOS t (:°OII`J II...311 ZZ-ZZ-ZZZZ I-- 07-SB-1001 I--Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S Curbside seating Coot platform - Vinyl flooring to match main floor t 07-SB-LID2 --Squad Bench Lids: Split-2-section 1 07-SB-LHOO I--Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LHO3 I--Lid Checks: Gas shock, Dual Action 2 07-SB-LHO7 I--Latch, Squad Bench Lid: Slam Action Paddle, W keeper 2 11-XO-0030 I--Stowage rating label -Squad bench interior, entire area 80 Ibs 2 07-TR-SBOl I--Edge Trim, Lids: Band w/Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 --Restraint Net, Removable, at head of SIB, Black Webbing 1 NOTE: Attach to Top of Bench Due to Drawer 08-ZZ-ZZZZ -- 1 07-TC-0000 1 07-TC-6401 S TOP CABINETS, , F°t and B2 to be Three Equal Sections 1 07-TC-A644 S Cabinet m 1 7 CF R5 I__Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,r III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 S Cabinet F tm 1 7 CF R31 S Coors; Cabinet F°t Secure 7a rh Restocking Sliding fflnd"oW Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, wrr/ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 S Cabinet B2 t 07-CB-DR31 S Coors; Cabinet B2 Secure 7a rh Restocking Sliding fflnd"oW Top hinged t 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' Sc IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-RF-0007 I--No Inside Access to Exterior Compartment t 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 1595 11/02/2021 Job/Order No: Pro osal Pa a 18 PART NO S DESCRIPTIONQTY 07-WC-0000 1 07-111C:-4421 S 111 77 CABINET:No CPR Seat WlExlended Action Area 1 07-WC-A441 S ActionArea:Extended 1 07-141C-AS21 < --A/A Tray:Stainless Steel, with 3"Back splash 1 On Ml thi'("u:"`*Vd(?s and haw? a '(?ar aa Ill;spIa`h 07-WC-AA30 I--Bio-waste/Sharps A/A:None 1 ZZ-ZZ-ZZZZ I-- I 07-WC-AABD I--Action Area Board:Black Grip See Station No 6 for content 1 07-ZZ-ZZZZ I-- 1 07-111C-CCO03 I— Cabinet C:DELETE 1 07-WC-D014 S Cabinet C.DELETE 1 07-ZZ-ZZZZ I-- 1 07 11X 003 CabinetE:DELETE 1 07-ZZ-ZZZZ I-- 1 07-WC-F641 S v Cabinet C: Custom See DraWlrmg) 1 M' ""I""Illliiiiii :all! iiiurme1: III'"" I:(°u1 be 12" III':)eep aiii,id Illurmcirease II!°°Ilkiiil;llllrl:I:(°uii C'"I" Illurmaliim;e 07-CA-06BO S Shelves: ( )Fixed 14111 e an Lip 1 NJ( I""Illliiiiii u m urta a IIL..r ;um.an IIL..I p ou ur III!iiiii a dh III i um.r u:l &llr ir2 llfl' 07-DR-LX02 S Doors, Dual, OvedaC Hinged, 318"Levan 7C 1 07-14111 S011 I--Round Pull Latch:Non-locking-Chrome Finish 1 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-XA-3900 S Dividers, (9)Adj 3/1 11"Levan, W1 ABS slotted track-EA cal 1 II NJ( I III. I lllr ur1�i2.1�i2. i2,;,um n m ur 111..)m 0 6i2.urs Ill W11 o w III Im~n 11m,~n m rm S Ir ii2.111 l'. ....l lllr ur�i2.1�i2. i2 um n m a 111:1I 0 6i2.ura Ill ur 1111 iii a°l u.l 111 i�i2� Seclikiiiurm aiii,id I llhmuiree Ill....eaaurm III':'1liivliim;leirs All!x�ive I""(°uiiip"'t'�Ilhm llff M' ""I""Illliiiiii 1(°,urtkiii ur rm III':'11ii vlii m;l m ""I""mra u:lllr tlClii III III �"'t'�1 a m7 Illlii'1elhliiiiid Ill....lii Ir aiii,id C uuu a t((i ur rm mr tlClii III III "1e ur mii yr Ill....lii Ir I:(`uii A dj iii.0 st III'::1 iii'10 u:2!rs 07-ZZ-ZZZZ I-- 1 08-SE-1704 --P4-4-Point PER4MAX Restraint System -with replacement indicator 1 WO/CPR 08-SE-1821 < 1—(2)on Squad Bench, (0) CPR Side Seat Per4Max Black Belts 1 IuwNt u� lr::wtoirs u°uii.s uu°iou..un IIJu:fl:;Nwa Itiu) Iop of Ilmiu:w s� �:ut. I III........IL..:"IL'...II""'1 Cu'I Y 90 08-SE-SB70 I--SIB:(3)Sec patient restraints-9"Sleeves Face of Bench 1 08-SE-SB76 --SIB:(3)Sec patient restraints-5"Sleeves By Hinge 1 00-20-0072 --Per4Max Four-Point Seatbelts:Accept and Install Full Feature 1 ZZ-ZZ-ZZZZ -- 1 ZZ-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ 1 CABINET SET-CELL 4-MOD 1 11 ACC Sub Floor, 3/4"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- 11 I_3P Flooring:Loncoin H Flecks-#157, Moonstone(Gray) 1 08-00-FL01 I--Flooring Main Edge:3"Recessed(1/2"deep)roll-up 1 08-AS-0001 < I--Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 nstMlll saftwty Cw:wllllowv with doa/Ionw:mll stil(?s uroururlliJd tap(? o w?r tIlru(?sllrdld 08-AS-0006 I-- CIS Stepwell Threshold, Polished Diamond Plate 1 ZZ-ZZ-ZZZZ -- 1 08-ZZ-ZZZZ -- 1 08-CS-0001 COT MOUNT HARDWARE: (Full Size Mod) 1 08-C:R-09P < I-- Cot Mount:Stryker, No 6390, Power Load,Installed 1 Not Compatible with cots other than Stryker! This item priced for Domestic USA usage only. >>> Caution, Power load head consumes floor space toward attendant seat. Spacing review between seat and cot is recommended. >> 08-C:R-09CN mass casualty kit not requested 1 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System 1 °0ll1,flI`^L.II:t II""II:��)062S 1596 11/02/2021 Job/Order No: Pro osal Pa a 19 PART NO S DESCRIPTIONQTY CONN-WP2S 1 CONN-SOCKET 2 08-CR-1002 < I-- 12v power feed location FRONT for Stryker power load 6390 t t ) °p ? �tdIt pu3ed wfllll dirfllllu)(J i31nd puxl thir:;Nii..up;glh pfiu: pu uirup�W::� �d'�II"p 11"" Iltid ) foir :: S ryl<< )r pow(Nir Ilcoad ,yst(Nin,u II h(? Qvdt pow(Nir shMl II3E) Il'3u<Ug lh thl'Wglh ph(? floor, wuth II (:?at ,::Ihi lin i, coulinl ) toir Ilu sp :llll�:)d. 44-T -OOP < I- Cot Position No 1:PRIMARY SIDE POSITION ONLY t P0:::lin :uu p ° Ilju)h )en Co :nd °'wS/T. 08-CS-2000 < I--Primary Cot position under floor reinforcement t nstMlll 8liunch ud(? by 4llong 1/2" ak.uuri'uliu1Uuriu at pilin,iiary cot po§ifion (Pdircu :uy cot posfl n4:;NuNI"y ... IIR V;,lid) " ff UStO11ri a Ilcc afion us d(?§i'(?d, uri.uUS II,x?sp (?dfi(?d Il,x llo . 08-CS-3009 -- Cot mount setup for:Stryker Power-Pro 6506 t 08-CS-19A5 -- Cot Stop, Block:Stryker Power/Performance load.Install hook with kit t ZZ-ZZ-ZZZZ -- t 08-CS-19U1 I--Q Straint System: NONE 1 08-OS-04ST OXYGEN/AIR/VACUUM System: 1 08-OS-0401 I--Oxygen Outlet No 1: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 08-OS-0402 I--Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 44 u3 4444 I-- Oxygen Outlet No 3:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040D I-LOCATION: Curbside Wall, over the head of the SIB t 44 u3 0914 S < Portable Cylinder Rack: Triple Holder D Spring Loaded 1 NOTE: Install a three position tank holder in the lower section of the M7 compartment on Wall#1 Below Fixed Shelf. See Drawing. ZZ-ZZ-ZZZZ 1-- 1 08-OS-1331 < I-- Rack No 1: Adjustable AEV 02 Rack Green with 4 Ratchet Straps M/H 1 Fits cylinders 7"diameter or more. 08-OS-11 G1 < I--Cylinder Type: OXYGEN -Green Colored Hose 1 Regulator connection Nut: 9/16" RH thread. 08-OS-1301 I--Rack Location: Left Front, wall#2 near wall#3 1 08-OS-132M I--Set up For M cylinder 1 08-OS-1710 < I--Regulator, Oxygen, Fixed output @ 50 psi +/-5 , CGA 540, Installed STD 1 Installed on 02 line for pressure test, Tagged with Inspector signature/Date 08-OS-1902 I--Regulator Wrench: Cast aluminum, OXYGEN w/cable lanyard 1 ZZ-ZZ-ZZZZ 1-- 1 44 u4 4444 XS < (4) SCBA Bracket Zico Model U 4 44 4 F 4 II'�III 11' S g;:°'IIIIIIIT i: spu:dfic Su e IIJo lllle IlwRe er to c&:I::llog to :ss uire y4"Nll..uu" II:dNp Ile wfllll liplh 08-OS-230R < I-- Collision Restraint Strap:ZICO No 1010-120-000 4 08-OS-23L1 4 Location: 4 Compartment on Wall#2 Evenly Spaced From Loft to Right 4 ZZ-ZZ-ZZZZ -- 4 44 u4 44 4 S < I-- Vacuum System:S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall #1 of Action Area (See Drawing) ZZ-ZZ-ZZZZ -- t 08-ZZ-ZZZZ 1 TRIM / DOOR ASSEMBLY-CELL 5 1 09-00-002S I-- Interior window and aluminum trim with standard satin finish-std 1 1597 11/02/2021 Job/Order No: Pro osal Pa a 20 PART NO S DESCRIPTIONQTY 09-00-0001 1 09-00-0002 ****************DOOR DEPARTMENT- Full Mod****************** 1 02-BT-C853 -- Handles, Ext: Tri-mark 030-1875, Free Float, Polished CNNC finish 1 02-BT-C85A --Interior Release: All Entry Doors,with bezel Emergency Access 1 09-M 7 454 --Rear Entry Assist Handle not required 1 09-MH-2702 --Grab Rail, C/S wall,Various types C/S Entry, NONE 1 ZZ-ZZ-ZZZZ -- 1 09-B1-ED00 Entry Door Panels, Windows and Hardware 1 08-MH-0010 -- Interior Grab Handle Color: Gray Antimicrobial 1 08-MH-03B3 --Grab Handle, CS Entry: 1 1/4" Dia..... S/S, 2-pt 18"L, Gray Antimicrobial 1 08-MH-03D3 --Grab Handles, Rear Access: (2) 12"L X 1 1/4" Dia..... S/S, 2-pt, Gray Antimicrob 1 09-MH-2603 4 Grab Rail, (7), 24"'µ 1A TS, Gray Anlimicrobial 3 III...w~nwwwulilr2d �I) At C/S III....un1ry Ill..lw,~nm,~nur at AIII...,3 ��,.ullluuu�ll�.l, �I) w,~nun C/S and � I) 13/13 Illunsuu.11l2. IIIZII2.i.uur IIII ur.mi:ulG III':'l�°u�°uulo 0 -C -2500 4 Door Panels Mica over smooth alum uppeilUph Ceti erlSnlooIt?Alum Lower 1 09-AS-2530 4 Curbside bower Door Panel Smooth Alum 1 09-E 1-23B 1 < --Multi-Color Printed LOGO:(3)Entry Doors, Customer Logo, requires clear 1 image Printed Multi-color logo onto panel, Back side lighted with LED lighting. ENG >to VENDOR 09-WI-02AO < I-- UPPER Windows: RA Doors, Fixed Tinted Glass 17.3"W x 19.3"H 1 WIND-H0161 09-WI-0600 I-- UPPER Window: CS Access, Fixed Glass, std tint 1 09-DR-WSL5 < Talk Through Bulkhead Window 100% w Black Bezel Radius Corners-Clear Window 1 ECR-1066 Black Surround Bezel, no laminte, no trim, Advanced radius corners. 100% window opening to minimum of 150 sq inches talk thru 09-DR-WT20 I--Sliding Window Locking Pin: 1/4"with Lanyard 1 47 11717 P 3 < I--Defib.Bracket. Wall Mount Technimount 210-00-PCHD for Lifepack LP 15 1 HOLD-600 (1) > 90 degree aluminum wall bracket plus discs, HOLD-PC15HD (1) bracket secures to Lifepack 15, secures into the wall bracket. Allows for swivel in the bracket. Removable from the wall bracket with single red release button. 07-WC-LPTS 4 --Monitor Mounting:Bolted in place 1 II �~n����tmoin 4�~nlll.wumll o~iin III':I'iw���lll(: "iG���IIIIII °'')I' cti�~n ure,a ..I..�~nwaird / III';I'i� uw. aiind II4olll.wumll With Cepurmteir(`liri''IIIIII'lulnau:llleet a III4liiurfliiurnuruurn (`Iiii"17" i''xiiuro AlA IIIIII'l(°Iiiix 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 1 10-FN-0001 4 0 --Fan, (2)Speed, Patient Area, w/separate switch in A/A 1 Suurtacill, III"aloIi ulln'lill2d III"nii2tal 'fan with 171i uallyd N „....IIIIIII ���I IIL.......... II11 w;~n lll.0 urm i lIr2,,u:i 1w:u i hl ilr2,, urilr2,a u° w;~n l i hl ilr2,, a w to w;~n urm a ure a IllI, 1w:u a 111 111 w:uw a w 1 u w.~n urm a ur ll2a IllI 1w:u III m iii urm,.1 ll2 I. &iiwiil m 10-EC-2701 < I--Refrigerator, Norcold 1.7 Cu Ft, 12VDC/125VAC, #NR740ss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD 10-EC-3200 4 N ocallotum -2 Cabinet Under Calk Thru 14/ltidoW 1 11-YZ-0907 < --Non-Compliant to 3.11.3 J3058, cabinets Not Tested, to SAE J3058 No 1 Rating 1)ir°u Is no a Vu w:l "o,,13058, oir Ilrlw:;Ni IIwtu):;i. 11-ZZ-0903 < I-- CAAS Exception to C.11.3 Storage Compartments and Cabinets Design 1 An Illllxw.epton has Ilb(hNil n tMiuw?n to on(?of tlh(? lollllowoiiing conwllifiours, d:"."l SUbir wwu 1I Doors sllrMlll rla w� )o§itluow:wll odi,www1 Il,dtlw=Ilrles that arw w1esliw:;llned to uw url'uw:w in w=Ilow,w:ww1 1598 11/02/2021 Job/Order No: Pro osal Pa a 21 PART NO S DESCRIPTIONQTY during transports. 10-IL-02ST Action Area Light: 12V, LED, Surface Mount 1 10-IL-02L7 I-- Light Location:Action Area 1 10-1L-03ST S Extended c'tio: Area Li,2i':'t "12 , LED, Sci2ace Mount 1 10-IL-02L9 2 Light Location Bottom of Cabinet BI i UPHOLSTERY-CELL 7 1 i fVO""LfCOA < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 -- Center Trough Upholstery Color:Color Key to Rest of Truck i ZZ-ZZ-ZZZZ -- i 11-00-UT05 Uph Joint Type:Vacuum Formed -Seamless 1 11-SB-0005 Squad Bench seat cushion cut-outs: None 1 11-SB-0003 I-- Post And Wheel Cups: NONE 1 11-SE-CSPD Head Protection: Pad over CS Entry Door 1 11-SE-REPD Head Protection: 2" Pad over Rear Access Doors, Full Width 1 PAINT-STRIPES -DECALS 1 01-3U-0000 S Anti Rust Spray, Detco:Installed on Unit i II.:u:IIIhasfin to III iIiuy "1 uiµ X2!irosdII Cans II ii1(1) : 111I12,, "52urayi112 to (1 Ihassws i2.1 :re ih�I r,, :' 1y uls 111q'IiIII.:urm'tiIr2d 12-PT-UNCT I-- Undercoating : Per QVM Guidelines, STD 1 12-DC-0001 Reflective Tape: White Reflective On Painted edges of Exterior Door Frame 1 12-DC-GAl0 Compartment Finish: Diamond Plate Standard 1 12-PT-0100 Primary (Over All) Color: White (YZ) 1 12-DC-0002 -- Flip Step Reflective/Prismatic Tape: Red/White/R/W/R/W/R 1 12-PT-0112 --Tape Stripe: NONE (KKK-F Deviation) 1 11-YZ-0962 I--Non-Compliant toKKK-F 3.16.2 ;Exterior Safety stripe to be Orange 1 12-PT-02E0 2" Paint BELT CUSTOM: Custom HalfiffayDoWn Belt is cic ing Cab a: Hood 1 NOTE: Custom Half White and Half Red (FLNA3042) Cab Will be White From Bottom of Windows Up and Hood Will Be Red. Module Box Will Be Half Red on Bottom and White on Top Reference 20OF 27164 12-PT-0601 --Belt**NOT**Across Hood i ZZ-zz-ZZZZ I-- 12-PT-6000 < I--Paint Belt at Corner Posts- 1/8"Break i h(:: II a n 11:3( IItl Its to Ihaw? an 1/8" CUt ar:di,a (::::cIh corn(Nir Lost Ito si,un ti aurl§il:lion 12-PT-1000 -- Pin Stripe: NONE 1 12-ZZ-ZZZZ 1-- 1 12-PT-RF01 -- Roof Paint: Color and finish quality to be GLOSSY 1 ZZ-ZZ-ZZZZ -- 1 12-PT-1301 Special Striping: Chevron Items: NONE 1 12-PT-2000 Lettering: NONE 1 12-ZZ-ZZZZ 1-- 1 i2""'P"C"0RIS < Drip Rails:Bright Alum, De-burred&rounded corners(SHIPPED LOOSE) 1 Include a drip rail over the C/S Entry Door shipped loose. Add Shop Note to Shipped Loose Section of W/O 12-ZZ-ZZZZ 1 DETAIL-SHIP LOOSE ITEMS 1 12-PT-DRIZ < -- Drip Rails: Detail-Refer to Paint Section for Drip Rail Information 1 Include a drip rail over the C/S Entry Door. 13-00-0200 --*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ 2 — (2)Placard Holder, 121µ c '12111", With Placards Top Load,Aluminum µ "' rim 1 o tVio With Red Painted Placard Shipped Loose 1599 11/02/2021 Job/Order No: Pro osal Pa a 22 PART NO S DESCRIPTIONQTY 13-10-XM00 -- wners anua as rives ip oose 1 13-10-XMAO -- Printed Owner's Manual Not Required 1 13-00-0001 1 13-GL-0000 Glove Holder, Ship Loose: NONE 1 ZZ-ZZ-ZZZZ 1-- 1 lS KK-KDED Decals:KKK/DOT Pkg, -NONE/DELETE 1 13-RF-STAD --Decals:Star of Life for Mod Roof-NONE/DELETE l ZZ-ZZ-ZZZZ -- l 13-KK-NSSB Decals: NO SMOKING &SEATBELT, installed, cab& pt. area. 1 ZZ-ZZ-ZZZZ 1-- 1 13-KL-0010 AEV Logos: Installed on unit per AEV standard locations 1 13-MH-05ST Fire Extinguisher, 5 pound, shipped loose, Std 1 11-YZ-0932 < I-- Exception to 3.15.2 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed with one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. The customer/FSAM has shipped them loose for the dealer to complete the final install. 11-ZZ-0932 < I-- Exception to C.16.1 1 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed iwth one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. 13-MH-10AO Reflector Pkg: Body-2ea, Side Fr Amber, Side Rear Red, Rear Red 1 ZZ-ZZ-ZZZZ 1-- 1 13-SB-0003 Post And Wheel Cups: NONE 1 13-SP-TIRE Spare Tire: Refer To Chassis Section to See if it gets one. 1 34-XX-0001 Primary Cot: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-0002 Secondary Stretcher: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-5000 < Indemnification Statement 1 The purchaser agrees to defend, indemnify and hold REV 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 or additions to the Purchased Products OR use of product for purposes it was not designed or intended for. GENERAL CONVERSION 1 03-10-0032 S 2022 "",155 F�����SSS S x S Diesel(SSS'l FSA Cole G( 1 36-AA-0001 WORK ORDER STATUS: 1 00-90-0301 -- For Confirmation 1 36-CO-0001 --CHANGE ORDER POLICY 1 36-CO-0010 < 1—After Confirmation, Prior to Engineering 1 Change Fee is $50 Per Item, Plus Option Cost 36-CO-0020 < I--After Confirmation,After Engineering Start 1 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. 36-CO-0030 < I--After Confirmation,After Production Start 1 Change Fee is $100 Per Item, Plus 200% Option Cost Additional labor charges above option costs may apply depending upon level of installation of affected part. Special order or non-stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. Changes after production starts are the most disruptive. ZZ-ZZ-ZZZZ 1-- 1 36-EO-0001 --***END OF ORDER... 1 1600 r II r stryker 2022 (rescue Quote Number: 10426476 Remit to: Stryker Medical P.O. Box 93308 Version: I Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email; alex.eidson@stryker.corn Phone Number: Quote Date: 09/09/2021 Expiration Date: 10/29/2021 Delivery Address End User-Shipping- Billing Bill To Account Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE RESCUE RESCUE RESCUE ...... .. ......... Account #: 1289762 Account #: 1289762 Account#: 1289762 Address: 490 E 63RD ST STE 160 Address: 490 E 63RD 5T STE 160 Address: 490 E 63RD ST STE 160 ... MARATHON MARATHON MARATHON ... ... ......... .............. . . ............... ........., ........ Florida 33050-3961 Florida 33050-3961 Florida 33050-3961 Equipment Products: # ! Product 1 Description Qty I I 1.0 6506000000 Power-PRO XT 1 1.1 6085033000 PR Cot Retaining Post ..... 1.2 7777881669 3 Yr X-Frame Powertrain Wrnty ......... .... .... . .......... 1.3 7777881670 2 Yr Bumper to Bumper Warranty 1.4 6506026000 Power Pro Standard Components ... .._...... _ _... ........ ............. 1.5 6500001430 X-RESTRAINT PACKAGE . ........ 1.6 0054030000 DOM SHIP (NOT HI, AK, PR, GM) 1.7 650606160000 ONE PER ORDER, MANUAL, ENG OPT 1.8 6500082000 Knee-Gatch/Trendelenburg 1.9 6506038000 Steer Lock Option 1.10 6092036018 1 Hook ....1. .. . .. ..... P..... ... P.. ...... . 1.11 6506127000 Power-LOAD Compatible Option 1.12 6500027000 1 Charger,2 SMRT Batteries12V DC Cable .................. ...... .. . _... ......... ._....... ......... ... .......... ..... .... 1,13 6500003130 KNEE GATCH BOLSTER MATRSS, XPS ........ .._.. - 1.14 6506040000 XPS Option .. ... ............ ...... ....... 1.15 6506036000 No HE Section 02 Bottle .... ................. ........ _.._ .. 1.16 0054200994 NO RUNNER 1.17 6500315000 3 Stage IV Pole PR Option 1 Stryker Medical-Accounts Receivable-accountsreceivableoa,;t:yker.crnn-PO BOX 93308-Chicago,IL 60673-3308 N O tG stryker 2022 rescue Quote Number: 10426476 Remit to: Stryker Medical P.O. Box 93308 Version; 1 Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email: alex.eidson@stryker.com Phone Number: Quote Date: 09/09/2021 Expiration Date: 10/29/2021 # Product " Description i Qty 1.18 6506012003 STANDARD FOWLER ......... 1.19 639000010902 LABEL, WIRELESS 1.20 6500160000 Base Storage Net 1.21 6500147000 Equipment Hook 1.22 6500241000 Fowler 02 Bottle Holder ProCare Products: # Product Description Qty ..... 2.1 71061CT ProCare Power-PRO Protect Service: Unlimited onsite 1 repairs including parts, labor and travel with battery coverage for Power-PRO XT 1 1 Contact your local Sales Representative for more information about our flexible payment options. 2 Stryker Medical-Accounts Receivable-accountsreceivableCastr&r.com-PO BOX 93309-Chicago,IL 60673-3308 FSA Cooperative Purchasing Program F LO RI DA SHERIFFS, ASSOCIATION Jill I Contract Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Contents 1.0 General Conditions.......................................................................................................................................5 1.01 BID CORRESPONDENCE ....................................................................................................................5 1.02 PURPOSE...........................................................................................................................................6 1.03 TERM OF CONTRACT.........................................................................................................................6 1.04 QUANTITI ES ......................................................................................................................................6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER.............................................................................6 1.06 FUNDING...........................................................................................................................................6 1.07 CURRENCY.........................................................................................................................................6 1.08 GENERAL DEFINITIONS.....................................................................................................................7 1.09 ELIGIBLE PURCHASERS OF CONTRACT..............................................................................................8 1.10 LEGAL REQUIREMENTS.....................................................................................................................8 1.11 PATENTS & ROYALTIES .....................................................................................................................8 1.12 FEDERAL AND STATE STANDARDS....................................................................................................9 1.13 UNDERWRITERS' LABORATORIES.....................................................................................................9 1.14 AMERICANS WITH DISABILITIES ACT................................................................................................9 1.15 REASONABLE ACCOMMODATION ....................................................................................................9 1.16 MINORITY BUSINESS ENTERPRISE (MBE) .........................................................................................9 1.17 ANTI-DISCRIMINATION.....................................................................................................................9 1.18 BEST COMMERCIAL PRACTICES......................................................................................................10 1.19 PUBLIC ENTITY CRIMES (PEC) .........................................................................................................10 1.20 TAX EXEMPTION .............................................................................................................................10 1.21 TAXES..............................................................................................................................................10 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ...................................................................10 1.23 COMMUNICATIONS........................................................................................................................10 1.24 CLARIFICATION AND ADDENDA......................................................................................................11 1.25 SIGNED BID CONSIDERED AN OFFER..............................................................................................11 1.26 ASSIGNMENT OF CONTRACT..........................................................................................................11 1.27 TERMINATION OF PRODUCT LINE ..................................................................................................12 1.28 METHOD OF AWARD......................................................................................................................12 1.29 DEMONSTRATION OF COMPETENCY..............................................................................................12 1.30 VENDOR ABILITY TO PERFORM ......................................................................................................13 Page 1 2020-2023 Fire Rescue Vehicles&Other Equipment 1604 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 FINANCIAL RESPONSIBILITY............................................................................................................13 1.32 QUALITY AND SAFETY.....................................................................................................................13 1.33 NONCONFORMANCE......................................................................................................................13 1.34 GRATUITIES.....................................................................................................................................14 1.35 TIE BIDS...........................................................................................................................................14 1.36 RIGHT TO AUDIT .............................................................................................................................14 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS............................................................................15 1.38 BID BONDS, PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE ....................................15 1.39 ELIMINATION FROM CONSIDERATION...........................................................................................15 1.40 COLLUSION .....................................................................................................................................15 1.41 DEFAULT .........................................................................................................................................16 1.42 PROTESTS AND ARBITRATION ........................................................................................................16 1.43 NONPERFORMANCE.......................................................................................................................17 1.44 SEVERABILITY..................................................................................................................................18 1.45 TERMINATION FOR CAUSE .............................................................................................................18 1.46 TERMINATION WITHOUT CAUSE....................................................................................................18 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO ............................................................................19 2.0 BIDDER INSTRUCTIONS .............................................................................................................................20 2.01 FIRST YEAR BIDDER QUALIFICATIONS ............................................................................................20 2.02 LICENSING & FACILITIES..................................................................................................................20 2.03 INSURANCE AND INDEMNIFICATION .............................................................................................21 2.04 SPECIFICATIONS..............................................................................................................................22 2.05 FIXED PRICES...................................................................................................................................23 2.06 SEALED BIDS....................................................................................................................................23 2.07 EXCEPTIONS TO TERMS AND CONDITIONS ....................................................................................23 2.08 MISTAKES........................................................................................................................................23 2.09 EQUIVALENTS .................................................................................................................................23 2.10 MANDATORY PRE-BID MEETING ....................................................................................................24 2.11 QUALIFICATION ..............................................................................................................................24 2.12 PRICES QUOTED..............................................................................................................................25 2.13 OPTION PRICING.............................................................................................................................25 2.14 SUBMITTAL OF BID .........................................................................................................................26 Page 2 2020-2023 Fire Rescue Vehicles&Other Equipment 1605 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.15 EXECUTION OF BID .........................................................................................................................27 2.16 MODIFICATION OR WITHDRAWALS OF BIDS .................................................................................27 2.17 LATE BIDS........................................................................................................................................27 2.18 PUBLIC BID OPENING......................................................................................................................28 2.19 DETERMINATION OF RESPONSIVENESS .........................................................................................28 2.20 RESPONSIBLE BIDDER CRITERIA......................................................................................................28 2.21 BASIS FOR AWARD..........................................................................................................................28 2.22 FIRM BID .........................................................................................................................................29 2.23 MINOR IRREGULARITIES/ RIGHTTO REJECT..................................................................................29 2.24 CONE OF SILENCE ...........................................................................................................................29 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT..................................................30 3.02 STATEMENT OF AUTHORITY...........................................................................................................30 3.03 VENDOR CONTACT INFORMATION ................................................................................................30 3.04 OPTION TO RENEW & PRICE ADJUSTMENT....................................................................................30 3.05 ADDITIONS AND DELETIONS...........................................................................................................31 3.06 EQUITABLE ADJUSTMENT...............................................................................................................31 3.07 DISCOUNTS.....................................................................................................................................31 3.08 CONDITIONS ...................................................................................................................................31 3.09 PRODUCTION CUTOFF....................................................................................................................31 3.10 FACILITIES .......................................................................................................................................32 3.11 SUBSTITUTIONS ..............................................................................................................................32 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS........................................................32 3.13 FACTORY INSTALLED.......................................................................................................................32 3.14 VENDOR INSTALLED........................................................................................................................33 3.15 NON-SCHEDULED OPTIONS............................................................................................................33 3.16 REMOUNT (AMBULANCE) ..............................................................................................................33 3.17 FORCE MAJEURE.............................................................................................................................34 3.18 DELIVERY TIME................................................................................................................................35 3.19 ORDER.............................................................................................................................................35 3.20 VEHICLE DELIVERY ..........................................................................................................................36 3.21 INSPECTION AND ACCEPTANCE......................................................................................................37 3.22 REGISTRATION, TAG AND TITLE......................................................................................................37 Page 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1606 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.23 CAB AND CHASSIS PURCHASES.......................................................................................................38 3.24 INVOICING AND PAYMENTS ...........................................................................................................38 3.25 WARRANTY REPAIRS AND SERVICE ................................................................................................38 3.26 INADEQUATE SERVICE ....................................................................................................................38 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS............................................................39 3.28 ADMINISTRATIVE FEE .....................................................................................................................40 3.29 LIQUIDATED DAMAGES ..................................................................................................................41 Appendix A— Drug-Free Workplace Form....................................................................................................42 Appendix B— Insurance Checklist Form........................................................................................................43 Appendix C—Vendor Change Form..............................................................................................................44 Appendix D - Confirmation of Order Form ...................................................................................................45 Appendix E— Manufacturer Authorization Form ..........................................................................................46 AppendixF— Quarterly Report.....................................................................................................................47 AppendixG — Bid Calendar ...........................................................................................................................48 Appendix H — FSA Bid System Data Input Instructions for Bidders..............................................................49 Appendix H — FSA Bid System Data Input Instructions for Bidders—Continued .........................................50 Page 4 2020-2023 Fire Rescue Vehicles&Other Equipment 1607 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association (FSA) using the contact information shown below. Please be sure to reference the bid number and your contact information. The contacts for this bid are: Lisa Gregor, FSA Cooperative Purchasing Program Coordinator E-mail: Phone:850-877-2165 ext.5831 Fax : 850-878-5115 Craig Chown, FSA Cooperative Purchasing Program Manager E-Mai( < Phone:850-877-2165 ext 5833 Fax : 850-878-5115 Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn:Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 I7�7f'''F:Isrl�� Li is c,2r ti. Page 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1608 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.02 PURPOSE The purpose of this bid is to establish a thirty-six(36) month contract with manufacturers and authorized dealers for the purchase of vehicles and equipment on a "no trade-in basis". Trade-ins are not addressed in this contract. If a purchaser has a desire to offer vehicles/equipment for trade to the vendor,the purchaser and dealer may do so at their sole discretion,separate and apart from this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one(3)three year from date of contract execution by the FSA,and may be renewed by mutual agreement,at the sole option and discretion of the FSA, pursuant to the terms of Section 3.04. The term of contract begins May 1,2020 and ends March 31,2023. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES FSA does not guarantee quantities future contract sales.Vendors are expected to engage in business marketing and sales best practices to participate in the contract. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. It is the FSA's practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs'offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. Page 6 2020-2023 Fire Rescue Vehicles&Other Equipment 1609 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.08 GENERAL DEFINITIONS a) Bidder:A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. b) Bid System:The online forum used for the submission of electronic bids and review of bid results for the specifications connected to this Invitation to Bid.VendorLink is the software used for this bid. c) Dealer:A manufacturer's certified representative,authorized by the manufacturer to market,sell,or provide,the vehicles or equipment for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled, in whole or in part,or independently owned and controlled. d) End User:The person or entity who ultimately uses or is intended to use a product or for whom a product is designed for use. e) Factory: Refers to the manufacturer produced products. f) Florida Sheriffs Association Cooperative Purchasing Program(FSA):The entity that administeres the Invitation to bid and contract administration functions for this contract. g) Fleet Advisory Committee:An employee of a sheriff's office or local government,or any other person who FSA identifies as subject matter expert,who assists with the development of bid specifications and the evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the FSA and is not responsible for final awards. h) Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors, dealersand manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications available to bidders on the bid system and references to solicitation documents.The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i) Manufacturer:The original producer or provider of vehicles or equipment offered on this contract. j) Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the Purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Annual U.S. Price Book 2. Manufacturer's official website k) Non-Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base vehicle specifications or options. 1) Production Cutoff: A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when referring to any given model year for production. m) Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative,volume discounts,or other discounts. n) Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. Page 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1610 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o) Purchaser: A purchaser is an entity that seeks to obtain vehicles off this contract by meeting the eligible user criteria or with vendor approval. p) Remount:To remove the ambulance box from an existing vehicle and mount it to a new vehicle cab and chassis. q) Specification Bid Document: The specification bid document contains the minimum base requirements and bond requirements for each specification within the competitive bid.This document also contains submission of bid pricing and discount,and must be included as part of the Submittal of Bid. r) Third Party Supplier: Businesses external to a bidder or vendor that provide products or services which contribute to the overall finished vehicle. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. s) Vendor: The bidder that has been awarded and agrees to provide products, vehicles, or equipment, which meet the requirements and base specifications to eligible purchasers. The vendor must agree to the contract terms and conditions before being awarded the contract. t) Vendor Installed:A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids,or contract prices,will be extended and guaranteed to any unit of local government or political subdivision of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers,tax collectors,supervisors of elections,school boards or districts,water management districts, police and fire departments, emergency response units, state universities and colleges, special districts,or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract to include out of state sales. Vendors are governed by their manufacturer's agreement, and must agree to the terms and conditions of this contract. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement,and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal, state, and local laws, ordinances, rules and regulations that affect the items covered herein apply. Lack of knowledge by the bidder or vendor will not be cause for relief from responsibility. 1.11 PATENTS & ROYALTIES The bidder,without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind,including costs and expenses for,or on account of,any copyrighted, patented,or unpatented invention,process, or article manufactured or used in the performance of the contract,including its use by the FSA or a purchaser. If the bidder uses any design,device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the bid prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. Page 8 2020-2023 Fire Rescue Vehicles&Other Equipment 1611 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided.This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Autmomotive Engineers (SAE), Fire Apparatus Vehicle Standards,and Federal Ambulance Standards(KKK-A-1822F),which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or state laws that become effective during the term of the Contract, regarding the commodities and contractual service specifications, safety, and environmental requirements shall immediately become part of the Contract.The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists,the vendor shall contact the FSA Cooperative Purchasing Program Administrator immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, (U.L.), listed or re-examination listing where such has been established by U.L.for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or to participate in any FSA proceeding, please contact FSA Human Resources at(850)877-2165 five days in advance to initiate your request.TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at(850)877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The policy of the Florida Sheriffs Association is that Minority Business Enterprises (MBE) shall have the opportunity to participate in this invitation to bid.Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI-DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. Page 9 2020-2023 Fire Rescue Vehicles&Other Equipment 1612 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.18 BEST COMMERCIAL PRACTICES The apparent silence of a specification and supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices,size,and design are to be used. All workmanship is to be first quality.All interpretations of the specifications shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity,may not be awarded or perform work as a vendor,supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply, as appropriate certifications are furnished. Purchasers shall comply with all federal,state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Sales Taxes.State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict,the conflict may be resolved in the following order of priority(highest to lowest): 1. Addenda to Contract Terms and Conditions, if issued 2. Contract Conditions 3. Addenda to Specification Bid Document, if issued 4. Specification Bid Document 5. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Page 10 2020-2023 Fire Rescue Vehicles&Other Equipment 1613 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders should not rely on representations,statements,or explanations other than those made in this Bid or in any written addendum to this Bid,and no oral representations,statements,or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall e submitted by e-mail to t.l!?1'Li h, r)r„g.The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided,they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required.Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Formal Addendum shall deem the bid non-responsive; provided, however, that pursuant to section 2.26, the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however,that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions,the vendor's award can be removed or replaced by another vendor or qualified, responsive bidder. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the bidder,which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful bidder,after such acceptance,the FSA may procure the items or services from other sources.The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. Page 11 2020-2023 Fire Rescue Vehicles&Other Equipment 1614 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor-in-interest must perform all obligations under this Contract. FSA reserves the right to reject the acquiring entity as a vendor.A change of name agreement does not change the contractual obligations of the vendor. 1.27 TERMINATION OF PRODUCT LINE If an vendor terminates a product line(manufacturer or brand),the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate vendor, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the vendor is not already an approved FSA vendor, the vendor is required to apply to the FSA to become an approved vendor prior to conducting any qualified sales. The vendor and the manufacturer are required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder, including past performance with the FSA in making the award. The FSA may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances,the FSA may also require information from the source of supply regarding the quality,packaging and characteristics of the products.Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Information submitted in the bid may not be plagiarized and,except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 2020-2023 Fire Rescue Vehicles&Other Equipment 1615 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support,equipment and organization. If the FSA determines that the vendor no longer possesses the financial support,equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement the vendor warrants that,to the best of his or her knowledge,there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition that would in any way prohibit, restrain,or diminish the vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues,or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and the purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope,nature,and quality of work to be performed or the services to be rendered under this bid,and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid,and declares that he or she has the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award;and • Has assessed the financial responsibility required to serve the contract as bid,including such details as the obligations to perform all specifications bid and quantities that could be ordered,as well as timing of payment from purchasers, which can be 45 days from receipt of invoice. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new.The items bid must be new, the current model year, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.33 NONCONFORMANCE Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specificiations and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: Page 13 2020-2023 Fire Rescue Vehicles&Other Equipment 1616 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA or the Fleet Advisory Committee,for the purpose of influencing consideration of this bid. 1.35 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor, including, but not limited to those kept by its employees,agents,assigns,successors, sub-vendors,or third party suppliers in whatever form they may be kept—written or electronic.Such records shall include,but not be limited to: • Accounting records, including paid vouchers,cancelled checks,deposit slips, ledgers,and bank statements; • Written policies and procedures; • Subcontract files(including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates or work sheets; • Contract amendments and change order files; • Insurance documents;or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three(3)years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives.Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor's obligations to FSA. Page 14 2020-2023 Fire Rescue Vehicles&Other Equipment 1617 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of FSA. However, if the audit identifies under reporting, overpricing or overcharges in excess of three percent(3%)of the total contract billings,the vendor shall reimburse FSA for the total costs of the audit not to exceed$5,000. If the audit discovers substantive findings related to fraud,misrepresentation,or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time. This time period shall not exceed 60 days from FSA's presentation of findings to the vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award,the vendor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements. The bidder shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the bidder or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.38 BID BONDS, PERFORMANCE BONDS,AND CERTIFICATES OF INSURANCE Bid Bonds shall be submitted with the bid in the amount of five(5) percent of each item bid. After acceptance of bid,the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions,Specification Bid Document or Insurance Checklist. A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100%Performance Bond between the bidder and the purchaser upon award of this bid and upon request of the purchaser. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre-payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between bidders that attempts to disrupt the contract process.Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage.The parties may collectively choose to agree to increase or decrease its product base price to maximize awards thus denying the public a fair price. Examples of Bid Collision: Page 15 2020-2023 Fire Rescue Vehicles&Other Equipment 1618 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cover bidding:a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the purchaser. • Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing outside of a manufacturer's recognized territory: a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined market share. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Vendors which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made, may result in forfeiture of the bid surety required that is equal to damages incurred by the FSA,or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought,including but not limited to procuring the products or services from the next highest ranked bidder or from other sources.A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five(5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s).The formal written protest must state with particularity the facts and law upon which the protest is based. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity,and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the Page 16 2020-2023 Fire Rescue Vehicles&Other Equipment 1619 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions product line being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA,they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested.This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA,file a demand for arbitration with the AAA,or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum,judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails,the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.43 NONPERFORMANCE By virtue of the bid submission,bidder acknowledges its obligation to sell vehicles and equipment for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle/equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility,the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at it's sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved,limit current or future vendor participation by specifications or zones,or other actions as determined by FSA at it's sole discretion. At FSA's discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. In situations where there is evidence that the vendor has demonstrated egregious breaches of contract with the FSA or a purchaser,the contract can be terminated and the vendor will be removed from future solicitations for a period of three (3)years,or up to a permanent ban from the bid process at the sole discretion of FSA. Page 17 2020-2023 Fire Rescue Vehicles&Other Equipment 1620 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Specific conditions for termination include, but are not limited to,failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or dealer installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentations of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept the purchase order and deliver the product. Orders must be fulfilled if the vehicle or equipment is a base model or whether it includes options. The vendor must deliver the product if they were awarded the contract—regardless of profit or loss. Failure to deliver the vehicle or equipment may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees,to which FSA is entitled, according to section 3.28,and any attorneys fees incurred in the recovery of these damages. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract,the FSA shall have the right to terminate the services remaining to be performed. Written notice shall be given to the vendor and unless the deficiencies are corrected within 10(ten)business days,the Contract may be terminated for cause immediately.The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event,the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above,the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor,and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of termination for convenience which shall become effective 30 days following receipt by vendor of such notice. In that event,all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination,except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the contract or cancellation charges. Page 18 2020-2023 Fire Rescue Vehicles&Other Equipment 1621 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program.The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites,digital marketing campaigns,social media and e-mail;or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting � �.7I.7(�r�llsrl�� ".iilsr r ��; and should include a brief description of the how the vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 2020-2023 Fire Rescue Vehicles&Other Equipment 1622 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.01 FIRST YEAR BIDDER QUALIFICATIONS In order for bids to be considered, bidders who are not currently parties to the existing contract,or who have previously had their participation limited by the FSA, must provide the following material at the time the mandatory qualifying documents are due. FSA reserves the right to accept this information up and until the final award. The purpose of requesting this information is to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. The bidder shall provide information as on the Bidder Qualifications Form: • Bidder company name and parent company, if applicable • Complete business address • State of incorporation • Length of time in business • Names and contact information for key personnel • Dun & Bradstreet number: By providing this number, the bidder agrees and authorizes FSA to obtain their financial information/reports from these entities • Identify a minimum of three contracts of similar size and scope • Identify a minimum of three references for vehicle or equipment sales to government agencies • Any contracts the bidder has been disqualified from, terminated from or found in default on, to include the reason for disqualification,termination or default 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Department of Highway Safety and Motor Vehicle Dealer's License in order to bid on any motor vehicle as required by Florida Statute,320.27. Bidders that are manufacturers are required to possess a Florida Department of Highway Safety and Motor Vehicle Manufacturer's License as applicable by Florida Statute, 320.60-320.70. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. If a bidder does not maintain a facility to perform warranty work or repair service within the state of Florida,the bidder must provide a detailed plan at the time of bid submission as to how the bidder would service Florida purchasers if awarded the contract.This Service Standard Plan must include: • Whether the warranty service provider is approved by the manufacturer; • Estimated quantities sold per item bid; • If the company plans to contract out for service a copy of the service agreement;and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work,and o Any additional information that would detail how warranty service would be provided. The sufficiency of Service Standard Plan will be evaluated by the FSA during the bid evaluation. Page 20 2020-2023 Fire Rescue Vehicles&Other Equipment 1623 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA reserves the right to periodically request additional or updated information from a bidder regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees,arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however,that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder(1)written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense.Vendor shall not be liable for any cost,expense or compromise incurred by the Florida Sheriffs Association,or participating agencies,in any legal action without bidder's prior written consent,which consent shall not be unreasonably withheld,conditioned,or delayed. The vendor shall be responsible for the work and every part thereof,and for all materials,tools,appliances and property of every description,used in connection with this particular project. The vendor shall specifically and distinctly assume,and does so assume,all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 days written notice to the FSA. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. Copies of original signed Certificates of Insurance,evidencing such coverages and endorsements as required herein shall be filed within five days after bid opening. The certificate must state Bid Number and Title. Vendor may not begin performance under the contract until such Certificates have been approved by the FSA. Upon expiration of the required insurance,the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. Page 21 2020-2023 Fire Rescue Vehicles&Other Equipment 1624 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the FSA. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA,a 501(c)3,its officers,agents,and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers,agents,and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract,and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers.All policies shall be made available to the FSA upon demand.Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract.Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by the vendor. Insurance coverage required in this contract and the Specification Bid Document shall be in force throughout the contract term. The required Insurance Checklist summarizes the bidder's insurance obligations, if awarded. Any insurance requirements listed in the Specification Bid Document supercedes the amounts listed in the Insurance Checklist. Additionally, any vendor that uses a third party supplier for remount services must ensure that the third party supplier maintains the insurance requirements in Section 3.16(Remount Ambulance). The FSA can request and the vendor shall furnish proof of insurance within seven days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All units covered by this contract and the base specifications shall be the manufacturer's current basic production model, and at a minimum shall be equipped with all standard factory equipment in accordance with the manufacturer's latest Page 22 2020-2023 Fire Rescue Vehicles&Other Equipment 1625 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions literature unless otherwise noted in the specification bid document. If awarded, bidders must supply a unit that meets or exceeds the requirements included in the applicable base specifications. The bid specifications are contained in the FSA Bid System, as specification bid documents. The FSA base specifications are incorporated in this document by reference. Bidders are required to provide all information requested on the price sheets or may have their bid rejected. All vehicles, equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder on the Bid Forms at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or annual price adjustment as provided in this contract. 2.06 SEALED BIDS For purposes of this solicitation,a sealed bid is considered a bid submitted using the FSA Bid System. 2.07 EXCEPTIONS TO TERMS AND CONDITIONS Any exceptions,deviations,or contingencies a bidder may have to specifications or Contract Conditions,Section 3.0 of this document, must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the specification or item number and a written explanation for the request for exception.At FSA's discretion,exceptions,deviations,or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA of any inaccuracies in the specifications or required submittal documents.All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. Exceptions,deviations or contingencies to the General Conditions or Bidder Instructions,other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26, may be cause for the rejection of a bidder's submission. 2.08 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.09 EQUIVALENTS Page 2 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1626 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality,design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number(or product identifier)of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid,cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted,the offerings,specification or entire award can be removed by the FSA. When selling equivalents,vendors must disclose to the purchaser that an approved equivalent is being offered. 2.10 MANDATORY PRE-BID MEETING Prospective bidders are required to attend the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA Cooperative Purchasing Team to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Bidders have the opportunity to suggest technical modifications or corrections before the specifications are finalized. Questions relating to the specifications,the bid process, or award can be asked at the Pre-Bid Meeting. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested prior authorization, has met all prequalification requirements, and agrees to sign a memo of understanding(MOU) and agree to meet all the terms and conditions without exception and further waive their right to protest the bid process in its entirety or any portion thereof. 2.11 QUALIFICATION Prospective bidders are required to prequalify by completing all qualification forms by the date listed on the Bid Calendar.A bidder becomes a qualified bidder if they comply with this section and Section 2.10, Mandatory Pre-Bid Meeting. Qualification forms include: • Drug-Free Workplace Form, • Insurance Checklist, • Manufacturer Authorization Form for each manufacturer bid by bidder, • Emergency Vehicle Technician (EVT)Certification,if bidder is offering emergency lighting and sirens,and • Qualified Bidder documentation as required in Section 2.01. The qualification forms are located in the Bid System. Page 24 2020-2023 Fire Rescue Vehicles&Other Equipment 1627 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of 60 calendar days from the date of bid opening. Each specification,make and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the specifications bid for the duration of the contract award, unless otherwise addressed by a contract extension or price adjustment as provided in the contract. These prices must be inclusive of all of the components included in the base specification. Discount percentage will be clearly indicated on the pricing sheet as a whole figure and will accurately reflect the amount the base vehicle has been discounted. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined in Section 3.28 Administrative Fee. Prices must be Free On Board (FOB)destination. Once awarded,the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification.Options can provide an upgrade or downgrade to a manufacturer's model,such as a slightly different engine size, horsepower,or equipment,and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service,the bidder must include the registration and title fee as a separate option (i.e. line item) for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract.The additional discounts for each add option shall be decided by the vendor. Page 2 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1628 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidder must use proper factory codes for all factory options. Options available through the factory must be bid and supplied to purchaser as"factory"options, unless otherwise requested in writing by the purchaser. 2.14 SUBMITTAL OF BID Bidders are required to submit a bid using the FSA Bid System. Bid submissions include pricing for the base specification, as well as all other required documentation. The bid must be received by the date and time specified on the Bid Calendar. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. FSA Bid System:VendorLink Bidders must submit their bid electronically using the on Bid System,which is located at https://www.myvendorlink.com. Bids not submitted within FSA Bid System will be rejected. Bidders are encouraged to participate in training provided for the Bid System. User names and passwords will be issued to qualified bidders after registering in Vendorlink, qualified bidders will be invited to bid. Prices are to be rounded to the nearest whole dollar(i.e. $10, not$10.05).The bid system allows for cents, however the bid evaluation is based on the whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: •$.01-.49 will be rounded down to the prior dollar bid (e.g.$50.49=$50) •$.50-.99 will be rounded to the next dollar(e.g.$50.50=$51) Bid Submission To ensure correct bid submittal and formatting, Bidders shall: 1. Submit bid electronically through VendorLink for the applicable bid. 2. Upload files only in MS Word (.doc or.docx), Excel (.xls or.xlsx),and PowerPoint(.ppt or.pptx);Adobe Portable Document Format(.pdf);or Compressed File(ZIP)formats. 3. Enable printing on files submitted. 4. Separate and identify each part of the submission (i.e. document type, form type, content type) with a divider/separation page.) 5. Bids must be input into the standardized format in VendorLink. 6. Contact VendorLink technical support at support@evendorlink.com, if technical difficulties arise during bid submission. 7. Follow all instructions outlined in this Invitation to Bid and provide all requested information. Refer to Appendix H for bidder instructions for FSA bid system data entry. The bid submitted in the Bid System shall include the following documents: • Executed Contract Signature Page • Completed pricing sheet o Pricing sheet must be downloaded from the Bid System (VendorLink), completed, and uploaded back into the Bid System. Modifications to the format of the predefined Excel spreadsheet are prohibited, and will cause the bid to be rejected. • Bid Bond in the amount of five(5)percent of each item bid Page 26 2020-2023 Fire Rescue Vehicles&Other Equipment 1629 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Performance bone letter from a bonding company • Build sheet for each item bid 0 A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out,the document shall indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle or equipment as outlined in the FSA base specification. If vendor-installed aftermarket components are used to meet the base specification and these components must be identified on the build sheet. Build sheets for each item bid must be complied into a single .pdf document. Build sheets should be in numerical order by specification, clearly identifiable by specification or item number, and include model name and number. If FSA cannot determine which specification the build sheet is for,the item bid can be rejected as nonresponsive. • License and Certifications,as applicable 0 Emergency Vehicle Technician Certifications, as applicable 0 Florida Department of Highway Safety and Motor Vehicle Dealer Licence,as applicable 0 Florida Department of Highway Safety and Motor Vehicle Manufacturer License,as applicable o Any other safety certification or license applicable to specifications bid • Explanation of how warranty claims will be handled in the State of Florida,or Service Standard Plan,Section 2.02, as applicable • Any requested equivalents,Section 2.09,or exceptions,Section 2.07 FSA may ask awarded bidders to supply one hard copy set with original,written signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. 2.15 EXECUTION OF BID By submitting a response to this Invitation to Bid,the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award.The bidder must submit the Contract Signature Page with the signature of an authorized representative no later than the date of the final award. 2.16 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid, the bidder must contact the FSA Cooperative Purchasing Program Administrator immediately. Bid withdrawals are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.17 LATE BIDS The responsibility for submitting a bid before the stated due date and time on the bid calendar is solely and strictly the responsibility of the bidder.The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery,or any other occurrence.Any reference to time will be based on Eastern Time. Page 2 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1630 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.18 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar.The bid opening will occur at the Florida Sheriffs Association,2617 Mahan Drive,Tallahassee, Florida. FSA shall communicate the bidder name and if they have provided all the required information. 2.19 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will occur during the bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Contract Terms and Conditions. As set forth in Section 2.24, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.20 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information,documents or materials may be rejected as nonresponsive. Bidders whose responses,past performance,or current status do not reflect the capability, integrity,or reliability to fully and in good faith perform the requirements of the Contract may be rejected as nonresponsible. In determining a responsible bidder,the following factors may be considered: • Adequacy of facilities,staffing,and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements of Section 2.01, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements,specifications,terms and conditions of the solicitation,and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA's sole discretion, are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as nonresponsible. 2.21 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by specification and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second lowest bidder by specification and by manufacturer if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions.The Fleet Advisory Committee's review is submitted to the FSA for final evaluation and determination of award. Page 28 2020-2023 Fire Rescue Vehicles&Other Equipment 1631 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However, the FSA has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.22 FIRM BID Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty(60)calendar days from the date of bid opening,and if awarded through the duration of the contract unless otherwise addressed by a contract extension or price adjustment as provided in this contract. By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment for all bidder awards. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $5,000 per vehicle or equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. 2.23 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids,or separate portions thereof,and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers.A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option,the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.24 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease,except for procedural questions, questions regarding problems incurred in the use of the the bid system, or communications initiated by the FSA.All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. Page 29 2020-2023 Fire Rescue Vehicles&Other Equipment 1632 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT Once the bid has been awarded, the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles or equipment purchased from the this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract Signature Page warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract period,the vendor must notify the Administrator immediately. The Vendor Change Document must be completed,signed by an authorized representative and submitted via e-mail tot 11112111<I] I:.Pf..F r�Ir . A sample Vendor Change Document is located in Appendix C and online at the FSA website. 3.04 OPTION TO RENEW& PRICE ADJUSTMENT Renewal Option The contract may be renewed by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year to year basis.The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract.Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Price Adjustment Prior to completion of each contract term, and on an annual basis, the FSA will consider a price adjustment due to manufacturer certified price adjustments or as a result of any changes to national or state standards that require substantial cost adjustments. In the event of changes to national or state standards,the vendor must present verifiable changes in cost to FSA. The FSA will consider the cost changes and will make a final determination on the change in price. For any vendor-initiated adjustment to commence on the first day of the renewed contract term, or on an annual basis, the vendor's request or adjustment should be submitted 90(ninety)days prior to expiration of the then current contract. The vendor-initiated adjustment request must clearly substantiate the requested increase or decrease. For manufacturer certified price adjustments,vendors must provide documentation to FSA that such price adjustments are not in excess of other bid contracts or cooperative purchasing agreements and indicate the government concessions or discounts offered. If no request is received from the vendor,the FSA will assume that the vendor has agreed that the optional term may be Page 30 2020-2023 Fire Rescue Vehicles&Other Equipment 1633 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions exercised without pricing adjustment.Any adjustment request received after the commencement of a new option period will not be considered. The The FSA reserves the right to accept the renewal adjustment or to allow the contract to fully or partially terminate and readvertise for bids,whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA can add, remove, discontinue or suspend any specifications, or portions thereof, from this bid or awarded contract when it is deemed to be in the best interest of FSA and the purchasers. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor or Manufacturer performance; or • Lack of relevance of products/commodities. 3.06 EQUITABLE ADJUSTMENT The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 DISCOUNTS Discounts must be offered under this contract and shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for each specification and option listed. Discounts must be clearly documented in the bidders submission. The vendor has the authority to offer additional discounts based on quantity,as well as additional manufacturer or vendor discounts. Discounts are not required on any state or federal fees and charges. Discount ranges are not permissible. Discounts must be a whole percentage with no decimal place(e.g. 10%). 3.08 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered, i.e.the most current production model at the time of this bid. 3.09 PRODUCTION CUTOFF Production cutoff refers only to cab and chassis configurations within bid specifications.The vendor shall notify the FSA no less than 60 calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Page 31 2020-2023 Fire Rescue Vehicles&Other Equipment 1634 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Purchase orders received by the vendor 10 business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor and the manufacturer fails to produce or deliver the production year vehicle,the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion to choose whether to provide the next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the specifications, FSA may consider substitutions from the same manufacturer. 3.10 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.11 SUBSTITUTIONS The FSA or purchasers will not accept substitute orders of any kind.Vendors are expected to furnish the brand quoted in the bid once awarded.Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Under Florida Statute 316.003(1),authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must also submit Emergency Vehicle Technician Certifications for the individuals working for the bidder or the designated third-party supplier who will perform the installation. FSA reserves the right to accept certifications up and until final award. Vendors that will install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1 and Class 2 in order to be eligible for participation in the Contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the Contract. 3.13 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no vendor-installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or vendor-installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. Page 32 2020-2023 Fire Rescue Vehicles&Other Equipment 1635 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All factory ordered options are to be original equipment manufacturer(OEM)and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications,and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components,will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the Purchaser,the vendor shall be required to replace the vehicle with a vehicle that meets the required specifications,including factory installed components. In the alternative,the purchaser shall decide whether they will accept vendor installed components. 3.14 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications.All such accessories must be manufactured by an established manufacturer of the product provided.Vendor is required to disclose Make and Model of product being offered and the location, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any item that is less than or exceeds the factory vehicle or equipment warranty coverage. A vendor that employs a third-party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Emergency Vehicle Installation through EVT Certification Commission, Inc.or an approved equivalent. The FSA may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.15 NON-SCHEDULED OPTIONS FSA attempts to include scheduled,factory and aftermarket options in the bid document. If a purchaser requests a non- scheduled option that is not included in the bid document,the vendor may provide this nonscheduled option.The purchaser has the opportunity to request the vendor's discount pricing for any nonscheduled options during the quote process.At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.All non-scheduled options are covered under these terms and conditions. 3.16 REMOUNT (AMBULANCE) It is the responsibility of the awarded vendor to ensure that any remount services meet or exceed all insurance requirements under the terms and conditions of the FSA Fire/Rescue Vehicles and Other Equipment Contract. Remount service providers shall maintain a minimum of$5,000,000 in Product Liability Insurance and a minimum of$1,000,000 in Professional Garage Keepers Liability Insurnace. Proof of adequate coverage shall be produced to the customer upon request. Page 3 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1636 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All remount service providers are to be registered with National Highway Traffic Safety Administration(NHTSA), as a manufacturer.The remounter shall be familiar with,and follow,all applicable and/or recommended OEM guidelines and practices as published by the OEM chassis manufacturer. This shall include the strict compliance with the New Vehicle Standard, registration requirement,and the Incomplete Vehicle Document(IVD)for the appropriate chassis. The remounter company shall be financially able to adequately support a warranty obligation offered to the purchaser and provide proof from a third party financial institution to the purchaser upon request.The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warrant the ambulance and furnished equipment against parts failure or malfunction due to design, construction, or installation errors, defective workmanship, and missing or incorrect parts for a minimum period of 12 months or 12,000 miles(whichever occurs first). 2. However,if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including any prorate arrangements, or the remounter generally extends to their commercial customers a greater or extended warranty coverage, the customer shall receive corresponding warranty benefits. It is also the responsibility of the awarded vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes date, time, and photographic proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the product and present to the awarded vendor upon completion of the remount. This shall include: 1. The evaluation and the physical assessment of the original vehicle; 2. The production sequence and process; and 3. Written and verified quality control and function checks. The remounter shall perform the following series of steps to determine viability of the proposed remount product: 1. The viability shall include a visual inspection of ambulance body module for overall condition to determine suitability for forward service life.This shall include the compatibility of the body to the proposed new chassis. This viability process shall include, and the remounter shall provide a Scope of Work to the awarded vendor, which shall include a detailed proposal to the customer:a notice of compliance of FMVSS requirements,including weight balance and payload projections and analysis. 2. The remounter shall inform the customer of any hidden deficiencies or defects discovered during the process; whereby remediation shall be mutually determined. 3. The remounter shall inspect and perform functionality testing in accordance to American Manufacturers Division of the National Truck Equipments Association standards. 4. The remounter shall provide final documentation of product and affix all applicable compliance labeling to the product. If a purchaser utilizes a remount service on its own initiative, the remount service provided shall be excluded from the terms and conditions of this Contract. 3.17 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly Page 34 2020-2023 Fire Rescue Vehicles&Other Equipment 1637 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control,or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.18 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item.The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. 3.19 ORDER The vendor shall submit a copy of the purchase order to the Coordinator within 14 days of receipt from the purchaser. To initiate a purchase,a purchaser issues a purchase order to the vendor,which shall include: •The contract number and title; •Specification number and item(s) purchased; • Prices broken down by FSA base specification item,and additional options; • Purchaser's federal identification number,and • Name,phone number and email address for the point of contact at the purchasing agency. Delivery or due dates should be discussed with the vendor at the time the quote is provided to the purchaser, or if no quote is provided,when the purchase order is delivered to the vendor. It is important to note that vendors do not have any control over production delays in schedules from the manufacturer. The purchaser should forward an executed copy of the purchase order to the FSA at the same time the purchase order is sent to the vendor. Emails or hard copies are accepted. Emails can be sent to coop@flsheriffs.org. If a vendor receives a purchase order for a specification for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three(3) business days. All vehicles ordered prior to production cut off and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order.The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle or equipment ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards.The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle or equipment into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser.The Confirmation of Order form is included in Appendix D. Page 3 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1638 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.20 VEHICLE DELIVERY At a minimum, pre-delivery service shall include the following: • Standard Dealer and Manufacturer protocol for new vehicle delivery; • Cleaning of vehicle, if necessary,and removal of all unnecessary tags,stickers, or papers; • For cab and chassis,do not remove the window price sticker or supplied line sheet; • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Owner's manual and warranty manual to accompany each vehicle; and • A MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the Purchaser, if applicable. Vehicles that are missing this form,or have forms that have been altered will not be accepted. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Vendor shall complete delivery of the vehicle to the purchaser within fourteen (14)calendar days of receipt of the vehicle from the manufacturer or equipment supplier. This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle by the vendor is defined as acceptance of the vehicle from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 2,500 miles may be accomplished by driving the vehicle.Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an "OUT OF SERVICE"cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchasing agency. Incomplete vehicles would be exempt. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice, unless distance above 2,500 miles was previously approved by the purchaser.This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. All warranties shall begin at the time of delivery to the Purchaser. The purchaser's warranty should not be active for incomplete vehicles or vehicles delivered to an upfitter before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details.Transport deliveries must be unloaded and inspected by Purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. All vehicles must contain no less than 1/4 tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty five (35) gallons of capacity, a minimum of ten (10) gallons of fuel must be provided. Page 36 2020-2023 Fire Rescue Vehicles&Other Equipment 1639 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.21 INSPECTION AND ACCEPTANCE It is the responsibility of the Purchaser to inspect a vehicle for any damages. Each Purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery, the Purchaser may have up to three (3) days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the Purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and the submitted purchase order.Purchasers should inspect the vehicle for physical damage. Delivery of a vehicle to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle Specification 3. Copy of Manufacturer's Invoice or Window Sticker. Prices may be deleted from the manufacturer's invoice 4. Copy of Pre-Delivery Service Report 5. Warranty Certification 6. One complimentary copy of the printed owner's manual if requested,otherwise digital copies are acceptable 7. If the Vendor does not provide the tag and title,then the DHSMV 82040(Application for Certificate of Title and/or Vehicle Registration)which requires a signature of authorized representative Deliveries that do not include the above forms and publications will be considered incomplete and can be refused. 3.22 REGISTRATION, TAG AND TITLE Costs of tag and title shall not exceed the statutory rates. FSA Administrative Fee does not apply to tag and title work. Title items shall be the responsibility of the vendor. The purchaser, if a government agency, has the authority to choose to register and title the vehicle. Reasonable administrative costs for registration and title services, including obtaining temporary tags,tag transfers, and new tags are permitted.All costs associated with obtaining,filing and shipping of tags shall be listed as an option during Page 3 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1640 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the bid submission for each item bid. Registration and title costs can include convenience fees, cost reimbursements for filing,obtaining or delivery of tags, or any costs over the original purchase price of the registration and title. Registration and title costs for registration and titling can be negotiated between the purchaser and the vendor. 3.23 CAB AND CHASSIS PURCHASES FSA highly recommends that all upfitting of cab and chassis be performed by vendors or third party suppliers that are licensed and/or certified to avoid unnecessary exposure to future liability. Vendors are required to register and title the vehicle when the cab and chassis upfitting work is completed by the vendor or the vendor's selected third party supplier. Cab and chassis can be purchased from vendors without any required additional fitting by the dealer. However, in this situation vendors are not required to register and title the chassis. If an agency chooses to upfit the chassis with a third party supplier not selected by the vendor,then the third party supplier must perform the state mandated registration and title work upon completion of the upfitting. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.24 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract.Vendors must invoice each purchaser independently. A Purchaser has three (3)working days to inspect and accept the vehicles or equipment.The Vendor shall be paid upon submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to local governments to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.25 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension until satisfactory evidence of correction is presented to the FSA. 3.26 INADEQUATE SERVICE When vehicles and equipment require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the defect.Such service or adjustments shall be initiated by the bendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. Page 38 2020-2023 Fire Rescue Vehicles&Other Equipment 1641 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The provisions of the delivery section shall remain in effect until the redelivery is accomplished. The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the Purchaser. 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS Purchase Orders The Vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen (15)days after the date of the purchase order. Vendors should scan a complete copy of the purchase order and attach it as a .pdf. Place the document title in the subject line of the e-mail and send purchase order copies to � rrrr�.�.f�.r�ilsrl�� I,rilsr rr�'I'. The files should be named using the following examples: Examples: County= Florida County,County of PO 12345 ABC County BCC PO 12345.pdf City= Florida City,City of PO 12345 ABC City PO 12345.pdf Sheriff=Sheriff Office of PO 12345 ABC Sheriff PO 12345.pdf Education= Institution Name P012345 ABC County College PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each awarded vendor. Quarterly Reports which do not adhere to the required format (Appendix F)or are not complete of all purchase orders will be returned to the reporting Vendor for correction of deficiencies. Quarterly reports track the deliveries in a given quarter. Quarterly reports do not track purchase orders taken in a quarter, rather purchase orders are to be submitted at the time they are received by the vendor. All quarterly reports are to be sent to Quarterly reports are found on-line in the Vondc,)r< ()1 li section of the FSA website. Quarterly Reports must be complete with the name of the vendor and the date. For example,"Spomot Motors"would be in the document header. Do not indicate the quarter on the top of the report. Do not send purchase orders with the quarterly report. An example of a Quarterly Report is in Appendix F. Quarterly Reports are due no later than the 151"day of the month following the end of the quarter. Quarterly reports should follow this schedule: Reports and Year 1 Quarter Period Administrative Fees Due Y1Q1 April 1—June 30 15-Jul-2020 Y1Q2 July 1—September 30 15-Oct-2020 Y1Q3 October 1—December 31 15-Jan-2021 Y1Q4 January 1—March 31 15-Apr-2021 Page 39 2020-2023 Fire Rescue Vehicles&Other Equipment 1642 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Year 2 Y2Q1 April 1—June 30 15-Jul-2021 Y2Q2 July 1—September 30 15-Oct-2021 Y2Q3 October 1—December 31 15-Jan-2022 Y2Q4 January 1—March 31 15-Apr-2022 Year 3 Y3Q1 April 1—June 30 15-Jul-2022 Y3Q2 July 1—September 30 15-Oct-2022 Y3Q3 October 1—December 31 15-Jan-2023 Y3Q4 January 1—March 31 15-Apr-2023 If a Vendor has no sales within a quarter,the vendor is required to submit a quarterly report and must indicate"NO SALES THIS QUARTER"on the report. Deliveries beyond the Y3Q4 period are to be submitted as a"Y3Q4 Extended Delivery"sheet using the same report format until the contract deliveries are completed for the current contract. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported,but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.28 ADMINISTRATIVE FEE The Florida Sheriffs Association charges three quarters of one percent (.0075) to procure, process and administer the Contract. After receipt of payment from contract purchases,the vendor shall remit all administrative fees to the FSA no later than 15 days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Vendors are to make notation of payments in a separate column for each line item of each quarterly report of the check number submitted for administrative fees paid each quarter. Bidders are to include the administrative fee of three quarters of one percent(.0075) in all bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee,will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The fee should never be listed as a separate line item on any purchase order. The administrative fee to be paid is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to Purchasers for trade-ins. Trade-ins,extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fee is the contractual responsibility of each vendor. By submission of the Quarterly Reports and admistrative fee, the vendor is certifying the accuracy of the reports and deposits.All reports and fee submissions shall be subject to audit by the FSA or the designee. Page 40 2020-2023 Fire Rescue Vehicles&Other Equipment 1643 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All participating vendors are responsible for ensuring the Administrator has the contact e-mail address for the person responsible for quarterly reports.There will be no reminders for the Quarterly Reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.29 LIQUIDATED DAMAGES The vendor warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and quarterly reports will incur liquidated damages in the amount of$25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 days can result in FSA, at it's sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications,disqualification from future solicitations,or termination for cause pursuant to Section 1.45. Schedule of Liquidated Damages Failure to submit quarterly report on time $25.00 per day Failure to report a Purchase Order to FSA within the 15 calendar days of the $100.00 per Purchase Order purchase order date Failure to Report Sales .0075 of the sales price plus 1.5%each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damages are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract.Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty, but are instead intended solely to compensate the FSA for damages,and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 41 2020-2023 Fire Rescue Vehicles&Other Equipment 1644 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistanceor rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. Bidder's Signature Date Page 42 2020-2023 Fire Rescue Vehicles&Other Equipment 1645 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:in(.J N B...... Il irrmffa in i;e CJ-e i;N ids st II::b irim �t DA� `ako INSURANCE CHECKLIST' 1. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida, 2,. Comprehensive General Liability(occurrence form), limits of liability $1,000,000 per occurrence for bodily injury property damage to include Premises/Operations; Products, Completed Operations and Contractual Liability, Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). General aggregate q� $3,000,000 3. Automobile Liability-$1,000,0100 each occurrence-owned/non-owned/hired automobiles included. _j 4. Excess Liability - $ per occurrence to follow the primary coverages. Y 5. The FSA must be named as an additional insured on the liability pol'icies; and it must be stated on the certificate. 6. Other insurance as indicated: J Builders Risk completed value $ ❑Liquor Liability $ ❑Fire Legal Liability $ Protection and Indemnity $ Employee Dishonesty Bond $ Other(Garage) $ 1,000,000 7. Thirty (30) days written cancellation notice required. S. Best's guide rating B+:VI or better, latest edition. 9. The certificate must include the bid number and bid title and lust F5A as the Certificate Molder.. Proposer and Insurance Agent Statement: We understand the insurance requirements of these specifications, as noted by the items checked above, and that evidence of this insurance is required within five (5) days of Bid Award. Bidder: Signature: Date: Page 43 2020-2023 Fire Rescue Vehicles&Other Equipment 1646 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appeir�(JN ( Veir�(Joir (_J'(air ge Fbirirn Florida Sheriffs Association Cooperative Purchasing Program Vendor Change Document Please complete this form to validate a requested change to Company Addresses,Contacts or Contact Information below. Include all sections where information has changed,old and new. FSA Contract Number(s)affected by change: Company Information Changes: Old Information New Information Old company Name: New company Name: Old Company Address: New Company Address: Old Company City: New Company City: Old Company State: New company State: Old Company Zip: New Company Zip: Company Contact Changes: Old Contact Information New Contact Information Old Contact Name(First,Last): New Contact Name(First,Last): Old Contact E-Mail; New Contact E-Mail; Old Contact Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This information is requested by an authorized representative of This request will take effect as soon as it is received by FSA by e-mailing to_C2QP2flsh_enfL$,_Qrg. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative Signature: FSA Office Use: Date Received: Change Effective: FSA Agent: Page44 2020-2023 Fire Rescue Vehicles&Other Equipment 1647 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:irr (J N D . (_"o it i ii irirn a t ii�iri Of (:)ir(.,A e it Ilw irirn CONFIRMATION OF ORDER Florida Sheriffs Association & Florida Fire Chiefs Association Fire Rescue Vehicles and Other Equipment BID NO. FSA20-VEF14.0 A Confirmation of Order form shall be completed by the Vendor and returned to the Purchaser 14 calendar days from receipt of purchase order without notification by the Purchaser. TO BE COMPLETED BY DEALERSHIP: Vendor/Dealership: Address: City: State: Zip: Contact Person: Phone Number: Fax: Specification No. Type Vehicle: Purchase Order Number: Purchase Order Received: Order Was Placed With the Manufacturer on: Under Production Number: Delivery should occur within calendar days after receipt of Purchase Order. A Copy of the Required Production Sheet(s)are Attached for Your Files. Comments: Purchaser/Agency: Contact Person: Address: City: State: Zip: Phone Number: Fax: E-mail: A copy of this form should be attached and submitted with the Purchase Order as the last page. Page 45 2020-2023 Fire Rescue Vehicles&Other Equipment 1648 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions pper clN E Main UfaCtUireir ALAtVioir zatbIrr�II:birlrn IWII aNUFACTUR RIs AUTHORIZATION - "WrrfUb o4ra�aiClaVltllPw kkk Fire Rescue Vehicles, Ambulances and other Equipment BID NIIED. FSA20-VEF14,,O This is to certify that is the manufacturer (Vendor/Respondent's Name) or a manufacturer's authorized dealer of , (Manufacturer/Brand Name( in the State of Florida. By: Manufacturer Name: Address: City, State, Zip: Office Phone. Mofaule. Phone: E-mail: Signature: Tit le PLEASE NOTE: This authorization form must the eureeuted by aan "authorized employee of the manufacturer ONLY. IDealers/Representatives are not authorized to execute t,Ns authorization form on heha f of the manufacturer. The rnran�ufacturer must execute this, a authoruzuation form even if they cane offering their own products. Failure to subrna t this authorization fOrrm with your response as required shall result in the dasquralificatuun of the response. ,Contract Teruaas and Ccmdr4uous Section Qualification Page 46 2020-2023 Fire Rescue Vehicles&Other Equipment 1649 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix I QUairteirl IRelpoirt [WSER'T'VENDC)R NAME HERE) QUARTERLY REPORT for BID#FSA20-VEF14.0 Effective Dates: April 1,2020 thru March 31,2023 Fire Rescue Vehicles and Other Equipment April I-June 301Y1-Q1 Zero Activity r"I Box Total PO Name of Purchasing Agency PO# city. Spec.# Vehicle Type PO Date Amount Admin.Fee Is Is July I-Sept=yl-Q2 Zero Activity U $ $ ,Oct I-Dec 31 IY1�Q3, Zero Activifty "I $ $ Jan I-Mar 31NI-04 Zero Activity j R.h-a t- $ Page Total 1 $ - Is Fees and reports are due no later than the 15th of the month following the quarter end Page 47 2020-2023 Fire Rescue Vehicles&Other Equipment 1650 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Ip Ip eirr(.1iix G ...... Bii(.1 C"aIeirr(.1ait FLORiDA BID CALENDAR '"ER'F`SmG"°C'A1'mw Bid # FSA20-VEF14.0 Fire Rescue Vehicles, ttr A , Ambulances and Other Equipment A'ii Contract Period:April 1, 2020—March 31, 2023 a � a Bid System Training-All Interested Bidders 11/6/2019 Registration Open for Mandatory Pre-Bid 11/15/2019 Specification and Terms&Conditions Review Workshop 11/20/2019 Mandatory Pre-Bid Meeting 1/14/20-1/15/20 Requests for Clarifications 1/27/2020 FSA Response to Requests for Clarifications 1/29/2020 Bidder Qualifying Documents Due 1/29/2020 FSA Bid System Opens 2/3/2020 Cone of Silence 2/3/20-4/1/20 Bid Submissions Due 3/2/2020 Public Bid Opening 3/3/2020 FSA& Fleet Advisory Committee Bid Review 3/9/20-3/11/20 Intent to Award Posted 3/13/2020 Bid Award Announced 4/1/2020 Voluntary Tel econference Workshop Instructions: Voluntary workshops are via teleconference. To participate, call in on the designated dates specified in the bid calendar at times TBD. Registration:ht, f©rrri,,,jotf ,m,,,,cam19204 i 12.5=)25iG 1 Dial-In: 1-800-920-7487 Participant Code: 68495418 Mandatory Pre-Bid Location: Volusia County Emergency Operations Center 3825 Tiger Bay Road Daytona Beach, Florida 32124 Mandatory Pre-Bid Meeting Itinerary: Fire Rescue Vehicles&Other Equipment-1/14/2020 at 9:00 am-4:00 pm (EDT) Ambulances-1/15/2020 at 9:00 am-4:00 pm(EDT) Page 48 2020-2023 Fire Rescue Vehicles&Other Equipment 1651 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix IHl FSA fficl Systeirn Data lir"llPLA lir�stiwcdoir�s (fir ffiddeirs FSA BID SYSTEM DATA INPUT INSTRUCTIONS FOR BIDDERS: FSA20-VEF14.01.-AMBULANCES&OTHER EQUIPMENT FSA20-VEF14.02-FIRE RESCUE VEHICLES&OTHER EQUIPMENT' Note: The attached Exhibit 1 is an example bidder screen in the FSA bid system and is for illustration purposes only. St Insert bid price in the"Unit Price/Percent"data input field as illustrated in Exhibit 1. Step 2: Insert the%discount represented by your bid amount for purchaser reference in the"Vendor Description"data input field as illustrated in Exhibit 1. Step 3: Insert vehicle picture link(which must be a public domain) in the"Image Link"data input field(if desired)as illustrated in Exhibit 1. Step 4: Insert vehicle options link(which must be a public domain)in the"Spec Link"data input field (if desired)as illustrated in Exhibit 1. Stamm Ulpioad vehicle build sheet in PDF format in the"Select Files To Upload"field as iiilustrated in Exhibit 1 Page 49 2020-2023 Fire Rescue Vehicles&Other Equipment 1652 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e irl(.1 x IHl FSA fficl Systeirn Data Ilirllpl,At Ilirlstirl,Acdoirls (fir ffiddeirs ('-"o irl t irl LA e(.1 EXHIBIT I (SB W—u—ilu 0—te;Bid Rens Spfeai r, ilrak x111 Dit—tions r0f Using the Q-tJBtd i141- 11H Sp-ei upload 0110i Re— Spro.dtsineet UPI—d QucteFBid Items Requested Tots I:I Ag...y It..Die-ripti.. V..d.,It..D-tinli Unit PHI Percent Extended PrIcei Percent Item 4 1 Make- I11C 'IpI Required:G roup:Fire Apparatus-iititjal Aq@cK Model: t d-,',5n R—,, M.W kn-lrr.ctu g.I11C M-8.1-F.,d F550 Model 9 Model ft: $0 00/0 Oct 1,a Is=Spear-1—1 R o ere�to spe �—Hans uploaded bud sysdenc de':4YRpk14d: t1 rT to he M I I ild �hy hid6, raii hA II fi0d) 0. I n)fj 4— "R�/,MAN@. Unit f M.....:e.,h Spec Ltnk: Pft.,P—emt:P- 8 an d N—Eci..I V.I..)5--Band Nsnie.,Eq-1 Sub-Total:$8A0 Vendor Bles The tolIrtwing flesale I h0ore a subi:WSS1011 IS inade: 7loposa8 0 select a fit,type: (Leave ei-k if a feewied file fYpe is not Usted if requ�red Ne type Psiied above is Wert 1;,ved o Me docuireM5 table,,vten a respolise is ready to be subaiVeSt you wiil nor be abie to submit yo,v e pones,) [-'proposall #M Select the fill to upload; Mid U'rl a(ShSt key doi,w Io.9eJect it)WI!,pie tiles) B.r.c..w.S..e.. 40 Chok on Add DoCument(s), Add Docuirreiil(s) Page 50 2020-2023 Fire Rescue Vehicles&Other Equipment 1653 Protecting, Leading&Uniting...since 1'893 �t yq f 8A,�frFLORIDA SHERIFFS ASSOCIATION V'! "' 2017 a&°ears D6ve,TaHa bass e,ff-Iodda 32303 pi:( 50)377-2163 i 9 P.O.B�o '1231 -'T'aIllahax-see,IFQwlda 323,17'�-2 5101 t:(850) 7 --8665 u� r , wwwlflshet-iff5�.org I 13 Contract Amendment FSA20-VEF14.01 Ambulances & Other Equipment FSA20-VEF14.02 Fire Rescue Vehicles & Other Equipment The Florida Sheriffs Association is modifying the contract terms and conditions of Contract FSA20-VEF14.01 and FSA20-VEF14.02, Section 2.13. This contract amendment is effective on May 1, 2020. The modification of the terms and conditions is permissible under Section 1.24 of the contract. The following language under Section 2.13 will be amended as follows: 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing(MSRP)or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size, horsepower, or equipment, and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification awarded on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service, the bidder must include the registration and title fee as a separate option (i.e. line item)for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Page 1 of 2 1654 Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the vendor. Page 2 of 2 1655 Monroe County Board of County COMPOSITE EXHIBIT A2 r Commissioners 500 Whitehead Street Key West, FL 33040 Purchase Order Number B-PO-1221-00001726-1 United States of America Purchase Order Date 12/17/2021 ! 1h Tax Exempt#: Requested Delivery Date 85-8013825294C-7 Payment Terms Due on Receipt Payment Type, Check Buyer Cheri Tamborski Phone Number +1 (305)2896088 Email Tamborski- Cheri@MonroeCounty-Fl.gov Page 1 of 1 Supplier. Ship To: ETR LLC Monroe County Board of County Commissioners 700 S French Ave 490 63rd St Suit 160 Sanford, FL 32771 Marathon, FL 33050 United States of America United States of America Cheri Tamborski +1 (305)2896088 Comments: Bill To: ') Monroe County Board of County Commissioners 500 Whitehead Street Key West, FL 33040 United States of America Cheri Tamborski +1 (305)2896088(Landline) Currency Total Lines Amount Total Tax Amount Total PO Amount USD 294 088.00 0.00 294 088.00 Shipping Terms Shipping Method Shipping Instruction FOB Origin Ground Freight Packages must not be greater than 150 pounds. Goons Lines' Line Number Quantity Item Name Description Required Date Unit of Measure Unit Price Line Amount 1 1 2022 Ford F-550 Custom AEV Type 1 Each 294,088.00 294,088.00 Ambulance from ETR as approved at the 12.08.2021 BOCC Messages Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages. Tina Boan-Purchasing Agent 1656 Co �� � .�� , BOARD OF COUNTY COMMISSIONERS Mayor Craig Cates,District 1 The Florida Keys Mayor Pro Tem Holly Merrill Raschein,District 5 y Michelle Lincoln,District 2 James K.Scholl,District 3 David Rice,District 4 County Commission Meeting December 8, 2021 Agenda Item Number: C.4 Agenda Item Summary #9971 BULK ITEM: Yes DEPARTMENT: Emergency Services TIME APPROXIMATE: STAFF CONTACT: Steven Hudson (305)289-6342 NA AGENDA ITEM WORDING: BOCC approval to purchase a 2022 Ford F-550 Custom AEV Type I Ambulance and options to replace a 2001 Ford F-450 at a total price of$294,088, and approval for the Fire Chief to execute all necessary documentation. ITEM BACKGROUND: MCFR is requesting BOCC approval to purchase, through Florida Sheriffs Association Contract(FSA20-VEF14.0), an ETR 2022 Ford F-550 Custom AEV Type I Rescue Ambulance to replace a 2001 Ford F-450 Rescue, and approval to purchase options from the manufacturer through Florida Sheriffs Association Contract(FSA20-VEF14.0). The total price of the Rescue is $294,088. MCFR further requests BOCC approval for the Fire Chief to execute all necessary documentation. The State of Florida Cooperative Bid Process for Fire/Rescue Vehicles is designed to provide participating agencies with the most economically priced fire & rescue apparatus to fulfill their emergency fire/EMS needs, in a prompt and timely manner. The Florida Sheriffs Association bid package provides the base price for the vehicle, without options, and directs the purchaser to obtain a price for options specific to the vehicle from the manufacturer. The price list showing the price and options is attached. PREVIOUS RELEVANT BOCC ACTION: On September 15, 2021 at the Hybrid Budget Hearing meeting, OMB set aside capital funding in the amount of$1,656,000 for the purchase of two Fire Engines and two Rescue Ambulances in FY22. With OMB's approval, MCFR has decided instead to acquire 3 Rescue Ambulances and a Sky-boom Aerial Truck which are all within the budget. CONTRACT/AGREEMENT CHANGES: Florida Sheriffs Association Contract(#FSA20-VEF14.0) STAFF RECOMMENDATION: Approval 1657 DOCUMENTATION: ETR 2022 Ford F-550 AEV Quote 11.19.2021 ETR F-550 Shop Order 11-22-21 ETR Stryker Power Cot Specs for AEV Purchase 11.22.2021 Florida Sheriffs Association 4FSA20-VEF14.0 FINANCIAL IMPACT: Effective Date: 12/08/2021 Expiration Date: N/A Total Dollar Value of Contract: $294,088 Total Cost to County: $294,088 Current Year Portion: $294,088 Budgeted: Yes Source of Funds: Fund 141 11500-560600-SC_00100 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: N/A If yes, amount: N/A Grant: N/A County Match: N/A Insurance Required: N/A Additional Details: N/A 12/08/21 141-11500 - FIRE& RESCUE CENTRAL $294,088.00 REVIEWED BY: James Molenaar Completed 11/22/2021 3:33 PM Steven Hudson Completed 11/22/2021 7:49 PM Purchasing Completed 11/23/2021 8:26 AM Budget and Finance Completed 11/23/2021 8:27 AM Maria Slavik Completed 11/23/2021 1:12 PM Liz Yongue Completed 11/23/2021 2:54 PM Board of County Commissioners Completed 12/08/2021 9:00 AM 1658 0) L0 cfl ��� � Esn�r'8�eotcy•1actuCal•Idescu�eVehG�les �'t � wu��r.F`tR'��HIi�L�S.corra Y Rernaunt November 16, 2021 Mr.Jaye Maus Fleet Manager/Director Monroe County Fire Rescue 390 Key beer Blvd. Big Pine Key, FL 33043 We are pleased to provide you with the following pricing, shop order, and drawing for the purchase of new 2022 Ford IF-550 4x2 Custom AEV Type II Aimbulance. Pricing is based on purchasing this unit off the Florida Sheriffs Contract Bid No. FSA20-VEF14.0 Fire Rescue Vehicles& Other Equipment, Specification #01--Type I Ambulance. PRICING: • New 2022 FSA base unit price .................................... .....,...................... $168,358.00 • Additional) equipment to meet Monroe County requirements ................... $125,7301.00 • Total price per unit .................... $294,088.00 • Included in above price: your present graphics/chevron layout,vinyl cab seat covers, Stryker Power-Pro XT cot (see attached specifications), ETR trash can/holder, air fare, lodging, and meals to go to AEV factory for Pre-engineering and final inspection. • Above price is good to December 24, 2021 • Plus. Applicable taxes, tag, and title • TERMS: Payment in full is due upon the delivery of the finished vehicle. )Upon payment ETR, L.L.C. shall furnish the County a "Statement of Origin" or the necessary validated documents required for title appiicationi. Sincerel ,,1"..._.._.. Scott Newcomer Regional Sales Manager ETR, L.ILC. Corporate Office � I i I ili'w�w U Georgia Office 7Q(l .French Ave. ii 1f OE �p�NI't rk �� , o» Juliette,GA.31046 r`,10 is � � ��m 0 Sanford,FL 32771 wbal w� 'toll Free,844-612-8148 1:407-339.6737 ° %' wrt'urir uiuYn>, Add, r%/ vaawo �fflr,1 Toll Free;884-612-8'148Yr�„ � Shop Order r ETR Monroe County Fire Rescue Scott Newcomer 3593 S. Roosevelt Blvd Key West, FL 33040 Exp. Date: 12/30/2021 Quote No: 150-0015 GENERAL: Gen—Info ************BID STANDARDS*************** CHASSIS: F-4/550LB *******F-Series 108ca CHASSIS********** CONVERSION: 172T1 LWBF 172 x 95 T-1 LWB Ford Mod Body, Conversion BASE: 172T1 LWBFP 172 x 95 T-1 LWB Ford Base Price 11/22/2021 Job/Order No: Pro osal Pa e 1 PART NO S DESCRIPTIONQTY 00-00-0107 -- r er a e: os u y 1 00-00-0113 < 1--Ambulance Built to Star Of Life KKK-A-1882-F Certification, Latest Revision 1 Exceptions to be noted on final sticker. 00-10-0015 2 Vehicle Quantity(I Vehicle) 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1--MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 22 2 t 2224 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 4 REFERENCE UNIT Lm 20OF 27164 1 00-91-0028 S R WRITE DATE: 2-22-21 1 00-91-0040 SEAT BELT POSITIONS MODS 1 00-91-0042 --CAB SEAT BELT MOD: 1 00-91-0044 1--Total: 2 Positions 1 00-91-0050 -- REAR SEAT BELT MOD: 1 00-91-2222 1-- Total:3 Positions 1 00-99-9000 Revision Level: 0-Zero-ORIGINAL VERSION 1 00-99-9030 Change Order Level: 0-Zero-ORIGINAL VERSION 1 01-1 F-0000 Type I AEV Traumahawk Modular Ambulance 1 01-AR-1F48 2 2222 Ford, F-222 4 x 2 DRW Reg Cab, 122"'µ 141B, XL T Turbo Diesel 1 01-1F-0086 --Engine: 6.7L Scorpion, Pwr Stroke V-8 Turbo Diesel-F-series 2020+ t 01-1F-0092 I-- Chassis Front engine hood Insulation Not included by OEM Ford on all XLT t 01-1F-0101 --98R- Operator Command Regeneration t 01-1F-02CM -- Cab Interior Color:Medium Earth Gray F-series t 01-1F-02T5 --F-Series 193"wheelbase reg cab LWB t 01-1F-03PU -- GVWR: 18,000 pounds, FAWR: 7,000, RAWR: 13,660(4x2) t 1660 11/22/2021 Job/Order No: Pro osal Pa e 2 PART NO S DESCRIPTIONQTY 01-1F-0502 --Alternator:Dual Extra heavy duty Alternator OEM Total 397Amp t 01-1F-0507 --Battery; OEM Dual 750 CCA, 78 Amp Hours t 01-3U-0000 y < --Anti Rust Spray, Detco:Installed on Unit 1 uuuulumlll aliiurm'; I:u`IIi Ilbuy 12 Aeulu°m1 u°m1III Caurma C�'' ""I""IIIIIIIIII 1(111 IIbe,11p ulray d I:u`IIii Clllhlasslis Illlllll ulraii lu IIII;I'IeI''u°Ilillr m iall"m IIII'lu°Iliiu;ly liia 1111 iiuuuulml:e,d 01-FL-T106 -- Tire, SPARE:Matching, Random Make 1 01-FM-T101 I--Location:Shipped Loose 1 01-TU-0112 y -Jack and Tire Tools Shipped ed Loose 1 01-FM-4WH3 -- Wheel Finish:Polished SS Wheel Simulators(F-550) 1 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard 1 01-FM-DTRL --Daytime Running Lights:Ford OEM 1 01-FM-DTRQ --Ford F series High center mount brake light ordered with chassis 1 01-FM-TIR3 -- Tires:F-4/550,All season, Random Mk 225/70 R19.5, LR F 1 01-OE-47LF --47L-Ambulance Prep Package-F-Series 1 01-OE-47A5 --Alternators Dual(OEM)Motorcraft Ford 67B 2017+Ford F super duty 1 01-OE-47C0 -- Throttle Control System 1 01-RR-05B6 --Radio, F-series: OEM AM/FM/Satellite w/5 cab speakers 8"Display 2020+ 1 01-SY-0005 --Ford SYNC 3 Voice Activated, in vehicle connectivity 913 2020 XLT std-all 1 01-SZ-0006 < --, Backup Camera fixed system 872 Ford OEM install on module Type 1 F 1 series (I_X�Nl cairriei�:: mwMm no sNo:fld, :dllllust:: llj�k) pop�la,:n, Dspllays liinto II:?m?'a11io 03-EA-47PR --Side Mirrors, OEM(F-Series), Pwr Glass, Heated, manual Telescopic 1 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 1 04-SU-1729 < --Rear Suspension:F-550 Liquid Spring, 2017+ 1 1°pa"'1"II II 111 Oxygen II i�ft lis IlnstMllled, lal ein 1i�1 the 02 m°Inl'�up �t Illoou, Is open, the Il1'111e(�flling s usp)urlspo n wlllll not du..uu°Irupua Il unr ll dooir us d4 N is",(J* 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install 1 "doir to 6: llli n3iry, d)t:mull 6„3pain mmu:n us 1:o Vnst:: llll I N<ca l ,on 111) dashII 04-SU-0601 y < Kneeling Feature:Enable&&(itch Located in CAB console and Oil FF Filler 1 Cabinet I1111'IWil:u:lllhl IIkii alikiiulm alllhaIIIIII be Wil:Illul iim ulreau:lllhl u`Ilrl''aulm ala: ulmu;laulml:alireuulmu;lliiulmu; ulm I1he u;ul u°,uluuuulmu;l (°,Iliuuutsal de ...I ...I 'thlill'2"! III"alo�dIiifl1II2"!,,, ft sha 111 oill2, I"1ll2°,cill2sslll2"d 'I'uro�iiil"al'1hill2",w�ifllll su irtacii2!u,,, NJ( I""IIIIIIIIII I lllhlllrll2l,ll21,111 ay Swiftmllluliiin l 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door 1 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear 1 04-SU-2022 < --Liquid spring controller shipped loose with completed unit 1 )mmm:mllmmury to liurlslm:mllll Wth C mum tO11rlum:mory oIn arurvlicm:mll 04-SU-03F6 --Rear Stabilize(Anti-Sway)Bar: OEM, Ford F-4501550 1 ZZ-ZZ-ZZZZ 1 BODY Generation 9 1 01-X0-0001 < -- Body Certification Provided to Specification 1 The Body Manufacturing group certifies that this Ambulance Modular body has been constructed of materials and methods that meet or exceed the standards as required by the AEV Generation 9 Body Specification of December 11th, 2018 as published. The body shall be built and constructed to the submitted work order and the AEV Generation 9 build standards without exception. Any Deviations to the work order or Generation 9 build standards must have written authorization prior to body delivery to AEV by the AEV Body Engineer on file. 02-00-0002 XS < I--Body Build Information 1 Body Number; Account Mana er• Mikael Blevins 1661 11/22/2021 Job/Order No: Pro osal Pa e 3 PART NO S DESCRIPTIONQTY Chassis Type :2022 Ford, F-550 4 x 2 DRW Reg Cab, 193"WB, XLT Turbo Diesel Mickey Body Due Date; Rear Suspension: F-550 Liquid Spring, 2017+ 02-00-0003 < 1- ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. F 1096 Body, Mod: Type 1 LWB, 172"x 95"x 72"Interior HR- 6"Body Drop F 1 02-00-0006 --Headroom: 74172"Finished Interior-Ducted A/C 02-00-0060 1— Compartment and Entry door Full length Stainless Steel Hinges std 02-BO-CC01 < -- Compartment Construction:STANDARD, Unless Specified Otherwise 100 '°W11°wp7lNJX111..urrui III 11.uu1ri Nw:::irlcuu:Nn:,1 ourl uprau lurl Il(:wurl (°(??llliurg 090 IlU111111l11I Uurl11 SllrwN:A 02-BO-SFLO < I-- Compt Floors:Sweep-out, even with bottom doorjamb L)111Vlu)S ",p) alnuw(:J d'Xi1"114Nhrwl"'(11 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 -- Compartment Ventilation-Flap style#VT-2495-A01, STD 02-BC-0604 -- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F I -F - 120 Body Drop:6"Both Sides,Ahead of Rear Wheels 02-M1-CE05 -- Curb side Entry Door(CSE):82.812 High x 31 Wide T1 LWB 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 02-BO-CESL I-- Curbside Entry Door(CSE)Location:Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-zzzz I-- 02-B3-MD64 I--Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate I 5-I - 9 Z < I--ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount housing I ght sIlrMlll cor1uw:w on wcuth (:S door or with Iroglht ftood switch 54 < I--IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED I IipIh sIlrMlll cor1uw:w on wcuth (:S door or with Iroglht ftood switch ZZ-zz-ZZZZ I-- OZ �t 169 S < I�����- �����"f Cotrip ( F(: HNC, .5" ."f25W Lax "f9.5W wrml "fe cotripam�.lrmmerm Splash Sllrk?l& Add a dw?�flw?cl:olr plat(? Ilrw!?l w?w�?n II\4 1 and II 2 to sIlruw:?M wwl(�Nu,splash froiwl,u the coimp i lmu:nu Ili Nus n)i- . F CC MI < I__M-1 Compartment Construction:Smooth Aluminum ILOS &od(:ws and II:3a.cl 090 U111w1111i11IU111w111 SllrENA d 4:;Nu°Ir°up :urvin�rlu^u 1l d :wlllliu 1 p 090 X111..�11°I111u111111.�irri SII71)e F CC08 - Compartment Door Panel:Diamond Plate -BO-CF i 1 S Compartment Surface Finish:Speed Liner, Black-M-1 NJ( I""IIIIIIIIII C'0 w mwl pal a 11r h n Irw1,11rm t III II o o 11r to e S f1 Irw1,Irw1d IIL..i Ilan Irwd l a 6l(. 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 05-EL-411418 S I--Light, Compartment:Maxxima LED 18", EA,ILOS ""I""IIIIII' IINko 1112! Nko IlliiIg, lht IIIw1oIIIIr21, urlr2il l.:iiiired wJ(°'""I""IIIIIIIIII ligIht Knoixintli2d o:iin C'ii21imll iiurg Il\Jear III':)ooir,JVainmm Im1i 08-B1-02LI --Prep for 02 Lift:NONE 09-ZZ-ZZZZ -- I 1662 11/22/2021 Job/Order No: Pro osal Pa e 4 PART NO S DESCRIPTIONQTY 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"Hx 2Z125" Wx 19.5"D 44-F4-CCCC O < I--M-1a Compartment Construction:Smooth Aluminum ILOS °ouriug autluriu(:wu tl 090 IlU1111nuu UI111u &l1EX)t 44-134-CCCC44 I--Compartment Door Panel:Diamond Plate O 134 CFC44 4 < I—Compartment Surface Finish:Speed Liner, Black-M-1a I C(' """"IIIIIIIIII CC(°nl'ur�ag aui4mwn ^urml: III""'III °n °nurlxii III3e Speed Ill....liiurmed la(:lll'r' 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 02-BO-CC1B I-- Compartment Ventilation-M-1A Pancake Fan & 1-Column of Louvers I 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I--Compartment floor thickness.125"standard I 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch 02-BO-09B0 --Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 05-EL-40N1 < I--Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, I II II�3 1" II Ilollw?, (°(Nitl:w?ir(?d 12-ZZ-ZZZZ I-- I 02-M1-M275 S M-2 Compt(C.FCC)m 44.5111"H x 4 .7511" CC X '13.4111"D O 134 CCM2 < I__M-2 Compartment Construction:Smooth Aluminum ILOS I &od(:M3 aiiid II:3a.cI 090 IlU1111nliu UI111in &l1EX): °ouriug �dutluriuw��wu tl °(?lillliii 090 IlU1111nuu UI111u &l1EX)t 44-134-CCCC44 -- Compartment Door Panel:Diamond Plate O 134 CFCCC 4 < I__ Compartment Surface Finish:Speed Liner, Black-M-2 I C(' """"IIIIIIIIII CC(°nl'ur�ag aui4mwn ^urml: III""'III °n °nurlxii IIIIII'e Speed Ill....liiurmed la(:lllr' 44-134-CC4 I I-- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS (std) I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-11D3 4 I--M-2 Shelf,Adjustable, Ext..125 Alum, 2"Upward lip NJ( I""IIIIIIIIII 13Wmii2lf to IIIoii2,,SC,ii ii d Ill...gun,irwd lad( 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes I 05-EL-4M36 4 --Light, Compartment:Maxxima LED 36", EA,ILOS \JgNu IlliiigllM Ilhmdllir2,, urirw,s w.fliured wJ(°'""""IIIIIIIIII ICMo Ili,�umt IIL......ggllM "'')o C'ii2,iiilllliiung IlNiJe,°°liar III':)ooir,JVwnIllwii 05-HB-1330 < -- Condenser, 12V.Pro-Air Dual Fan, FRKG 126 Front of Body Incl with HWP AC Only d''0,000 IIIIIII�J""119,j > flN 3 ut(Nii'u 011* Wo 111 SEflww tl: pltflr Iliad 3(?d Il loot wow?a lli(?i g a lli�ua gw? id oiri ipi'(M3,3oir II VA(I ys:�:)rrls' 04-HA-1310 < I--ARCTIC WEDGE Front of Body I pa iit Ih ll\C g'I >> II"Jo Il nu:w drnllllu)d Ilui�IliJ Ili�::Nlluw . UJ 3(? of fliw? wow(?d gw? uS �,L ll'3J(? t to wwoigiiul(Nwu'iiuig ui aiiid w:wpprowww:wll for Il igllit dUty II CPw:w IIII1 rruu:N6fls A u�)diu cfioii iiui snz; uii:�J fII"Io\tw ) tN)wm)dggu) u.irn �,C Ilii:w ury giiuuury °:;g. 44-14 1362 1— Warning Lights installed on Condenser cover 12-BO-0002 I--Painted Part-Painted White YZ Std 06-RR-13ZO I--Standard Conduit: 1-112"", with pull wire I 06-RR-1304 4 CONDUIT ORIGINA TIONPOINT:M-1A oom aitment � 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) 06-RR-13Z1 -- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std 06-RR-1301 I-- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet I 1663 11/22/2021 Job/Order No: Pro osal Pa e 5 PART NO S DESCRIPTIONQTY 06-RR-13T2 -- CONDUIT TERMINATION POINT:Behind Driver's seat I 09-ZZ-ZZZZ I-- 02-BO-CCCCM3 < I--M-3 Compartment Construction:Smooth Aluminum ILOS °aurrul ,nulurrum��numl IIhalak urrir: 125 IlUurruli III U11r11u SllIEX)�l: d 4:;Nu°ir°ups"�urvin�riu^u��l d �:�lllliu���:� �������C`'�Ilu..uu.ic.uuu��u.uuicu "C5II7��� � 2"M'F "'CCiiii -- Compartment Door Panel:Diamond Plate I 02-BO-CCFA43 5 Compartment Surface Finish:Speed Liner, Black-M-3 � N11H,..""IIIIIIIIII C'0 mnim'airh n1r,'urni Ill""'Illooir to IIIIII'a S ir,i,'m: Ill...liunirr,'m: IIIIII'la lllm. 2"M'F "'CF I -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 2 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O MTB II"ldI-m II wftll hhrii-u) (.1") II7id ) ;III NtN tN) �l;�i tN) C6lu11 g Ilu:m";mu:mll. 02-BO-CC12 X Compartment meet Reinforcement Wall Lem MTB � NH',..""IIIIIIIIII Wall #2 to Illmiir2,, foir S(CIII',,, C III',,,,ra kr2,t Illinst:mllllllirr,d 02-BO-SWFL I-- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-1000 I-- Compartment Doors:DOUBLE DOORS, ILOS single I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-11D0 S Shelf, Fixed, Ext. .125 Aluminum, 2"Upward Lips II 11H I shu2.11lf to Illm�u2. fmo'uimn CCiallllll#1 to CCiallll#3 and Mlllll Illm�ii�r2,, aC�lovm':,„,13(1IIIIIL IIIIIIram lllor2,tmm m 1H' ..""IIIIIIIIII 1"'°3 Wm m2' f to III o ii2,,S C,ii ii d Ill...li urm ii d W am lllm. i 4-T ,1400 5 < Divider, Vertical, From Fixed Shelf to Ceiiiing, alum, Fixed � ....IIIIIP ..„. ..o r .,Ii .. :� ii IIII ..o^ �iilll�"' ..o e .,Ii .,o.' '" ..o ...m re. e� ii eft ..Ii I�" I . IIIC����III.... Ill..iuiauim.�m.ui h.mi Illmm. lluimiuia III uim.m.� ���Illmm.Illll �.mi CCmuillluiuim�::� auimm.� CCmuim�.m.uim.m.� lluimiuia III....m.11ll.�.mi IIl�uih::�Illm�. iliialiideir h:m°ui Illm ' Speed Ill....liiurme'd IIIIII'illlam:Illm 05-EL-4M24 5 I--Light, Compartment:Maxxima LED 24", EA,ILOS i ii IIIIII' II�I�Nmiir,, m,lgro IIIIIglllmi Illmolllir2' urir2'm w,uliiure'd N11H'""""IIIIIIIIII i olii,uumi IIL......�gIllmi 0'1in C'1112'liillliiu g Ilm,laaur III'a)ooir,JVwmnlllmi 09-ZZ-ZZZZ -- i 02-M1-M575 5 c I -M 5 CommmCmi(RR) 72 HR, 7'f..8'f 2"Ci 22" W 2'f "D i 'C('' """"IIIIIIIIII I""Illmeire amliillllll M' aurm 8"attIic space liiurm l:Illie 1:m°uip (°urn''l:Illm ' m:m°uurmm�mauiCurmm 'urm�: 2"M'F "'CCM5 < M-5 Compartment Construction:Smooth Aluminum ILOS i °modem 3 and Il:3a.cl 125 NUurruli III U1111ru SllIEX)h: d 4:;Nu°ir°ups"�urvin�riu^u��l II h�Nrllh:�:Nu°ir°u: .'l �"� C`'�Ilu..uitir°uliu��u..uu°ir°u,5II7��� h °muurrul ,nulurru(:numl (°m?lillliumm;g 090 IlUurruuumUurru &lm()m:ml: 02-BO-CCCCii8 -- Compartment Door Panel:Diamond Plate i 2"M'F "'CFA45 5 c Compartment Surface Finish:Speed Liner, Black-M-5 i 'C(( I C(��ll'Ill'npauiCmmn 'urml: III' Im°um°uur1:m°ui IIIIII'ie �"''uJ'�pe'e'd Ill....liiurme'd IIIIII'illlam:lllm 02-BO-CCi i -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 3 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O 1 M II Il:h II'Jo II II lmiat dlmrnumummmll wlti h:lliirmN? (14") Ilmd(M3 m:ml[aow?h:llmm? Il irnh at lllmm? c(?mIing Ilmm mmll. 02-BO-CC16 I-- Compartment Door Ventilation-small punched half-moon Louvered Door i 02-BO-SWFL I-- Compt Floor:Sweep-out, even with bottom doorjamb. i 02-BO-CC41 I-- Compartment floor thickness.125"standard i 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch i 02-BO-09BO I— Compt Door Check:Double Action Gas Shock i 1664 11/22/2021 Job/Order No: Pro osal Pa e 6 PART NO S DESCRIPTIONQTY 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-1200 S M-5 Shelf, Fixed, E Im.°1 5 Immmmminummm, Partial Width 11"lips Up Ward � II 11H I mr h i�r2,llff to Illm�i i�r2,, fro m mm Rum.i�r2d d ur10 6r2,ur to"ICE a 111 111 #3 m urm fo urar a urm] s C a m.ii2. a lr lr uro um 1 d µ iii,m lr fixiiirmr IIIrm°,mlt(miiirmr m°uii` '��rr°.. .. IIIlmr orrmiiiurmg 04-TS-17N1 S I--Divider, Vert, Full compartment height, alum,Adj, Unistrut 1 I""Illmir„i2!,,ii2, fm,mllllll Width siii2mmrho�ins o�f 4Iistrm,ml o; iim llmiiii2!, Illm�ia6lm:waUll Xljioiift 6" �fro; iiiin lop aiind Illm�iolto�iin aiii,id (°iiiie liiurm 11ie u16id6e m°urn''l:Illm kiiii l:Illie adjjmrustniii ii,it Ieletii2, IIL...... glllml Ilh°°IIIolii2, liium mmo mmlrmmurhnir,rml mmii2iiillliirmg fro:iiin IIIlliimmlllm:ii2y NH',..""IIIIIIIIII l cgiii.mm tablllii2,, III':N1062!ir to Illmiii2,, IIL.,,i2ft of I'alii1062!r 14-T 1400 S < I—Divider, Vertical, Full compartment height, alum, Fixed 1 M' """"IIIIIIIIII ""'Nixed diimmliIdeir 1:m°ui Ill3e 10" fixiiirmr WdlI #3 fixiiirmr stdIimr m:lllmaliimr st(miimrage kiirwaird m°uiif 6i 1062,,it 04-TS-STR1 S < I--Strap:2" Webb Seatbelt buckle chrome footman loops 1 I""Illmliia stirap liis 1:m°uii Secure 1:1l1liiurlgs fixiiirmr uimmmmmmmliiiiig orlllmliillle Ill mm Illmliimulll liia liiurm uimmmmmlaii(°iiim M' """"IIIIIIIIII ""'m iiiin Wdll !#1 1:(`ui III""'Nixed III':)lIimmliim eir 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 1 05-EL-4M18 S < I--Light, Compartment:Maxxima LED 18", EA,ILOS 1 11""""IIIIIIIII IIIC m°ur;r IIIC ii Ill iii' Illm:Illm(°ilI ^ mre(m I mru iii urrr d M' """"IIIIIIIIII ll(°I uurmt m°u111111 CCeiiilllliiuiig IINeam III':'Im (111111'Jaurmrlllr 09-ZZ-ZZZZ -- 1 02-M1-M675 S Cotnpt(RRFr d): 17"Hx HILL" Wx l LL"D I 02-BO-CCCCM < --M-6 Compartment Construction:Smooth Aluminum ILOS 1 u°auri ulr�mu tluri um��rurtl II rutlak uri ir: 125 Nm.uuri'uli III m.uuri1u SllIEX)�t d �:;Nu°ir°up��murvinum�u^ur�l d �:mwllliur��;a ��"���C'mllii..uu.icuuur�ii.uuicu �w,llriu� � 0 F CCIIII -- Compartment Door Panel:Diamond Plate 1 02-BO-CC IC6 Compartment Surface Finish:Speed Liner, Black-M-6 1 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 1 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-40N6 < --Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC,ILOS 1 II IIII:3II`Jot(m: II d(? a"m?umtlmrummdliuiu' ouriiipauturiummiiitcmmlillliuig 09-ZZ-ZZZZ I-- I 02-M1-M775 I--M-7 Compt(RF): 67.5"Hx 25.25" Wx 21.0"(Below FL), 1/0 1 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 1 02-BO-CCN5 S < M-7 Compartment mment Construction BeloW Floor Laved: Smooth Aluminum ILOS I u°ouri iipaii tluri u(:rurtl 090 Ilm.uuri 11 u11I uuri a &lrmX)t 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 1 IC O CF 5 S < Compartment Suiface Finish peed"Liner, Black IBC C 1 M' """"IIIIIIIIII CCmul'ur�m pamlmmrrurml: III""'Illm°um°um 1:m°ui IIIIII'le Speed Ill....liiurmed IIIIII'llllmmm:lllm 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-4M36 S I--Light, Compartment:Maxxima LED 36", EA,ILOS 1 I""III'il' Il\Jgrolir,, \JqNu IlliiIg, lM Ill olllii2,, urii2i w,miiiured N11H,..""IIIIIIIIII moliii.muml IIL.. gIIM :mum Wallllll AE3 of IIW Coiinparbn1i2,,mml C'1i2!,rml1r2,,ured 1665 11/22/2021 Job/Order No: Pro osal Pa e 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-ZZZZ 1-- 1 02-1141-114888 1--M-8 Drawer(RF):None-Batteries Under Hood t 02-M1-RA03 --Rear Access Doors:46 3/4" Wide x 60 5/8"High t ZZ-ZZ-ZZZZ -- t ZZ-ZZ-ZZZZ -- t WELDING -CELL 1 1 44-L LAC S < 1__(3)Placard Holder, 12"x 12", with Placards Top Load,Aluminum "U" Trim 1 style Option includes Painted smooth placard inserts. Color Red, REV to cut (3) 12" x 12" aluminum smooth insert sheet placards and paint job color of the body. Welded plate with drip rail edge placard holder style Shipped Loose for Dealer to Install After Graphics are Installed t4 F4 4444 I--Painted Part-Painted Special color to match Body 4 ZZ-ZZ-ZZZZ I-- 04-AS-06AO Fuel Fill:CPI C1045, Open Housing, Polished Bezel-(Std) 1 04-AS-0801 Urea Fill: CPI FG5301-1 Inlet Housing 1 04-AS-0370 I--Wire/Hose Cover : Diamond Plate, Between Cab&Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < I-- Pass-Thru cab mounted wind deflector-Aluminum Diamond Plate 1 AEV Weld shop builds and installs,Attaches to Cab side of bellows mount. Same width as bellows mount with short down turned sides. Secured on sides to bracket. Small up-turned lip at back of wind deflector. non-Painted 04-BW-7A95 5 < Bumper, Rear Medium Duty Style HD Alum Fratned W14" Tail DP pontoon 1 covers PURCHASED WITH BODY NOTE: Medium Duty Style Bumper and Will Mount Under Kick Plate and Will not Damage Kick Plate in Rear End Accident. 04-BW-FLIM < I--Step, Center:2"x 7"Grip strut, flip-up t :w4,ull:w d:"Ih...II ' SIII II::wN W1 11 ll...l 44-L 1300 Dock Bumpers:Rubber 2 1/4"H x 16" W x 2" Thick 1 44-FE1-FF44 < I—Fenders, Rear:Rubber Extruded, Black 1 MTB#7215439 04-BW-DP0l I--Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 44-FE1- P t4 I--Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum t 04-BW-TA04 I--Location: Centered in the kick plate t 05-EL-44TN I-- Tag Light:Kinequip LED#132703C t 04-BW-DP92 < I--Corner Caps: 24.0" High,Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Corner Caps. 04-BW-DP93 < I-- Front Stone Guards: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Stone Guards. 44-L 1444 --Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE t 04-EA-1132 --Mud Flaps Rear:Modular, Rubber AEV LOGO t 44-E4-3904 < --Lights, Cab Step:2" White LED, chrome flange mounted in box front, t Whelen Acfi<ate II aII Doors °onstlant Il llot ZZ-ZZ-ZZZZ I-- 44-L 4444 (4)Rear Door Hold Opens:Grabber Style, Top/Bottom each door ILOS 1 EXTERIOR LIGHTING/ HEAT/AC/INSULATION -CELL 2 1 05-EL-1800 CORNER CAP LED ICC/WARNING LIGHTS 1 1666 11/22/2021 Job/Order No: Pro osal Pa e 8 PART NO S DESCRIPTIONQTY 05-EL-18FO -- ron orner ap arning ig s: arnings 1 05-E .- 8F3 < --Front Center ICC Lts:(3)AMBER Weldon LED No 9186-1500A 1 Switch w/Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 I-- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 IIh L 8R3 < I--Rear ICC Lts:(3)RED Weldon LED No 9186-1500R 1 Switch w/Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC0l I-- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 IIh L 310 Tail Lights, Whelen LED Combinations, ILOS, 1 05-E - 9M4 y I__Side Marker Lights PAIR:(2)RED LED, Whelen#TOROOMRR, I With Grouimmuinii2t..I""GIII"Z(°'W uil NV'.,..I""IIIIIIIIII A011i.uuntli2,d o;iin Sidii2,, of IIIZii2,iur III';I'u m pli2,,ur Ill:Iloimtooins 05-EL-2314 y o -- Whelen 600 Series, Tail Lights I CeuAliIcdll IIM(I iiuruurml:e^u;l '')urm III'liiuulllr III"Illate WlIlallr Illlli'luralllre ''Ulllmriaurd.""I""uruirn Ceiideir, aurmu;l III'ilau:lllr, Illurmlllmriaird 05-EL-0201 I--Flanges:(6) Chrome for above 600 Series Tail lights-INCL I 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated I 45-EL-2333 I--Back up, Whelen 600 Series, LED, Pair, Minimum Intensity I 05-PL-LX88 y 4"urns.( ) Affielen 600, Super AMBER ACC! BEE LENS, I on-Prograniniable ILOS 05-PL-LX04 I--Lens Color for Above LED Light to be:Amber I 05-PL-LXX2 --LED Color for Above 600 Super LED:AMBER I ZZ-ZZ-ZZZZ -- I 05-EL-4300 Patient Area Turn and Stop Light Indicator: None 1 4S��ZLCA��43DL Third(3rd)Brake Light:NONE 1 45-EL-4580 SCENE/FLOOD LIGHTS (Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liar llUdu?d 06-EL-18LF I--Left Flood Activate:Left Flood Switch I 05-EL-45T6 < I--Right Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liurollUdu?d 06-EL-18RT I--Right Flood Activate:Right Flood Switch and open CSE Door I 05-EL-46CF y o I--Front Alley Lights:(2)Fire Tech Mini Brow(FT-MB-2.9-S-B)LED-Black I Housing Irlur orillllll have iiirr,,iind a uimm�:mui,uumlion Illmiur��uckii2ts III' 1.....114111111'lWr'II.I.....III:uIVI...11llll'l...ul:l h I IlNJ( llll.... Ilhuure I i2,i:uh I I IIL.)oui.ulpm�ll„i„,,, Stadlu: All1l1112!y IIL..uIIIIrIur IIII0111,uurml„i2,u.I l„.lurmul1u2,,rn1u2,,alluI Curcrluc "Cliu2,,uauiu2, ur l'"ui'lliIde l' iiii Allllllr�y Ili....lii glllrl:o r°u�ur.m III':'lu�ior�u�h� III':'°io��aurml..:l c l''''ui WI I'"'c Ilh°°III Illlllllll II:'l IIL...IIIIIIIIIIIII""'""I'"'Xi..iL...IIIIIIIIII Y A Illy III':) III" III h a;Ili III""I'"'Xi..iL...IIIIIIIIII Y 05-EL-46R6 I--Rear Load Lights:(2)LED-24, Whelen 900 I 06-EL-18RE I--Activate:Rear Flood Switch, Reverse and Lead RA Door I 05-CIF-44CF y o AC(HVAC):Pro-AIR HWP F-Series Ducted in Ceiling- Vert.bh seat, 2nd comp 1 With Electric heater valve Mounted Behind the Attendant Seat Base Facing Rear of Truck includes exterior condenser, (pick Pro-air condensor labeled HWP). Requires separately purchased 2nd compressor system 05-HA-0406 -- Water Pump:Installed required I 05-HA-1306 --A/C Condenser:See M2 Cmpt for Condenser Information I 05-HA-13X6 --Intermotive Module BCVC502A :Installed 2020+ I 05-HA-14RO < I—Hella Relay Connector:Installed I (1) ( CII���)ni"n..Ip IIIIIIIIII L...IL...A g;°l,',g II:w11...LPu'lu...lp...11lll ll LA 05-HB-14PC 1--AC Evaporator:Pro-Air(AC/Heat unit) w/dual fans-STD vertical 941 I 1667 11/22/2021 Job/Order No: Pror)osal Pa 9 PART NO S DESCRIPTION QTY 05-HA-1404 Heater Hoses. EPDM-Nomex Rubber(per Ford QVM) 05-HA-14B5 FILTER: Washable Carbon Pre-Filter 05-HA-14D1 < Ducted A/C Delivery. Insulted foil wrap, 10 registers I 8 (?g st(?rs liun c(?lilllng " (?g st(?rs on A/(� ( a[Jin(?t face 05-HC-14C1 < I—2nd AC Comp Techni install by 3rd party 2021+F-Series 6.7 Diesel w Dual Alt \AflNd(? trainspoit(A to fad ty for 2nd A( cor,ipir(?ssor, 3radix?t, Diiw� Il,xflt and nstaw lafion Cooirdn::fl��)wfth �)ngun)eirfinj ::fl :airfi)st oppoilun ly piJoir to piroducfion ::assi::Nrribly st::u111 lhissyst(?r,ii for 6 7I d(?s(:fl, with IDL4 t 10 H 30K < Thermostat, Rear A/C, Digital, Kinequip ILOS I 10-HA-LOC1 Install location Main Action Area Streetside 05-1 L-0051 CEILING PANELS:ACM Gloss White 1 05-1 L-0261 Dome Lts, LED K-EDGE (4) Streetside, (4) Curbside std 1 zz-zz-zzzz 1-- 1 06-EC-0900 < Timer, Spring wound Constant Hot, Checkout, 15 Minute 1 Located on curbside wall at head of squad bench. 06-EC-09P1 Timer to Power. Street side DOMES, High intensity zz-zz-zzzz I-- 09-MK4801 IV Hook No 1: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 29-MH-1000 I—LOCATION: Over head/chest area,primary patient on COT 09-MKV802 IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 09-MH-08P2 LOCATION: Over head/chest area,secondary patient on SIB zz-zz-zzzz I-- I 09-MH-2AC5 < Recessed C/S Grab Rail, ceiling: 1.25 Dia..... 3 pt, 72in, Gray Anti microbial 1 Grab Rail will be recessed in a ABS pan. 09-MH-2ASS Streetside Grab Rail: None 1 Insulation PKG: Generation 9 Body Std, 1 05-IN-1STD Insulation: Circumferential PKG, Single Layer Reflective w/Air cell core 1 05-1 N-3STE Insulation: Entry Door, Reflective w/Air cell core 05-1 N-4ST9 Insulation Sound Deadening: Generation 9 Floor 05-1 N-5STO Insulation: Walls/Ceiling,Additional : NONE 05-1 N-6STD Stepwell Insulation: None 051&4100 < Light Bar Alternative, (4)Across Front, 92"or wider 1 In Addition to Standard Front Three (3) Body Warning Lights. Seven (7) Total Lights Across Front of Body. 05-LB-6222 Front of Module SLED System-92"and wider(4) 1 05-LB-6648 Whelen, 900 Super LED, (4), (2)Red& (2) White 051&4897 Flasher for LED front of module:None 05-PH-LSOF Flanges:(4) 900-Chrome Flanges for lights above 05 L V1 I Light. Whelen 900, Super WHITE LED/CLEAR LENS, Programmable 2 1A TS 05-PL-LX00 Lens color for Above LED Light to be: Clear 2 05-PL-LXZ1 LED Color for Above 900 Super LED: WHITE 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 05-PL-LV13 Light. Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 2 05-PL-LX00 Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 LED Color for Above 900 Super LED:RED 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 zz-zz-zzzz 05-LB-6900 S < Alternative Lightbar Switching, Prim/Sec I WNtii2, IlI iglht III' irirnairy )6�y 05-PA-LBOB I- Rear Light Bar: NONE 1 05-4Y-LTLF WHELEN LED WARNING LIGHTS YS TEM-F-series LTD 1 05 F 0710 S < I—Flasher. None,All Super LED's Are Programmable- I ast, Xteirnate Wllh��iii ea(flh fixtuire, ���aiii&iiiin ����Ias�h wifless(�illheii*�se sipe!(Jfied 1668 11/22/2021 Job/Order No: Pro osal Pa a 10 PART NO S DESCRIPTIONQTY Program #9 Action Flash 05-FS-10P4 --Flash Pattern:None,Internal Light Head Flasher 0&SWPS02 S < Warning Light SWITCH:PIS, center console, PARK secondary I "'uiurnaii diixiiips lxuii se(xiiiiidair liiurm III"Iiairk (°iir IIMeuuui:irdul u IIht lxuii ('kiii ''�uuui: liiurm Ill:Iiairk �'�� Q !:u ur ...(°u ui�w:u ui�u; ...:u uu a ur.m�';I :u uru.m a ur'm�..I ....a.';I ZZZZ-ZZZZ -- 5 L 1 T05 (2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange I 05-PH-LSOB --Flanges:(2) Chrome, 5TIR6 Lights 05-PH-LTOJ a --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS I ouu ';Iuieur uiC1, 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PH-LT28 S < (2)Front Intersection, Whelen LINZ6, SLED, Chrome Flange 1 "'III"1'' ;s lll'1 11111 # 1 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 05-PL-LX00 --Lens color for Above LED Light to be: Clear ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add 7 Side Warning Lights, :NONE 1 ZZ-zz-ZZZZ I-- 05-PL-LU30 --(1) Center Front Warning Light: Whelen 900(Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 5 L XF1 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU40 --(2)Front Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-LU50 --(4)Side Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 5 L L 1=3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-L 51 (2)Rear Intersection Lts: Whelen 700, (Super LED)IATS 1 05-PH-LS08 --Flanges:(2) 700-Chrome Flanges for lights above 1 05-PH-LT5A --Locations:(1)over each rear wheel well opening. 1 5 L XL5 --Light. Whelen 700, Super Split REDIINHITE LED/CLEAR LENS, Program ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXY4 --LED Color for Above 700 Super LED:REDMHITE 06-SW-0022 --Rear Intersection Lights Switched:PRIMARY/SECONDARY 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU60 --(2)Rear Warning Lts: Whelen 900, (Super LED)ilos 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LT6A --Location:REAR, (1)in EACH Upper outer corner. 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05 L U ( )Rear Atarning Lts 11t11uoien 900, (Super LED), IATS 1 1669 11/22/2021 Job/Order No: Pro osal Pa a 11 PART NO S DESCRIPTIONQTY 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 05-PH-LT6C U < --Location:REAR, (2)aligned w/EACH upper window in RA doors. 1 M ..., ,'I:aurmu; °Zug"mi: )ur.m °1cur at ° xcur Wiii&iiw ....ev �. d 4 1) III �d/X,alllbeir oiin I';IIIIIa IIIu II J( IIII.... III.......ocat�i2. �2) Au:tu:tutiourmaIII Wh�i2.III�i2.urm 900 IIIZi�r2.u.t III...igIIIuts Illurmlllu�oauru.i o�I Staurmu.taurui iLLii2.ur IIIZ�i2.aur ' ^ued Ill....iiiglllhts 05-PH-LT6C X < Location:REAR, ( ) aligned W1 upper Warning Lights oil Real, 1 II ,r . „��I����I �IIL....... �� ) IIL......�i�.l� ��,�c ut �2) III Zi g III u t )c IlhZsir2,a ur at IIhZ sir2,a u°Window IIL.,.sir2,�vm,m III �,"I) IIhZ i�r2,u:t �'!!kt �,"I) urm IIIIIIIIIIa:IIIm �"'1'�liide M't""I""IIIIIIIIII L...(°i ate (2) Add liiiikiiiurmalll 1 IIh eleiirm 900 III"1 d Ill....liig; h is Illurflllmu laird (°,iii''Staiiidaird Uppeir III"1 Maur 'Zii2,u:t Ill...iglllu'ts. 05 PL t V 13 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 05-PL-LV29 --Light: Whelen 900, Super RED/AMBER LED/CLEAR LENS, Programmable 4 IA TS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 4 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 4 ZZ-ZZ-ZZZZ -- 1 05-P -N U74 --(1)Rear Center AMBER Warning Lt. Whelen 900, (Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 44-U4-4U7 --Light: Whelen 900, Super AMBER LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ3 --LED Color for Above 900 Super LED:AMBER 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZY -- 1 ZZ-ZZ-ZZZZ -- 1 05-ZZ-ZZZZ 1 ELECTRICAL -CELL 3 1 05-IL-10A0 --Rechargeable Flash Lt.Streamlight, Yellow SL45108, installed 1 05-IL-10LO U < Location 1 3 Compartment On Wall#1 Above Fixed Shelf Height 1 M't""I""IIIIIIIIII A(°Iuiid! III""'Illaallhmllllii'Illhmi:liiurm 111114 °uurm allllll #1 Ilh°°lll °uuiu °uurmi:alll Alllb(ive III""'liixed �"'1'�Ilhm llff 1eig ht 05-IL-10P0 --Powered: 12v Constant Hot 1 44 44 4445 U < -- Customer Supplied Part(s) : Yes See account 1 1) One Radio Heads 2) One MIR Antenna w/Router 3) One 800 Mhz Antennas 07-00-01114 -- Custom design wood console included in Order 1 11-ZZ-090D < --CAAS GVS 2.0 Exception C.8.5.5 Lack of Anti-Theft device for Idling 1 By declining to select an appropriate anti-theft device for this chassis, The Agency is non-compliant to CAAS GVS 2.0 for the likely event of required idling of the chassis while unattended. This applies only to agencies selecting CAAS Compliance. CAAS GVS 2.0 requires; The chassis shall be equipped with an anti-theft device to prevent the vehicle from being driven by an unauthorized operator.". 44-t4-2000 < Rechargeable Flash Lt.Streamlight, SL-20LP, Orange,Installed 1 LITE-SL20LP 05-IL-10LO U Location On Passenger Side of Center Console 1 05-IL-10P0 --Powered: 12v Constant Hot 1 06-AL-47SU Hand Held Spot Light: None 1 06-AL-4900 < I--Cab Spot Light: None 1 Not Require by KKK-F 0 tip SAHN AEV Traumahawk Telematics Declined, Not required 1 1670 11/22/2021 Job/Order No: Pro osal Pa a 12 PART NO S DESCRIPTIONQTY 06-BA-3F41 aeries: - a ery ys em- i 7P770esei y 1 06-BA-3F53 I-- Batteries: (2) Underhood (Type 1) 1 06-BA-3FJ1 < I--Battery Make: (2) OEM 1 Battery Brand must match. 06-BA-Q631 < I-- Battery Switch: Cole Hersee 2484-16 Paddle, T1 center console 1 Cole Hersee Paddle style battery switch powers up and shuts down the CONVERSION only! Chassis related circuits shall remain wired in the OEM configuration per Ford QVM Bulletin No 63. SWITCH LOCATION: Drivers'side of center cab console. 06-BA-3FW4 I--Batteries Wired: Parallel for higher amperage 1 ZZ-ZZ-ZZZZ 1-- 1 6-EC-056B PWR Door Locks:Module Doors-Full Mod T1 Ford 1 O6-EC-050A < I--Door Locks, Tied into OEM System Type 1 Ford t Aodwullw:w pow(Nir odIis ar(? tk?d to th(?( has§s pow(Nir odi,:yst(:wuwi,u O6-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors t AUst Mso u"up(?i at(?tIlww:w 1Modwullw:? �°�Iow(?r Door II.odIis Opfllon(?d O6-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles t O6-EC-05K0 -- ONLY the following doors shall have power door locks: t O6-EC-051141 --Electric Door Lock:(M-1)Left Front Compartment t O6-EC-05M2 --Electric Door Lock:(M-2)Left Middle Compartment t O6-EC-05M4 --Electric Door Lock:(M-3)Left Rear Compartment t O6-EC-05M6 --Electric Door Lock:Rear Access Doors t O6-EC-05M7 --Electric Door Lock:(M-5)Right Rear Compartment t O6-EC-05M9 --Electric Door Lock:(M-6)Right Rear, Forward Compt t O6-EC-05N0 --Electric Door Lock: Curbside Access Door t O6-EC-05N1 --Electric Door Lock:(M-7)Right Front Compt t 6-EC-2800 Door Unlock Switch, Momentary, Exterior, hidden t id ..1111 a st:: llll::fion o Ili uicuuNg:w IIwN0011- II. od< °w5w<itch k)� ::lliiuurv�:w uicu :C 11111c )::wS� ull<�:wlllihood:i of wunawuthoilz(A (:wintry Into WflNo<IlE?. II3y <IlIw?<Il1J1IC INS Op i<ul, i w.uo'ChaswNur f urtllh(Nir a guwhws to Ilidd l REV oir chi :� sss s 1:: uIr ufl�w<s for ;:In,C Moss of ww�:)Kck) oir contu)nts c"::ii.us�)d by wwowllaw<faull ac w?ss O6-EC-0802 --Location:Front Grille/Bumper Area t ZZ-ZZ-ZZZZ I-- I 06-EC-3015 < Ford OEM backup Camera installed, Cable, Displays into OEM Radio 1 Ordered with Chassis. This product has no BRAKE light capability. 06-EC-3509 Circuit Board: RMR Rail System, W/LED Diagram-Type 1 1 06-EC-CB03 I--Circuit Protection, 12V: Blade Breaker-Manual-reset 1 06-RR-23F1 I-- Ind Light Flasher: Thru 14S Flasher Unit 1 06-RR-2400 I--Type I -CAB Wood Console: Pass Thru - 14" OAW std design 1 06-RR-2315 I--Type 1 LED Rocker Switches Front and Rear Switch Panels Standard 1 06-EC-3570 I--Master Switch: Front Only 1 06-MC-0810 1—Smart Volt Meter: (1) Kinequip 8.0 thru 16.0 Volts, Digital w Low voltage buzze 1 S-RR- CC 1 I-Engraved LOGO:None 1 06-RR-2311 I--Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light:Activate w/ANY compartment door switch. 1 06-RR-2313 I--Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 I--Indicator Light: Halogen RED "Door Ajar" light 1 06-RR-2316 I-- Flashing light:Activate w/ANY Mod entry door switch. 1 5 R 23J4 5 < I-Door/Comp Ajar Buzzer:Activate with Entry& Compt Door 1 This is in addition to Indicator Lights. NOTE: Activate only in gear 06-RR-23LO I--Illumination strip LED for Front and rear switch panels 12v 1 ZZ-ZZ-ZZZY 1-- 1 07-RR-24AO I--Console Finish: Black, Textured "Easy Grip" 1 07-RR-24A5 I--Wire Harness Routed Behind Driver's seat, No Cover Required 1 1671 11/22/2021 Job/Order No: Pro osal Pa a 13 PART NO S DESCRIPTIONQTY 07../?R7.tt20F Add-on Console: Type 1 1 47-FF-44 I-Drink Holder:(2)In Add-on Console, Big Gulp Size 2 07../?R7.ttC 5 I-Drink Holder Location:Middle 2 47-RR-02F4 4 Note Book/Clip Board/Tough Book Slot Single-Full Width by 611" Wide t 07-RR-02F3 I--Double removable Lexan Divider(s) i 47-FF-4401 4 Customer er Supplied lied Radio:Installed in Console(Reference Engineering i DraWifu4) ..IIIIII. 1�•9i.,ll •, ..o s..,II ..o• ��.�„ ..„ r�ill8�" ..o .,i�: s^i ..o (See..o IIIIII� .., ..o..o ..„ r,,,; ., 1114��tllll..... III�au.Iu�,u ullllll III"u IIIum.�I.aIIIIII .u.I ��tum Ill..lurua .0 ���uu.I �.ul CC�,uum.��,ulll (��� . . III....uml,Iuum . .uruuml,I III..lua�auuml,:I) 07-RR-2354 I- Glove Storage:(3) Glove Box Storage Across Rear of add on console I 07-RR-24AO I-- Console Finish:Black, Textured "Easy Grip" l 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 44..Zt7...,44134 I-- Cut Off Switch:Auto reset,momentary style 1 11-ZZ-0936 < I--Exception to 3.14.6 Cancel switch for back up alarm NOT ALLOWED, I >> d �:Inciiii:fl s,afth foir J�::ud< up no :ullll,::N�ue)d, "_�)t/ED I`:oiriir.a huu u:?llu?c ti lieu d(??sgn!!p 06-EC-GR0l Ground Straps, Module to Frame: (Qty 4) Braided 1 06-IA-0001 Converter , 125V to 12V: NONE 1 04..4I7.02 0 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS I--Portable Equip Charging Circuits:Included in Inverter I 06-EC-03AA I--PREWIRE LOCATION:(1)Cab Console, (1)Behind A/A I 06-EC-03C9 I--Portable Equip Pwr Source:Ignition and/or Shoreline t 06-IG-03AO I-Battery Charger/Conditioner:55A -Built into Inverter I 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries I 04..4I7.04I_7" --Inverter Location:M-1A (ULF) Compartment I 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED 1 RADIO POWER 1 06-EC-03AO I-- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03GO I--LOCATION: Behind Passenger's Seat 1 06-EC-03A2 I-- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03EO I--LOCATION: Behind Action Area Board 1 ANTENNA LEADS 1 06-RR-0100 1—Coaxial Cable, No 1: Type RG-5811J, No connectors 1 04...ICIC..V,102 < I-- ORIGINATION POINT:Roof Port No 2 1 Roof Port No 2 is located approximately 24 inches back rearward of roof port#1. 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-01T1 I--TERMINATION POINT: Behind Passenger's seat w/36"Tail 1 06-RR-1712 < I--Antenna Base w/Coaxial Cable:KE794#2 I 06-RR-0102 4 ORIGINATION POINT:Roof Port No I I Ill:10 u4 II�jjjq ro "I 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-I7 4 < I-- Termination Point:Inside Center Console I 06-RIC-1100 4 (1) 800 Mhz Antenna, Customer Supplied lied prior to production, Installed 1 NOTE: Installed From Roof Port#2 to Terminate in Console 06-RR-1100 X a I......Mi i tutetutua acid Roateu, Customer Supplied lied prior to p roduction, Ins tailed l M't""I""IIIIIIIIII lurmai:allllll d 4.8" III',,,M(Jr, fixiuiura ialh e 800 Illitlllhz Aii,ite,urmurma aiii,id WilIl I euir:unm Iiurmate liiurm m.I C'u a lji urm 1112!t. I III m i�r2,, III"Zo iii,u ti�r2,ur"tCI I III III Ill�i i�r2,, IIII o iii,u urm ti�r2,u:t V i�r2,u4I c u u I With t h sir2, Cu a lllu�l1 i�r2,s o un t h iir2!, III"U I7111 u t a a u:t IIL.,112.I I o I 11he IIli uUteIII I e114'"'(IIw PI"Wu reS fixiiiura I:Ilhm eIIli uul:eu liillllll I euir:unmIiurmate liiurm Illhm III:III uluuu:alll CCallbuIiiiiet 'III "ii I,ii a it qa `ii I C )C" "I Ii9541) 1672 11/22/2021 Job/Order No: Pro osal Pa a 14 PART NO S DESCRIPTIONQTY 06-RR-1809 -- a ien rea a io : one 1 06-SO-0000 125V SHORE LINE AND OUTLETS 1 55 S 5555 --Shore Line Inlet:20A Super Auto Eject,ILOS 1 06-SO-OOL1 I--Inlet location:Aft of Left Front compartment t 55 S 5555 < I--Indicator Light, Shore line: Weatherproof,power by SL, Red t undicator lght ocat(?d a[,)ow?shor(? Iluur(:? linlk?t 55-5V-t5t5 -- Cover, White, Shore Line Inlet:20A Super Auto Eject,ILOS t ZZ-ZZ-zzzz I-- I 06-SO-10TT < I--Inpower Timer: VCM-05-01SF,Installed t u( ..11II I Ns ::fllows liN) ::� ulo u)rye':,U to Ilju:) w<ir�)d to liN) Ilgtn inon switch Il111 Ilu�) a of spClidngi u111i ;N ffiu: 0II IIt1 staite diurvCU t and liar u(Ndir(A any f:IlNs wfllr'odle 06-SO-1400 --**125 Volt OUTLETS" 1 06-SO-1401 < -- 125 VAC Outlet, No 1: 15A, Hospital Grade, IVORY 1 All 125 VAC outlets shall be back lighted when power is applied to the outlet. 06-SO-141-1 I--LOCATION: Action Area, standard location 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1402 1-- 125 VAC Outlet, No 2: 15A, Hospital Grade, IVORY 1 06-SO-141-3 I--LOCATION: RF ALS, (See Drawing) 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1403 1-- 125 VAC Outlet, No 3: 15A, Hospital Grade,IVORY t 06-SO-14L4 5 —LOCATION:V tended ctton Area, (See Drawrrh7t5) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t ZZ-zz-ZZZZ I-- 55 S t 3M,I 5 < 1-- 125 VAC W Dual USB &Power Light Outlet, No 4:20A, Hospital Grade, t White IATS UII1 1 uii"5 VAC' oiii.udii2,rts sha 111 Ill iii2,, III ia6I( Illliiglhtir2,d whir,c pmonwar liis appllllii,i2d to thir2, 0111.ut11r2,4. )rualll 5A15V U&II';I't fir(°uiu5 fir(°uiweir Gr1i2!1ii2!n IIL..UIII';) pmo~war Illliiglllrt IIL.IIIir2,zvy diii,uty rJ(, I""III';IIIII a„.�I''ttW';I't�"''�u.utfil2rts"U�tiIIIIIII Work o~iin �i°'ttainii2,(1 irciii,uliit as µ1 ui",5 hdfiir2,,t 06-SO-140 5 LOCA TIO : Curbside Above Ttmer' see DraWtri,U t 06-SO-1402 -- Outlet mounting ORIENTATION:Vertical t ZZ-ZZ-ZZZZ -- t 06-SO-1100 "INTERIOR 12 Volt OUTLETS" 1 55 S 0X7 1-- 12 Volt outlets two separate single outlets 1 06-SO-10YO I-- 12V Outlet, No 1:Power Point Single- Wire thru Med Isolator t 06-SO-11L1 I--LOCATION:Action Area,standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1910 I--Power Source:Medical Isolator, Batt Sw Hot t ZZ-zz-ZZZZ I-- 06-SO-1102 I-- 12V Outlet, No 2:Power Point- Wire thru Med Isolator t 06-SO-11L1 5 LOCA TIO m Extended Action Area, (See Drawrrh7t5) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t 06-SO-1913 --Power Source: The SAME as outlet No 1 t ZZ-ZZ-ZZZZ -- t 06-SO-1103 I-- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 I--LOCATION:RFALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1913 I--Power Source: The SAME as outlet No 1 t ZZ-zz-ZZZZ I-- 06-SS-060A Siren: Whelen, 295HFS2, Standard F-Series 1 06-SS-SA27 I--Siren Speakers:CPI: SA4327 with Chrome AEV laser cut cover, flush F series 1 06-SS-SW01 I--Siren/OEM Horn Switch: In Cab Console 1 06-SS-SW04 I--microphone clip not installed Tie to Siren Microphone cord. 1 55 55 1313 Air Horn System:BUELL-F1 1 06-SS-1301 < I--Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t I bo t swttch IIocatu)d on du"n'w3irs urde 1673 11/22/2021 Job/Order No: Pro osal Pa a 15 PART NO S DESCRIPTIONQTY 06-SS-1305 I--Air Tank Mounted to Frame Rail t 06-SS-1310 --Emergency Master Hot t 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty t 06-SS-t"t47 I— Compressor Location:M-1A Compartment t 44 44 t444 < --Air Horn Location: Under Front Bumper, F-450 and F-550 2017+ t 011' II ...550 url'uaC u'(NUuu(? 11R):E)SS CUt unto AII3 n <Mai9c(? Air l.taurl'u. 06-SS-1321 I--Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) t 06-SS-1332 I--Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) t 06-SS-13MO I—Air horn mounted system Standard chrome finish 4 CABINET SHOP -Modular 1 07-00-0184 1— Custom design wood console included in Order 1 ZZ-ZZ-ZZZZ 1-- 1 07-00-0001 < ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. ZZ-ZZ-ZZZZ 1-- 1 Cabinet Configuration 1 47 44 li COB Mica Colors: Gloss Beige 1530-01 ILOS 1 ZZ-zz-ZZZZ I-- 47 44 CON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07-0 -SEL3 4 Att. Seat:EVS C:omfoif "188OP4F "10deg Child Safety Seat,Thop e PeMnla t Black SeaIii,N ss. °°I"'aurupe C'oiiI"nfoi slli2,inilC2us'fow"n, e,ulr4iinax IIIIII'pllla(:lllr, 4-i l: IIIIII'lelt SAIIL...IIII;;IIII''''I IIICw''tl""IIIIIIIIII' CIIIIIIIIIIIIII 1 01W Twi''tIII':'1llllilllll III.. '' III'I ..I""ptUIII':'n'IIIIIIIIII t'IIIIIIIIIIA..I.. 47 E 901 4 < --BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std t (C( III'''I"(°IialiiIJIi(°111 III m �'Ilui'�WI< I, III IIIII(°Iliulnaird (°,Iliulr IIIII�eaulrwaulrd,N '')urm111pp H IIIC��tllll.... Illtt(°u�uruurml: A1:1: ^ur°m�°laur.mi: �:�eot l. Ill...loae ����,u i.11l"m . SeatIII':laclllr, uls CJ IIIulx°uiura i:lll"m . S .ol: III':laclllr, tx°ui thlr d of t u2 Cot. t t-4E-04 4 I--Attendant Seat,Armrest:None t 07-AC-4401 XSC CABINET:LT.Evaporator, 4td Location Behind tt Seat Facing Rearward 1�. 07-ZZ-ZZZZ 1-- 1 07-BH-4801 XS 44 Cabinet, Behind A tt Seat. Cabinet "H"/(Elec Cab) Facing Rearward 1 07-CA-VEN7 I-- Plastic Vent: (2) Total, 1 column x 8 row,Vent 01 1 07-DR-WDOE I-- Door, Single Solid Flush Fitted Electrical Area 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 07-DR-OR04 I--Hinge Orientation: RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2"Stainless Steel Piano Hinge 1 47 t W 0 t t I—Round Pull Latch:Non-locking- Chrome Finish 1 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ 1-- 1 07-BK-0001 4 < Bulkhead Cabinet C4 Under Talk Thru Ins tailed 1A T4, To House Norcold Fridge t NJ( I""III'';IIIII �'Il�ltaunrm llrr,ss&111r2!1112l1l C'01llxnt1i2!top with a 3 1" llIih o~iin all I'olixr sidii2l, 07-WC-AS21 S < °° Tray. Stainless Stoop t 314" ')o aIIIIII '1'olixr sidii2q,r zz-zz-zzzz I-- I 07-BK-0002 S Bulkhead Cabinet 11 Above Talk Thru Installed 1A TS, See Drawing t 07 IhIC X24 --Door:Single Flip Up 3/8"Lexan I 07-DR-LZ20 I--Hinges:Reel Torque I 0 CIW S011 I—Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-TS-1200 --Shelf Track:Small alum Unistrut type I 07-CA-0600 1—(1)Shelf.•Adjustable with Alum Trim I ZZ-ZZ-ZZZZ -- I 1674 11/22/2021 Job/Order No: Pro osal Pa a 16 PART NO S DESCRIPTIONQTY 07-ZZ-ZZZZ -- 1 07-CA-0300 CURBSIDE UPPER: Over SIB, Mods 1 57 CCN tC't 55 __ Cabinet K1, K2, K3:(3) Openings with flush dividers t 07-DR-LX24 --Door:Single Flip Up 318"Lexan S 07-DR-LZ20 I--Hinges:Reel Torque S 57-H141-S0 t t I—Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each S 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 57-CC -0400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Cabinet S : (1) Opening With ( )Adi shelves t 57-DR-S SS S Doors, Double CtvedaT Hinged, 318"'µ Lexan 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1)RIGHT and(1)LEFT t 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors t 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each 2 07-ZZ-ZZZZ -- t 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S I- Cabinet, (4) Glove Storageand(1)Mask Storage 45'Section of RF CS t cabinet, 07-DR-LX06 S Door CtvedaT He, 31811'Lexan-4-glove and(1)Mask dispense thru t 07-DR-LZ10 I--Hinges:Stainless Spring Loaded S 07-HW-SX11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- t 07-RF-CADR I--Check the specified Walk through Door type (Station 5) 1 07-RF-1148 S - Cabinet blUpper Let Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 57 ANC 5XX I--Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 I-- TRIM:U-shaped Door, J-trim opening t 57 CtNC 01?03 I—Hinge Orientation:LEFT t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge t 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door t 07-HW-SX12 S I--Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-RF-1248 S Cabinet t 2 Upper Right 1 57-DR-4013 S Door Singles Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S TRIM: CN shaped Door' 7 trite opening t 07-DR-OR05 S Hinge Orientation: TOP t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 2 07-HW-SO12 --Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t ZZ-ZZ-ZZZZ -- 1 07-RF-1348 S Cabinet t 5: Custom (Reference 20OF 27154) 1 07-DR-WD25 S Door, Single Solid, Flush 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 57-CIF-OR04 I—Hinge Orientation:RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-RA-IOAl I--Outside Access: Thru M-7 (RF) Compartment door. 1 07-RF-0001 I--Interior MICA Color: White cabinet liner 1 07-TS-1200 I--Shelf Track:Small alum Unistrut type t 574C 608 S (3) Shelves Adjustable tnica over substrate With Alum Trim t 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 1675 11/22/2021 Job/Order No: Pro osal Pa a 17 PART NO S DESCRIPTIONQTY 07-SA-0000 1 07-SB-4401 S SQUADBENCH:H Sant.Facer at Seating Position 1 NOTE: Set back seating area of the bench for a wider aisle. (Reference 20OF 27164). The Squad Bench Lids Will be Cut Back to Foot Ledge Recess with Minimum Overhang. 07-SB-0001 I--See Upholstery Section for Post and Wheel Cup info 1 7-SB-t t t I—Bio-waste/Sharps No 1:Roll-out DRAWER 1 NOTE: The drawer will have a non locking chrome latch on drawer. NOTE: There Will be access to sharps and trash through top of bench using a separate red lexan overlay door. 07-HW-SL01 < I--Drawer Slides:Full Extension, Detachable 130 LB capacity STD 18"long t &lu6)s uu si;:llllu) i Vu::wlnc :II i;:t&u6) dell"UV ^u 18 l Ong 7 PLC C t t I--Round Pull Latch:Non-locking- Chrome Finish t 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-SB-0999 I--LOCATION:At head of Squad Bench, Roll out over step well t 07-SB-1005 -- WASTE CONTAINER: 6 Quart t 07-SB-1015 < --SHARPS CONTAINER:2-Gallon Sharps(#CONT-311)ILOS t (:°OII`J II...311 ZZ-ZZ-ZZZZ I-- 07-SB-1001 I--Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S Curbside seating Coot platform - Vinyl flooring to match main floor t 07-SB-LID2 --Squad Bench Lids: Split-2-section 1 07-SB-LHOO I--Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LHO3 I--Lid Checks: Gas shock, Dual Action 2 07-SB-LHO7 I--Latch, Squad Bench Lid: Slam Action Paddle, W keeper 2 11-XO-0030 I--Stowage rating label -Squad bench interior, entire area 80 Ibs 2 07-TR-SBOl I--Edge Trim, Lids: Band w/Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 --Restraint Net, Removable, at head of SIB, Black Webbing 1 NOTE: Attach to Top of Bench Due to Drawer 08-ZZ-ZZZZ -- 1 07-TC-0000 1 07-TC-6401 S TOP CABINETS, , F°t and B2 to be Three Equal Sections 1 07-TC-A644 S Cabinet m 1 7 CF R5 I__Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,r III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 S Cabinet F tm 1 7 CF R31 S Coors; Cabinet F°t Secure 7a rh Restocking Sliding fflnd"oW Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, wrr/ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 S Cabinet B2 t 07-CB-DR31 S Coors; Cabinet B2 Secure 7a rh Restocking Sliding fflnd"oW Top hinged t 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' Sc IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-RF-0007 I--No Inside Access to Exterior Compartment t 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 1676 11/22/2021 Job/Order No: Pro osal Pa a 18 PART NO S DESCRIPTIONQTY 07-WC-0000 1 07-111C:-4421 S 111 77 CABINET:No CPR Seat WlExlended Action Area 1 07-WC-A441 S ActionArea:Extended 1 07-141C-AS21 < --A/A Tray:Stainless Steel, with 3"Back splash 1 On Ml thi'("u:"`*Vd(?s and haw? a '(?ar aa Ill;spIa`h 07-WC-AA30 I--Bio-waste/Sharps A/A:None 1 ZZ-ZZ-ZZZZ I-- I 07-WC-AABD I--Action Area Board:Black Grip See Station No 6 for content 1 07-ZZ-ZZZZ I-- 1 07-111C-CCO03 I— Cabinet C:DELETE 1 07-WC-D014 S Cabinet C.DELETE 1 07-ZZ-ZZZZ I-- 1 07 11X 003 CabinetE:DELETE 1 07-ZZ-ZZZZ I-- 1 07-WC-F641 S v Cabinet C: Custom See DraWlrmg) 1 M' ""I""Illliiiiii :all! iiiurme1: III'"" I:(°u1 be 12" III':)eep aiii,id Illurmcirease II!°°Ilkiiil;llllrl:I:(°uii C'"I" Illurmaliim;e 07-CA-06BO S Shelves: ( )Fixed 14111 e an Lip 1 NJ( I""Illliiiiii u m urta a IIL..r ;um.an IIL..I p ou ur III!iiiii a dh III i um.r u:l &llr ir2 llfl' 07-DR-LX02 S Doors, Dual, OvedaC Hinged, 318"Levan 7C 1 07-14111 S011 I--Round Pull Latch:Non-locking-Chrome Finish 1 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-XA-3900 S Dividers, (9)Adj 3/1 11"Levan, W1 ABS slotted track-EA cal 1 II NJ( I III. I lllr ur1�i2.1�i2. i2,;,um n m ur 111..)m 0 6i2.urs Ill W11 o w III Im~n 11m,~n m rm S Ir ii2.111 l'. ....l lllr ur�i2.1�i2. i2 um n m a 111:1I 0 6i2.ura Ill ur 1111 iii a°l u.l 111 i�i2� Seclikiiiurm aiii,id I llhmuiree Ill....eaaurm III':'1liivliim;leirs All!x�ive I""(°uiiip"'t'�Ilhm llff M' ""I""Illliiiiii 1(°,urtkiii ur rm III':'11ii vlii m;l m ""I""mra u:lllr tlClii III III �"'t'�1 a m7 Illlii'1elhliiiiid Ill....lii Ir aiii,id C uuu a t((i ur rm mr tlClii III III "1e ur mii yr Ill....lii Ir I:(`uii A dj iii.0 st III'::1 iii'10 u:2!rs 07-ZZ-ZZZZ I-- 1 08-SE-1704 --P4-4-Point PER4MAX Restraint System -with replacement indicator 1 WO/CPR 08-SE-1821 < 1—(2)on Squad Bench, (0) CPR Side Seat Per4Max Black Belts 1 IuwNt u� lr::wtoirs u°uii.s uu°iou..un IIJu:fl:;Nwa Itiu) Iop of Ilmiu:w s� �:ut. I III........IL..:"IL'...II""'1 Cu'I Y 90 08-SE-SB70 I--SIB:(3)Sec patient restraints-9"Sleeves Face of Bench 1 08-SE-SB76 --SIB:(3)Sec patient restraints-5"Sleeves By Hinge 1 00-20-0072 --Per4Max Four-Point Seatbelts:Accept and Install Full Feature 1 ZZ-ZZ-ZZZZ -- 1 ZZ-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ 1 CABINET SET-CELL 4-MOD 1 11 ACC Sub Floor, 3/4"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- 11 I_3P Flooring:Loncoin H Flecks-#157, Moonstone(Gray) 1 08-00-FL01 I--Flooring Main Edge:3"Recessed(1/2"deep)roll-up 1 08-AS-0001 < I--Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 nstMlll saftwty Cw:wllllowv with doa/Ionw:mll stil(?s uroururlliJd tap(? o w?r tIlru(?sllrdld 08-AS-0006 I-- CIS Stepwell Threshold, Polished Diamond Plate 1 ZZ-ZZ-ZZZZ -- 1 08-ZZ-ZZZZ -- 1 08-CS-0001 COT MOUNT HARDWARE: (Full Size Mod) 1 08-C:R-09P < I-- Cot Mount:Stryker, No 6390, Power Load,Installed 1 Not Compatible with cots other than Stryker! This item priced for Domestic USA usage only. >>> Caution, Power load head consumes floor space toward attendant seat. Spacing review between seat and cot is recommended. >> 08-C:R-09CN mass casualty kit not requested 1 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System 1 °0ll1,flI`^L.II:t II""II:��)062S 1677 11/22/2021 Job/Order No: Pro osal Pa a 19 PART NO S DESCRIPTIONQTY CONN-WP2S 1 CONN-SOCKET 2 08-CR-1002 < I-- 12v power feed location FRONT for Stryker power load 6390 t t ) °p ? �tdIt pu3ed wfllll dirfllllu)(J i31nd puxl thir:;Nii..up;glh pfiu: pu uirup�W::� �d'�II"p 11"" Iltid ) foir :: S ryl<< )r pow(Nir Ilcoad ,yst(Nin,u II h(? Qvdt pow(Nir shMl II3E) Il'3u<Ug lh thl'Wglh ph(? floor, wuth II (:?at ,::Ihi lin i, coulinl ) toir Ilu sp :llll�:)d. 44-T -OOP < I- Cot Position No 1:PRIMARY SIDE POSITION ONLY t P0:::lin :uu p ° Ilju)h )en Co :nd °'wS/T. 08-CS-2000 < I--Primary Cot position under floor reinforcement t nstMlll 8liunch ud(? by 4llong 1/2" ak.uuri'uliu1Uuriu at pilin,iiary cot po§ifion (Pdircu :uy cot posfl n4:;NuNI"y ... IIR V;,lid) " ff UStO11ri a Ilcc afion us d(?§i'(?d, uri.uUS II,x?sp (?dfi(?d Il,x llo . 08-CS-3009 -- Cot mount setup for:Stryker Power-Pro 6506 t 08-CS-19A5 -- Cot Stop, Block:Stryker Power/Performance load.Install hook with kit t ZZ-ZZ-ZZZZ -- t 08-CS-19U1 I--Q Straint System: NONE 1 08-OS-04ST OXYGEN/AIR/VACUUM System: 1 08-OS-0401 I--Oxygen Outlet No 1: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 08-OS-0402 I--Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 44 u3 4444 I-- Oxygen Outlet No 3:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040D I-LOCATION: Curbside Wall, over the head of the SIB t 44 u3 0914 S < Portable Cylinder Rack: Triple Holder D Spring Loaded 1 NOTE: Install a three position tank holder in the lower section of the M7 compartment on Wall#1 Below Fixed Shelf. See Drawing. ZZ-ZZ-ZZZZ 1-- 1 08-OS-1331 < I-- Rack No 1: Adjustable AEV 02 Rack Green with 4 Ratchet Straps M/H 1 Fits cylinders 7"diameter or more. 08-OS-11 G1 < I--Cylinder Type: OXYGEN -Green Colored Hose 1 Regulator connection Nut: 9/16" RH thread. 08-OS-1301 I--Rack Location: Left Front, wall#2 near wall#3 1 08-OS-132M I--Set up For M cylinder 1 08-OS-1710 < I--Regulator, Oxygen, Fixed output @ 50 psi +/-5 , CGA 540, Installed STD 1 Installed on 02 line for pressure test, Tagged with Inspector signature/Date 08-OS-1902 I--Regulator Wrench: Cast aluminum, OXYGEN w/cable lanyard 1 ZZ-ZZ-ZZZZ 1-- 1 44 u4 4444 XS < (4) SCBA Bracket Zico Model U 4 44 4 F 4 II'�III 11' S g;:°'IIIIIIIT i: spu:dfic Su e IIJo lllle IlwRe er to c&:I::llog to :ss uire y4"Nll..uu" II:dNp Ile wfllll liplh 08-OS-230R < I-- Collision Restraint Strap:ZICO No 1010-120-000 4 08-OS-23L1 4 Location: 4 Compartment on Wall#2 Evenly Spaced From Loft to Right 4 ZZ-ZZ-ZZZZ -- 4 44 u4 44 4 S < I-- Vacuum System:S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall #1 of Action Area (See Drawing) ZZ-ZZ-ZZZZ -- t 08-ZZ-ZZZZ 1 TRIM / DOOR ASSEMBLY-CELL 5 1 09-00-002S I-- Interior window and aluminum trim with standard satin finish-std 1 1678 11/22/2021 Job/Order No: Pro osal Pa a 20 PART NO S DESCRIPTIONQTY 09-00-0001 1 09-00-0002 ****************DOOR DEPARTMENT- Full Mod****************** 1 02-BT-C853 -- Handles, Ext: Tri-mark 030-1875, Free Float, Polished CNNC finish 1 02-BT-C85A --Interior Release: All Entry Doors,with bezel Emergency Access 1 09-M 7 454 --Rear Entry Assist Handle not required 1 09-MH-2702 --Grab Rail, C/S wall,Various types C/S Entry, NONE 1 ZZ-ZZ-ZZZZ -- 1 09-B1-ED00 Entry Door Panels, Windows and Hardware 1 08-MH-0010 -- Interior Grab Handle Color: Gray Antimicrobial 1 08-MH-03B3 --Grab Handle, CS Entry: 1 1/4" Dia..... S/S, 2-pt 18"L, Gray Antimicrobial 1 08-MH-03D3 --Grab Handles, Rear Access: (2) 12"L X 1 1/4" Dia..... S/S, 2-pt, Gray Antimicrob 1 09-MH-2603 4 Grab Rail, (7), 24"'µ 1A TS, Gray Anlimicrobial 3 III...w~nwwwulilr2d �I) At C/S III....un1ry Ill..lw,~nm,~nur at AIII...,3 ��,.ullluuu�ll�.l, �I) w,~nun C/S and � I) 13/13 Illunsuu.11l2. IIIZII2.i.uur IIII ur.mi:ulG III':'l�°u�°uulo 0 -C -2500 4 Door Panels Mica over smooth alum uppeilUph Ceti erlSnlooIt?Alum Lower 1 09-AS-2530 4 Curbside bower Door Panel Smooth Alum 1 09-E 1-23B 1 < --Multi-Color Printed LOGO:(3)Entry Doors, Customer Logo, requires clear 1 image Printed Multi-color logo onto panel, Back side lighted with LED lighting. ENG >to VENDOR 09-WI-02AO < I-- UPPER Windows: RA Doors, Fixed Tinted Glass 17.3"W x 19.3"H 1 WIND-H0161 09-WI-0600 I-- UPPER Window: CS Access, Fixed Glass, std tint 1 09-DR-WSL5 < Talk Through Bulkhead Window 100% w Black Bezel Radius Corners-Clear Window 1 ECR-1066 Black Surround Bezel, no laminte, no trim, Advanced radius corners. 100% window opening to minimum of 150 sq inches talk thru 09-DR-WT20 I--Sliding Window Locking Pin: 1/4"with Lanyard 1 47 11717 P 3 < I--Defib.Bracket. Wall Mount Technimount 210-00-PCHD for Lifepack LP 15 1 HOLD-600 (1) > 90 degree aluminum wall bracket plus discs, HOLD-PC15HD (1) bracket secures to Lifepack 15, secures into the wall bracket. Allows for swivel in the bracket. Removable from the wall bracket with single red release button. 07-WC-LPTS 4 --Monitor Mounting:Bolted in place 1 II �~n����tmoin 4�~nlll.wumll o~iin III':I'iw���lll(: "iG���IIIIII "'')I' cti�~n ure,a ..I..�~nwaird / III';I'i� uw. aiind II4olll.wumll With Cepurmteir(`liri''IIIIII'lulnau:llleet a III4liiurfliiurnuruurn (`Iiii"17" i''xiiuro AlA IIIIII'l(°Iiiix 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 1 10-FN-0001 4 0 --Fan, (2)Speed, Patient Area, w/separate switch in A/A 1 Suurtacill, III"aloIi ulln'lill2d III"nii2tal 'fan with 171i uallyd N „....IIIIIII ���I IIL.......... II11 w;~n lll.0 urm i lIr2,,u:i 1w:u i hl ilr2,, urilr2,a u° w;~n l i hl ilr2,, a w to w;~n urm a ure a IllI, 1w:u a 111 111 w:uw a w 1 u w.~n urm a ur ll2a IllI 1w:u III m iii urm,.1 ll2 I. &iiwiil m 10-EC-2701 < I--Refrigerator, Norcold 1.7 Cu Ft, 12VDC/125VAC, #NR740ss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD 10-EC-3200 4 N ocallotum -2 Cabinet Under Calk Thru 14/ltidoW 1 11-YZ-0907 < --Non-Compliant to 3.11.3 J3058, cabinets Not Tested, to SAE J3058 No 1 Rating 1)ir°u Is no a Vu w:l "o,,13058, oir Ilrlw:;Ni IIwtu):;i. 11-ZZ-0903 < I-- CAAS Exception to C.11.3 Storage Compartments and Cabinets Design 1 An Illllxw.epton has Ilb(hNil n tMiuw?n to on(?of tlh(? lollllowoiiing conwllifiours, d:"."l SUbir wwu 1I Doors sllrMlll rla w� )o§itluow:wll odi,www1 Il,dtlw=Ilrles that arw w1esliw:;llned to uw url'uw:w in w=Ilow,w:ww1 1679 11/22/2021 Job/Order No: Pro osal Pa a 21 PART NO S DESCRIPTIONQTY during transports. 10-IL-02ST Action Area Light: 12V, LED, Surface Mount 1 10-IL-02L7 I-- Light Location:Action Area 1 10-1L-03ST S Extended c'tio: Area Li,2i':'t "12 , LED, Sci2ace Mount 1 10-IL-02L9 2 Light Location Bottom of Cabinet BI i UPHOLSTERY-CELL 7 1 i fVO""LfCOA < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 -- Center Trough Upholstery Color:Color Key to Rest of Truck i ZZ-ZZ-ZZZZ -- i 11-00-UT05 Uph Joint Type:Vacuum Formed -Seamless 1 11-SB-0005 Squad Bench seat cushion cut-outs: None 1 11-SB-0003 I-- Post And Wheel Cups: NONE 1 11-SE-CSPD Head Protection: Pad over CS Entry Door 1 11-SE-REPD Head Protection: 2" Pad over Rear Access Doors, Full Width 1 PAINT-STRIPES -DECALS 1 01-3U-0000 S Anti Rust Spray, Detco:Installed on Unit i II.:u:IIIhasfin to III iIiuy "1 uiµ X2!irosdII Cans II ii1(1) : 111I12,, "52urayi112 to (1 Ihassws i2.1 :re ih�I r,, :' 1y uls 111q'IiIII.:urm'tiIr2d 12-PT-UNCT I-- Undercoating : Per QVM Guidelines, STD 1 12-DC-0001 Reflective Tape: White Reflective On Painted edges of Exterior Door Frame 1 12-DC-GAl0 Compartment Finish: Diamond Plate Standard 1 12-PT-0100 Primary (Over All) Color: White (YZ) 1 12-DC-0002 -- Flip Step Reflective/Prismatic Tape: Red/White/R/W/R/W/R 1 12-PT-0112 --Tape Stripe: NONE (KKK-F Deviation) 1 11-YZ-0962 I--Non-Compliant toKKK-F 3.16.2 ;Exterior Safety stripe to be Orange 1 12-PT-02E0 2" Paint BELT CUSTOM: Custom HalfiffayDoWn Belt is cic ing Cab a: Hood 1 NOTE: Custom Half White and Half Red (FLNA3042) Cab Will be White From Bottom of Windows Up and Hood Will Be Red. Module Box Will Be Half Red on Bottom and White on Top Reference 20OF 27164 12-PT-0601 --Belt**NOT**Across Hood i ZZ-zz-ZZZZ I-- 12-PT-6000 < I--Paint Belt at Corner Posts- 1/8"Break i h(:: II a n 11:3( IItl Its to Ihaw? an 1/8" CUt ar:di,a (::::cIh corn(Nir Lost Ito si,un ti aurl§il:lion 12-PT-1000 -- Pin Stripe: NONE 1 12-ZZ-ZZZZ 1-- 1 12-PT-RF01 -- Roof Paint: Color and finish quality to be GLOSSY 1 ZZ-ZZ-ZZZZ -- 1 12-PT-1301 Special Striping: Chevron Items: NONE 1 12-PT-2000 Lettering: NONE 1 12-ZZ-ZZZZ 1-- 1 i2""'P"C"0RIS < Drip Rails:Bright Alum, De-burred&rounded corners(SHIPPED LOOSE) 1 Include a drip rail over the C/S Entry Door shipped loose. Add Shop Note to Shipped Loose Section of W/O 12-ZZ-ZZZZ 1 DETAIL-SHIP LOOSE ITEMS 1 12-PT-DRIZ < -- Drip Rails: Detail-Refer to Paint Section for Drip Rail Information 1 Include a drip rail over the C/S Entry Door. 13-00-0200 --*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ 2 — (2)Placard Holder, 121µ c '12111", With Placards Top Load,Aluminum µ "' rim 1 o tVio With Red Painted Placard Shipped Loose 1680 11/22/2021 Job/Order No: Pro osal Pa a 22 PART NO S DESCRIPTIONQTY 13-10-XM00 -- wners anua as rives ip oose 1 13-10-XMAO -- Printed Owner's Manual Not Required 1 13-00-0001 1 13-GL-0000 Glove Holder, Ship Loose: NONE 1 ZZ-ZZ-ZZZZ 1-- 1 lS KK-KDED Decals:KKK/DOT Pkg, -NONE/DELETE 1 13-RF-STAD --Decals:Star of Life for Mod Roof-NONE/DELETE l ZZ-ZZ-ZZZZ -- l 13-KK-NSSB Decals: NO SMOKING &SEATBELT, installed, cab& pt. area. 1 ZZ-ZZ-ZZZZ 1-- 1 13-KL-0010 AEV Logos: Installed on unit per AEV standard locations 1 13-MH-05ST Fire Extinguisher, 5 pound, shipped loose, Std 1 11-YZ-0932 < I-- Exception to 3.15.2 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed with one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. The customer/FSAM has shipped them loose for the dealer to complete the final install. 11-ZZ-0932 < I-- Exception to C.16.1 1 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed iwth one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. 13-MH-10AO Reflector Pkg: Body-2ea, Side Fr Amber, Side Rear Red, Rear Red 1 ZZ-ZZ-ZZZZ 1-- 1 13-SB-0003 Post And Wheel Cups: NONE 1 13-SP-TIRE Spare Tire: Refer To Chassis Section to See if it gets one. 1 34-XX-0001 Primary Cot: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-0002 Secondary Stretcher: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-5000 < Indemnification Statement 1 The purchaser agrees to defend, indemnify and hold REV 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 or additions to the Purchased Products OR use of product for purposes it was not designed or intended for. GENERAL CONVERSION 1 03-10-0032 S 2022 "",155 F�����SSS S x S Diesel(SSS'l FSA Cole G( 1 36-AA-0001 WORK ORDER STATUS: 1 00-90-0301 -- For Confirmation 1 36-CO-0001 --CHANGE ORDER POLICY 1 36-CO-0010 < 1—After Confirmation, Prior to Engineering 1 Change Fee is $50 Per Item, Plus Option Cost 36-CO-0020 < I--After Confirmation,After Engineering Start 1 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. 36-CO-0030 < I--After Confirmation,After Production Start 1 Change Fee is $100 Per Item, Plus 200% Option Cost Additional labor charges above option costs may apply depending upon level of installation of affected part. Special order or non-stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. Changes after production starts are the most disruptive. ZZ-ZZ-ZZZZ 1-- 1 36-EO-0001 --***END OF ORDER... 1 1681 04 00 to strtyker 2022 rescue Quote Number: 10426476 Remit to: Stryker Medical P.O. Box 93308 Version: 1 Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email: alex.eidson@stryker.com Phone Number: Quote Date: 09/09/2021 Expiration Date: 01/28/2022 Delivery Address End User-Shipping - Billing Bill To Account Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE RESCUE RESCUE RESCUE Account#: 1289762 Account #. 1289762 Account#: 1289762 ____, _ _ .................... Address: 490 E 63RD ST STE 160 Address: 490 E 63RD ST STE 160 Address. 490 E 63RD ST STE 160 .:.: ..::.:: _..__._ �. _ .---------------- MARATHON MARATHON MARATHON ____ -___..... _,.. Florida 33050-3961 Florida 33050-3961 Florida 33050-3961 Equipment Products: " ......::,_Rroduct D�scraptlar2tt► SelJf l'r�ce Total 1.0 6506000000 Power-PRO XT 1 - .._ _ ...... ............... 1.1 6085033000 PR Cot Retaining Post .- ..._.-- 1.2 7777881669 3 Yr X-Frame Powertrain Wrnty - 1.3 7777881670 2 Yr Bumper to Bumper Warranty 1.4 6506026000 Power Pro Standard Components ....... 1.5 6500001430 X-RESTRAINT PACKAGE 1.6 0054030000 DOM SHIP (NOT HI, AK, PR, GM) _ ...... 1.7 650606160000 ONE PER ORDER, MANUAL, ENG OPT _-_ _ 1.8 6500082000 Knee-Gatch/Trendelenburg 1.9 6506038000 Steer Lock Option ......... 1.10 6092036018 3 Hook 1.11 6506127000 Power-LOAD Compatible Option 1.12 6500027000 1 Charger,2 SMRT Batteries12V DC Cable 1.13 6500003130 KNEE CATCH BOLSTER - - MATRSS, XPS 1.14 6506040000 XPS Option 1,15 6506036000 No HE Section 02 Bottle 1.16 0054200994 NO RUNNER ............. 1.17 6500315000 3 Stage IV Pale PR Option 1 Stryker Medical-Accounts Receivable-accoi3utsreceivable(,a?stiyker.cocn-PO BOX 93308-Chicago,IL 60673-3308 M 00 W ryker 2022 rescue Quote Number: 10426476 Remit to! Stryker Medical P.O. Box 93308 Version: 1 Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email: alex.eidson@stryker.com Phone Number: Quote Date; 09/09/2021 Expiration Date; 01/28/2022 ...... . ; Product E�escr�ptaan tQty 9e11 Frtce Total 1.18 6SO6012003 STANDARD FOWLER ......... .. -...... _--------------- ---_ 1.19 639000010902 LABEL, WIRELESS .. ....... ........ 1.20 6500160000 Base Storage Net ....,, .... - 1.21 6500147000 Equipment Hook 1.22 6500241000 Fowler 02 Bottle Holder _ _._.. - . _.. -. . _..... _. ._. Equipment Total: ......... . ........... Price Totals: --- - - - - -. - __._. Grand Total. Prices: In effect for 90 days Terms: Net 30 Days Contact your local Sales Representative for more information about our flexible payment options. 2 Stryker Medical-Accounts Receivable-accouutsreceivablepstiyker.com-PO SOY 93308-Chicago,IL 60673-330R FSA Cooperative Purchasing Program F LO RI DA SHERIFFS, ASSOCIATION Jill I Contract Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Contents 1.0 General Conditions.......................................................................................................................................5 1.01 BID CORRESPONDENCE ....................................................................................................................5 1.02 PURPOSE...........................................................................................................................................6 1.03 TERM OF CONTRACT.........................................................................................................................6 1.04 QUANTITI ES ......................................................................................................................................6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER.............................................................................6 1.06 FUNDING...........................................................................................................................................6 1.07 CURRENCY.........................................................................................................................................6 1.08 GENERAL DEFINITIONS.....................................................................................................................7 1.09 ELIGIBLE PURCHASERS OF CONTRACT..............................................................................................8 1.10 LEGAL REQUIREMENTS.....................................................................................................................8 1.11 PATENTS & ROYALTIES .....................................................................................................................8 1.12 FEDERAL AND STATE STANDARDS....................................................................................................9 1.13 UNDERWRITERS' LABORATORIES.....................................................................................................9 1.14 AMERICANS WITH DISABILITIES ACT................................................................................................9 1.15 REASONABLE ACCOMMODATION ....................................................................................................9 1.16 MINORITY BUSINESS ENTERPRISE (MBE) .........................................................................................9 1.17 ANTI-DISCRIMINATION.....................................................................................................................9 1.18 BEST COMMERCIAL PRACTICES......................................................................................................10 1.19 PUBLIC ENTITY CRIMES (PEC) .........................................................................................................10 1.20 TAX EXEMPTION .............................................................................................................................10 1.21 TAXES..............................................................................................................................................10 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ...................................................................10 1.23 COMMUNICATIONS........................................................................................................................10 1.24 CLARIFICATION AND ADDENDA......................................................................................................11 1.25 SIGNED BID CONSIDERED AN OFFER..............................................................................................11 1.26 ASSIGNMENT OF CONTRACT..........................................................................................................11 1.27 TERMINATION OF PRODUCT LINE ..................................................................................................12 1.28 METHOD OF AWARD......................................................................................................................12 1.29 DEMONSTRATION OF COMPETENCY..............................................................................................12 1.30 VENDOR ABILITY TO PERFORM ......................................................................................................13 Page 1 2020-2023 Fire Rescue Vehicles&Other Equipment 1685 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 FINANCIAL RESPONSIBILITY............................................................................................................13 1.32 QUALITY AND SAFETY.....................................................................................................................13 1.33 NONCONFORMANCE......................................................................................................................13 1.34 GRATUITIES.....................................................................................................................................14 1.35 TIE BIDS...........................................................................................................................................14 1.36 RIGHT TO AUDIT .............................................................................................................................14 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS............................................................................15 1.38 BID BONDS, PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE ....................................15 1.39 ELIMINATION FROM CONSIDERATION...........................................................................................15 1.40 COLLUSION .....................................................................................................................................15 1.41 DEFAULT .........................................................................................................................................16 1.42 PROTESTS AND ARBITRATION ........................................................................................................16 1.43 NONPERFORMANCE.......................................................................................................................17 1.44 SEVERABILITY..................................................................................................................................18 1.45 TERMINATION FOR CAUSE .............................................................................................................18 1.46 TERMINATION WITHOUT CAUSE....................................................................................................18 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO ............................................................................19 2.0 BIDDER INSTRUCTIONS .............................................................................................................................20 2.01 FIRST YEAR BIDDER QUALIFICATIONS ............................................................................................20 2.02 LICENSING & FACILITIES..................................................................................................................20 2.03 INSURANCE AND INDEMNIFICATION .............................................................................................21 2.04 SPECIFICATIONS..............................................................................................................................22 2.05 FIXED PRICES...................................................................................................................................23 2.06 SEALED BIDS....................................................................................................................................23 2.07 EXCEPTIONS TO TERMS AND CONDITIONS ....................................................................................23 2.08 MISTAKES........................................................................................................................................23 2.09 EQUIVALENTS .................................................................................................................................23 2.10 MANDATORY PRE-BID MEETING ....................................................................................................24 2.11 QUALIFICATION ..............................................................................................................................24 2.12 PRICES QUOTED..............................................................................................................................25 2.13 OPTION PRICING.............................................................................................................................25 2.14 SUBMITTAL OF BID .........................................................................................................................26 Page 2 2020-2023 Fire Rescue Vehicles&Other Equipment 1686 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.15 EXECUTION OF BID .........................................................................................................................27 2.16 MODIFICATION OR WITHDRAWALS OF BIDS .................................................................................27 2.17 LATE BIDS........................................................................................................................................27 2.18 PUBLIC BID OPENING......................................................................................................................28 2.19 DETERMINATION OF RESPONSIVENESS .........................................................................................28 2.20 RESPONSIBLE BIDDER CRITERIA......................................................................................................28 2.21 BASIS FOR AWARD..........................................................................................................................28 2.22 FIRM BID .........................................................................................................................................29 2.23 MINOR IRREGULARITIES/ RIGHTTO REJECT..................................................................................29 2.24 CONE OF SILENCE ...........................................................................................................................29 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT..................................................30 3.02 STATEMENT OF AUTHORITY...........................................................................................................30 3.03 VENDOR CONTACT INFORMATION ................................................................................................30 3.04 OPTION TO RENEW & PRICE ADJUSTMENT....................................................................................30 3.05 ADDITIONS AND DELETIONS...........................................................................................................31 3.06 EQUITABLE ADJUSTMENT...............................................................................................................31 3.07 DISCOUNTS.....................................................................................................................................31 3.08 CONDITIONS ...................................................................................................................................31 3.09 PRODUCTION CUTOFF....................................................................................................................31 3.10 FACILITIES .......................................................................................................................................32 3.11 SUBSTITUTIONS ..............................................................................................................................32 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS........................................................32 3.13 FACTORY INSTALLED.......................................................................................................................32 3.14 VENDOR INSTALLED........................................................................................................................33 3.15 NON-SCHEDULED OPTIONS............................................................................................................33 3.16 REMOUNT (AMBULANCE) ..............................................................................................................33 3.17 FORCE MAJEURE.............................................................................................................................34 3.18 DELIVERY TIME................................................................................................................................35 3.19 ORDER.............................................................................................................................................35 3.20 VEHICLE DELIVERY ..........................................................................................................................36 3.21 INSPECTION AND ACCEPTANCE......................................................................................................37 3.22 REGISTRATION, TAG AND TITLE......................................................................................................37 Page 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1687 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.23 CAB AND CHASSIS PURCHASES.......................................................................................................38 3.24 INVOICING AND PAYMENTS ...........................................................................................................38 3.25 WARRANTY REPAIRS AND SERVICE ................................................................................................38 3.26 INADEQUATE SERVICE ....................................................................................................................38 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS............................................................39 3.28 ADMINISTRATIVE FEE .....................................................................................................................40 3.29 LIQUIDATED DAMAGES ..................................................................................................................41 Appendix A— Drug-Free Workplace Form....................................................................................................42 Appendix B— Insurance Checklist Form........................................................................................................43 Appendix C—Vendor Change Form..............................................................................................................44 Appendix D - Confirmation of Order Form ...................................................................................................45 Appendix E— Manufacturer Authorization Form ..........................................................................................46 AppendixF— Quarterly Report.....................................................................................................................47 AppendixG — Bid Calendar ...........................................................................................................................48 Appendix H — FSA Bid System Data Input Instructions for Bidders..............................................................49 Appendix H — FSA Bid System Data Input Instructions for Bidders—Continued .........................................50 Page 4 2020-2023 Fire Rescue Vehicles&Other Equipment 1688 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association (FSA) using the contact information shown below. Please be sure to reference the bid number and your contact information. The contacts for this bid are: Lisa Gregor, FSA Cooperative Purchasing Program Coordinator E-mail: Phone:850-877-2165 ext.5831 Fax : 850-878-5115 Craig Chown, FSA Cooperative Purchasing Program Manager E-Mai( < Phone:850-877-2165 ext 5833 Fax : 850-878-5115 Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn:Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 I7�7f'''F:Isrl�� Li is c,2r ti. Page 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1689 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.02 PURPOSE The purpose of this bid is to establish a thirty-six(36) month contract with manufacturers and authorized dealers for the purchase of vehicles and equipment on a "no trade-in basis". Trade-ins are not addressed in this contract. If a purchaser has a desire to offer vehicles/equipment for trade to the vendor,the purchaser and dealer may do so at their sole discretion,separate and apart from this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one(3)three year from date of contract execution by the FSA,and may be renewed by mutual agreement,at the sole option and discretion of the FSA, pursuant to the terms of Section 3.04. The term of contract begins May 1,2020 and ends March 31,2023. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES FSA does not guarantee quantities future contract sales.Vendors are expected to engage in business marketing and sales best practices to participate in the contract. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. It is the FSA's practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs'offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. Page 6 2020-2023 Fire Rescue Vehicles&Other Equipment 1690 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.08 GENERAL DEFINITIONS a) Bidder:A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. b) Bid System:The online forum used for the submission of electronic bids and review of bid results for the specifications connected to this Invitation to Bid.VendorLink is the software used for this bid. c) Dealer:A manufacturer's certified representative,authorized by the manufacturer to market,sell,or provide,the vehicles or equipment for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled, in whole or in part,or independently owned and controlled. d) End User:The person or entity who ultimately uses or is intended to use a product or for whom a product is designed for use. e) Factory: Refers to the manufacturer produced products. f) Florida Sheriffs Association Cooperative Purchasing Program(FSA):The entity that administeres the Invitation to bid and contract administration functions for this contract. g) Fleet Advisory Committee:An employee of a sheriff's office or local government,or any other person who FSA identifies as subject matter expert,who assists with the development of bid specifications and the evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the FSA and is not responsible for final awards. h) Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors, dealersand manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications available to bidders on the bid system and references to solicitation documents.The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i) Manufacturer:The original producer or provider of vehicles or equipment offered on this contract. j) Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the Purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Annual U.S. Price Book 2. Manufacturer's official website k) Non-Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base vehicle specifications or options. 1) Production Cutoff: A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when referring to any given model year for production. m) Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative,volume discounts,or other discounts. n) Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. Page 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1691 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o) Purchaser: A purchaser is an entity that seeks to obtain vehicles off this contract by meeting the eligible user criteria or with vendor approval. p) Remount:To remove the ambulance box from an existing vehicle and mount it to a new vehicle cab and chassis. q) Specification Bid Document: The specification bid document contains the minimum base requirements and bond requirements for each specification within the competitive bid.This document also contains submission of bid pricing and discount,and must be included as part of the Submittal of Bid. r) Third Party Supplier: Businesses external to a bidder or vendor that provide products or services which contribute to the overall finished vehicle. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. s) Vendor: The bidder that has been awarded and agrees to provide products, vehicles, or equipment, which meet the requirements and base specifications to eligible purchasers. The vendor must agree to the contract terms and conditions before being awarded the contract. t) Vendor Installed:A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids,or contract prices,will be extended and guaranteed to any unit of local government or political subdivision of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers,tax collectors,supervisors of elections,school boards or districts,water management districts, police and fire departments, emergency response units, state universities and colleges, special districts,or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract to include out of state sales. Vendors are governed by their manufacturer's agreement, and must agree to the terms and conditions of this contract. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement,and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal, state, and local laws, ordinances, rules and regulations that affect the items covered herein apply. Lack of knowledge by the bidder or vendor will not be cause for relief from responsibility. 1.11 PATENTS & ROYALTIES The bidder,without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind,including costs and expenses for,or on account of,any copyrighted, patented,or unpatented invention,process, or article manufactured or used in the performance of the contract,including its use by the FSA or a purchaser. If the bidder uses any design,device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the bid prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. Page 8 2020-2023 Fire Rescue Vehicles&Other Equipment 1692 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided.This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Autmomotive Engineers (SAE), Fire Apparatus Vehicle Standards,and Federal Ambulance Standards(KKK-A-1822F),which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or state laws that become effective during the term of the Contract, regarding the commodities and contractual service specifications, safety, and environmental requirements shall immediately become part of the Contract.The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists,the vendor shall contact the FSA Cooperative Purchasing Program Administrator immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, (U.L.), listed or re-examination listing where such has been established by U.L.for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or to participate in any FSA proceeding, please contact FSA Human Resources at(850)877-2165 five days in advance to initiate your request.TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at(850)877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The policy of the Florida Sheriffs Association is that Minority Business Enterprises (MBE) shall have the opportunity to participate in this invitation to bid.Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI-DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. Page 9 2020-2023 Fire Rescue Vehicles&Other Equipment 1693 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.18 BEST COMMERCIAL PRACTICES The apparent silence of a specification and supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices,size,and design are to be used. All workmanship is to be first quality.All interpretations of the specifications shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity,may not be awarded or perform work as a vendor,supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply, as appropriate certifications are furnished. Purchasers shall comply with all federal,state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Sales Taxes.State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict,the conflict may be resolved in the following order of priority(highest to lowest): 1. Addenda to Contract Terms and Conditions, if issued 2. Contract Conditions 3. Addenda to Specification Bid Document, if issued 4. Specification Bid Document 5. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Page 10 2020-2023 Fire Rescue Vehicles&Other Equipment 1694 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders should not rely on representations,statements,or explanations other than those made in this Bid or in any written addendum to this Bid,and no oral representations,statements,or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall e submitted by e-mail to t.l!?1'Li h, r)r„g.The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided,they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required.Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Formal Addendum shall deem the bid non-responsive; provided, however, that pursuant to section 2.26, the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however,that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions,the vendor's award can be removed or replaced by another vendor or qualified, responsive bidder. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the bidder,which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful bidder,after such acceptance,the FSA may procure the items or services from other sources.The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. Page 11 2020-2023 Fire Rescue Vehicles&Other Equipment 1695 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor-in-interest must perform all obligations under this Contract. FSA reserves the right to reject the acquiring entity as a vendor.A change of name agreement does not change the contractual obligations of the vendor. 1.27 TERMINATION OF PRODUCT LINE If an vendor terminates a product line(manufacturer or brand),the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate vendor, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the vendor is not already an approved FSA vendor, the vendor is required to apply to the FSA to become an approved vendor prior to conducting any qualified sales. The vendor and the manufacturer are required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder, including past performance with the FSA in making the award. The FSA may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances,the FSA may also require information from the source of supply regarding the quality,packaging and characteristics of the products.Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Information submitted in the bid may not be plagiarized and,except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 2020-2023 Fire Rescue Vehicles&Other Equipment 1696 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support,equipment and organization. If the FSA determines that the vendor no longer possesses the financial support,equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement the vendor warrants that,to the best of his or her knowledge,there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition that would in any way prohibit, restrain,or diminish the vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues,or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and the purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope,nature,and quality of work to be performed or the services to be rendered under this bid,and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid,and declares that he or she has the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award;and • Has assessed the financial responsibility required to serve the contract as bid,including such details as the obligations to perform all specifications bid and quantities that could be ordered,as well as timing of payment from purchasers, which can be 45 days from receipt of invoice. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new.The items bid must be new, the current model year, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.33 NONCONFORMANCE Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specificiations and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: Page 13 2020-2023 Fire Rescue Vehicles&Other Equipment 1697 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA or the Fleet Advisory Committee,for the purpose of influencing consideration of this bid. 1.35 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor, including, but not limited to those kept by its employees,agents,assigns,successors, sub-vendors,or third party suppliers in whatever form they may be kept—written or electronic.Such records shall include,but not be limited to: • Accounting records, including paid vouchers,cancelled checks,deposit slips, ledgers,and bank statements; • Written policies and procedures; • Subcontract files(including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates or work sheets; • Contract amendments and change order files; • Insurance documents;or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three(3)years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives.Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor's obligations to FSA. Page 14 2020-2023 Fire Rescue Vehicles&Other Equipment 1698 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of FSA. However, if the audit identifies under reporting, overpricing or overcharges in excess of three percent(3%)of the total contract billings,the vendor shall reimburse FSA for the total costs of the audit not to exceed$5,000. If the audit discovers substantive findings related to fraud,misrepresentation,or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time. This time period shall not exceed 60 days from FSA's presentation of findings to the vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award,the vendor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements. The bidder shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the bidder or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.38 BID BONDS, PERFORMANCE BONDS,AND CERTIFICATES OF INSURANCE Bid Bonds shall be submitted with the bid in the amount of five(5) percent of each item bid. After acceptance of bid,the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions,Specification Bid Document or Insurance Checklist. A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100%Performance Bond between the bidder and the purchaser upon award of this bid and upon request of the purchaser. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre-payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between bidders that attempts to disrupt the contract process.Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage.The parties may collectively choose to agree to increase or decrease its product base price to maximize awards thus denying the public a fair price. Examples of Bid Collision: Page 15 2020-2023 Fire Rescue Vehicles&Other Equipment 1699 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cover bidding:a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the purchaser. • Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing outside of a manufacturer's recognized territory: a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined market share. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Vendors which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made, may result in forfeiture of the bid surety required that is equal to damages incurred by the FSA,or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought,including but not limited to procuring the products or services from the next highest ranked bidder or from other sources.A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five(5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s).The formal written protest must state with particularity the facts and law upon which the protest is based. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity,and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the Page 16 2020-2023 Fire Rescue Vehicles&Other Equipment 1700 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions product line being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA,they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested.This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA,file a demand for arbitration with the AAA,or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum,judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails,the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.43 NONPERFORMANCE By virtue of the bid submission,bidder acknowledges its obligation to sell vehicles and equipment for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle/equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility,the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at it's sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved,limit current or future vendor participation by specifications or zones,or other actions as determined by FSA at it's sole discretion. At FSA's discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. In situations where there is evidence that the vendor has demonstrated egregious breaches of contract with the FSA or a purchaser,the contract can be terminated and the vendor will be removed from future solicitations for a period of three (3)years,or up to a permanent ban from the bid process at the sole discretion of FSA. Page 17 2020-2023 Fire Rescue Vehicles&Other Equipment 1701 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Specific conditions for termination include, but are not limited to,failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or dealer installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentations of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept the purchase order and deliver the product. Orders must be fulfilled if the vehicle or equipment is a base model or whether it includes options. The vendor must deliver the product if they were awarded the contract—regardless of profit or loss. Failure to deliver the vehicle or equipment may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees,to which FSA is entitled, according to section 3.28,and any attorneys fees incurred in the recovery of these damages. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract,the FSA shall have the right to terminate the services remaining to be performed. Written notice shall be given to the vendor and unless the deficiencies are corrected within 10(ten)business days,the Contract may be terminated for cause immediately.The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event,the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above,the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor,and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of termination for convenience which shall become effective 30 days following receipt by vendor of such notice. In that event,all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination,except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the contract or cancellation charges. Page 18 2020-2023 Fire Rescue Vehicles&Other Equipment 1702 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program.The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites,digital marketing campaigns,social media and e-mail;or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting � �.7I.7(�r�llsrl�� ".iilsr r ��; and should include a brief description of the how the vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 2020-2023 Fire Rescue Vehicles&Other Equipment 1703 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.01 FIRST YEAR BIDDER QUALIFICATIONS In order for bids to be considered, bidders who are not currently parties to the existing contract,or who have previously had their participation limited by the FSA, must provide the following material at the time the mandatory qualifying documents are due. FSA reserves the right to accept this information up and until the final award. The purpose of requesting this information is to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. The bidder shall provide information as on the Bidder Qualifications Form: • Bidder company name and parent company, if applicable • Complete business address • State of incorporation • Length of time in business • Names and contact information for key personnel • Dun & Bradstreet number: By providing this number, the bidder agrees and authorizes FSA to obtain their financial information/reports from these entities • Identify a minimum of three contracts of similar size and scope • Identify a minimum of three references for vehicle or equipment sales to government agencies • Any contracts the bidder has been disqualified from, terminated from or found in default on, to include the reason for disqualification,termination or default 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Department of Highway Safety and Motor Vehicle Dealer's License in order to bid on any motor vehicle as required by Florida Statute,320.27. Bidders that are manufacturers are required to possess a Florida Department of Highway Safety and Motor Vehicle Manufacturer's License as applicable by Florida Statute, 320.60-320.70. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. If a bidder does not maintain a facility to perform warranty work or repair service within the state of Florida,the bidder must provide a detailed plan at the time of bid submission as to how the bidder would service Florida purchasers if awarded the contract.This Service Standard Plan must include: • Whether the warranty service provider is approved by the manufacturer; • Estimated quantities sold per item bid; • If the company plans to contract out for service a copy of the service agreement;and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work,and o Any additional information that would detail how warranty service would be provided. The sufficiency of Service Standard Plan will be evaluated by the FSA during the bid evaluation. Page 20 2020-2023 Fire Rescue Vehicles&Other Equipment 1704 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA reserves the right to periodically request additional or updated information from a bidder regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees,arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however,that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder(1)written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense.Vendor shall not be liable for any cost,expense or compromise incurred by the Florida Sheriffs Association,or participating agencies,in any legal action without bidder's prior written consent,which consent shall not be unreasonably withheld,conditioned,or delayed. The vendor shall be responsible for the work and every part thereof,and for all materials,tools,appliances and property of every description,used in connection with this particular project. The vendor shall specifically and distinctly assume,and does so assume,all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 days written notice to the FSA. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. Copies of original signed Certificates of Insurance,evidencing such coverages and endorsements as required herein shall be filed within five days after bid opening. The certificate must state Bid Number and Title. Vendor may not begin performance under the contract until such Certificates have been approved by the FSA. Upon expiration of the required insurance,the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. Page 21 2020-2023 Fire Rescue Vehicles&Other Equipment 1705 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the FSA. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA,a 501(c)3,its officers,agents,and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers,agents,and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract,and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers.All policies shall be made available to the FSA upon demand.Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract.Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by the vendor. Insurance coverage required in this contract and the Specification Bid Document shall be in force throughout the contract term. The required Insurance Checklist summarizes the bidder's insurance obligations, if awarded. Any insurance requirements listed in the Specification Bid Document supercedes the amounts listed in the Insurance Checklist. Additionally, any vendor that uses a third party supplier for remount services must ensure that the third party supplier maintains the insurance requirements in Section 3.16(Remount Ambulance). The FSA can request and the vendor shall furnish proof of insurance within seven days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All units covered by this contract and the base specifications shall be the manufacturer's current basic production model, and at a minimum shall be equipped with all standard factory equipment in accordance with the manufacturer's latest Page 22 2020-2023 Fire Rescue Vehicles&Other Equipment 1706 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions literature unless otherwise noted in the specification bid document. If awarded, bidders must supply a unit that meets or exceeds the requirements included in the applicable base specifications. The bid specifications are contained in the FSA Bid System, as specification bid documents. The FSA base specifications are incorporated in this document by reference. Bidders are required to provide all information requested on the price sheets or may have their bid rejected. All vehicles, equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder on the Bid Forms at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or annual price adjustment as provided in this contract. 2.06 SEALED BIDS For purposes of this solicitation,a sealed bid is considered a bid submitted using the FSA Bid System. 2.07 EXCEPTIONS TO TERMS AND CONDITIONS Any exceptions,deviations,or contingencies a bidder may have to specifications or Contract Conditions,Section 3.0 of this document, must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the specification or item number and a written explanation for the request for exception.At FSA's discretion,exceptions,deviations,or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA of any inaccuracies in the specifications or required submittal documents.All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. Exceptions,deviations or contingencies to the General Conditions or Bidder Instructions,other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26, may be cause for the rejection of a bidder's submission. 2.08 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.09 EQUIVALENTS Page 2 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1707 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality,design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number(or product identifier)of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid,cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted,the offerings,specification or entire award can be removed by the FSA. When selling equivalents,vendors must disclose to the purchaser that an approved equivalent is being offered. 2.10 MANDATORY PRE-BID MEETING Prospective bidders are required to attend the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA Cooperative Purchasing Team to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Bidders have the opportunity to suggest technical modifications or corrections before the specifications are finalized. Questions relating to the specifications,the bid process, or award can be asked at the Pre-Bid Meeting. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested prior authorization, has met all prequalification requirements, and agrees to sign a memo of understanding(MOU) and agree to meet all the terms and conditions without exception and further waive their right to protest the bid process in its entirety or any portion thereof. 2.11 QUALIFICATION Prospective bidders are required to prequalify by completing all qualification forms by the date listed on the Bid Calendar.A bidder becomes a qualified bidder if they comply with this section and Section 2.10, Mandatory Pre-Bid Meeting. Qualification forms include: • Drug-Free Workplace Form, • Insurance Checklist, • Manufacturer Authorization Form for each manufacturer bid by bidder, • Emergency Vehicle Technician (EVT)Certification,if bidder is offering emergency lighting and sirens,and • Qualified Bidder documentation as required in Section 2.01. The qualification forms are located in the Bid System. Page 24 2020-2023 Fire Rescue Vehicles&Other Equipment 1708 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of 60 calendar days from the date of bid opening. Each specification,make and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the specifications bid for the duration of the contract award, unless otherwise addressed by a contract extension or price adjustment as provided in the contract. These prices must be inclusive of all of the components included in the base specification. Discount percentage will be clearly indicated on the pricing sheet as a whole figure and will accurately reflect the amount the base vehicle has been discounted. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined in Section 3.28 Administrative Fee. Prices must be Free On Board (FOB)destination. Once awarded,the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification.Options can provide an upgrade or downgrade to a manufacturer's model,such as a slightly different engine size, horsepower,or equipment,and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service,the bidder must include the registration and title fee as a separate option (i.e. line item) for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract.The additional discounts for each add option shall be decided by the vendor. Page 2 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1709 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidder must use proper factory codes for all factory options. Options available through the factory must be bid and supplied to purchaser as"factory"options, unless otherwise requested in writing by the purchaser. 2.14 SUBMITTAL OF BID Bidders are required to submit a bid using the FSA Bid System. Bid submissions include pricing for the base specification, as well as all other required documentation. The bid must be received by the date and time specified on the Bid Calendar. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. FSA Bid System:VendorLink Bidders must submit their bid electronically using the on Bid System,which is located at https://www.myvendorlink.com. Bids not submitted within FSA Bid System will be rejected. Bidders are encouraged to participate in training provided for the Bid System. User names and passwords will be issued to qualified bidders after registering in Vendorlink, qualified bidders will be invited to bid. Prices are to be rounded to the nearest whole dollar(i.e. $10, not$10.05).The bid system allows for cents, however the bid evaluation is based on the whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: •$.01-.49 will be rounded down to the prior dollar bid (e.g.$50.49=$50) •$.50-.99 will be rounded to the next dollar(e.g.$50.50=$51) Bid Submission To ensure correct bid submittal and formatting, Bidders shall: 1. Submit bid electronically through VendorLink for the applicable bid. 2. Upload files only in MS Word (.doc or.docx), Excel (.xls or.xlsx),and PowerPoint(.ppt or.pptx);Adobe Portable Document Format(.pdf);or Compressed File(ZIP)formats. 3. Enable printing on files submitted. 4. Separate and identify each part of the submission (i.e. document type, form type, content type) with a divider/separation page.) 5. Bids must be input into the standardized format in VendorLink. 6. Contact VendorLink technical support at support@evendorlink.com, if technical difficulties arise during bid submission. 7. Follow all instructions outlined in this Invitation to Bid and provide all requested information. Refer to Appendix H for bidder instructions for FSA bid system data entry. The bid submitted in the Bid System shall include the following documents: • Executed Contract Signature Page • Completed pricing sheet o Pricing sheet must be downloaded from the Bid System (VendorLink), completed, and uploaded back into the Bid System. Modifications to the format of the predefined Excel spreadsheet are prohibited, and will cause the bid to be rejected. • Bid Bond in the amount of five(5)percent of each item bid Page 26 2020-2023 Fire Rescue Vehicles&Other Equipment 1710 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Performance bone letter from a bonding company • Build sheet for each item bid 0 A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out,the document shall indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle or equipment as outlined in the FSA base specification. If vendor-installed aftermarket components are used to meet the base specification and these components must be identified on the build sheet. Build sheets for each item bid must be complied into a single .pdf document. Build sheets should be in numerical order by specification, clearly identifiable by specification or item number, and include model name and number. If FSA cannot determine which specification the build sheet is for,the item bid can be rejected as nonresponsive. • License and Certifications,as applicable 0 Emergency Vehicle Technician Certifications, as applicable 0 Florida Department of Highway Safety and Motor Vehicle Dealer Licence,as applicable 0 Florida Department of Highway Safety and Motor Vehicle Manufacturer License,as applicable o Any other safety certification or license applicable to specifications bid • Explanation of how warranty claims will be handled in the State of Florida,or Service Standard Plan,Section 2.02, as applicable • Any requested equivalents,Section 2.09,or exceptions,Section 2.07 FSA may ask awarded bidders to supply one hard copy set with original,written signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. 2.15 EXECUTION OF BID By submitting a response to this Invitation to Bid,the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award.The bidder must submit the Contract Signature Page with the signature of an authorized representative no later than the date of the final award. 2.16 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid, the bidder must contact the FSA Cooperative Purchasing Program Administrator immediately. Bid withdrawals are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.17 LATE BIDS The responsibility for submitting a bid before the stated due date and time on the bid calendar is solely and strictly the responsibility of the bidder.The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery,or any other occurrence.Any reference to time will be based on Eastern Time. Page 2 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1711 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.18 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar.The bid opening will occur at the Florida Sheriffs Association,2617 Mahan Drive,Tallahassee, Florida. FSA shall communicate the bidder name and if they have provided all the required information. 2.19 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will occur during the bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Contract Terms and Conditions. As set forth in Section 2.24, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.20 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information,documents or materials may be rejected as nonresponsive. Bidders whose responses,past performance,or current status do not reflect the capability, integrity,or reliability to fully and in good faith perform the requirements of the Contract may be rejected as nonresponsible. In determining a responsible bidder,the following factors may be considered: • Adequacy of facilities,staffing,and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements of Section 2.01, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements,specifications,terms and conditions of the solicitation,and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA's sole discretion, are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as nonresponsible. 2.21 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by specification and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second lowest bidder by specification and by manufacturer if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions.The Fleet Advisory Committee's review is submitted to the FSA for final evaluation and determination of award. Page 28 2020-2023 Fire Rescue Vehicles&Other Equipment 1712 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However, the FSA has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.22 FIRM BID Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty(60)calendar days from the date of bid opening,and if awarded through the duration of the contract unless otherwise addressed by a contract extension or price adjustment as provided in this contract. By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment for all bidder awards. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $5,000 per vehicle or equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. 2.23 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids,or separate portions thereof,and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers.A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option,the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.24 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease,except for procedural questions, questions regarding problems incurred in the use of the the bid system, or communications initiated by the FSA.All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. Page 29 2020-2023 Fire Rescue Vehicles&Other Equipment 1713 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT Once the bid has been awarded, the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles or equipment purchased from the this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract Signature Page warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract period,the vendor must notify the Administrator immediately. The Vendor Change Document must be completed,signed by an authorized representative and submitted via e-mail tot 11112111<I] I:.Pf..F r�Ir . A sample Vendor Change Document is located in Appendix C and online at the FSA website. 3.04 OPTION TO RENEW& PRICE ADJUSTMENT Renewal Option The contract may be renewed by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year to year basis.The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract.Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Price Adjustment Prior to completion of each contract term, and on an annual basis, the FSA will consider a price adjustment due to manufacturer certified price adjustments or as a result of any changes to national or state standards that require substantial cost adjustments. In the event of changes to national or state standards,the vendor must present verifiable changes in cost to FSA. The FSA will consider the cost changes and will make a final determination on the change in price. For any vendor-initiated adjustment to commence on the first day of the renewed contract term, or on an annual basis, the vendor's request or adjustment should be submitted 90(ninety)days prior to expiration of the then current contract. The vendor-initiated adjustment request must clearly substantiate the requested increase or decrease. For manufacturer certified price adjustments,vendors must provide documentation to FSA that such price adjustments are not in excess of other bid contracts or cooperative purchasing agreements and indicate the government concessions or discounts offered. If no request is received from the vendor,the FSA will assume that the vendor has agreed that the optional term may be Page 30 2020-2023 Fire Rescue Vehicles&Other Equipment 1714 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions exercised without pricing adjustment.Any adjustment request received after the commencement of a new option period will not be considered. The The FSA reserves the right to accept the renewal adjustment or to allow the contract to fully or partially terminate and readvertise for bids,whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA can add, remove, discontinue or suspend any specifications, or portions thereof, from this bid or awarded contract when it is deemed to be in the best interest of FSA and the purchasers. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor or Manufacturer performance; or • Lack of relevance of products/commodities. 3.06 EQUITABLE ADJUSTMENT The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 DISCOUNTS Discounts must be offered under this contract and shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for each specification and option listed. Discounts must be clearly documented in the bidders submission. The vendor has the authority to offer additional discounts based on quantity,as well as additional manufacturer or vendor discounts. Discounts are not required on any state or federal fees and charges. Discount ranges are not permissible. Discounts must be a whole percentage with no decimal place(e.g. 10%). 3.08 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered, i.e.the most current production model at the time of this bid. 3.09 PRODUCTION CUTOFF Production cutoff refers only to cab and chassis configurations within bid specifications.The vendor shall notify the FSA no less than 60 calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Page 31 2020-2023 Fire Rescue Vehicles&Other Equipment 1715 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Purchase orders received by the vendor 10 business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor and the manufacturer fails to produce or deliver the production year vehicle,the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion to choose whether to provide the next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the specifications, FSA may consider substitutions from the same manufacturer. 3.10 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.11 SUBSTITUTIONS The FSA or purchasers will not accept substitute orders of any kind.Vendors are expected to furnish the brand quoted in the bid once awarded.Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Under Florida Statute 316.003(1),authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must also submit Emergency Vehicle Technician Certifications for the individuals working for the bidder or the designated third-party supplier who will perform the installation. FSA reserves the right to accept certifications up and until final award. Vendors that will install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1 and Class 2 in order to be eligible for participation in the Contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the Contract. 3.13 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no vendor-installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or vendor-installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. Page 32 2020-2023 Fire Rescue Vehicles&Other Equipment 1716 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All factory ordered options are to be original equipment manufacturer(OEM)and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications,and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components,will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the Purchaser,the vendor shall be required to replace the vehicle with a vehicle that meets the required specifications,including factory installed components. In the alternative,the purchaser shall decide whether they will accept vendor installed components. 3.14 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications.All such accessories must be manufactured by an established manufacturer of the product provided.Vendor is required to disclose Make and Model of product being offered and the location, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any item that is less than or exceeds the factory vehicle or equipment warranty coverage. A vendor that employs a third-party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Emergency Vehicle Installation through EVT Certification Commission, Inc.or an approved equivalent. The FSA may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.15 NON-SCHEDULED OPTIONS FSA attempts to include scheduled,factory and aftermarket options in the bid document. If a purchaser requests a non- scheduled option that is not included in the bid document,the vendor may provide this nonscheduled option.The purchaser has the opportunity to request the vendor's discount pricing for any nonscheduled options during the quote process.At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.All non-scheduled options are covered under these terms and conditions. 3.16 REMOUNT (AMBULANCE) It is the responsibility of the awarded vendor to ensure that any remount services meet or exceed all insurance requirements under the terms and conditions of the FSA Fire/Rescue Vehicles and Other Equipment Contract. Remount service providers shall maintain a minimum of$5,000,000 in Product Liability Insurance and a minimum of$1,000,000 in Professional Garage Keepers Liability Insurnace. Proof of adequate coverage shall be produced to the customer upon request. Page 3 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1717 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All remount service providers are to be registered with National Highway Traffic Safety Administration(NHTSA), as a manufacturer.The remounter shall be familiar with,and follow,all applicable and/or recommended OEM guidelines and practices as published by the OEM chassis manufacturer. This shall include the strict compliance with the New Vehicle Standard, registration requirement,and the Incomplete Vehicle Document(IVD)for the appropriate chassis. The remounter company shall be financially able to adequately support a warranty obligation offered to the purchaser and provide proof from a third party financial institution to the purchaser upon request.The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warrant the ambulance and furnished equipment against parts failure or malfunction due to design, construction, or installation errors, defective workmanship, and missing or incorrect parts for a minimum period of 12 months or 12,000 miles(whichever occurs first). 2. However,if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including any prorate arrangements, or the remounter generally extends to their commercial customers a greater or extended warranty coverage, the customer shall receive corresponding warranty benefits. It is also the responsibility of the awarded vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes date, time, and photographic proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the product and present to the awarded vendor upon completion of the remount. This shall include: 1. The evaluation and the physical assessment of the original vehicle; 2. The production sequence and process; and 3. Written and verified quality control and function checks. The remounter shall perform the following series of steps to determine viability of the proposed remount product: 1. The viability shall include a visual inspection of ambulance body module for overall condition to determine suitability for forward service life.This shall include the compatibility of the body to the proposed new chassis. This viability process shall include, and the remounter shall provide a Scope of Work to the awarded vendor, which shall include a detailed proposal to the customer:a notice of compliance of FMVSS requirements,including weight balance and payload projections and analysis. 2. The remounter shall inform the customer of any hidden deficiencies or defects discovered during the process; whereby remediation shall be mutually determined. 3. The remounter shall inspect and perform functionality testing in accordance to American Manufacturers Division of the National Truck Equipments Association standards. 4. The remounter shall provide final documentation of product and affix all applicable compliance labeling to the product. If a purchaser utilizes a remount service on its own initiative, the remount service provided shall be excluded from the terms and conditions of this Contract. 3.17 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly Page 34 2020-2023 Fire Rescue Vehicles&Other Equipment 1718 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control,or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.18 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item.The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. 3.19 ORDER The vendor shall submit a copy of the purchase order to the Coordinator within 14 days of receipt from the purchaser. To initiate a purchase,a purchaser issues a purchase order to the vendor,which shall include: •The contract number and title; •Specification number and item(s) purchased; • Prices broken down by FSA base specification item,and additional options; • Purchaser's federal identification number,and • Name,phone number and email address for the point of contact at the purchasing agency. Delivery or due dates should be discussed with the vendor at the time the quote is provided to the purchaser, or if no quote is provided,when the purchase order is delivered to the vendor. It is important to note that vendors do not have any control over production delays in schedules from the manufacturer. The purchaser should forward an executed copy of the purchase order to the FSA at the same time the purchase order is sent to the vendor. Emails or hard copies are accepted. Emails can be sent to coop@flsheriffs.org. If a vendor receives a purchase order for a specification for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three(3) business days. All vehicles ordered prior to production cut off and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order.The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle or equipment ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards.The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle or equipment into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser.The Confirmation of Order form is included in Appendix D. Page 3 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1719 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.20 VEHICLE DELIVERY At a minimum, pre-delivery service shall include the following: • Standard Dealer and Manufacturer protocol for new vehicle delivery; • Cleaning of vehicle, if necessary,and removal of all unnecessary tags,stickers, or papers; • For cab and chassis,do not remove the window price sticker or supplied line sheet; • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Owner's manual and warranty manual to accompany each vehicle; and • A MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the Purchaser, if applicable. Vehicles that are missing this form,or have forms that have been altered will not be accepted. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Vendor shall complete delivery of the vehicle to the purchaser within fourteen (14)calendar days of receipt of the vehicle from the manufacturer or equipment supplier. This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle by the vendor is defined as acceptance of the vehicle from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 2,500 miles may be accomplished by driving the vehicle.Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an "OUT OF SERVICE"cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchasing agency. Incomplete vehicles would be exempt. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice, unless distance above 2,500 miles was previously approved by the purchaser.This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. All warranties shall begin at the time of delivery to the Purchaser. The purchaser's warranty should not be active for incomplete vehicles or vehicles delivered to an upfitter before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details.Transport deliveries must be unloaded and inspected by Purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. All vehicles must contain no less than 1/4 tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty five (35) gallons of capacity, a minimum of ten (10) gallons of fuel must be provided. Page 36 2020-2023 Fire Rescue Vehicles&Other Equipment 1720 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.21 INSPECTION AND ACCEPTANCE It is the responsibility of the Purchaser to inspect a vehicle for any damages. Each Purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery, the Purchaser may have up to three (3) days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the Purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and the submitted purchase order.Purchasers should inspect the vehicle for physical damage. Delivery of a vehicle to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle Specification 3. Copy of Manufacturer's Invoice or Window Sticker. Prices may be deleted from the manufacturer's invoice 4. Copy of Pre-Delivery Service Report 5. Warranty Certification 6. One complimentary copy of the printed owner's manual if requested,otherwise digital copies are acceptable 7. If the Vendor does not provide the tag and title,then the DHSMV 82040(Application for Certificate of Title and/or Vehicle Registration)which requires a signature of authorized representative Deliveries that do not include the above forms and publications will be considered incomplete and can be refused. 3.22 REGISTRATION, TAG AND TITLE Costs of tag and title shall not exceed the statutory rates. FSA Administrative Fee does not apply to tag and title work. Title items shall be the responsibility of the vendor. The purchaser, if a government agency, has the authority to choose to register and title the vehicle. Reasonable administrative costs for registration and title services, including obtaining temporary tags,tag transfers, and new tags are permitted.All costs associated with obtaining,filing and shipping of tags shall be listed as an option during Page 3 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1721 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the bid submission for each item bid. Registration and title costs can include convenience fees, cost reimbursements for filing,obtaining or delivery of tags, or any costs over the original purchase price of the registration and title. Registration and title costs for registration and titling can be negotiated between the purchaser and the vendor. 3.23 CAB AND CHASSIS PURCHASES FSA highly recommends that all upfitting of cab and chassis be performed by vendors or third party suppliers that are licensed and/or certified to avoid unnecessary exposure to future liability. Vendors are required to register and title the vehicle when the cab and chassis upfitting work is completed by the vendor or the vendor's selected third party supplier. Cab and chassis can be purchased from vendors without any required additional fitting by the dealer. However, in this situation vendors are not required to register and title the chassis. If an agency chooses to upfit the chassis with a third party supplier not selected by the vendor,then the third party supplier must perform the state mandated registration and title work upon completion of the upfitting. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.24 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract.Vendors must invoice each purchaser independently. A Purchaser has three (3)working days to inspect and accept the vehicles or equipment.The Vendor shall be paid upon submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to local governments to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.25 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension until satisfactory evidence of correction is presented to the FSA. 3.26 INADEQUATE SERVICE When vehicles and equipment require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the defect.Such service or adjustments shall be initiated by the bendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. Page 38 2020-2023 Fire Rescue Vehicles&Other Equipment 1722 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The provisions of the delivery section shall remain in effect until the redelivery is accomplished. The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the Purchaser. 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS Purchase Orders The Vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen (15)days after the date of the purchase order. Vendors should scan a complete copy of the purchase order and attach it as a .pdf. Place the document title in the subject line of the e-mail and send purchase order copies to � rrrr�.�.f�.r�ilsrl�� I,rilsr rr�'I'. The files should be named using the following examples: Examples: County= Florida County,County of PO 12345 ABC County BCC PO 12345.pdf City= Florida City,City of PO 12345 ABC City PO 12345.pdf Sheriff=Sheriff Office of PO 12345 ABC Sheriff PO 12345.pdf Education= Institution Name P012345 ABC County College PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each awarded vendor. Quarterly Reports which do not adhere to the required format (Appendix F)or are not complete of all purchase orders will be returned to the reporting Vendor for correction of deficiencies. Quarterly reports track the deliveries in a given quarter. Quarterly reports do not track purchase orders taken in a quarter, rather purchase orders are to be submitted at the time they are received by the vendor. All quarterly reports are to be sent to Quarterly reports are found on-line in the Vondc,)r< ()1 li section of the FSA website. Quarterly Reports must be complete with the name of the vendor and the date. For example,"Spomot Motors"would be in the document header. Do not indicate the quarter on the top of the report. Do not send purchase orders with the quarterly report. An example of a Quarterly Report is in Appendix F. Quarterly Reports are due no later than the 151"day of the month following the end of the quarter. Quarterly reports should follow this schedule: Reports and Year 1 Quarter Period Administrative Fees Due Y1Q1 April 1—June 30 15-Jul-2020 Y1Q2 July 1—September 30 15-Oct-2020 Y1Q3 October 1—December 31 15-Jan-2021 Y1Q4 January 1—March 31 15-Apr-2021 Page 39 2020-2023 Fire Rescue Vehicles&Other Equipment 1723 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Year 2 Y2Q1 April 1—June 30 15-Jul-2021 Y2Q2 July 1—September 30 15-Oct-2021 Y2Q3 October 1—December 31 15-Jan-2022 Y2Q4 January 1—March 31 15-Apr-2022 Year 3 Y3Q1 April 1—June 30 15-Jul-2022 Y3Q2 July 1—September 30 15-Oct-2022 Y3Q3 October 1—December 31 15-Jan-2023 Y3Q4 January 1—March 31 15-Apr-2023 If a Vendor has no sales within a quarter,the vendor is required to submit a quarterly report and must indicate"NO SALES THIS QUARTER"on the report. Deliveries beyond the Y3Q4 period are to be submitted as a"Y3Q4 Extended Delivery"sheet using the same report format until the contract deliveries are completed for the current contract. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported,but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.28 ADMINISTRATIVE FEE The Florida Sheriffs Association charges three quarters of one percent (.0075) to procure, process and administer the Contract. After receipt of payment from contract purchases,the vendor shall remit all administrative fees to the FSA no later than 15 days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Vendors are to make notation of payments in a separate column for each line item of each quarterly report of the check number submitted for administrative fees paid each quarter. Bidders are to include the administrative fee of three quarters of one percent(.0075) in all bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee,will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The fee should never be listed as a separate line item on any purchase order. The administrative fee to be paid is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to Purchasers for trade-ins. Trade-ins,extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fee is the contractual responsibility of each vendor. By submission of the Quarterly Reports and admistrative fee, the vendor is certifying the accuracy of the reports and deposits.All reports and fee submissions shall be subject to audit by the FSA or the designee. Page 40 2020-2023 Fire Rescue Vehicles&Other Equipment 1724 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All participating vendors are responsible for ensuring the Administrator has the contact e-mail address for the person responsible for quarterly reports.There will be no reminders for the Quarterly Reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.29 LIQUIDATED DAMAGES The vendor warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and quarterly reports will incur liquidated damages in the amount of$25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 days can result in FSA, at it's sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications,disqualification from future solicitations,or termination for cause pursuant to Section 1.45. Schedule of Liquidated Damages Failure to submit quarterly report on time $25.00 per day Failure to report a Purchase Order to FSA within the 15 calendar days of the $100.00 per Purchase Order purchase order date Failure to Report Sales .0075 of the sales price plus 1.5%each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damages are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract.Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty, but are instead intended solely to compensate the FSA for damages,and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 41 2020-2023 Fire Rescue Vehicles&Other Equipment 1725 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistanceor rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. Bidder's Signature Date Page 42 2020-2023 Fire Rescue Vehicles&Other Equipment 1726 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:in(.J N B...... Il irrmffa in i;e CJ-e i;N ids st II::b irim �t DA� `ako INSURANCE CHECKLIST' 1. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida, 2,. Comprehensive General Liability(occurrence form), limits of liability $1,000,000 per occurrence for bodily injury property damage to include Premises/Operations; Products, Completed Operations and Contractual Liability, Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). General aggregate q� $3,000,000 3. Automobile Liability-$1,000,0100 each occurrence-owned/non-owned/hired automobiles included. _j 4. Excess Liability - $ per occurrence to follow the primary coverages. Y 5. The FSA must be named as an additional insured on the liability pol'icies; and it must be stated on the certificate. 6. Other insurance as indicated: J Builders Risk completed value $ ❑Liquor Liability $ ❑Fire Legal Liability $ Protection and Indemnity $ Employee Dishonesty Bond $ Other(Garage) $ 1,000,000 7. Thirty (30) days written cancellation notice required. S. Best's guide rating B+:VI or better, latest edition. 9. The certificate must include the bid number and bid title and lust F5A as the Certificate Molder.. Proposer and Insurance Agent Statement: We understand the insurance requirements of these specifications, as noted by the items checked above, and that evidence of this insurance is required within five (5) days of Bid Award. Bidder: Signature: Date: Page 43 2020-2023 Fire Rescue Vehicles&Other Equipment 1727 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appeir�(JN ( Veir�(Joir (_J'(air ge Fbirirn Florida Sheriffs Association Cooperative Purchasing Program Vendor Change Document Please complete this form to validate a requested change to Company Addresses,Contacts or Contact Information below. Include all sections where information has changed,old and new. FSA Contract Number(s)affected by change: Company Information Changes: Old Information New Information Old company Name: New company Name: Old Company Address: New Company Address: Old Company City: New Company City: Old Company State: New company State: Old Company Zip: New Company Zip: Company Contact Changes: Old Contact Information New Contact Information Old Contact Name(First,Last): New Contact Name(First,Last): Old Contact E-Mail; New Contact E-Mail; Old Contact Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This information is requested by an authorized representative of This request will take effect as soon as it is received by FSA by e-mailing to_C2QP2flsh_enfL$,_Qrg. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative Signature: FSA Office Use: Date Received: Change Effective: FSA Agent: Page44 2020-2023 Fire Rescue Vehicles&Other Equipment 1728 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:irr (J N D . (_"o it i ii irirn a t ii�iri Of (:)ir(.,A e it Ilw irirn CONFIRMATION OF ORDER Florida Sheriffs Association & Florida Fire Chiefs Association Fire Rescue Vehicles and Other Equipment BID NO. FSA20-VEF14.0 A Confirmation of Order form shall be completed by the Vendor and returned to the Purchaser 14 calendar days from receipt of purchase order without notification by the Purchaser. TO BE COMPLETED BY DEALERSHIP: Vendor/Dealership: Address: City: State: Zip: Contact Person: Phone Number: Fax: Specification No. Type Vehicle: Purchase Order Number: Purchase Order Received: Order Was Placed With the Manufacturer on: Under Production Number: Delivery should occur within calendar days after receipt of Purchase Order. A Copy of the Required Production Sheet(s)are Attached for Your Files. Comments: Purchaser/Agency: Contact Person: Address: City: State: Zip: Phone Number: Fax: E-mail: A copy of this form should be attached and submitted with the Purchase Order as the last page. Page 45 2020-2023 Fire Rescue Vehicles&Other Equipment 1729 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions pper clN E Main UfaCtUireir ALAtVioir zatbIrr�II:birlrn IWII aNUFACTUR RIs AUTHORIZATION - "WrrfUb o4ra�aiClaVltllPw kkk Fire Rescue Vehicles, Ambulances and other Equipment BID NIIED. FSA20-VEF14,,O This is to certify that is the manufacturer (Vendor/Respondent's Name) or a manufacturer's authorized dealer of , (Manufacturer/Brand Name( in the State of Florida. By: Manufacturer Name: Address: City, State, Zip: Office Phone. Mofaule. Phone: E-mail: Signature: Tit le PLEASE NOTE: This authorization form must the eureeuted by aan "authorized employee of the manufacturer ONLY. IDealers/Representatives are not authorized to execute t,Ns authorization form on heha f of the manufacturer. The rnran�ufacturer must execute this, a authoruzuation form even if they cane offering their own products. Failure to subrna t this authorization fOrrm with your response as required shall result in the dasquralificatuun of the response. ,Contract Teruaas and Ccmdr4uous Section Qualification Page 46 2020-2023 Fire Rescue Vehicles&Other Equipment 1730 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix I QUairteirl IRelpoirt [WSER'T'VENDC)R NAME HERE) QUARTERLY REPORT for BID#FSA20-VEF14.0 Effective Dates: April 1,2020 thru March 31,2023 Fire Rescue Vehicles and Other Equipment April I-June 301Y1-Q1 Zero Activity r"I Box Total PO Name of Purchasing Agency PO# city. Spec.# Vehicle Type PO Date Amount Admin.Fee Is Is July I-Sept=yl-Q2 Zero Activity U $ $ ,Oct I-Dec 31 IY1�Q3, Zero Activifty "I $ $ Jan I-Mar 31NI-04 Zero Activity j R.h-a t- $ Page Total 1 $ - Is Fees and reports are due no later than the 15th of the month following the quarter end Page 47 2020-2023 Fire Rescue Vehicles&Other Equipment 1731 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Ip Ip eirr(.1iix G ...... Bii(.1 C"aIeirr(.1ait FLORiDA BID CALENDAR '"ER'F`SmG"°C'A1'mw Bid # FSA20-VEF14.0 Fire Rescue Vehicles, ttr A , Ambulances and Other Equipment A'ii Contract Period:April 1, 2020—March 31, 2023 a � a Bid System Training-All Interested Bidders 11/6/2019 Registration Open for Mandatory Pre-Bid 11/15/2019 Specification and Terms&Conditions Review Workshop 11/20/2019 Mandatory Pre-Bid Meeting 1/14/20-1/15/20 Requests for Clarifications 1/27/2020 FSA Response to Requests for Clarifications 1/29/2020 Bidder Qualifying Documents Due 1/29/2020 FSA Bid System Opens 2/3/2020 Cone of Silence 2/3/20-4/1/20 Bid Submissions Due 3/2/2020 Public Bid Opening 3/3/2020 FSA& Fleet Advisory Committee Bid Review 3/9/20-3/11/20 Intent to Award Posted 3/13/2020 Bid Award Announced 4/1/2020 Voluntary Tel econference Workshop Instructions: Voluntary workshops are via teleconference. To participate, call in on the designated dates specified in the bid calendar at times TBD. Registration:ht, f©rrri,,,jotf ,m,,,,cam19204 i 12.5=)25iG 1 Dial-In: 1-800-920-7487 Participant Code: 68495418 Mandatory Pre-Bid Location: Volusia County Emergency Operations Center 3825 Tiger Bay Road Daytona Beach, Florida 32124 Mandatory Pre-Bid Meeting Itinerary: Fire Rescue Vehicles&Other Equipment-1/14/2020 at 9:00 am-4:00 pm (EDT) Ambulances-1/15/2020 at 9:00 am-4:00 pm(EDT) Page 48 2020-2023 Fire Rescue Vehicles&Other Equipment 1732 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix IHl FSA fficl Systeirn Data lir"llPLA lir�stiwcdoir�s (fir ffiddeirs FSA BID SYSTEM DATA INPUT INSTRUCTIONS FOR BIDDERS: FSA20-VEF14.01.-AMBULANCES&OTHER EQUIPMENT FSA20-VEF14.02-FIRE RESCUE VEHICLES&OTHER EQUIPMENT' Note: The attached Exhibit 1 is an example bidder screen in the FSA bid system and is for illustration purposes only. St Insert bid price in the"Unit Price/Percent"data input field as illustrated in Exhibit 1. Step 2: Insert the%discount represented by your bid amount for purchaser reference in the"Vendor Description"data input field as illustrated in Exhibit 1. Step 3: Insert vehicle picture link(which must be a public domain) in the"Image Link"data input field(if desired)as illustrated in Exhibit 1. Step 4: Insert vehicle options link(which must be a public domain)in the"Spec Link"data input field (if desired)as illustrated in Exhibit 1. Stamm Ulpioad vehicle build sheet in PDF format in the"Select Files To Upload"field as iiilustrated in Exhibit 1 Page 49 2020-2023 Fire Rescue Vehicles&Other Equipment 1733 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e irl(.1 x IHl FSA fficl Systeirn Data Ilirllpl,At Ilirlstirl,Acdoirls (fir ffiddeirs ('-"o irl t irl LA e(.1 EXHIBIT I (SB W—u—ilu 0—te;Bid Rens Spfeai r, ilrak x111 Dit—tions r0f Using the Q-tJBtd i141- 11H Sp-ei upload 0110i Re— Spro.dtsineet UPI—d QucteFBid Items Requested Tots I:I Ag...y It..Die-ripti.. V..d.,It..D-tinli Unit PHI Percent Extended PrIcei Percent Item 4 1 Make- I11C 'IpI Required:G roup:Fire Apparatus-iititjal Aq@cK Model: t d-,',5n R—,, M.W kn-lrr.ctu g.I11C M-8.1-F.,d F550 Model 9 Model ft: $0 00/0 Oct 1,a Is=Spear-1—1 R o ere�to spe �—Hans uploaded bud sy56enc de':4YRpk14d: t1 rT to he M I I ild �hy hid6, raii hA II fi0d) 0. I n)fj 4— "R�/,MAN@. Unit f M.....:e.,h Spec Ltnk: Pft.,P—emt:P- 8 an d N—Eci..I V.I..)5--Band Nsnie.,Eq-1 Sub-Total:$8A0 Vendor Bles The tolIrtwing flesale I h0ore a subi:WSS1011 IS inade: 7loposa8 0 select a fit,type: (Leave ei-k if a feewied file fYpe is not Usted if requ�red Ne type Psiied above is Wert 1;,ved o Me docuireM5 table,,vten a respolise is ready to be subaiVeSt you wiil nor be abie to submit yo,v e pones,) [-'proposall #M Select the fill to upload; Mid U'rl a(ShSt key doi,w Io.9eJect it)WI!,pie tiles) B.r.c..w.S..e.. 40 Chok on Add DoCument(s), Add Docuirreiil(s) Page 50 2020-2023 Fire Rescue Vehicles&Other Equipment 1734 Protecting, Leading&Uniting...since 1'893 �t yq f 8A,�frFLORIDA SHERIFFS ASSOCIATION V'! "' 2017 a&°ears D6ve,TaHa bass e,ff-Iodda 32303 pi:( 50)377-2163 i 9 P.O.Box 1231 -'T'aIllahax-see,FF wlda 323,17-2 5101 f:(850) 2 ',. t.5 u� r , wwwlflshet-iff5�.org I 13 Contract Amendment FSA20-VEF14.01 Ambulances & Other Equipment FSA20-VEF14.02 Fire Rescue Vehicles & Other Equipment The Florida Sheriffs Association is modifying the contract terms and conditions of Contract FSA20-VEF14.01 and FSA20-VEF14.02, Section 2.13. This contract amendment is effective on May 1, 2020. The modification of the terms and conditions is permissible under Section 1.24 of the contract. The following language under Section 2.13 will be amended as follows: 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing(MSRP)or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size, horsepower, or equipment, and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification awarded on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service, the bidder must include the registration and title fee as a separate option (i.e. line item)for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Page 1 of 2 1735 Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the vendor. Page 2 of 2 1736 COMPOSITE EXHIBIT B i000u au ili1Jl�p7 , Shop Order �"ii%M' ETR Monroe County Fleet Scott Newcomer 500 Whitehead Street Key West, FL 33040 Exp. Date: Quote No: 150-0054 TYPE I: 172T1 LWBFT 172 LWB Ford T1 Top Level Model GENERAL: Gen—Info ************BID STANDARDS*************** CHASSIS: F-4/550LB *******F-Series 108ca CHASSIS********** CONVERSION: 172T1 LWBF 172 x 95 T-1 LWB Ford Mod Body, Conversion BASE: 172T1 LWBFP 172 x 95 T-1 LWB Ford Base Price 11/22/2024 Job/Order No: 240F 29102-03 Page 1 PART NO S DESCRIPTIONQTY 00-00-0107 --Order Date: Post July 1, 2021 1 00-00-0113 < I--Ambulance Built to Star Of Life KKK-A-1882-F Certification, Latest Revision 1 Exceptions to be noted on final sticker. 00-10-0015 2 Vehicle Quantity Vehicle) 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1- MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 22 9 t 2224 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 2 REFERENCE UNIT 2m 20OF 27164 1 00-91-0028 2' R V2ttRITL DATE: 9-29-21 1 00-91-0040 SEAT BELT POSITIONS MODS 1 00-91-0042 --CAB SEAT BELT MOD: 1 00-91-0044 1- Total: 2 Positions 1 00-91-0050 -- REAR SEAT BELT MOD: 1 22-91-0052 1— Total:3 Positions 1 00-99-9000 Revision Level: 0-Zero-ORIGINAL VERSION 1 00-99-9030 Change Order Level: 0-Zero-ORIGINAL VERSION 1 01-1 F-0000 Type I AEV Traumahawk Modular Ambulance 1 01-AT-1F48 < 2024 Ford, F-550 4 x 2 Reg Cab, 193" WB,XLT Turbo Diesel t 01-3U-0000 2 --Anti Rust Spray, Detco:Installed on Unit t 01-FL-T106 -- Tire, SPARE:Matching, Random Make t 01-FM-T101 I--Location:Shipped Loose t 01-TU-0112 2 —Jack and Tire Tools Shipped Noose t 01-FM-4WH3 -- Wheel Finish:Polished SS Wheel Simulators(F-550) t 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard t 1737 11/22/2024 Job/Order No: 24OF 29102-03 Page 2 PART NO S DESCRIPTIONQTY 01-FU-0200 2 --DEF Urea Surcharge, Emission Compliance Fill upTi 01-SZ-0006 < 1--, Backup Camera fixed system 872 Ford OEM install on module Type 1 F series II�II�M earrnera wr fl n u ro weafll rer rnlhfl6d, adpu bstdb e IlDornli'Uaiou n, I:)rgDl aye I'into 0I If1 111adi'o 06-EC-31G6 -- Camera Color:as received May be black or gray color 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 I 04-SU-1729 < --Liquid Spring Rear Suspension:F-4501550 2022+ HIND III lf Oxygen n II i ip I'n Hnstal led fll ne n i i fl ne 02 C i nll 1 IDoor is nnllDern Pll ne Ilw ne6l: ng sunnnllDe n,nlioun wlill not du,nrrnllD uburU:lill door ii,s dosed' :��ai1; 2U�J&2I��'...ID2'14"'1II:���S4 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install I �nli r to d6liivery, detaiill dqDwIrnent us to unstallll a Dad( IDecall our Ullne dadn: 24-2 -0602 2 n - Kneeling Feature:Enable 2wnn1'1eh Located in CAB console and On FF Filler � Cabinet deviii')e)n Illoea')liionm adallllll one evi tlflinm ureach of an attendant a')anndliinmg on )the guiroend, oe't'auide 1[ie uinodellle III'' oll4lllll be uimenmeooed 'fiuimoiin 1[ie noallllll oeuimlanme IdO"'III I Il iree Wag Swit'n:m[nliiung 04-SU-0612 --LOCATION:Sw panel on Face of CS cabinets near RA door I 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear I 04-SU-2022 < --Liquid spring controller shipped loose with completed unit Deal^"-to I',unniall rnrlilln n;u stoinei-onn aimival' 04-SU-220Y --Liquid Spring Surcharge Jan 9 2024 1 04-SU-03F6 --Rear Stabilize(Anti-Sway)Bar: OEM, Ford F-4501550 ZZ-ZZ-ZZZZ 1 01-YO-0002 BODY Generation 10 01-XO-0002 < I--Body Certification Provided to Specification-Gen 10 1 Ire Body Maunubfadu iiiung grou.,D ernrlufies flI at Ullfs Ardbdance Moo llan Ibody Ilnas Ibsmn n n;rnunniimw.ted of inate11 s and ineillnnndn UIInat i,neet or em;a~ed 1IIne standards an imrng,Ored by UIIne III .�V Geiirera'doun '10 Body SIDedfiea'dour of II' nrllnru nary 24, 2944 are Ip red re Ibody dl all be Il::0ft and n;nnunnpimw.ted 10 flI e eurllninitted aroimllw order and PIIne I:V Ge neraPinnirn '10 nu..nlilld standards M llrou t eacqAon Any IDeoiiaUoons to Ullre onorllr order or Ge ner7aUooun 19 Inuril'd standards i,nurni Ilnave witteun aufllnnnimizapi'rnun IlDimioim to Ibody d6I:very to AI V by pllne I:V Body II ungiiun&n r on fine. 02-00-0002 XS n --Body Build Information ' d Iuin�mllh euiml;..)o Ni Account Illganmageirr IIIgIiill06e CllleeiiAs Q,iaoowo ""I""y9e 2924 III ouimd, III ggg 4.a 2 1411I19d II''1eg Calllnny 193"Wd!111, M. I nnuimlllbo 11�1liieoelll leauim Suqqeinsiiioiv ggg (!j eliid SII,)uimmu°ng, 02-00-0003 < I--ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF+ OR- 1/4" 1 fUunllnnss gDedfed as a roiiurornunrn drnens, on 22-F2-1093 Body, Mod: Type 1 LWB, 172"x 95"x 72"Interior HR- 6"Body Drop F 1 02-00-0006 --Headroom: 74172"Finished Interior-Ducted A/C 1 02-00-0060 -- Compartment and Entry door Full length Stainless Steel Hinges std 1 02-00-0050 2 ej*o Air Vent.Ex lerion; Used on Rear of Body Con.Exhaust Only 1 02-BO-CC01 < -- Compartment Construction:STANDARD, Unless Specified Otherwise 1 21'den aund Il aw.w': 100 nllned Ar urinrunurin II)rainrnnnd II'°Mate oroll arfrneurU nnlillliung': .999 Mu,nrN nunrn 2llr&n t 1738 11/22/2024 Job/Order No: 24OF 29102-03 Page 3 PART NO S DESCRIPTIONQTY 02-BO-SFLO < -- Compt Floors:Sweep-out, even with bottom doorjamb UmmUurlless 21pedfied fllrei*se 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 I-- Compartment Ventilation-Flap style#VT-2495-A01, STD I 02-BC-0604 I-- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F O FCC 0122 --Body Drop: 6"Both Sides,Ahead of Rear Wheels I 02-M1-CE05 -- Curb side Entry Door(CSE):82.812 High x 31 Wide T1 LWB 02-BO-09B0 -- Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 02-BO-CESL -- Curbside Entry Door(CSE)Location:Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-zzzz I-- I 02-B3-MD64 --Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate 25 L 29SZ < --ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount I housing gllri nllral (cur i:H1 CS door or ipJlr imigllri flood swaft(:;Ur 05-I -29 < I--IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED gllri nllral (cur i:H1 CS door or ipJlr imigllri flood swaft(:;Ur ZZ-ZZ-ZZZZ I-- I 22-MI-M,169 2 < I--M—"I C:oi)ip 't(2F)m 22 HP%, 22.d11"H 22.°12d11" W °19.d11"D wA(Iffl"fa ooi)i aimii)ieti't 2111'anllr 211r1'eld': Add a deiler;iim Illain Il::reieenr IC..1 aunt IC...2 ire ellrl'eld aapei. nlllanllr iimrin UII re earapar&rneu rU Ilau over s 22-F2-CfCC I < I—M-1 Compartment Construction:Smooth Aluminum ILOS 21',den au rd II Uw.k 090 A9 urniH rui,n 911 reet UCarall arUrneur� r lillliur2': .999 Mu,Niio wn 211r& t 22-F2-CfC O8 I— Compartment Door Panel:Diamond Plate O F2 CFA&f 2 e I— Compartment Surface Finish:Speed Liner, Black-M-1 I O"'I"'2 ouiargauiCuiareo't Roouir'to Be Speed LlAed Clllaelll( 02-BO-CFNO I--Component Finish (Shelf/Tray/Divider):Standard 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door I 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard I 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 05-EL-4M18 2 e I--Light, Compartment:Maxxima LED 18", EA, ILOS I Pg""I""C NoW 'o III ght h6e ui egeliiuired O"'I2 Ll ght Iligounted on C6llllAg Neair Door 9aui 111 08-B1-02LI --Prep for 02 Lift:NONE I 09-ZZ-ZZZZ -- 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"Hx 22.125" Wx 19.5"D I 22-F2-CfCC O < I--M-1a Compartment Construction:Smooth Aluminum ILOS 21',den au rd II Uw.k 090 A9 urniH rui,n 911 reet UCarall arUrneur� Cfr lillliurg': .09C Mu,Niio wn 211r& t 22-F2-CfC:28 -- Compartment Door Panel:Diamond Plate O F2 CFA42 2 e I— Compartment Surface Finish:Speed Liner, Black-M-1a I O"'I"'2 ouiargauiCuiareo't Roouir'to be Speed CliAed Clllad( 02-BO-CFNO -- Component Finish (Shelf/Tray/Divider):Standard 1739 11/22/2024 Job/Order No: 24OF 29102-03 Page 4 PART NO S DESCRIPTIONQTY 02-BO-CC1B I--Compartment Ventilation-M-1A Pancake Fan & 1-Column of Louvers 02-BO-SWFL --Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 -- Compartment floor thickness.125"standard 02-BC-10A0 --Compartment Door:SINGLE DOOR, 1-point Latch 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 05-EL-40N1 < I--Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, I ..IL.F I"' Ih lde, Ceii nt rred 12-ZZ-ZZZZ I-- I 02-M1-M275 2 M-2 Compt(2Fp1g)m 42.d 11"Hx 42.Cd 11"W '12.5 11"C O F2 CCM2 < I—M-2 Compartment Construction:Smooth Aluminum ILOS I &des au rd 1Cad(lr CCC Mu Nii rwn &r&r t C;r i nll aiii nau ni II ��i1��i n': 125 AC ui nii wi,n S11 eeY 1Corall a�froour� C�rlillliur2': .CCC Mu,Niio wn 211r&r t 22-132-C:CC28 I-- Compartment Door Panel:Diamond Plate O F2 CFA42 2 < I— Compartment Surface Finish:Speed Liner, Black-M-2 I O"'I"'2 ouiagauiCuiaeo'p Roouir'po Be Speed CliAed Dlad( 22-132-C:4 I I--Component Finish (Shelf/Tray/Divider):Speedliner Black Each 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS (std) I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-11 D3 2 n I--M-2 Shelf, Adjustable, Ext..125 Alum, 2"Upward lip IdO"'III S[idlf to be Speed II iiuied II Illa(::J( 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes I 05-EL-4M36 2 n I--Light, Compartment:Maxxima LED 36", EA, ILOS g"1i""II'p INote IINo Ill gl[it Il16e uie(!Jdliuimed IdO"'III goeu°lt Il...liig[i't Ori C6llllirig IINeauim II'.loouim Caiin�lb 25 316 2 0 -- Condenser, 12V. VALEO#25062, Dual Fan, Front of Module I as gauir'p of P 2 24-Cp -/C p 1 XS < I-- COOL BAR Front of Body, (5)- WARNING LIGHTS Pre-Drilled 9x7 1 W' ! II)G :...II 1VAC 900 Woi-[l s for 900 sl:,ze std l:4l te, also 19 ftdp Cfxn veimnionn II aungae Use of III re wedge us ,ru,blb ect to ei qg i reerliu q revr ie aid alpprovd for Lgll rt du b1C II Clpe III ,nod6s 04-HA-1362 -- Warning Lights installed on Condenser cover I 12-BO-0002 --Painted Part-Painted White YZ Std 06-RR-13ZO I—Standard Conduit: 1-112"", with pull wire I 06-RR-1304 2 CONDUIT DUI ORIGINATION POINT:M-1A compartment � 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) I 06-RR-13Z1 -- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std 06-RR-1301 I-- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet I 06-RR-13T2 I-- CONDUIT TERMINATION POINT:Behind Driver's seat 09-ZZ-ZZZZ -- I 22-MI-M379 2 M-3 Compt(LP): 61.511'µ Hx 3311" W '12.5111"C O F2 CCM3 < I—M-3 Compartment Construction:Smooth Aluminum ILOS I &des au rd 1Cad(lr CCC Mu Nii rwn &r&r t C;r i nll aiii nau ni II ��i1��i n': 125 AC ui nii wi,n S11 eeY 1Corall a�froour� C�rlillliurg': .CCC Mu,Niio wn 211r&r t 22-132-C:CC28 I-- Compartment Door Panel:Diamond Plate p 1740 11/22/2024 Job/Order No: 24OF 29102-03 Page 5 PART NO S DESCRIPTIONQTY O 02 CFA43 5 e I__ Compartment Surface Finish:Speed Liner, Black-M-3Ti O"'I"'S ouiagauiCuiaent Roouir 10 Be Speed LlAed Clllaelll( 22-O2-C F I --Component Finish (Shelf/Tray/Divider):Speedliner Black Each 2 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O 1 M..II.B IIJO II II: Ira1: dl aii uii ill Wflr Hnn&n (41") Ilrad s allraee H1 e II rat at dI e a6olluung Ilev6l 02-BO-CC12 U e I Compartment Rei nforretnen Wall nn12:MTB I 0 I F allllll #2 10 Ill e Pelii miouireed for SCBA Cuiraelll(ete III melalllllled 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard I 02-BC-1000 -- Compartment Doors:DOUBLE DOORS, ILOS single 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 54-55 1105 5 e --Shelf, Fixed, Ext..125 Aluminum, 2" Upward Lips I 'O"'I5 5liiaed edellfi 10 Ill e frouia WalHl #1 10 WalHl #3 and aviiillllll be alll:oae SCBA Cuirad(ete 0 I F 5ln6ll to Ill e Speed LlAed Clllaelll( 24-TS-1422 5 Divider, Veifica1, From Fixed Shelf 10 CCeilling, alum, Ole 1 Id140I II :)1Mdeuim to be frouinn III'ilaed S[idlf to 1Cefl11 u°ng aund 1Ceu°nteuimed luimouinm II.ei1 to II'Ziigl[it )1Mdeuim to be Speed II'...iiiuned II'IIIII1111an:mlll( 05-EL-4M24 5 e I--Light, Compartment:Maxxima LED 24", EA, ILOS 1 Pg""I""C NoW 'o Illliight lnollle ui egeliiuired NO F Iligoen t Light on C6llllAg Near Door Jauialll: 09-ZZ-ZZZZ I-- 1 02-M1-M575 S I--M-5 C:oi)ip 1.(OO)m 42 CIO, 4'1.d"12511"0 2211" W 2'1.011"D 1 Id140I II I Il ire MH be aun 8" altliinm ell°:anme uiin 1[ie toll°: of 1[ie n:moui i�m:auimlui ieu'll 22-O2-CCCC45 < I--M-5 Compartment Construction:Smooth Aluminum ILOS 1 21'den au nd II aw.r: 125 Ar u i ni a nu i,n S1 neet Cornnlpwlrneu nt Bottorn: 135 Ilu.0 N nu urn 211 r& t C ninll aiiineunP Ceil'i'ung: .09 Jrlu i,niunu i,n, S1neet O 02 CC08 I— Compartment Door Panel:Diamond Plate 1 22-O2-C FA45 S n I— Compartment Surface Finish:Speed Liner, Black-M-5 1 I40 III; 1Couinnlpairtii neu°nt III'�Ioouim to 141e Speed Il...iiiuned 111111an:mlll( O 02 CF 1 --Component Finish (Shelf/Tray/Divider):Speedliner Black Each 3 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O 1 C II III II O 111: lead r:;Rnaununel : lln Pllnimee (C"") Ilnrnlee allnrnee H1 e Ilnad at Pllne r:;eiliung leeel'. 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door 1 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 04-TS-1200 5 n M-5 Shelf, Fixed, Oa1m.°125 Iuminum, Partial Width 211"lips Upward 1 Id140I II fixed a[iellli to be luimouinn fixed 6%4deuim to Wdllll 113 liiin ioirwauimd ellpw.e all° II':uimoa 42" eg 1uirouia III:ollouia of eoui:ngauirloiaeol See C1uiraaviiing 1741 11/22/2024 Job/Order No: 24OF 29102-03 Page 6 PART NO S DESCRIPTIONQTY 04-TS-17N1 2 e --Divider, Vert, Full compartment height, alum,Adj, UnistrutTi I""nuiree 'lallllll eviiid'1 n eee'1liionne of d6iie'1uire'1 on the Ilbad( wallllll 11boa'1 3"" 'fuirouia 'tog and Ill:o'1'louia aund ou°ne liiun 1[ie uinflddllle o11[ie n:mouiimll° auim'l'uiimeu 't''foui 1[ie adj wa'tineun't 1l6lele Jliigln'1 Hdo e limn eoui:ngauir'loiaeol aeliillllAg 'fmoils Iligiiielll(eg NO d.lji,ee'lalll:llle 111iialiideaur'10 be Left of Cliiaed 111i4iideuir 24-TS-1422 2 I__Divider, Vertical, Full compartment height, alum, Fixed ICY II iiaed dliMdeir to be 10" 'frouin Wdllll #:3 'fuimouin e'14iiui nm[4iiuim e't'ouimage 'foirwauimd of dliiaiiideir 04-TS-STR1 2 I--Strap:2" Webb Seatbelt buckle chrome footman loops 1 I Il liio e't'uimall°: liio't'o eenmeuime'1Ililiiunge'luimouin uinoAing Wi lle'1'IIie ce[iliinmllle life liiun ui lo't'Jiioun dO""""III........'.. ""'uimoiin Wallllll #1 to III""'ilaed II')1Mdeuim 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 1 05-EL-4M18 2 I--Light, Compartment:Maxxima LED 18", EA, ILOS 1 U1"1""II' INote IINo Illliigl[it Il16e uien:eliiuimed I40 I II lgoeu°n't oun 1C6illlliiu°ng IINeauim II)oouim Jauiinlll: 09-ZZ-ZZZZ -- 1 02-M1-M675 2 M-6 Compt (d)m °1 "H °12.5111" W °19.5111"D 1 22 F2 CCM6 < I__M-6 Compartment Construction:Smooth Aluminum ILOS 1 2iides au rd 1Cad(l( CJC Mu b N nwn dll n& C;ni nll aiii neu ni Il nnilnni n': 135 A u i ni nu i,n 311 neet 1Carall an rneun� C lillliurg': .CJC Mu,n N nwn 211n& t 22-F2-C:C O8 I— Compartment Door Panel:Diamond Plate 1 22��BOF ���CFA46 I— Compartment Surface Finish:Speed Liner, Black-M-6 '1 02-BO-CFNO I--Component Finish (Shelf/Tray/Divider):Standard 1 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-40N6 < I--Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC, ILOS 1 C II..II IlNot&a I"' II lnnle Centered iHi Coi,nlpaiiineunl n,eill'ung 09-ZZ-ZZZZ I-- 1 02-M1-M775 I--M-7 Compt(RF): 67.5"H x 25.25" Wx 21.0"(Below FL), 1/0 1 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 1 02-BO-CCN5 2 < Cg 2 Compartment Construction FeioM(Floor Level: Smooth Aluminum 1 ILOS 2i',den au nd II aw.w': 090 A u i ni a nu i,n 311 neet 1Carall an rneun� C n lillliung': .CJC Mu,n N nwn 211n& t 02-BO-CC08 I-- Compartment Door Panel:Diamond Plate 1 22��BOF ���C1 d S e I������ Compartment 2 a ffaee Finish Speed"Liner, Black M����7 1 O"'I"'2 ouiagauiCuiaeo'1 Roouir'10 Be Speed LlAed Clllaelll( 02-BO-CFNO I--Component Finish (Shelf/Tray/Divider):Standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-4M36 2 e I--Light, Compartment:Maxxima LED 36", EA, ILOS 1 U1"1""II11 INote IINo Illliigl[it Il16e uien:eliiuimed IdO"'III lgoeu°nt If...liig[n't oun Wdllll #:3 01 Illg"7' 1Couiimll°:aui lui ieu 't 1Ceu°n't'euimed 1742 11/22/2024 Job/Order No: 24OF 29102-03 Page 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I-- 02-1141-114888 1—M-8 Drawer(RF):None-Batteries Under Hood i 02-M1-RA03 I--Rear Access Doors:46 314" Wide x 60 518"High i ZZ-ZZ-ZZZZ -- t ZZ-ZZ-ZZZZ -- t WELDING -CELL 1 04-A A2 C S < 1__(3)Placard Holder, 12"x 12", with Placards Top Load,Aluminum "U" Trim 1 style Option includes Painted smooth placard inserts. Color Red, REV to cut(3) 12" x 12" aluminum smooth insert sheet placards and paint job color of the body. Welded plate with drip rail edge placard holder style Shipped Loose for Dealer to Install After Graphics are Installed f AS S004 I—Painted Part-Painted Special color to match Body S ZZ-ZZ-ZZZZ I-- 04-AS-06A1 Fuel Fill: CPI Housing with Drain 53 FGT0053-1-238 i 04-AS-0801 Urea Fill: CPI FG5301-1 Inlet Housing 1 04-AS-0370 I--Wire/Hose Cover : Diamond Plate, Between Cab & Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < I--Pass-Thru cab mounted wind deflector-Aluminum Diamond Plate 1 AEV Weld shop builds and installs, Attaches to Cab side of bellows mount. Same width as bellows mount with short down turned sides. Secured on sides to bracket. Small up-turned lip at back of wind deflector. non-Painted 04-BW-ABME S < Bumper, Rear:Medium Duty Style HD lute Fratned"W14" Tail DPpontoon 1 covers )DII'''tCII'°°°IIASII II':)WI III III 111130Ii)Y I140III Dedoiuiin II')u'I'g Style II,luui��ipeir aind Willlllll Douint Undeuim III I�:mlllk Il)llla'I'e aind Willlllll unot Dauiaage Aliieillk Rate liA Reauir End Acddeu't 04-BW-FLMD < --Step, Center:2"x 7"Grip strut, flip-up i : U VII:'tAIh..UASI'' II::)Wf..IL.IL..0 IIIIAII::Y 04-A 300 S --Dock Bumpers:Rubber 2 114"Hx 16" Wx 2" Thick 1 24-B141-F22 < --Fenders, Rear:Rubber Extruded, Black 1 MTB#7215439 04-BW-DP0l I-- Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 24-F141-DP10 I--Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum 1 04-BW-TA04 --Location: Centered in the kick plate i 05-EL-44TN -- Tag Light:Kinequip LED#132703C 1 04-BW-DP92 < I-- Corner Caps: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Corner Caps. 04-BW-DP93 < I-- Front Stone Guards: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Stone Guards. 04-A 1460 I—Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE i 04-EA-1132 --Mud Flaps Rear:Modular, Rubber AEV LOGO 1 25-A2-3904 < --Lights, Cab Step:2" White LED, chrome flange mounted in box front, i Whelen AcdvaUe Il:u Tall) IDoors ConsUan II of 1743 11/22/2024 Job/Order No: 24OF 29102-03 Page 8 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I- Ti - 04-A - (4)Rear Door Hold Opens:Grabber Style, Top/Bottom each door ILOS 1 EXTERIOR LIGHTING/ HEAT/AC/INSULATION -CELL 2 05-EL-1800 CORNER CAP LED ICC/WARNING LIGHTS 1 05-EL-18FO I-- Front Corner Cap LED ICC/Warning Lights: Warnings RED/WHITE 1 05-EL- 8F3 < I--Front Center ICC Lts:(3)AMBER Weldon LED No 9186-1500A 1 Switch w/ Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 I-- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 SS L 18R3 < I--Rear ICC Lis:(3)RED Weldon LED No 9186-1500R 1 Switch w/ Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC0l I-- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 SS L 2310 Tail Lights, Whelen LED Combinations, ILOS, 1 05-EL- 9M4 S I__Side Marker Lights PAIR:(2)RED LED, Whelen#TOROOMRR, l WiiIIII GuimouinmuinmeI ""I""GII',"'Z IIIH2 I40"'III Houinted oin &do of Il Zeair 'luui rmll eir If)oi nlooins 05-EL-2314 S a I-- Whelen 600 Series, Tail Lights l Vein lcalll IlHoun ted On Kid( Rate 4[i Gui4l0 Oullll oauird. "'I""uuirnn Gsslsuiry and Bad( Ii, Ill oauimd 05-EL-0201 I--Flanges:(6) Chrome for above 600 Series Tail lights-INCL l 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated l SS L 2333 I--Back up, Whelen 600 Series, LED, Pair, Minimum Intensity l 05-PL-LX89 S I Turns: ( ) 141helen 600, Super AMBER LED/AMBER LENS, Programmable l ILOS Piroguirauisn Steady Guuirnn to oui 111 Oi ""I""uuirnn &gnmallls ZZ-ZZ-ZZZZ I-- 05-EL-4300 Patient Area Turn and Stop Light Indicator: None 1 05-EL-43DL Third(3rd)Brake Light:NONE 1 SS��ZLSF��4SSS SCENE/FLOOD LIGHTS (Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2)LED-24, Whelen 900 l Sllnimoime ilainges for Pllnis II',gllni iun(;.'Uded 06-EL-18LF --Left Flood Activate:Left Flood Switch l 05-EL-45T6 < --Right Scene Lights:(2)LED-24, Whelen 900 l Sllnimoime ilainges for Pllnis II',gllni iun(;.'Uded 06-EL-18RT --Right Flood Activate:Right Flood Switch and open CSE Door l 05-EL-46CQ S a --Front Alley(2)FireTech Mini Brow(FT-MB-2.9-FT-B)LED-Black l I""II I IIISII'II22111 I II3 Q I 2 11.1 uiin(:[i Illou g can I[i, II:Illlanmlll( II°°°Illousling F III°"I F I IPH G 1°°°°I FSG O""I"""S 4 Glllaaill( uisnounlliinmg Ilbui aalll(sls add n:mointirolll swllnmlli oin froint systeii n n:mointirolll II°:ainel 4O 111 wire I unm[i '[)odtfle Slanmlll( Allllllay II uigll GIs IIIHoui nlud Ui ndeirineal[i Air(1 (: Wedge oin Di liiusuir S Fassssgeir&de for Allllllsy Liights S II I""GHED LEF I""ALLEY AND RIGH I""ALLEY 05-EL-46R6 I--Rear Load Lights:(2)LED-24, Whelen 900 l 06-EL-18RE I--Activate:Rear Flood Switch, Reverse and Lead RA Door l 05-HD-OOFB S a AC(HVAC):VALEO HWP F-Series Ducted in Ceiling- Vert.bh seat, 2nd comp l Wiirllll Ifllllllllllan:mluimliin:m Ilhealauim uallNe IiHoun ted GsNrid the Attendant Seal Hasa Fadrig Rear of '1''irualll( lii,ullludes esleiiliiouim n:moindeiinseir, (II°:l(i mlll( (moindeinsouim IIIaIIIbeIed II IWI)) (:.oindeiinseir 25062 1744 11/22/2024 Job/Order No: 24OF 29102-03 Page 9 PART NO S DESCRIPTIONQTY condenser, Requires separately purchased 2nd compr bracket system 05-HA-0406 -- Water Pump:Installed required f 05-HA-1306 --A/C Condenser:See M2 Cmpt for Condenser Information t 05-HA-14P3 --AC Evaporator.VALEO/ACC(AC/Heat unit) w/dual fans-Hot Weather f Vertical 05-HA-1404 --Heater Hoses:EPDM-Nomex Rubber(per Ford QVM) f 05-HA-14A0 --Side Plenum Grille, Return Air:Stamped Powder Coated Steel t 05-HA-14B1 --Filter, Washable Carbon Pre-Filter f 05-HA-15A0 --Ducted AC Delivery:insulated&foil wrapped, 10 registers t 05-HA-14R0 --Hella Relay Connector:Installed f 05-HA-2005 --Patient Ventilation System.4 inch Power Intake, 4 inch Power Exhaust STD t 05-HF-14C2 < --2nd AC Techni brkt& Comp Late 2024+Diesel Ford F+3rd party install f I UIN 1302 :crm I crd I:: cllrass, is Ilforrs6r Manu..rfadubrered on orAl! I May 2024 Super duty II es6 I 1141 e r;Umssl:s. Bracket requ.. res IlDreventaU:live rnaa u.rtenau.ce to Dreserve warranty trans CIlrrrck the e(r. ruri a Il::aiie for rUei ils. C141CI111°'...`1`1 1 7208C 10-HA-02ST I--AC Control:Heat or AC and Fan Speed selector switches t 05-IL-0051 CEILING PANELS: ACM Gloss White 1 05-IL-0261 -- Dome Lts, LED K-EDGE (4)Streetside, (4)Curbside std 1 ZZ-ZZ-ZZZZ 1-- 1 22-EC-0900 < I— Timer, Spring wound Constant Hot, Checkout, 15 Minute 1 Located on curbside wall at head of squad bench. 06-EC-09P1 -- Timer to Power:Street side DOMES, High intensity f ZZ-ZZ-ZZZZ I-- 29-MK 0801 -IV Hook No 1: CPI Rubber IV 2008-1(Recessed Mount), ILOS 1 29-MH-1000 I--LOCATION: Over head/chest area,primary patient on COT t 29-MK 2222 --IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount), ILOS 1 09-MH-08P2 --LOCATION: Over head/chest area, secondary patient on SIB t ZZ-ZZ-ZZZZ I-- I 09-MH-2AC5 < --Recessed CIS Grab Rail, ceiling: 1.25 Dia..... 3 pt, 72in, Gray Antimicrobial 1 Grab Rail will be recessed in a ABS pan. 09-MH-2ASS -- Streetside Grab Rail: None 1 Insulation PKG: Body Std. 05-IN-1STD -- Insulation: Circumferential PKG, Single Layer Reflective w/Air cell core 1 05-IN-3STE -- Insulation: Entry Door, Reflective w/Air cell core 1 05-IN-4ST9 -- Insulation Sound Deadening: Generation 10 Floor 1 05-IN-5ST0 -- Insulation: Walls/Ceiling, Additional : NONE 1 05-IN-6STD -- Stepwell Insulation: None 1 22-2F-2 t22 < --Light Bar Alternative, (4)Across Front, 92"or wider 1 In Addition to Standard Front Three (3) Body Warning Lights. Seven (7) Total Lights Across Front of Body. 05-LB-6222 --Front of Module SLED System-92"and wider(4) t 22 2F 2242 -- Whelen, 900 Super LED, (4), (2)Red&(2) White f 22-2F-6897 --Flasher for LED front of module:None t 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above f 05-PL-LV11 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable 2 IA TS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 1745 11/22/2024 Job/Order No: 24OF 29102-03 Page 10 PART NO S DESCRIPTIONQTY 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 05 PL V'10 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 ZZ-ZZ-ZZZZ -- 1 05-LB-6900 S Alternative Lightbar Switching, Prim/Sec 1 II�II;II'� II uigll�'1'a Il:�uimliiui��mauiMgNRe�:mou�dauiMg hli4e Liights R i ii auirg O 'mlllg 05-PA-LBOB I-- Rear Light Bar: NONE 1 05 R A TLF WHELEN LED WARNING LIGHTS YS TEM-F-series LTD 1 O5-FS-0710 F Flasher:None,All Super LED's Are Programmable- 1 aaly Alll'1'eiriia'1'e wd[iil ii ea(mlhi 'fia'leui ey II'Zai doiin III aalhi eutlleoa o1lheirwioe II°:e(mJ lied Allllll 900 a If...uiglhi'1'a Il:)uimoguimaiin 1'19 A( ioii Ill iaalhi "7''00 Reauir III 'm'1euireecflon Liights Piroguirauier '#31 Acflon Rash 05-FS-10P4 --Flash Pattern:None, Internal Light Head Flasher 1 00 RWAR02 R < Warning Light SWITCH:PIS, center console, PARK secondary 1 R i iinauirg duiroge'10 eeeo 'mdauirg liA Raul lllk ouir Neutii4l O"'1"'F Allllll Allleauir Foirwauird Fad rig airn�iAg Llights'10 Go Oa'1 liA Raullllk ZZ-ZZ-ZZZZ I-- 05 PL TO5 --(2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange 1 05-PH-LSOB --Flanges:(2) Chrome, 5TIR6 Lights 1 05-PH-LTOJ R --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS 1 Ruiroguirauier '#21 05-PL-LX00 I--Lens color for Above LED Light to be: Clear 1 05-PH-LT28 R < 1--(2)Front Intersection, Whelen LINZ6, SLED, Chrome Flange 1 PROGRAM '#21 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add 7 Side Warning Lights, :NONE 1 ZZ-ZZ-ZZZZ I-- 05-PL-LU30 --(1) Center Front Warning Light: Whelen 900(Super LED) 1 05-PH-LSOH --Flange:(1) 900-Chrome Flanges for light above 1 05 PL R 'A"1 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU40 --(2)Front Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PL-LXF3 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 ZZ-ZZ-ZZZZ -- 1 05-PL-LU50 --(4)Side Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 05 PL R 'A0 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 1746 11/22/2024 Job/Order No: 24OF 29102-03 Page 11 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I-- 05-PL-L U5"1 (2)Rear Intersection Lis : Whelen 700, (Super LED)IATS 05-PH-LS08 --Flanges:(2) 700-Chrome Flanges for lights above I 05-PH-LT5A --Locations:(1)over each rear wheel well opening. 22 PL 2 22 --Light: Whelen 700, Super Split REDIINHITE LED/CLEAR LENS, Program 2 ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXY4 --LED Color for Above 700 Super LED:RED/WHITE 2 06-SW-0022 --Rear Intersection Lights Switched:PRIMARY/SECONDARY I ZZ-ZZ-ZZZZ -- 05-PL-LU60 --(2)Rear Warning Lts: Whelen 900, (Super LED)ilos I 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 05-PH-LT6A --Location:REAR, (1)in EACH Upper outer corner. I 05-PL-LXF3 -Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 ZZ-ZZ-ZZZZ -- 22 PL U62 2 (6)Rear Warning 21e. Whelen 900, (Super LED), I TS I 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above I 05-PH-LT6C 2 --Location:REAR, (2)aligned w/EACH upper window in RA doors. IgO"'l l4'.; (2) II eft auid (2) Il,lrg[i'l' Clint 111earm al 111earm Wd iiidow Il..eeelll (1) II''W & (1) IlW/Aiii lllbeir on Each 2rliide [armliieerm guide W llllll be IlW gll° II° err led/Aiii llhberm Il.o weir 2aeeeogerr 2rliide Wlll be Iced/Aii rlll eir l ggeir Red Cowen 05-PH-LT6C U I- Location:REAR, (2) aligned W1 upper Warning Ligl'r'l'e on Rea), 1 gO"'l II ormale (2)Addlii'lliiou,4ll ddll[ielei 900 II'W II rg[i'l'o Illu lllrroarmd of gl'ai dar`d gll° II° err 111earm Iced Cliiglr'le 05-PL-LV1"I --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 05-PL-LV29 --Light: Whelen 900, Super RED/AMBER LED/CLEAR LENS, Programmable 2 IA TS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 2 ZZ-ZZ-ZZZZ -- 1 22 PL U72 --(1)Rear Center AMBER Warning Lt. Whelen 900, (Super LED) I 05-PH-LSOH --Flange:(1) 900-Chrome Flanges for light above 1 051PL 2XF7 Light: Whelen 900, Super AMBER LED/CLEAR LENS, Programmable ILOS I 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ3 --LED Color for Above 900 Super LED:AMBER I 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZY -- I ZZ-ZZ-ZZZZ -- 1 05-ZZ-ZZZZ 1 ELECTRICAL-CELL 3 05-IL-2035 --Pre-wire, (1), For Customer Installed Rechargeable Flashlight, I 22-1N-12N 9 2 Location:M-3 Compartment On Wall 21 Above Fixed Shelf Height 1 05-IL-10P0 --Powered: 12v Constant Hot I ZZ-ZZ-ZZZZ -- 1 1747 11/22/2024 Job/Order No: 24OF 29102-03 Page 12 PART NO S DESCRIPTIONQTY 22 22 2222 2 < I-- Customer Supplied Part(s) : Yes See account 1 1) One Radio Head for Console 2) Dealer Supplied Stryker Power Load (Received 5-2-23) 27 22 182 I— Custom design wood console included in Order 1 11-ZZ-090D < I-- CARS GVS 2.0 Exception C.8.5.5 Lack of Anti-Theft device for Idling 1 By declining to select an appropriate anti-theft device for this chassis, The Agency is non-compliant to CAAS GVS 2.0 for the likely event of required idling of the chassis while unattended. This applies only to agencies selecting CAAS Compliance. CAAS GVS 2.0 requires; The chassis shall be equipped with an anti-theft device to prevent the vehicle from being driven by an unauthorized operator.". 22 t2 2222 <Rechargeable Flash Lt.Streamlight, SL-20LP, Orange, Installed 1 LITE-SL20LP 05-IL-10L0 2 Location: On Passenger Side of Center Console t 05-IL-10P0 --Powered: 12v Constant Hot t 06-AL-47SU Hand Held Spot Light: None 1 06-AL-4900 < I-- Cab Spot Light: None 1 Not Require by KKK-F 06- M—S I—AEV Traumahawk Telematics Declined, Not required 1 06-BA-3F46 Batteries:2-Battery System - Type 1 OEM AGM Batteries FORD t 06-BA-3F5B I--Batteries:(2)Underhood(Type 1)AGM t 06-BA-3FJ1 < I--Battery Make:(2) OEM t Battery Brand must match 06-BA-Q631 < I--Battery Switch: Cole Hersee 2484-16 Paddle, T1 center console t SWf II CCII.I II...00;ff II IOfN II,)�'Pvers" sI',de of(:.enntei-n:;db nsolo. 06-BA-3FW4 --Batteries Wired:Parallel for higher amperage t ZZ-ZZ-ZZZZ -- 1 tt2 Lt"u� tt52F PWR Door Locks:Module Doors-Full Mod T1 Ford 1 06-EC-050A I--Door Locks, Tied into OEM System Type 1 Ford t 06-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors t Must alko operate the Mo2'uu e �:�Iower Door Locks Opfliouned 06-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles t 06-EC-05K0 -- ONLY the following doors shall have power door locks: t 06-EC-05M1 --Electric Door Lock:(M-1)Left Front Compartment t 06-EC-05M2 --Electric Door Lock:(M-2)Left Middle Compartment t 06-EC-05M4 --Electric Door Lock:(M-3)Left Rear Compartment t 06-EC-05M6 --Electric Door Lock:Rear Access Doors t 06-EC-05M7 --Electric Door Lock:(M-5)Right Rear Compartment t 06-EC-05M9 --Electric Door Lock:(M-6)Right Rear, Forward Compt t 06-EC-05N0 --Electric Door Lock: Curbside Access Door t 06-EC-05N1 --Electric Door Lock:(M-7)Right Front Compt t 22-EC-2800 < Door Unlock Switch, Momentary, Exterior, hidden t OIII Vunstallapl'()un of ::emote IDoor II rn:;Rw Sw,:t(;.h feature may I'un(;.reasa lilw6l'Ihood of ubunaubflrormnze2' eur&.nm C uu r'&:o onrll rlialle By d neddii rg 'l.11 fls op'li.liou r, Ip..urd raser fu ball rer agr&r s to Il nolM or (:;hassle imaununfw.tu rei- Ilnarrnlasn for any Ions of vdfl! .;e or n;()nnte nts (:;au sed by uburllawhull access 06-EC-0802 --Location:Front Grille/Bumper Area t ZZ-ZZ-ZZZZ I-- I 06-EC-3015 < Ford OEM backup Camera installed, Cable, Displays into OEM Radio 1 Ordered with Chassis. This product has no BRAKE light capability. 06-EC-3509 Circuit Board: RMR Rail System, W/ LED Diagram-Type I 1 06-EC-CB03 -- Circuit Protection, 12V: Blade Breaker- Manual-reset 1 1748 11/22/2024 Job/Order No: 24OF 29102-03 Page 13 PART NO S DESCRIPTIONQTY 06-RR-23F1 I-- Ind Light Flasher: Thru 14S Flasher Unit 1 06-RR-2400 I--Type I -CAB Wood Console: Pass Thru - 14" OAW std design 1 06-RR-2315 I--Type 1 LED Rocker Switches Front and Rear Switch Panels Standard 1 06-EC-3570 I-- Master Switch: Front Only 1 06-MC-0810 1—Smart Volt Meter: (1) Kinequip 8.0 thru 16.0 Volts, Digital w Low voltage buzze 1 02 R 23C f I-Engraved LOGO:None 1 06-RR-2311 I-- Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light: Activate w/ANY compartment door switch. 1 06-RR-2313 I-- Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 I-- Indicator Light: Halogen RED"Door Ajar" light 1 06-RR-2316 I-- Flashing light: Activate w/ANY Mod entry door switch. 1 06-RR-23C4 S I--Door/Comp Ajar Buzzer:Activate with Entry& Compt Door 1 This is in addition to Indicator Lights. NOTE: Activate only in gear 06-RR-23LO I-- Illumination strip LED for Front and rear switch panels 12v 1 ZZ-ZZ-ZZZY 1-- 1 07-RR-24AO I--Console Finish: Black, Textured "Easy Grip" 1 07-RR-24A5 I--Wire Harness Routed Behind Driver's seat, No Cover Required 1 071? 0201= I-Add-on Console: Type 1 1 07-RR-02 S I--Drink Holder:(2)In Add-on Console, Big Gulp Size 2 071? S2 2 I-Drink Holder Location:Middle 2 07-RR-02FO S Note Book/Clip camda ccctm ��2 � Width S 611" Wide f 07-RR-02F3 I--Double removable Lexan Divider(s) f 2 -FF-2301 S Customer Supplied Radio:Installed in Console(Reference Engineering f Dr ufflf'ly) O I D Ra6o Wi Il be II4istalllllled On Doi lveuir&dc of Consollle (See Engiuneeii liirig Duiraavi ng) 07-RR-2354 I- Glove Storage:(3) Glove Box Storage Across Rear of add on console f 07-RR-24AO I-- Console Finish:Black, Textured "Easy Grip" f 07-ZZ-ZZZZ -- f 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 5&ZG,43OS I-- Cut Off Switch:Auto reset,momentary style 1 11-ZZ-0936 < I--Exception to 3.14.6 Cancel switch for back up alarm NOT ALLOWED, f >> Cauu�:;nl na:ip�:;Ru i��im Il:::a�;p,..all alaimin uu��i al4 a d l„uin na:ip�;lu ISu VS II tl fl ISCCI II) from flhe 6leatumiaall d6sgi 0l g CSCS :C S 2.0 I',II uu()p Il niminii plluin en(;ell ii(uu an ()iw!uly 2'l, 2 21 06-EC-GR0l Ground Straps, Module to Frame: (Qty 4) Braided 1 06-IA-0001 Converter, 125V to 12V: NONE 1 0 tO 0250 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS I--Portable Equip Charging Circuits:Included in Inverter f 06-EC-03AA I--PREWIRE LOCATION:(1)Cab Console, (1)Behind A/A f 06-EC-03C9 --Portable Equip Pwr Source:Ignition and/or Shoreline f 06-IG-03A0 --Battery Charger/Conditioner:55A-Built into Inverter f 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries f 02 IO 5427 --Inverter Location:M-1A (ULF) Compartment f 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED RADIO POWER 06-EC-03AO I-- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I-- Radio Power Source: Battery Switch Hot 1 06-EC-03GO I-- LOCATION: Behind Passenger's Seat 1 06-EC-03A2 I-- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I-- Radio Power Source: Battery Switch Hot 1 06-EC-03EO I-- LOCATION: Behind Action Area Board 1 1749 11/22/2024 Job/Order No: 24OF 29102-03 Page 14 PART NO S DESCRIPTIONQTY ANTENNA LEADS 22-FF-t710 < I__Antenna Base w/Coaxial Cable:KE794#1 1 MOUN-KE794 06-RR-01P0 --Port Plate:None-Access thru center upholstery panel t 06-RR-1760 < --Roof Location:Roof Port#1 t OTIIC K724 one u� D itlln edg of n;u�nimllbs�:de eiint� door n;enntered sI',de to sI',de as uneaim as IlDosss:llble 22-FF-1772 < I-- Termination Point:Inside Center Console t T 0 uJ N 1K 794 06-RR-1809 1-- Patient Area Radio : None 1 06-SO-0000 125V SHORE LINE AND OUTLETS 1 22-2C-2222 --Shore Line Inlet:20A Super Auto Eject, ILOS 1 06-SO-OOL1 --Inlet location:Aft of Left Front compartment t 22-S -0805 < --Indicator Light, Shore line: Weatherproof,power by SL, Red t un4l'n;ai��im Ii',711ni In:;ai4 all::�oIlnim liun iunlp. 22 S 080Q < I--Auto Eject Mounting Plate, Metal Painted t e'i.all mounding IlDlat e to fit Tub&:a II pest'l:yllDe dn01-6luu es' 12-BO-0002 --Painted Part-Painted White YZ Std t 22 S 1010 - Cover, White, Shore Line Inlet: 20A Super Auto Eject, ILOS t ZZ-ZZ-zzzz I-- 06-SO-1400 1-- **125 Volt OUTLETS** 1 06-SO-12 t 2 1-- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#1:20 A, White ILOS 1 06-SO-140 I--LOCATION:Action Area, standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 22 S 12 2 2 1-- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#2:20 A, White ILOS 1 06-SO-1442 --LOCATION:RF ALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 06-SO-12 2 2 -- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#3:20 A, Hosp Grade t White IA 06-SO-140 2 LOCATION:Extended coonArea, (See DraWh7g) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t ZZ-ZZ-ZZZZ -- t 22 S 12 4 2 1-- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#4:20 A, Hosp Grade t White IA 22 204 1422 2 LOCATION: C,. 2 t uu�a�mLai2"o Loao T����o�m aoo C�man��if'� 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t ZZ-ZZ-ZZZZ I-- I 06-SO-1100 **INTERIOR 12 Volt OUTLETS** 1 22 S 0X7 1-- 12 Volt outlets two separate single outlets 1 06-SO-1222 I-- 12VI USB Combo Outlet, No 1:- Wire thru Med Isolator ILOS t 06-SO-11L1 I--LOCATION:Action Area, standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 06-SO-1912 I--Power Source:Medical Isolator, Battery(CONSTANT)Hot t ZZ-ZZ-ZZZZ I-- 22 S 1224 I-- 12VI USB Combo Outlet, No 2:- Wire thru Med Isolator ILOS t 06-SO-11L1 2 LOCATION:Extended coonArea, (See DraWh7g) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t 06-SO-1912 --Power Source:Medical Isolator, Battery(CONSTANT)Hot t ZZ-ZZ-ZZZZ -- t 06-SO-1103 I-- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 I--LOCATION:RFALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 1750 11/22/2024 Job/Order No: 24OF 29102-03 Page 15 PART NO S DESCRIPTIONQTY 06-SO-1913 --Power Source: The SAME as outlet No 1 t zz-zz-ZZZZ -- t 06-SS-060A Siren: Whelen, 295HFS2, Standard F-Series 1 06-SS-SA27 -- Siren Speakers:CPI: SA4327 with Chrome AEV laser cut cover, flush F series 1 06-SS-SW01 -- Siren/OEM Horn Switch: In Cab Console 1 06-SS-SW04 I-- microphone clip not installed Tie to Siren Microphone cord. 1 03 SS 1313 Air Horn System:BUELL-F1 1 06-SS-1301 < --Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t n ni nruiir:;h Irnr;ated on divers nl',de, 06-SS-1305 --Air Tank Mounted to Frame Rail t 06-SS-1310 --Emergency Master Hot t 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty t 03 SS 1347 -- Compressor Location:M-1A Compartment t 22-SS-1 F.) < Air Horn Location:Under Front Bumper, F-450 and F-550 2017+ t 1011' II 550 may regOre rer,nss r:;u t i into All nal'au nr;n ...Ai i II)aim 06-SS-1321 --Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) t 06-SS-1332 --Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) t 06-SS-13M0 --Air horn mounted system Standard chrome finish 2 CABINET SHOP -Modular 07 SS 182 -- Custom design wood console included in Order 1 ZZ-ZZ-ZZZZ -- 1 07-00-0001 <ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF+ OR- 1/4" 1 Unless specified as a minimum dimension. ZZ-ZZ-ZZZZ 1-- 1 Cabinet Configuration 27-22-MC OB Mica Colors:Gloss Beige 1530-01 ILOS 1 zz-zz-ZZZZ I-- t 07-00-PCON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07 St SAd7 < I--Att. Seat:EVS Comfort 1880P4B 10deg Child Safety Seat Taupe Per4max t Black Seamless,nn, taupe Cornfoil serm es foarn, ei nan Il:l a(*4...II i II I6t 27-SE-090 t S BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std t (2) II'')oslii'lliiou°n Swivel, Ill' ouimwauimd or II''teauimwauimd, Outll7 I40"'III douun'l A'lleu°ndau°n't Seal' II,lase So 11he Seal II';la:mlll liis 30" Ill uimoiin 11he Seat Il;llw:mlll( to the Head of the Cot t t-SE-24 2 I__Attendant Seat,Armrest:None t 07-AC-4401 AS AC CABINET:Evaporator, Std Location Behind Att Seat Facing Rearward 1 07-ZZ-ZZZZ 1-- 1 07-BH-4801 AS dH Cabinet, Behind A tt Seat. Cabinet "H"I(Eleo Cab) Facing Rearward 1 07-CA-VEN7 -- Plastic Vent: (2)Total, 1 column x 8 row, Vent 01 1 07-DR-WDOE -- Door, Single Solid Flush Fitted Electrical Area 1 07-CA-2100 --TRIM: U-shaped Door, J4rim opening 1 07-DR-OR04 -- Hinge Orientation: RIGHT 1 07-HW-HIN1 -- Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07 W S0 t 1 Round Pull Latch:Non-locking- Chrome Finish 1 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-BK-0001 S n Bulkhead C:abine't 32 Under Talk Thrum Ins tailed 1A TS, To House Norcold Fridge, t I40"'III S'laiiiuflless Steelll Couun'teuiColp wd[i a 3N4" Illliip oun allllll 'four sides 1751 11/22/2024 Job/Order No: 24OF 29102-03 Page 16 PART NO S DESCRIPTIONQTY 07-WC-AS21 2 u Tray. Stainless Steel l 3/4W, LIIIl')& Oin allllll '/iouuim slides ZZ-ZZ-zzzz I-- I 07-BK-0002 S Bulkhead Oabi e't 11 Above Talk Thrum Ins tailed 1A TS, See Drawing t 07 Ltt2 L 24 --Door:Single Flip Up 318"Lexan l 07-DR-LZ20 I--Hinges:Reel Torque t 0 tm W S0,11 I—Round Pull Latch:Non-locking- Chrome Finish l 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-TS-1200 --Shelf Track:Small alum Unistrut type l 07-CA-0600 1— (1)Shelf:Adjustable with Alum Trim t ZZ-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 07 t"l 3300 CURBSIDE UPPER: Over SIB, Mods 1 27-CU-K"123 -- Cabinet K1, K2, K3:(3) Openings with flush dividers t 07-DR-LX24 --Door:Single Flip Up 318"Lexan 3 07-DR-LZ20 I--Hinges:Reel Torque 3 0 tm W S0,11 I--Round Pull Latch:Non-locking- Chrome Finish 3 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 3 07-ZZ-ZZZZ -- l 07-ZZ-ZZZZ -- 1 07 t"l 3400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Cabinet L m (1) Opening With (2(Adj shelves t 07 Ltt2 L 22 S Doors, Double, OuedaT Lunged, 318"Lexan': l 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1)RIGHT and(1)LEFT l 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors t 07-HW-SO11 --Round Pull Latch:Non-locking- Chrome Finish 2 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 2 07-ZZ-ZZZZ -- l 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S I�� Cabinet, (4( Glove Stora,deand"(1)Mask Storage, 45'Section of RF At..,S l cabinet, 07-DR-LX06 S Door OuedaT He, 318"Lexan': 4 glove and(1)Mask dispense thru l 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 3 07-HW-SX11 I--Round Pull Latch:Non-locking- Chrome Finish l 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- l 07-RF-CADR I-- Check the specified Walk through Door type (Station 5) 1 07-RF-1148 S u I Cabinet t 1 Upper Lett Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 27-DR-LXXE I—Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 I-- TRIM: U-shaped Door, J-trim opening l 27-DR-OR03 I—Hinge Orientation:LEFT t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge l 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door t #IL......00112...02A 07-HW-SX12 S I--Round Pull Latch:Locking- Chrome Finish l 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-RF-1248 S Cabinet 1-2: Upper Right 1 07 t t3 Litt °l3 S u Door Single Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S TPRIMm U-shaped Door, 3-'trim opening t 07-DR-OR05 2 Hinge Orientation TOO' l 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 2 1752 11/22/2024 Job/Order No: 24OF 29102-03 Page 17 PART NO S DESCRIPTIONQTY 07-HW-SO12 I--Round Pull Latch:Locking- Chrome Finish f 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each t ZZ-ZZ-ZZZZ -- 1 07-RF-1348 S C:abi et I-Sm C ustom (Referee ce 20OF 27164) 1 07-DR-WD25 S Ooor, Single Solid, Flush 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 07 OIC 0ICS4 I--Hinge Orientation:RIGHT 1 07-HW-HIN1 I-- Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 I--Round Pull Latch:Non-locking- Chrome Finish f 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-RA-IOAl I--Outside Access: Thru M-7 (RF)Compartment door. 1 07-RF-0001 I-- Interior MICA Color: White cabinet liner 1 07-TS-1200 I--Shelf Track:Small alum Unistrut type I 07-C: -0608 S (S) Shelves:Adjustable mica over substrate With Alum Trim I 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 07-SA-0000 1 07-SB-4401 S SQUAD D BENCH: Set Oack at Seating Position 1 NOTE: Set back seating area of the bench for a wider aisle. (Reference 20OF 27164). The Squad Bench Lids Will be Cut Back to Foot Ledge Recess with Minimum Overhang. 07-SB-0001 I-- See Upholstery Section for Post and Wheel Cup info 1 27-2F-1121 S I__Bio-waste/Sharps No 1:Roll-out DRAWER 1 NOTE: The drawer will have a non locking chrome latch on drawer. NOTE: There Will be access to sharps and trash through top of bench using a separate red lexan overlay door. 07-HW-SL01 2 Drawer Slides:Full Extension,sion, Detachable 122 LB capacity STD I 07 W S'O'I1 Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-SB-0999 --LOCATION:At head of Squad Bench, Roll out over step well I 07-SB-1005 -- WASTE CONTAINER: 6 Quart 1 07-SB-1015 S s SHARPS CONTAINER: Customer Installed ILOS I HOLE CU""t IIIN DRAWER 1"0 FIII I CON..t 311 AND CUS I 01VIER WILL III S..t"ALL SHARPS COII't IAIIIIIdIIIIIIIIIIII'"'t ZZ-ZZ-ZZZZ I-- I 07-SB-1001 I-- Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S Curbside seating loot platform Vinyl flooring to match main floor I 07-SB-LID2 -- Squad Bench Lids: Split-2-section 1 07-SB-LH00 I-- Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LH03 I-- Lid Checks: Gas shock, Dual Action 2 07-SB-LH07 I-- Latch, Squad Bench Lid: Slam Action Paddle, W keeper 2 11-XO-0030 I--Stowage rating label -Squad bench interior, entire area 80 Ibs 2 07-TR-SB0l I-- Edge Trim, Lids: Band w/ Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 S s I--Restraint Net, Removable, at head of SIB, Black Webbing 1 NOTE: Attach to Top of Bench Due to Drawer 08-ZZ-ZZZZ -- 1 07-TC-0000 1 07-TC-6401 S TOP CABINETS, A, O1 and 02 to be Three Equal Sections 1 07-TC-A644 S Cabinet : 1 07-C B-DR50 I—Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07 3900 S s Oividers, (6)Adj 3116"Le ap:, WI ABS slotted"track EA cal: I O..t..F &iu Leuu:m Sliiul deuirs Follllll H6ght of Cull Aet 1753 11/22/2024 Job/Order No: 24OF 29102-03 Page 18 PART NO S DESCRIPTIONQTY ll-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30Ti pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 F Cabinet F 1 m 1 07 CF 1 R31 0 Doors; Cabinet F°1 0ecurme Latch Restocking 0liding Window 0op hinged 1 07- -3900 S Dividers, (0) d 011011'Le an, WI ABS slotted track-EA cab � Id140 II &x II eaavi II')1Mder e III'ellllll 4e gl[it of Calllrrvle1 ll-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 1 pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 d Cabinet F2m � 07-CB-DR31 0 Doors; Cabinet F2 0ecurme Latch Restocking 0liding A indowrr 0op hinged I 07- -3900 F Dividers, (0) d 011011'Le an, WI ABS slotted track-EA cab � Id140 II &x II eaavi II')1Mder e III'ellllll 4e gl[it of Calllrrrie1 ll-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 1 pounds applied 07-RF-0007 I--No Inside Access to Exterior Compartment I 07-ZZ-ZZZZ -- 07-ZZ-ZZZZ -- 1 07-WC-0000 1 07 At(,'4420 0 WA I L CABINET. o CPR Seat wrrld tended Action Area 1 07-WC-A441 2 Action Area:Extended � 07 At(,' 021 0 < --A/A Tray:Stainless Steel, with 3"Back splash I Orr all flNree sides aurd Ilrave a rear Ilra(* spl adl 07-WC-AA30 I--Bio-waste/Sharps A/A:None I ZZ-ZZ-ZZZZ I-- 07-WC-AABD I--Action Area Board:Black Grip See Station No 6 for content I 07-ZZ-ZZZZ I-- 07-WC-CN01 0 a [°° Computerm r°awrrerm wrrith Lid; Under° oiion r°ea 14w5"W 2"11 inside I iiggrroaliiraraie liAter liiorr drraren§l ons 14 2"" w a "" it a 15 d f ire drrawerr edallllll be eer:rermed rar111i ovie (1) Qlvrorne 111orru d Il.or:mlll(ruvig Il..atrmlli I ieire e[4l1l be a rrlllearm Il exam irl aged eoeeir ev th a iilrrgerr hdo e on tog of the elll de out drraweir earriaee for a wii hill ng eermiarme oaerm 11[ie elormage armea I 11 e drmaweir avid jarirlllr armea el[idllll be IiiIrirrned liirl alllerrrliAuiirr rarollld'liAg 01 F 1Ceieireaee 20OF 27'104 for grraweir Foeailiiorr 07-H141-S011 F I--Round Pull Latch:Non-locking- Chrome Finish ILOS -10 lb rated 1 07 dC1'"i C003 I__ Cabinet C. DELETE i 07-WC-D014 0 Cabinet D DELETE 1 07-ZZ-ZZZZ I-- i 07-14IC-EO00 CabinetE.DELETE 1 07-ZZ-ZZZZ I-- i 07-WC-F641 F a Cabinet F. Custom (ge,e,Drmawrrirrg) 1 I4 111 rmalllrrru el III' 10 be 12 111ee1p avid Illvu.ireaae II'Ill6g[i1 10 27'" Illriside 07-CA-06B0 0 a 0helves ( )Fixed dtlFe an Fier i OIF Illureiallllll a Feaaa Lip on Each Fluxed 0hdf 07-DR-LX02 F Doors, Dual, Oveday Hinged, 018"'µ Fe an-p C 1 07 W 011 I—Round Pull Latch:Non-locking- Chrome Finish i 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-XA-3900 0 a Dividers, (9)Adj 3110"Fe ass, wrrl ABS slotted track EA cad i NO F 11rr ee Fevarr Doi deers Celllow Cottons 0i d f. 1°hiree Fevarr gli4 deers IlM IPgiiiddllle der:rlrovi avid 1 Il free II evaurr II'11iMderme iilllrrove ""1""op dll self dO"'114 1o11orn 11:1rvrderm""1 rmar:rlll( Willlllll dlar 1 II tell liiurd 14..liip avid Custoiineir Willlllll leiinove 14.liill°: 10 1754 11/22/2024 Job/Order No: 24OF 29102-03 Page 19 PART NO S DESCRIPTIONQTY Adjust Dividers. 07-ZZ-ZZZZ I-- I 08-SE-1704 I--P4-4-Point PER4MAX Restraint System-with replacement indicator WO/CPR 08-SE-1821 < 1— (2)on Squad Bench, (0) CPR Side Seat Per4Max Black Belts DIY imetrw.lors must mount bek)w the top of the seat F L..IL....I,::151390 ` 08-SE-SB70 I--SIB:(3)Sec patient restraints-9"Sleeves Face of Bench 08-SE-SB76 --SIB:(3)Sec patient restraints-5"Sleeves By Hinge 08-SF-0010 --Mod Single Color VAC Form Tombstone Backrest with Separate Headrest 28-21-2122 2 Single Color Oackre,up.and Head lock Single Colo),Taupe � 00-20-0072 --Per4Max Four-Point Seatbelts:Accept and Install Full Feature l ZZ-ZZ-ZZZZ -- 1 ZZ-ZZ-ZZZZ -- l 07-ZZ-ZZZZ 1 CABINET SET-CELL 4-MOD 28-22-0002 2 Sub-Floor, 112"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- I 28-22-O22O Flooring:Loncoin 11 Flecks-#157, Moonstone(Gray) 1 08-00-FL01 --Flooring Main Edge:3"Recessed(112"deep)roll-up l 08-AS-0001 < --Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 unslall safety Vag ow wi:fln diagoiiml siimilpes unoiinsllud tape over 1Jl reslln()l'd. 08-AS-0006 I— CIS Stepwell Threshold, Polished Diamond Plate l ZZ-ZZ-ZZZZ -- 1 08-ZZ-ZZZZ -- l 08-CS-0001 COT MOUNT HARDWARE: (Full Size Mod) 1 2ll Cp2 9PS 2 a I__ Cot Mount:Stryker, No 6390, Power Load, CUST/DLR SUP-MOD option. 1 Install Customer/Dealer supplied Stryker#6390 Power Load system complete with mechanical fasteners as required and electrical connections with testing. Manuf. supplies only the floor cut out by CNC machine and 12v wiring from main electrical system and installation. >>> Caution, Power load head consumes floor space toward attendant seat. Spacing review between seat and cot is recommended. >> NOTE: Wire Power Load Battery Constant Hot with 10 Awg. Wires 28-C R-09PN mass casualty kit not requested l 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System l C:C/IIV II"4 II)""'ll""II':)022 2 CCOIIVIIV WC1"'°° 22 '1 C:C/IIVIIV SOCiClll 'll 2 08-CR-09SM --No Bolt On Stryker Antler Required. 1 08-CR-1002 < -- 12v power feed location FRONT for Stryker power load 6390 l he 12 vdt fr n d wlll be do lilllln d and fed through the ternplate /C/IIV II Walla for a Stryker Dove" lead systemII he 12v(a )l1 IlDowei. shall be Il:roug1ht illnimough the floor, iilln II laai shii'unllw connectors ectors uurstdllled. 08-CS-OOPL 2 a I-- Cot Position No 1:PRIMARY CENTER POSITION, l llaliAtaliA 12"" Ilbetween Col and /C 'O"'IE IlAstMlllll Col Ilidoual Fuac llld Centeir liA Roouir 08-CS-2000 < --Primary Cot position under floor reinforcement l unslall 8 iun(:.h Saida by C Io n2 .1/21" alaimn nuim i-6: nfoi-(;.eme ni at IlDimiimaiy Doss: onn. 1755 11/22/2024 Job/Order No: 24OF 29102-03 Page 20 PART NO S DESCRIPTIONQTY (Primary cot position only- REV Std) **If custom location is desired, must be specified below. 08-CS-3009 -- Cot mount setup for:Stryker Power-Pro 6506 t 08-CS-19A5 -- Cot Stop, Block:Stryker Power/Performance load. Install hook with kit l ZZ-ZZ-ZZZZ -- t 08-CS-19U1 I-- Q Straint System: NONE 1 08-OS-04ST OXYGEN/AIR/VACUUM System: 1 08-OS-0401 -- Oxygen Outlet No 1:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040A I-- LOCATION: Action Area 1 08-OS-0402 -- Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I-- LOCATION: Action Area 1 55 5 2425 -- Oxygen Outlet No 3:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040D --LOCATION: Curbside Wall, over the head of the SIB t 55 O 2914 5 < / oi.lable Cylinder-Rack Tfiple Holdej.D Spi-i g Loaded 1 NOTE: Install a three position tank holder in the lower section of the M7 compartment on Wall #1 Below Fixed Shelf. See Drawing. ZZ-ZZ-ZZZZ 1-- 1 08-OS-1331 < I--Rack No 1:Adjustable AEV 02 Rack Green with 4 Ratchet Straps M/H 1 Fits cylinders 7" diameter or more. 08-OS-11G1 < I-- Cylinder Type: OXYGEN-Green Colored Hose 1 Regulator connection Nut: 9/16" RH thread. 08-OS-1301 I-- Rack Location: Left Front, wall#2 near wall#3 1 08-OS-132M I--Set up For M cylinder 1 08-OS-1710 < I-- Regulator, Oxygen, Fixed output @ 50 psi +/-5 , CGA 540, Installed STD 1 Installed on 02 line for pressure test, Tagged with Inspector signature/Date 08-OS-1902 I-- Regulator Wrench: Cast aluminum, OXYGEN w/cable lanyard 1 ZZ-ZZ-ZZZZ 1-- 1 0 "l9 2300 XS < (2) SCB Bi-acket.Zico Model U 5 55 2 F 2 D1R,b ..11°SCBA a spe(:;it(;size Ibotlla. Il ; im to the ZC0 (:;atak)g to assure your Ibottle will flt 08-OS-230R < -- Collision Restraint Strap:ZICO No 1010-120-000 2 21111: 11: 1 ,1 , 08-OS-230 5 Location M3 Compai-Itnent on Wall#2 Evenly Spaced From Lett to Right 2 ZZ-ZZ-ZZZZ -- 2 55 O 55VY 5 < I-- Vacuum System:S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall#1 of Action Area (See Drawing) ZZ-ZZ-ZZZZ -- t 08-ZZ-ZZZZ 1 TRIM/ DOOR ASSEMBLY-CELL 5 09-00-002S I-- Interior window and aluminum trim with standard satin finish-std 1 09-00-0001 1 09-00-0002 ****************DOOR DEPARTMENT- Full Mod****************** 1 02-BT-C853 I-- Handles, Ext: Tri-mark 030-1875, Free Float, Polished CNNC finish 1 02-BT-C85A I-- Interior Release:All Entry Doors, with bezel Emergency Access 1 09-MH-253N Rear Entry Assist Handle not required 1 09-MH-2702 --Grab Rail, C/S wall, Various types C/S Entry, NONE 1 ZZ-ZZ-ZZZZ -- 1 09-B1-ED00 Entry Door Panels, Windows and Hardware 1 08-MH-0010 I-- Interior Grab Handle Color: Gray Antimicrobial 1 1756 11/22/2024 Job/Order No: 24OF 29102-03 Page 21 PART NO S DESCRIPTIONQTY 08-MH-03133 I--Grab Handle, CS Entry: 1 1/4" Dia..... S/S, 2-pt 18"L, Gray Antimicrobial 1 08-MH-03D3 I--Grab Handles, Rear Access: (2) 12"L X 1 1/4" Dia..... S/S, 2-pt, Gray Antimicrob 1 09-MH-2603 S c I Grad Rail, (3), 24"1 TS, Gray Antimicrobial S Located (1) At C/S Entry Doouir at ALS Calllm Aet, (1) on C/S and (1) S/S Illmmsliide Rear Ill u°mtuiMy II'Ioouims 09-t, 2500 S Door Panels:Mica over stnooth alum uppemlQph CentemlStnooth Alum LoWer 1 09-AS-2530 S - Curbside LoWer Door Panel: Smooth Alum I 09-S'I 23A'I < I--Multi-Color Printed LOGO:(3)Entry Doors, Customer Logo, requires clear 1 image Printed Multi-color logo onto panel, Back side lighted with LED lighting. ENG >to VENDOR 09-WI-02A0 < I--UPPER Windows:RA Doors, Fixed Tinted Glass 17.3"Wx 19.3"H 1 WIND-H0161 09-WI-0600 I— UPPER Window. CS Access, Fixed Glass, std tint 1 09-DR-WT02 Solid wall with sliding Lexan window I 09-DR-WT20 I--Sliding Window Locking Pin: 114"with Lanyard I 07-141C/-LD3 < I--Defib.Bracket. Wall Mount Technimount 210-00-PCHD for Lifepack LP 15 1 HOLD-600 (1) > 90 degree aluminum wall bracket plus discs, HOLD-PC15HD (1) bracket secures to Lifepack 15, secures into the wall bracket. Allows for swivel in the bracket. Removable from the wall bracket with single red release button. 07-WC-LPTS S c --Monitor Mounting:Bolted in place I Locaflomm IiDount on Back Walll Of Actliion Auirea "'I"owauird A/A Box and IliDount Wth Ceinteir of Il,tivammlll(et a IIIVfli liiiinuiin of 12" froini A/A II:Ioa 07-ZZ-ZZZZ -- I 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 10-FN-0001 S c --Fan, (2)Speed, Patient Area, wl separate switch in A/A I Suuidace uicmounted uiemetalll Lamm aviiitlm guauird NO D IliDounted to the uireauir of the acflon auirea Ilbox to allow actliion auirea Ill:moauird to Iml nge dowin IS SG 2701 S c Refrigerator, Norrold °1..7 Cu St, 'I2t/DC gin/ R74Sss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD Constant Hot 10-EC-3200 S Location:L 2 Cabinet Under Talk Thru Df ndoW I 10-EC-A100 --Accessory Load Manager:For Cooling Cabinet or Fridge I 10-IL-02ST Action Area Light: 12V, LED, Surface Mount 1 10-IL-02L7 I-- Light Location: Action Area 1 15 lL SSST S Extended Action Area Light. °12V,, LSD, Sul face Mount 1 10-IL-02L9 S Light Location:Bottom of Cabinet B 1 I UPHOLSTERY-CELL 7 'I 1-00-UC:S < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 1— Center Trough Upholstery Color: Color Key to Rest of Truck I ZZ-ZZ-ZZZZ I-- I 11-00-UT05 Uph Joint Type: Vacuum Formed -Seamless 1 11-SB-0005 Squad Bench seat cushion cut-outs: None 1 1757 11/22/2024 Job/Order No: 24OF 29102-03 Page 22 PART NO S DESCRIPTIONQTY 11-SB-0003 I-- Post And Wheel Cups: NONE Ti 11-SE-CSPD Head Protection: Pad over CS Entry Door 1 11-SE-REPD Head Protection: 2" Pad over Rear Access Doors, Full Width 1 PAINT-STRIPES -DECALS 01-3U-0000 S < --Anti Rust Spray, Detco:Installed on Unit l FuuirchasliAg to Ill up 12 Aeirosdl Cams NO F ..I""o be Spuiraped to Chassliis Fuirauiue Seloui e the Body uis IliSounted 12-PT-UNCT I-- Undercoating : Per QVM Guidelines, STD 1 12-DC-0001 Reflective Tape: White Reflective On Painted edges of Exterior Door Frame 1 12 HO 0 20 < Compartment Finish: Other than Diamond Plate 1 Paint Shop to Refer to Body Section of Shop Order for Details. 12-PT-0100 Primary (Over All)Color: White (YZ) 1 12-DC-0002 -- Flip Step Reflective/Prismatic Tape: Red/White/R/W/R/W/R 1 12-PT-0112 --Tape Stripe: NONE (KKK-F Deviation) 1 11-YZ-0962 I-- Non-Compliant toKKK-F 3.16.2 ;Exterior Safety stripe to be Orange 1 f2 AT 0250 S < Paint HEFT CUSTOM Custom Halfiffag l oWfl Felt Including Cad and Hood" 1 NOTE: Custom Half White and Half Red (FLNA3042) Cab Will be White From Bottom of Windows Up and Hood Will Be Red. Module Box Will Be Half Red on Bottom and White on Top Reference 20OF 27164 12-PT-0601 --Belt**NOT**Across Hood I ZZ-ZZ-zzzz I-- l 12-PT-6000 < --Paint Belt at Corner Posts- 1/8"Break I Inc Il ciunl Il: Ali iS to Ilnmve can 1/81' (;si II:::w k at ew.h (;.oruneim IlDost to s[diin traiinsl:Jonn. 12-PT-1000 -- Pin Stripe: NONE 1 12-ZZ-ZZZZ 1-- 1 12-PT-RF01 -- Roof Paint: Color and finish quality to be GLOSSY 1 ZZ-ZZ-ZZZZ -- 1 12-PT-1301 Special Striping: Chevron Items: NONE 1 12-PT-2000 Lettering: NONE 1 12-ZZ-ZZZZ 1-- 1 I2-A HHIS <Drip Rails:Bright Alum, De-burred&rounded corners(SHIPPED LOOSE) 1 Include a drip rail over the C/S Entry Door shipped loose. Add Shop Note to Shipped Loose Section of W/O 12-ZZ-ZZZZ 1 DETAIL-SHIP LOOSE ITEMS 12-PT-DRIZ < -- Drip Rails: Detail-Refer to Paint Section for Drip Rail Information 1 Include a drip rail over the C/S Entry Door. 13-00-0200 1—*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ S < (3)Placard Holder, °12"x 12", With Placards Top Load, Aluminum "U" Trim 1 style With Red Painted Placard Shipped Loose 13-10-XM00 --Owner's Manual USB Flash Drive ship loose 1 13-10-XMAO -- Printed Owner's Manual Not Required 1 13-00-0001 1 13-GL-0000 Glove Holder, Ship Loose: NONE 1 ZZ-ZZ-ZZZZ 1-- 1 "IS KK-KDED Decals:KKK/DOT Pkg, -NONE/DELETE 1 13 IFS STAR Decals:Install 32"Star of Life on Mod Roof l ZZ-ZZ-ZZZZ -- f 1758 11/22/2024 Job/Order No: 24OF 29102-03 Page 23 PART NO S DESCRIPTIONQTY 13-KK-NSSB Decals: NO SMOKING & SEATBELT, installed, cab & pt. area. Ti ZZ-ZZ-ZZZZ 1-- 1 13-KL-0010 AEV Logos: Installed on unit per AEV standard locations 1 13-MH-05ST Fire Extinguisher, 5 pound, shipped loose, Std 1 11-YZ-0932 < I--Exception to 3.15.2 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed with one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. The customer/FSAM has shipped them loose for the dealer to complete the final install. 11-ZZ-0932 < I--Exception to C.16.1 1 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed iwth one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. 13-MH-10AO Reflector Pkg: Body-2ea, Side Fr Amber, Side Rear Red, Rear Red 1 ZZ-ZZ-ZZZZ 1-- 1 13-SB-0003 Post And Wheel Cups: NONE 1 13-SP-TIRE Spare Tire: Refer To Chassis Section to See if it gets one. 1 34-XX-0001 Primary Cot: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-0002 Secondary Stretcher: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-5000 < Indemnification Statement 1 The purchaser agrees to defend, indemnify and hold REV 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 or additions to the Purchased Products OR use of product for purposes it was not designed or intended for. GENERAL CONVERSION 03-10-0032 S 2022 "122mW" F�650 4 x 2 Diesel(2521 FSA Cony PKG( 1 36-AA-0001 WORK ORDER STATUS: 1 00-90-0301 --For Confirmation 1 36-CO-0001 I--CHANGE ORDER POLICY 1 36-CO-0010 < I--After Confirmation, Prior to Engineering 1 Change Fee is $50 Per Item, Plus Option Cost 36-CO-0020 < I--After Confirmation, After Engineering Start 1 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. 36-CO-0030 < I--After Confirmation,After Production Start 1 Change Fee is $100 Per Item, Plus 200% Option Cost Additional labor charges above option costs may apply depending upon level of installation of affected part. Special order or non-stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. Changes after production starts are the most disruptive. ZZ-ZZ-ZZZZ 1-- 1 36-EO-0001 --***END OF ORDER*** 1 1759 0 � � \ o_ SG [] ® \ M I§« ] §\ � z LU \ } z , (DLU -i \ter } f ]LU �§ �z z © k LLJ \§ §§( j\ \ 53 k ®�\ C) ry i f - * <o \) � z eW7 $] y± I\ § � j ) / § -i *�z r e w LU / ƒ \ \$ © LU E§ 22222222222 / in� 22 ccc:c::ccc: ƒ§« - / \± /§ \ §\ LL / $A « \ ƒ *± ` < ƒ < \ \ d j e \ . \ _( % z\ eU \ LULU j \ } \ �b k\ -§ \ \ < $ \K § x t §$ ° q / y LU e « y LULU Eu / a� \ E) §\ m . \} §§ j /---------- \ §)LU ®$ -1 cc — \ LLJ ƒ� \ @\ /� ' \\\\\\\\\\\ \ §2 w Lq z . �e oLq © LULU §af z §) mw < �e 0-m wE jj < §� %� f co §& / ) f \ o « (Dj \ } �\ 20 (\j )®/ )\) cfl ti J pU O U Uw 00 LU= w w � O w w U � z LU V N W LU W N v G N o � w � J D ZQ O Q N 0 U U w a r=0 Li j U � LU LU O—LU0 W d Q �N N m J S"�77 Q �w w�w w CD w5 O z '8 JW� Lu (D o mco Q 0� COco 0 LU m J CD W z�� O LU � LU U Q W >Q 0)Z Lu J LU LU U LU LU JJ� Qa LU d' W-i >COO COO W p pw o2l, O CO J Z D 0 w J LUJ ", O 4 4 O O ---------------- W�tS CD J O LU CDW U Q W LU \ F�� J LU ry o DHD A�, a o 0 LU LU `�S Q �� U) LU L0 � mW J� W ® ®�� LU LU D QZ � w U O LU —ci U C� w J w U O Q o LU J CF) II U U UFl O Ll o� O CDz Op J �� w O Q' Z<Q Q J O V T5 G LULU U OO _= 1 W a FIED �rcU W O D } J Z a ` ... J Q � 4 ___ ___ d J J I z U w O 0JoW U) ,n pO(� O 4 4 4 4 a V d = O\ d Q W W J rn Z LL T Wa. Jw wIJ 0 gW LU >S o U W LUm� Z Q d o� J rn wJ :�C)< CD �d z W 0O) p 7 JCS co C J Q— Y LU LU L =Y C) U W X O m U w O c Z U) a` O U U) C E CD O O 0- QE (D m � C C'0 Q O Z O to a E� w�Q C) O 80 N tG ti U J pU O U LW 00 = W d 0 > w W � Ow U � Z nnn W Il—U UJI U' v w ° o W ..W c� 00° LU ZU ° ° ° W o m ui �o z p Q J D v W u LY Z cW UN O _ C Q O N 3k 0 J U } Z ~ 0 m m W W Z_ z Z W 0 �Of H ap U om w a Oz m a 7 FDOf �d W OW �z rnJ X ZU 0 W U W U � a J --- --- W - _--_-- --_-� W g NJ O co N_ W ��. _ ''','' — '' }a O- - _ --__— _ __ - - 0� �O QJ ___________________ ___----- tO O - _-____________ - - OU W aJ J m F m o aU) O a w Q ---------------------------------------------------- ---- a r F U U Z N U m C g ((2 U a (V � Y Of (�g Z Z OD C N n (Dz X 8Z J z.o �J ° ° ° 0E Q O ° (D J J Q o m Z J QQo x Wow Z to 0 U> a cl 0 EIL � w �W >� z �° VX D U) aW LL X m� � LL vS LIn In In In InLL<< � D m W N '_____ _-__-_-_- _ __ ____ _ _ ______-__- 0 Z W D LL Z W O L(7 W J W LU } QU` W ________ 0 ___ _____-- ___-- -______ _ Z U z Y U Q w W m U a U g a Q N 0 0 U M tG ti U J 00 O U UW O 0 w 0 Lu> z w 0 z� _ U w Z W LLZg (D J N W of Q D W W LU L Q � z U � _ = J w =Y J � 0 ~ W z DD z � a U j U j J Z � 0 Q Q L 0 0 = U Z � O O D 0 = m F ofW o 86 R ry �Z � O Q � U < H � LU o W OO = � U >> � O O � J Q N N�t m W Z U 0 > O Z _ 0 w 3k U 0 Z 0 = ! LO > 0 W Y N J J � z Z ~ � C\lJ Z U F D i m O W j 0 = 0 Cl) 0 OOOOw LU w � LUccl (D � 0 I w N o m OO m ry0 J J � „ W Q r � LU ry z w coM (/) Y ry U LU LDO O U > (W� ,CW� zwY OQ � Q = moo O O Jo00 J Q � 0 0 7 ) Q ) J J U Q O Qzo 0 0 � g � O of 00 m O z J W OF O 0of Q Q � Jw Q O CD z ow Ow U of wof LL n z UQ on O O ___ -,;Iz w � = w J Q w Nw � - � ? o wcwn z ~ z z Q C O = 0 0 O 44 W co U U � Z co a` U w U � O ma 1. W c ' z QQ Q � � � m N � � o Q zro 0 E5 a E w w.�'Q C) � o 8�0 d cfl ti J 00 U UW j O� zLu 00 O LLI 0 LL — gz Oz U OQ Um LLLJJJ Z OQ OZU of N W mLLI cc Z Z z G Um W w a DD z o n U U o c� of g ry -o 0 LU W Q co o u Z Lu o J U Fz J w H o m 0 W 01 m LU �LLI J H U U m 2 p V U LU U of w l<w D 0 Qo w W N�� w �U z UOf 0 a u m ~�� _ X LL U W d C4 N Q J U O O N r �z � � 00 O m � Qm �� ,O� -_------ (n(1) 0H Q 0 Q J COLU d ry Z < 0 m LU d ry JU Q/ coZ ----. --. -- -. LLI w ~ OQZJ -- --- _ d= 0 W- Q ---------- U J N Z J J 0�0 U U U Ri cc-, cc-, U D U Of > > U 0 LLI o z ® NN O UZ z z o0 Li Li LU ry OfO Q J m c»--- U m O o Z C� Q� Q 00 0 O Q 2 L L m U Z 0< pZ co 00w �� �- Z Om LLIO IL < J U V� -0 Of w J L Q Z w a > O ---- -- 2Z mL~LI U) Z Z Z W LLI 0m 0 Q° X� aU 0O U Qw u)q ---------- of J 0 U E 0 0 ui co Q W J S O t N 2 Of > � C F --- - ----. -. _- Of C O U) z L O 0 W W aX W a � W. Q w C) 8�0 LO cfl ti 0 C)w J =U W U LU� 0 OO W z K 0ofJ 0 U � Uc a- Z W G n of N W W W N W LU _--------____--------- o Q U Da f D � _ 0 r W r N 0 c _O W G p N W J cn Q co Z_ Q W J � ohm W Z � U z < W z m NQC� C LU Q � d O w ry < Lei W ry D _ �-' J W O z 0 � � U) Q Ld z0 J � 0 Q J cn V) Q O m � J O � , J � Y Q C i z � c � < 0 w � w J (n W 0 [o O 0 zY WryQ z Q 0 Q Q F p 0 w Co cn F zLL W ADO p = 0 = of OJ ID J cnOU JD m C Z of W W Of W U O U = m = W U Z a` O U ID S 0 O E Q C C O J ? O C z O 0 a Ew w.2'Q C) a) O 8�0 cfl cfl Q� � �0 JJ=) Uz UUwN2wLU �.W } ZO LL U Z o Wof ,nn V N W W W N (D LLJ= l C o 2 JU W co~ Z o Q U w� DD � z w � � � o W Q N N m LU Z w g J S2 z W o J U LU [0 U D m C/) J � O W LLI Of ~J X o M �J w � Y U W ° L w W e =LEI W Z MEal U Q -i(7 11 U o m> W 00 Z o Q m r 2 D 0� LLI Of LLI U)W J W LLI Q W Ld Of J Q cn e cq o U m ❑ LLI� o O LU O O �JO Q V p w FOU) U�w m � w U 0 Z LLI Of Z 2 Q N Q J 0 Z m02 U Z0z �? o� J U O U U Q r Z2 agm o U NF:� Q W U Z a` U U a U C N (D 0 O E r N — LLI Oz � c5 J ? O- C OfcoQ W O zU aEw Z Lu Q C) � o 8�0 ti cfl ti w 0 r 0 LpIJ� ir N wJ U) w pw LLU) mQ U U(n LL o �r co oo = �ww w �w U O LL Z ry w w jF UU 0 v Q 0 J O, LU =z� �� w $Uz CV) �2 w `s w m Z W ¢g ]�p Z w O 0 WDJ �0U WQ pw U u Sw o_ ww W w ----- ----------''- ------------ o R Ir J N Z O O GJ cwc a O O Q W W OP F G V Z =� LL W F LL D (p� � Ir m m w Q W w Ir LLa w ) O O Z p 00� w ! ooa m U) � co U LL W w Y 0 Ir J.I 7 p JW (� m LL w Q X Z F O O wa¢OW n'' � LL D Z.U W'o IL �F� Q a� pw ,zOw w F J Z W O W, < pjQ ppO(WJ g 5zo -W Q' �UW ¢ QU) < LU Ir g� N Q WoJ oz a w >qa� ® a a - -; o Q ------------ ------------- ------------- > Q U ----------------------- . o000 . o000 ° w o�w w�a Q'' $JZ U_� m W UpJ �zo (� W W F (n W =mo w m FT5 J U Z_ W 5.W l O J D U F J 2 O U N Z C U` CO Z:- Q �0E 0 aP p �< o Z om ZL o O Oz O N> Ew d ¢Z w.�Q w U Oo � 0 U�0 U wW w Q N N N N N m Q Q W J� 0 W W W W N N Z Z 0 0 w Z � 00o �U w0 O p 0 a r mm N N r w� WNN�m NO NmV 1 p J W 6I N N N N N N N N O _ N\ O�� N�� a 8 � N� -E- � N U U� cfl ti i i <; 00 IpArjr]Et rnergency Tactical-Rescue Vehicles If G Remount November 25, 2024 Zully K. Hemeyer Sr. Performance Analyst Fire Safety Inspector R Fire Marshal's Office Monroe County Fire Rescue 49063 d St Ocean Marathon, FI 33050 This Vetter confirms that ETR wnriR1 honor the following Purchase Orders and pricing for the purchase of two (2) new Ford F-550,AEV Type I ambulances. i • PO#i B-PO1121-00001454-1 for$281,822.00, • PO## B-PO-1221-00001726 for$294,088.00 • Estimated production starts date June with delivery Rate July or early August 2025 do to no signed Order Confirmation at this time. Signed Order Confirmation is required to order parts for production. • TERMS: Payment in fu1R is due upon the delivery of each,finished vehicle. Upon payment ETR, L.L.C.shall furnish the County a "Statement of Origin"or the necessary validated documents required for title application. Sincerely, ., Scott N'evwc6mer Regional Sales Manager ETR, L.LC. Corporate Office: 700 S, FRENCH AVE. Sanford, FL 32771 T 407-339-6737 Toll Free 1-884-612-8148 Georgia Office;Juliette, GA. 31046 'I Toll Free 1-884-612-8148 "19 YEARS OF RESPONDING TO YOUR NEEDS" www.ETRVEHICLES.com Monroe County Board of County COMPOSITE EXHIBIT Al r Commissioners 500 Whitehead Street Key West, FL 33040 Purchase Order Number B-PO-1121-00001454-1 United States of America Purchase Order Date 11/23/2021 ! 1h Tax Exempt#: Requested Delivery Date 85-8013825294C-7 Payment Terms Due on Receipt " Payment Type, Check Buyer Zully Hemeyer Phone Number +1 (305)2896020 Email Hemeyer-Zully@MonroeCounty- Fl.gov Page 1 of 1 Supplier. Ship To: ETR LLC Monroe County Board of County Commissioners 700 S French Ave 490 63rd St Suit 160 Sanford, FL 32771 Marathon, FL 33050 United States of America United States of America Zully Hemeyer +1 (305)2896020 Comments: Bill To: ') Monroe County Board of County Commissioners 500 Whitehead Street Key West, FL 33040 United States of America Zully Hemeyer +1 (305)2896020(Landline) Currency Total Lines Amount Total Tax Amount Total PO Amount USD 281822.00 0.00 281822.00 Shipping Terms Shipping Method Shipping Instruction FOB Origin Ground Freight Packages must not be greater than 150 pounds. Goons Lines' Line Number Quantity Item Name Description Required Date Unit of Measure Unit Price Line Amount 1 1 2022 Ford F-550 42 Custom AEV Type Each 281,822.00 281,822.00 1 Ambulance including Monroe County requirements, FSA Base Unit Price Purchase Approved by BOCC November 17,2021 Meeting Item 4-E4 Messages Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages. Tina Boan-Purchasing Agent 1769 Co �� � .�� , BOARD OF COUNTY COMMISSIONERS Mayor Craig Cates,District 1 The Florida Keys Mayor Pro Tem Holly Merrill Raschein,District 5 y Michelle Lincoln,District 2 James K.Scholl,District 3 David Rice,District 4 County Commission Meeting November 17, 2021 Agenda Item Summary #9884 BULK ITEM: Yes DEPARTMENT: Emergency Services TIME APPROXIMATE: STAFF CONTACT: Steven Hudson (305)289-6342 NA AGENDA ITEM WORDING: BOCC approval to purchase a 2022 Ford F-550 ambulance to replace a twenty year old ambulance at a price of $281,822 and approval for the Fire Chief to execute all necessary documentation. ITEM BACKGROUND: MCFR is requesting BOCC approval to purchase, through Florida Sheriffs Association Contract(FSA20-VEF14.0), an ETR 2022 Ford F-550 Custom AEV Type 1 Rescue Ambulance to replace a twenty year old Rescue, and approval to purchase options from the manufacturer through Florida Sheriffs Association Contract(FSA20-VEF14.0). The total price of the Rescue is $281,822. MCFR further requests BOCC approval for the Fire Chief to execute all necessary documentation. The State of Florida Cooperative Bid Process for Fire/Rescue Vehicles is designed to provide participating agencies with the most economically priced fire & rescue apparatus to fulfill their emergency fire/EMS needs, in a prompt and timely manner. The Florida Sheriffs Association bid package provides the base price for the vehicle, without options, and directs the purchaser to obtain a price for options specific to the vehicle from the manufacturer. The price list showing the price and options is attached. PREVIOUS RELEVANT BOCC ACTION: On September 15, 2021 at the Hybrid Budget Hearing meeting, OMB set aside capital funding in the amount of$1,656,000 for the purchase of two Fire Engines and two Rescue Ambulances in FY22. CONTRACT/AGREEMENT CHANGES: Florida Sheriffs Association Contract(#FSA20-VEF14.0) STAFF RECOMMENDATION: Approval DOCUMENTATION: ETR Quote Letter- 2022 Ford F-550 AEV ETR Shop Order- 2022 Ford F-550 AEV 1770 Stryker Power Cot Specs for AEV Purchase Florida Sheriffs Association 4FSA20-VEF14.0 FINANCIAL IMPACT: Effective Date: 11/17/2021 Expiration Date: N/A Total Dollar Value of Contract: $281,822 Total Cost to County: $281,822 Current Year Portion: $281,822 Budgeted: Yes Source of Funds: Fund 141 11500-560600-SC_00100 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: N/A If yes, amount: N/A Grant: N/A County Match: N/A Insurance Required: N/A Additional Details: N/A REVIEWED BY: James Molenaar Completed 11/01/2021 4:33 PM Steven Hudson Completed 11/02/2021 1:32 PM Purchasing Completed 11/02/2021 2:52 PM Budget and Finance Completed 11/02/2021 4:26 PM Maria Slavik Completed 11/02/2021 4:50 PM Liz Yongue Completed 11/02/2021 4:53 PM Board of County Commissioners Completed 11/17/2021 9:00 AM 1771 MrJrlt I I I N114 NNW �nergency-Tactical-Rescue Vehicles Remount November 2, 2021 Mr.Joe Maus Fleet Manager/Director Monroe County Fire Rescue 390 Key Deer Blvd. Big Pine Key, FL 33043 We are pleased to provide you with the following pricing, shop order, and drawing for the purchase of new 2022 Ford F-550 4x2 Custom AEV Type I Ambulance. Pricing is based on purchasing this unit off the Florida Sheriffs Contract Bid No. FSA20-VEF14.0 Fire Rescue Vehicles &Other Equipment, Specification #01—Type I Ambulance. PRICING: • New 2022 FSA base unit price .......................................................................... $168,358.00 • Additional equipment to meet Monroe County requirements ................... $113,464.00 • Total price per unit ............................................................................................. $281,822.00 • Included in above price:your present graphics/chevron layout,vinyl cab seat covers, Stryker Power-Pro XT cot (see attached specifications) ETR trash can/holder, air fare, lodging, and meals to go to AEV factory for Pre-engineering and final inspection. • Above price is good until November 301" 2021. • Plus. Applicable taxes, tag, and title • TERMS: Payment in full is due upon the delivery of the finished vehicle. Upon payment ETR, L.L.C. shall furnish the County a "Statement of Origin" or the necessary validated documents required for title application. Sincerely, Scott Newcomer Regional Sales Manager ETR, L.LC. Corporate Office: 700 S. FRENCH AVE. Sanford, FL 32771 T 407-339-6737 Toll Free 1-884-612-8148 Georgia Office:Juliette, GA. 31046 1 Toll Free 1-884-612-8148 "19 YEARS OF RESPONDING TO YOUR NEEDS" www.ETRVEHICLES.com 1772 Shop Order r ETR Monroe County Fire Rescue Scott Newcomer 3593 S. Roosevelt Blvd Key West, FL 33040 Exp. Date: 11/30/2021 Quote No: 150-0013 TYPE I: 172T1 LWBFT 172 LWB Ford T1 Top Level Model GENERAL: Gen—Info ************BID STANDARDS*************** CHASSIS: F-4/550LB *******F-Series 108ca CHASSIS********** CONVERSION: 172T1 LWBF 172 x 95 T-1 LWB Ford Mod Body, Conversion BASE: 172T1 LWBFP 172 x 95 T-1 LWB Ford Base Price 11/02/2021 Job/Order No: Pro osal Pa e 1 PART NO S DESCRIPTIONQTY 00-00-0107 -- r er a e: os u y 1 00-00-0113 < 1--Ambulance Built to Star Of Life KKK-A-1882-F Certification, Latest Revision 1 Exceptions to be noted on final sticker. 00-10-0015 2 Vehicle Quantity(I Vehicle) 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1--MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 22 2 t 2224 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 4 REFERENCE UNIT 4m 20OF 27124 1 00-91-0028 S NFL WRITE DATE: 2-22-21 1 00-91-0040 SEAT BELT POSITIONS MODS 1 00-91-0042 --CAB SEAT BELT MOD: 1 00-91-0044 1--Total: 2 Positions 1 00-91-0050 -- REAR SEAT BELT MOD: 1 00-91-2222 1-- Total:3 Positions 1 00-99-9000 Revision Level: 0-Zero-ORIGINAL VERSION 1 00-99-9030 Change Order Level: 0-Zero-ORIGINAL VERSION 1 01-1 F-0000 Type I AEV Traumahawk Modular Ambulance 1 01-AR-1 F48 2022 Ford, F-550 4 x 2 DRW Reg Cab, 193"WB, XLT Turbo Diesel 1 01-1F-0086 --Engine: 6.7L Scorpion, Pwr Stroke V-8 Turbo Diesel-F-series 2020+ t 01-1F-0092 I-- Chassis Front engine hood Insulation Not included by OEM Ford on all XLT t 01-1F-0101 --98R- Operator Command Regeneration t 01-1F-02CM -- Cab Interior Color:Medium Earth Gray F-series t 01-1F-02T5 --F-Series 193"wheelbase reg cab LWB t 1773 11/02/2021 Job/Order No: Pro osal Pa e 2 PART NO S DESCRIPTIONQTY 01-1F-03PU I-- GVWR: 18,000 pounds, FAWR: 7,000, RAWR: 13,660(4x2) t 01-1F-0502 --Alternator:Dual Extra heavy duty Alternator OEM Total 397Amp t 01-1F-0507 --Battery; OEM Dual 750 CCA, 78 Amp Hours t 01-3U-0000 --Anti Rust Spray, Detco:Installed on Unit t i urclllrasfing to III iIII.uy "i ui" X2!irosol' Cans N „1....IIIIIII i'�2 . ��.�,„, wvPwvris IIIII� ii2,, III�'r ii2 e III�'r Il��l����illl.... i��' Ill���lrr�,, "�� ur��.��ll�.�.� ��� ���Illm��.�.�.�w.� III ur��.��m�lll�. Ill..�ll�.i��urn�. �h�lrr�,, III..�o�dy uls IIq'IiIuurm'tiIr2d 01-FL-T106 I-- Tire, SPARE:Matching, Random Make t 01-FM-T101 I--Location:Shipped Loose t 01-TU-0112 S Jack and Tire cols Shipped oose t 01-FM-4WH3 I-- Wheel Finish:Polished SS Wheel Simulators(F-550) t 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard t 01-FM-DTRL --Daytime Running Lights:Ford OEM t 01-FM-DTRQ --Ford F series High center mount brake light ordered with chassis t 01-FM-TIR3 -- Tires:F-4/550,All season, Random Mk 225/70 R19.5, LR F t 01-OE-47LF --47L-Ambulance Prep Package-F-Series t 01-OE-47A5 I--Alternators Dual(OEM)Motorcraft Ford 67B 2017+Ford F super duty t 01-OE-47CO I-- Throttle Control System t 01-RR-05B6 --Radio, F-series: OEM AM/FM/Satellite w/5 cab speakers 8"Display 2020+ t 01-SY-0005 --Ford SYNC 3 Voice Activated, in vehicle connectivity 913 2020 XLT std-all t 01-SZ-0006 < --, Backup Camera fixed system 872 Ford OEM install on module Type 1 F t series 0 ICI cwwlnl'uw'ira with urc www�wpllrw?u',�:rlhk:flld, ww��jwu,�pw�wllrllw�'? prc,��tlion, spill Fyn liu l"0 d wll: 'p II Z:wdo 03-EA-47PR I--Side Mirrors, OEM(F-Series), Pwr Glass, Heated, manual Telescopic t 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 t 04-SU-1729 < --Rear Suspension:F-550 Liquid Spring, 2017+ t lips uurw u3(:1, 'ffiw )n li'f 'ffiw w (-XII? a u°Irupr II)0011 is op'.uu„)ur, ffil) Il<m)eIlliuug Sw.uSprw)ll l§011 l wnlillll not dU11lrlupr wuurNl door us dosed' 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install t :"IIriiolr to d(:llli<w:wlr , d(?taw 111 d(?pai'tr'i(?nt s to lillrstaw 111 wow II3Ilaclli"u II)(::ca on pllrw?da,hrl 04-SU-0601 S < Kneeling Feature:Enable SWitrh Located in CAB console and On RR Filler t Cabinet SvrutcIllr IIbcatuourm siraIIIIII IIIII2. wunuiitululurm urll2.acir of an attll2.urmdaurmt staurmdulurmg ourm thII2. gurolll.uurmd, oIlflsidII2. i:lllhe uimuidrullle II1!nlllyallllll be urecessed'fi iiiin'i:lllhe vraIIIIII nrullyace M' °°i""III'';IIIII i""Illrulree Way . Svrul'i'(:,ruui°m�..,i 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door t 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear t 04-SU-2022 < --Liquid spring controller shipped loose with completed unit t )&::fll� it to iiu l wt::fll w ithi cuustoi rileir on l uurvuuww;'�I 04-SU-03F6 I--Rear Stabilize(Anti-Sway)Bar: OEM, Ford F-4501550 t ZZ-ZZ-ZZZZ 1 BODY Generation 9 1 01-X0-0001 < I-- Body Certification Provided to Specification 1 The Body Manufacturing group certifies that this Ambulance Modular body has been constructed of materials and methods that meet or exceed the standards as required by the AEV Generation 9 Body Specification of December 11th, 2018 as published. The body shall be built and constructed to the submitted work order and the AEV Generation 9 build standards without exception. Any Deviations to the work order or Generation 9 build standards must have written authorization prior to body delivery to AEV by the AEV Body Engineer on file. 02-00-0002 XS < I--Body Build Information 1 Bodv Number-, 1774 11/02/2021 Job/Order No: Pro osal Pa e 3 PART NO S DESCRIPTIONQTY Account Manager; Mikael Blevins Chassis Type :2022 Ford, F-550 4 x 2 DRW Reg Cab, 193"WB, XLT Turbo Diesel Mickey Body Due Date; Rear Suspension: F-550 Liquid Spring, 2017+ 02-00-0003 < 1- ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. 02-B2-1096 Body, Mod: Type 1 LWB, 172"x 95"x 72"Interior HR- 6"Body Drop F 1 02-00-0006 --Headroom: 74172"Finished Interior-Ducted A/C 02-00-0060 1— Compartment and Entry door Full length Stainless Steel Hinges std 02-BO-CC01 < -- Compartment Construction:STANDARD, Unless Specified Otherwise I &od(?s aInd Il:l3a..cI 100 II116IIsIh(?d AU1111'11li III Uurlu Il.piiu:ulr,iond Il'llate d 4:;Nu°Ir°up��:urvpn��iu^u��p d �::pllliu���:p ��°����'�IIII..uu°Icuuu��Il.uulcu "°wSII���� "I 02-BO-SFLO < I-- Compt Floors:Sweep-out, even with bottom doorjamb I UNu?ss °np(? fi(?d Oph(NII"II`'E, 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 I-- Compartment Ventilation-Flap style#VT-2495-A01, STD I 02-BC-0604 I-- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F C B 120 Body Drop:6"Both Sides,Ahead of Rear Wheels 02-M1-CE05 -- Curb side Entry Door(CSE):82.812 High x 31 Wide T1 LWB 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 02-BO-CESL I-- Curbside Entry Door(CSE)Location:Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-zzzz I-- I 02-B3-MD64 I--Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate 054 SZ < I--ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount I housing u 111 p ;ullll C011lI'lle on�<upCi ("S door or wpp i uJi:lh flood cwfth 05-IL-09XA < IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED � u 111 p ;ullll C011lI'lle on�<upCi ("S door or wpp i uJi:lh flood cwfth ZZ-ZZ-ZZZZ -- I -liC°p-M,1 9 S < I- M—p CCou)"up p(LF) C.c HP%, C.511"H 22.°p 511" W °p3.511"D wAfliC°pa couu"up aumpuu"eilI Sp :;slh SIhti Nei Add : 63"ipu)r,p:olr pill :tu) Ilju:upum)eni IIA 1 ::un i IIV l "o sKouull:;p froirru ffiie coInl,°up arpurl,uuuuup IlOUVEN'S c-F -CCCC I < I--M-1 Compartment Construction:Smooth Aluminum ILOS p °ourlup aupurlu(:uu p a°(?lillling 090 IlUurluuu Uurlu ShuN)t c-F -CCCC 8 Compartment Door Panel:Diamond Plate p C F lCFA p S < Compartment Surface Finish:Speed Liner, Black-M-1 p l""IIIIIIIIII CC(°Ill'Ill'n aulCmim urml: III""'III °u °uul lx�ii IIIIII'le Speed Ill....liiurmed IIIIII'lllla(,l[r' 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard p 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door p 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. p 02-BO-CC41 I-- Compartment floor thickness.125"standard p 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch p 02-BO-09BO I— Compt Door Check:Double Action Gas Shock p 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees p 05-EL-411418 S < I--Light, Compartment:Maxxima LED 18", EA,ILOS p ""l""Illllllll IIIC °u l: IIIC ii III iii g Ilhm l:Ilhm(°i III ^ ulre ua uru iii Iire d M' ""l""IIIIIIIIII il;IIIht IIM(°iuruurml: ^u;l urm CC ^liillllIiiiig IINeaulr III':'kiii(°iulr Jaurdlb 08-B1-02LI --Prep for 02 Lift:NONE p 1775 11/02/2021 Job/Order No: Pro osal Pa e 4 PART NO S DESCRIPTIONQTY 09-ZZ-ZZZZ I-- I 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"Hx 22.125" Wx 19.5"D O 134 CCMO < I--M-1a Compartment Construction:Smooth Aluminum ILOS I &odw:wr3 aiii 1 Il:3a.cl 090 Ilm.uurruliumm.uurru &lmwXwt d 4:;Nu°ir°ups �urvin�riu^u 1 d :Illliu ;1 090 XIll..uu°icuuu 11l i.iri SIIi)e O 134 CC44 I—Compartment Door Panel:Diamond Plate I 44-F4-C FA40 S I—Compartment Surface Finish:Speed Liner, Black-M-1a � wJ(, I""IIIIIIIIII C'O mmpair ummir,unt III""'IIIooir to Illmiii2,, pii2!1i2d IIL.. urmir2d Wacl( 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard I 02-BO-CC1B I-- Compartment Ventilation-M-1A Pancake Fan & 1-Column of Louvers 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I--Compartment floor thickness.125"standard 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch I 02-BO-09B0 --Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 05-EL-40N1 < I--Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, 41 IT I Il 6 3 d �uuml:u uuu�; 12-ZZ-ZZZZ I-- 02-M1-M275 S [��K��2 Cotnp (44 m(:40." 49w 4 x"W X 19.5" 44-F4-C:C M2 < I—M-2 Compartment Construction:Smooth Aluminum ILOS °ourrupm�mulurruw��uum1 II uIak urrir: 125 Ilm.uurr�uli III m.uurr1u SllIEX)�1: O 134 CC44 -- Compartment Door Panel:Diamond Plate I 44-F4-C FA42 4 Compartment Surface Finish:Speed Liner, Black-M-2 � w�1(�',�..I""IIIIIIIIII C'O mmp air ummirw,,urmt Ill""'Ill�:oir t�:m IIIIII'�o�"pir,i,m:� IIL..Iium�irw,u:� IIIIII'�la lllu. O 134 CF I I-- Component Finish (Shelf/Tray/Divider):Speedliner Black Each I 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard I 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS (std) 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 04-TS-11D3 S < I—M-2 Shelf,Adjustable, Ext..125 Alum, 2" Upward lip I M' """"IIIIIIIIII �"'�'�Illm llff lx`ii Illme Speed Ill....liiurmed lom:lllm 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes 05-EL-4M36 S < Light, Compartment:Maxxima LED 36", EA,ILOS I ""IIIIIIII IIICm°ur; IIIC ii Ill iii' Illm:Illm(°ilI ^ ure(uIuruiiiirwd ICE'' """"IIIIIIIIII 4(°IuruurmtIll....liiglm1: '')urm CeillllIiiig IINeairIII':'kiii(°iurJaii,mmlllm 05-HB-1330 < -- Condenser, 12V.Pro-Air Dual Fan, FRKG 126 Front of Body Incl with HWP AC Only 0,�'R�'0 III 3 IL — ffiius u1�mu11'11 0111lly wmmuthi u) gyp: pmq.uudip :ism)(J II of wm)affi)i pjad<: �gi ) 11d coirrup i-�)s moi— II VAC r3Cr3l:mw11r'1r3, 04-HA-1310 < I--ARCTIC WEDGE Front of Body pmruul Ip...11V�`Cm >> II',Jo Il Iirw:w--d iiry ll(?d Ilu#lmt Ilmdl(wr3. L)13�3 of rlN) 1m )d g�) Is ii..ulljpu)d ro � iliiii)eilii 1 ir�30�:wwrm i�iiid upmpjrov::ull for Il pl„fII f diii..u�y II m"p:m II II uii'iod(?w `3. 4 u(AmuGl:iiOum ium ig; 11 ,§ouru,'uumg am,)omwm? 11mww wmww?dgw:w urruwmC mw:w irw N Um r(?d 44-CA - 62 I— Warning Lights installed on Condenser cover 12-BO-0002 I--Painted Part-Painted White YZ Std I 06-RR-13ZO I--Standard Conduit: 1-112"", with pull wire 06-RR-1304 4 CONDUIT RIGI IO POINT:K I compartment I 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) 06-RR-13Z1 -- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std I 1776 11/02/2021 Job/Order No: Pro osal Pa e 5 PART NO S DESCRIPTIONQTY 06-RR-1301 -- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet I 06-RR-13T2 -- CONDUIT TERMINATION POINT:Behind Driver's seat 09-ZZ-ZZZZ -- I 02-M°1-M379 5 M-3 Compt(LP%) 61.5"'µ C1 x CC"'µ W x "19.5"'µ D C F CCM3 < I__M-3 Compartment Construction:Smooth Aluminum ILOS 1 &od(M3 and Il:3a.cl 090 IlU1111uliu U1111iu &l1EX): °aura ulr,ru lure a��url °(?lillliurg 090 IlU111111 u11I uuri a &l1EX)t 02-B 1-C1C:1111 -- Compartment Door Panel:Diamond Plate 1 C F Cp-A,CC S < I__ Compartment Surface Finish:Speed Liner, Black-M-3 I W' """"IIIIIIIIII CCm°ul'ur�apaulumrr^urml: III""'IIIC°um°uu 1:m°ui IIIIII'1e Speed Ill....liiiiied IIII'1111am:lllr 02-B 1-C11 I -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 2 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O 0 1 A II Il:3 II"lo II II brat dlraurur(:?ll Wti :Ili r(N? (14") Ilrd(M3 aI[aow?tIlr(? Ilia at lllr(? c(?: 11 ng II(:? (:?II. 02-BO-CC12 X < Compartment Reinforret ent Wall#2 CC"1"°B 1 W' """"IIIIIIIIII 1CCallllll !#21:m°u1 Illy III"1 liiIIII' iirm:ed ll' iiii SCCIII'1I'11C IIIIII'1uram:lllrel:a Illiiis are led 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-1000 -- Compartment Doors:DOUBLE DOORS, ILOS single 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 114-T 111C11 5 < Shelf, Fixed, Ext. .125 Aluminum, 2"Upward Lips 1 W' """"IIIIIIIIII ""�ixed alllr llff 1m`ui Ill3e ll''uxiiira 1CCallllll !#1 1:m°uii 1CCallllll !#3 aiii,id arliillllll 3e alllrm°ive SCCIII'1I'11C IIIIII'1uram:lllrets W' """"IIIIIIIIII �"'1'�Illr llff 1m`ui Illye Speed Ill....liiiiied IIII'1111am:lllr, 114-TS-1400 5 Divider, Vertical, From Fixed Shelf to C effling, alum, Fixed1 II IIII.... 111..1u06r2,r 10 Illm�iiir2, furou°mm Sft�i2,IIIf 10 C�i2.ullluurmg and C�i2.urml�i2.ur�i2.d from i2.ft10 IIIZiglllrl. 11ii�1��m�:p�2!r to Illmiirr�, pir,i r,�:p Ill...lirmirr,�:p IIIIII'pWwJlm. 05-EL-4M24 5 < I--Light, Compartment:Maxxima LED 24", EA,ILOS 1 11""""IIIIII'1 IIIC °ur;r IIIC ii Ill lii' Illr:Illr(°ilIe uire,(:I Wii re d ICE'' """"IIIIIIIIII 11(°I uiilt Ill....liigl11:(°Iiim CCeiiilllliiuiig IIIWaur III':'kiii(°iirJaii,Mlr 09-ZZ-ZZZZ -- 1 02-M1-M575 5 I- M-5 C:om)rprl(FF)m C.c HP%, C°1.11°1 C11"C1 11" W 2,,t.11ll"D 1 N11H I I..IIImr,,rr,,ar llllll oii2,, an 8" atfi:` spCaciir2,, liium 11mir, tops of 11mir, i:ouinpCaiiluumir2,,um1. 02-B 1-C1CCCC < --M-5 Compartment Construction:Smooth Aluminum ILOS 1 u°auriulr,�u lure a��url II palak u�i ir: 125 IlUuri'�uliuIIIUuri11 SllIEX)�t C F CC 8 Compartment Door Panel:Diamond Plate 1 02-BO-C1FA45 5 Compartment Surface Finish:Speed Liner, Black-M-5 1 N11H,..""IIIIIIIIII C'OmCairtinii2!in1III IIooir10 oSpii2!,,1r2,,:p Ill... inii2,,:p III';I'pla lll(. C F C1 '1 -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each C 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O 0 1 Cl I B II"l(I-)II �:11 :� a 11n�)ll wadi ffiii-u) (.1") Ilid )s :�I3 N 1 3"Il° ) II III l;�1 tN) C6�111 l 02-BO-CC16 I-- Compartment Door Ventilation-small punched half-moon Louvered Door 1 02-BO-SWFL I-- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 1777 11/02/2021 Job/Order No: Pro osal Pa e 6 PART NO S DESCRIPTIONQTY 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 04-TS-1200 S < CC Z Shelf Fixed, E p..125 Aluminum, Partial Width 2"lips op Ward � M' """"Illliiiiii ""nixed slliellff 1m`,II, Ill3e fixu,Iiin fixed dIirmliIdeilr1:(`,II,WdlI #3 iiillrm k,u,alrwaird space appix°,u,a 42" up fVro�iill"a roop"to,lll"a o�'l''m"%o�liiinI I�Bii iirti'llfiilli2!,iin't. Sllli212, )rBiii wilin 04-TS-17N1 S < I--Divider, Vert, Full compartment height, alum,Adj, Unistrut I I""Illraree furuIIIIII liidlallr se(,IJiim°,Il,urma (`Iiil'' urmliiataluuut m°,Il,urm l:Illie Illrau:lllr, wdlI Tlllrm°,Il,urut 6" fixu,uin 1:m°,II,p aiii,id Illrm°,Ililt(°.Il,uin and o; iil7a,ll'29 illliin 'p l,ll29 III"rallllm:pd:iili2,o,'f'ppm,ll'r! m:,`o,liinpprliiiimrtinill'29rm'p'fo; iilr'thiii1'29 liiiimdjIII,stril ii2!lin . p 111 Ill....lii' Illr: Ilh°°'III °u,III lii ur m uu °u,ur a pra al pu m ur m:ceiii 111 lii ui i g fixu,ui n IIl lii u:Illre C M' """"Illliiiiii Cp4; uuustdalrllle III'':'pliIVIiu;eir1:(°.II, Ill3e IIL... eft(`Iiii''Illlllllli d III':)liirmliiu;eir - '-p400 S Divider, Vertical, Full compartment height, alum, Fixed m �.„.... �� i" II,,p����III.... III al,lu.11�.u.p u.pal�uu.pll2.ar to IIImII2. 10 froalmrl WaIIIIII u3 fro,al°mrl stair mulllraalar urpo,arag,Irr,!, fo,araraa°d of dii rmiii de ar 04-TS-STR1 S I--Strap:2" Webb Seatbelt buckle chrome footman loops ""rlllrr straps, Ills to slll2,cIII.urii2,,'ppmillllr7ags fro,w"mrl III"ralo,vuling wKIll l,i2, ills IIIII7a III"mrlopuo,llrm m,,,H° Wallllll #1 to III':�)�I'10 uu,r 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 05-EL-4M18 S I--Light, Compartment:Maxxima LED 18", EA,ILOS llllii'p Ilm,,,p�'Nli,p,lr l 111 N,,,p q Ni, III Iii g Ills p Illrl o lll,lr2,, ar,Ir2 u p u.0 lii ar,e d m g Ilm,,,paar III':)ooir,Jll��uu°mrllllml, �,",� ': �:m,Ill,u asp�:m,ar ���,Ir a al arm. 09-ZZ-ZZZZ -- I 02-M1-M675 S M-6 Compt(PRRFM( )m "1711"H °p .5"'µ Wx °13.5111"D C F CCM6 < I__M-6 Compartment Construction:Smooth Aluminum ILOS I &od(?s and II'3adcl 090 Ilu.uarlulia lu.uarlu &lrluX)t d 4:;Na°Ir°ap�a�arvpnu�lu^arlp II J�Nplh:�:Na°Ir°a: .'p �" �`'�IIII..uIrlr°aliarlll..ua°Ir°a,Sllrl�� "I u°ararl alr�ma tlarl au��uarp a°(?lillliaru:p 090 Ilu.uarl aaaru.uarl a &lruX)t c-F -CCC O8 Compartment Door Panel:Diamond Plate C F CFCC -- Compartment Surface Finish:Speed Liner, Black-M-6 I 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 05-EL-40N6 < I--Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC,ILOS A II"Jotp ): 1 II 6lu„3 in (, oirripa iufiuuu;aamp c pllliamil;,p 09-ZZ-ZZZZ I-- 02-M1-M775 I--M-7 Compt(RF): 67.5"Hx 25.25" Wx 21.0"(Below FL), 1/0 1 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 02-BO-CCN5 S < CC C Compartment Construction Belourm FloorLevel: Smooth lu minu m ILOS I &od(?s and II'3adcl 090 Ilu.uarlulia lu.uarlu &lrl(Hmt d 4:;Na°Ir°ap a�arvpnu lu^arlp d :mpllliarl p 090 XIII..ua°Icaaarlll.ualra "°wSllil)e 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 02-BO-CFN5 S Compartment SuifaceFinish: Speed Liner, Black-M-7 � m,,,H°,,..p""Illliiiiii C'O,u mrl ppl a arpm mrl,lrrl,arm p III' II o,o ar to Illlii'po S C,,,Irrl„Irrld IIL..li arm,lrrl,u:p Illlii'p lad( Ill(. 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard p 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch p 02-BO-09BO I— Compt Door Check:Double Action Gas Shock p 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees p 05-EL-4M36 S < I--Light, Compartment:Maxxima LED 36", EA,ILOS p ""Illliiiip IIIC m°ur:r,,',,, IIIC m°u, III iii' Ills:Ills m°,II,III ^ alre u:p uru iii are d IIIC�'��""�""Illliiiiii III m°u,uru ar.m�: Ill....lii u:Ills�:m°u,ar.m a III III !uICpC m°urp''III '"pW'pC m°u,ar.rm ra al~puilrm �ar.m�:pC �ar.m�:r,�,al�rm u:� 1778 11/02/2021 Job/Order No: Pro osal Pa e 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-ZZZZ 1-- 1 02-1141-114888 1--M-8 Drawer(RF):None-Batteries Under Hood t 02-M1-RA03 --Rear Access Doors:46 3/4" Wide x 60 5/8"High t ZZ-ZZ-ZZZZ -- t ZZ-ZZ-ZZZZ -- t WELDING -CELL 1 1 44-L LAC S < 1__(3)Placard Holder, 12"x 12", with Placards Top Load,Aluminum "U" Trim 1 style Option includes Painted smooth placard inserts. Color Red, REV to cut (3) 12" x 12" aluminum smooth insert sheet placards and paint job color of the body. Welded plate with drip rail edge placard holder style Shipped Loose for Dealer to Install After Graphics are Installed t4 F4 4444 I--Painted Part-Painted Special color to match Body 4 ZZ-ZZ-ZZZZ I-- 04-AS-06AO Fuel Fill:CPI C1045, Open Housing, Polished Bezel-(Std) 1 04-AS-0801 Urea Fill: CPI FG5301-1 Inlet Housing 1 04-AS-0370 I--Wire/Hose Cover : Diamond Plate, Between Cab&Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < I-- Pass-Thru cab mounted wind deflector-Aluminum Diamond Plate 1 AEV Weld shop builds and installs,Attaches to Cab side of bellows mount. Same width as bellows mount with short down turned sides. Secured on sides to bracket. Small up-turned lip at back of wind deflector. non-Painted 04-BW-7A95 5 < Bumper, Rear Medium Duty Style HD Alum Fratned W14" Tail DP pontoon 1 covers PURCHASED WITH BODY NOTE: Medium Duty Style Bumper and Will Mount Under Kick Plate and Will not Damage Kick Plate in Rear End Accident. 04-BW-FLIM < I--Step, Center:2"x 7"Grip strut, flip-up t :w4,ull:w d:"Ih...II ' SIII II::wN W1 11 ll...l 44-L 1300 Dock Bumpers:Rubber 2 1/4"H x 16" W x 2" Thick 1 44-FE1-FF44 < I—Fenders, Rear:Rubber Extruded, Black 1 MTB#7215439 04-BW-DP0l I--Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 44-FE1- P t4 I--Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum t 04-BW-TA04 I--Location: Centered in the kick plate t 05-EL-44TN I-- Tag Light:Kinequip LED#132703C t 04-BW-DP92 < I--Corner Caps: 24.0" High,Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Corner Caps. 04-BW-DP93 < I-- Front Stone Guards: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Stone Guards. 44-L 1444 --Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE t 04-EA-1132 --Mud Flaps Rear:Modular, Rubber AEV LOGO t 44-E4-3904 < --Lights, Cab Step:2" White LED, chrome flange mounted in box front, t Whelen Acfi<ate II aII Doors °onstlant Il llot ZZ-ZZ-ZZZZ I-- 44-L 4444 (4)Rear Door Hold Opens:Grabber Style, Top/Bottom each door ILOS 1 EXTERIOR LIGHTING/ HEAT/AC/INSULATION -CELL 2 1 05-EL-1800 CORNER CAP LED ICC/WARNING LIGHTS 1 1779 11/02/2021 Job/Order No: Pro osal Pa e 8 PART NO S DESCRIPTIONQTY 05-EL-18FO -- ron orner ap arning ig s: arnings 1 05-E .- 8F3 < --Front Center ICC Lts:(3)AMBER Weldon LED No 9186-1500A 1 Switch w/Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 I-- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 IIh L 8R3 < I--Rear ICC Lts:(3)RED Weldon LED No 9186-150OR 1 Switch w/Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC01 I-- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 IIh L 310 Tail Lights, Whelen LED Combinations, ILOS, 1 05-E - 9M4 y I__Side Marker Lights PAIR:(2)RED LED, Whelen#TOROOMRR, I With Grouimmuinii2t..I""GIII"Z(°'W uil NV'.,..I""IIIIIIIIII A011i.uuntli2,d o;iin Sidii2,, of IIIZii2,iur III';I'u m pli2,,ur Ill:Iloimtooins 05-EL-2314 y o -- Whelen 600 Series, Tail Lights I CeuAliIcdll IIM(I iiuruurml:e^u;l '')urm III'liiuulllr III"Illate WlIlallr Illlli'luralllre ''Ulllmriaurd.""I""uruirn Ceiideir, aurmu;l III'ilau:lllr, Illurmlllmriaird 05-EL-0201 I--Flanges:(6) Chrome for above 600 Series Tail lights-INCL I 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated I 45-EL-2333 I--Back up, Whelen 600 Series, LED, Pair, Minimum Intensity I 05-PL-LX88 y 4"urns.( ) Affielen 600, Super AMBER ACC! BEE LENS, I on-Prograniniable ILOS 05-PL-LX04 I--Lens Color for Above LED Light to be:Amber I 05-PL-LXX2 --LED Color for Above 600 Super LED:AMBER I ZZ-ZZ-ZZZZ -- I 05-EL-4300 Patient Area Turn and Stop Light Indicator: None 1 4S��ZLCA��43DL Third(3rd)Brake Light:NONE 1 45-EL-4580 SCENE/FLOOD LIGHTS (Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liar llUdu?d 06-EL-18LF I--Left Flood Activate:Left Flood Switch I 05-EL-45T6 < I--Right Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liurollUdu?d 06-EL-18RT I--Right Flood Activate:Right Flood Switch and open CSE Door I 05-EL-46CF y o I--Front Alley Lights:(2)Fire Tech Mini Brow(FT-MB-2.9-S-B)LED-Black I Housing Irlur orillllll have iiirr,,iind a uimm�:mui,uumlion Illmiur��uckii2ts III' 1.....114111111'lWr'II.I.....III:uIVI...11llll'l...ul:l h I IlNJ( llll.... Ilhuure I i2,i:uh I I IIL.)oui.ulpm�ll„i„,,, Stadlu: All1l1112!y IIL..uIIIIrIur IIII0111,uurml„i2,u.I l„.lurmul1u2,,rn1u2,,alluI Curcrluc "Cliu2,,uauiu2, ur l'"ui'lliIde l' iiii Allllllr�y Ili....lii glllrl:o r°u�ur.m III':'lu�ior�u�h� III':'°io��aurml..:l c l''''ui WI I'"'c Ilh°°III Illlllllll II:'l IIL...IIIIIIIIIIIII""'""I'"'Xi..iL...IIIIIIIIII Y A Illy III':) III" III h a;Ili III""I'"'Xi..iL...IIIIIIIIII Y 05-EL-46R6 I--Rear Load Lights:(2)LED-24, Whelen 900 I 06-EL-18RE I--Activate:Rear Flood Switch, Reverse and Lead RA Door I 05-CIF-44CF y o AC(HVAC):Pro-AIR HWP F-Series Ducted in Ceiling- Vert.bh seat, 2nd comp 1 With Electric heater valve Mounted Behind the Attendant Seat Base Facing Rear of Truck includes exterior condenser, (pick Pro-air condensor labeled HWP). Requires separately purchased 2nd compressor system 05-HA-0406 -- Water Pump:Installed required I 05-HA-1306 --A/C Condenser:See M2 Cmpt for Condenser Information I 05-HA-13X6 --Intermotive Module BCVC502A :Installed 2020+ I 05-HA-14RO < I—Hella Relay Connector:Installed I (1) ( CII���)ni"n..Ip IIIIIIIIII L...IL...A g;°l,',g II:w11...LPu'lu...lp...11lll ll LA 05-HB-14PC 1--AC Evaporator:Pro-Air(AC/Heat unit) w/dual fans-STD vertical 941 I 1780 11/02/2021 Job/Order No: Pror)osal Pa 9 PART NO S DESCRIPTION QTY 05-HA-1404 Heater Hoses. EPDM-Nomex Rubber(per Ford QVM) 05-HA-14B5 FILTER: Washable Carbon Pre-Filter 05-HA-14D1 < Ducted A/C Delivery. Insulted foil wrap, 10 registers I 8 (?g st(?rs liun c(?lilllng " (?g st(?rs on A/(� ( a[Jin(?t face 05-HC-14C1 < I—2nd AC Comp Techni install by 3rd party 2021+F-Series 6.7 Diesel w Dual Alt \AflNd(? trainspoit(A to fad ty for 2nd A( cor,ipir(?ssor, 3radix?t, Diiw� Il,xflt and nstaw lafion Cooirdn::fl��)wfth �)ngun)eirfinj ::fl :airfi)st oppoilun ly piJoir to piroducfion ::assi::Nrribly st::u111 lhissyst(?r,ii for 6 7I d(?s(:fl, with IDL4 t 10 H 30K < Thermostat, Rear A/C, Digital, Kinequip ILOS I 10-HA-LOC1 Install location Main Action Area Streetside 05-1 L-0051 CEILING PANELS:ACM Gloss White 1 05-1 L-0261 Dome Lts, LED K-EDGE (4) Streetside, (4) Curbside std 1 zz-zz-zzzz 1-- 1 06-EC-0900 < Timer, Spring wound Constant Hot, Checkout, 15 Minute 1 Located on curbside wall at head of squad bench. 06-EC-09P1 Timer to Power. Street side DOMES, High intensity zz-zz-zzzz I-- 09-MK4801 IV Hook No 1: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 29-MH-1000 I—LOCATION: Over head/chest area,primary patient on COT 09-MKV802 IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 09-MH-08P2 LOCATION: Over head/chest area,secondary patient on SIB zz-zz-zzzz I-- I 09-MH-2AC5 < Recessed C/S Grab Rail, ceiling: 1.25 Dia..... 3 pt, 72in, Gray Anti microbial 1 Grab Rail will be recessed in a ABS pan. 09-MH-2ASS Streetside Grab Rail: None 1 Insulation PKG: Generation 9 Body Std, 1 05-IN-1STD Insulation: Circumferential PKG, Single Layer Reflective w/Air cell core 1 05-1 N-3STE Insulation: Entry Door, Reflective w/Air cell core 05-1 N-4ST9 Insulation Sound Deadening: Generation 9 Floor 05-1 N-5STO Insulation: Walls/Ceiling,Additional : NONE 05-1 N-6STD Stepwell Insulation: None 051&4100 < Light Bar Alternative, (4)Across Front, 92"or wider 1 In Addition to Standard Front Three (3) Body Warning Lights. Seven (7) Total Lights Across Front of Body. 05-LB-6222 Front of Module SLED System-92"and wider(4) 1 05-LB-6648 Whelen, 900 Super LED, (4), (2)Red& (2) White 051&4897 Flasher for LED front of module:None 05-PH-LSOF Flanges:(4) 900-Chrome Flanges for lights above 05 L V1 I Light. Whelen 900, Super WHITE LED/CLEAR LENS, Programmable 2 1A TS 05-PL-LX00 Lens color for Above LED Light to be: Clear 2 05-PL-LXZ1 LED Color for Above 900 Super LED: WHITE 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 05-PL-LV13 Light. Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 2 05-PL-LX00 Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 LED Color for Above 900 Super LED:RED 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 zz-zz-zzzz 05-LB-6900 S < Alternative Lightbar Switching, Prim/Sec I WNtii2, IlI iglht III' irirnairy )6�y 05-PA-LBOB I- Rear Light Bar: NONE 1 05-4Y-LTLF WHELEN LED WARNING LIGHTS YS TEM-F-series LTD 1 05 F 0710 S < I—Flasher. None,All Super LED's Are Programmable- I ast, Xteirnate Wllh��iii ea(flh fixtuire, ���aiii&iiiin ����Ias�h wifless(�illheii*�se sipe!(Jfied 1781 11/02/2021 Job/Order No: Pro osal Pa a 10 PART NO S DESCRIPTIONQTY Program #9 Action Flash 05-FS-10P4 --Flash Pattern:None,Internal Light Head Flasher 0&SWPS02 S < Warning Light SWITCH:PIS, center console, PARK secondary I "'uiurnaii diixiiips lxuii se(xiiiiidair liiurm III"Iiairk (°iir IIMeuuui:irdul u IIht lxuii ('kiii ''�uuui: liiurm Ill:Iiairk �'�� Q !:u ur ...(°u ui�w:u ui�u; ...:u uu a ur.m�';I :u uru.m a ur'm�..I ....a.';I ZZZZ-ZZZZ -- 5 L 1 T05 (2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange I 05-PH-LSOB --Flanges:(2) Chrome, 5TIR6 Lights 05-PH-LTOJ a --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS I ouu ';Iuieur uiC1, 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PH-LT28 S < (2)Front Intersection, Whelen LINZ6, SLED, Chrome Flange 1 "'III"1'' ;s lll'1 11111 # 1 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 05-PL-LX00 --Lens color for Above LED Light to be: Clear ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add 7 Side Warning Lights, :NONE 1 ZZ-zz-ZZZZ I-- 05-PL-LU30 --(1) Center Front Warning Light: Whelen 900(Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 5 L XF1 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU40 --(2)Front Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-LU50 --(4)Side Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 5 L L 1=3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-L 51 (2)Rear Intersection Lts: Whelen 700, (Super LED)IATS 1 05-PH-LS08 --Flanges:(2) 700-Chrome Flanges for lights above 1 05-PH-LT5A --Locations:(1)over each rear wheel well opening. 1 5 L XL5 --Light. Whelen 700, Super Split REDIINHITE LED/CLEAR LENS, Program ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXY4 --LED Color for Above 700 Super LED:REDMHITE 06-SW-0022 --Rear Intersection Lights Switched:PRIMARY/SECONDARY 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU60 --(2)Rear Warning Lts: Whelen 900, (Super LED)ilos 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LT6A --Location:REAR, (1)in EACH Upper outer corner. 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05 L U ( )Rear Atarning Lts 11t11uoien 900, (Super LED), IATS 1 1782 11/02/2021 Job/Order No: Pro osal Pa a 11 PART NO S DESCRIPTIONQTY 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 05-PH-LT6C U < --Location:REAR, (2)aligned w/EACH upper window in RA doors. 1 M ..., ,'I:aurmu; °Zug"mi: )ur.m °1cur at ° xcur Wiii&iiw ....ev �. d 4 1) III �d/X,alllbeir oiin I';IIIIIa IIIu II J( IIII.... III.......ocat�i2. �2) Au:tu:tutiourmaIII Wh�i2.III�i2.urm 900 IIIZi�r2.u.t III...igIIIuts Illurmlllu�oauru.i o�I Staurmu.taurui iLLii2.ur IIIZ�i2.aur ' ^ued Ill....iiiglllhts 05-PH-LT6C X < Location:REAR, ( ) aligned W1 upper Warning Lights oil Real, 1 II ,r . „��I����I �IIL....... �� ) IIL......�i�.l� ��,�c ut �2) III Zi g III u t )c IlhZsir2,a ur at IIhZ sir2,a u°Window IIL.,.sir2,�vm,m III �,"I) IIhZ i�r2,u:t �'!!kt �,"I) urm IIIIIIIIIIa:IIIm �"'1'�liide M't""I""IIIIIIIIII L...(°i ate (2) Add liiiikiiiurmalll 1 IIh eleiirm 900 III"1 d Ill....liig; h is Illurflllmu laird (°,iii''Staiiidaird Uppeir III"1 Maur 'Zii2,u:t Ill...iglllu'ts. 05 PL t V 13 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 05-PL-LV29 --Light: Whelen 900, Super RED/AMBER LED/CLEAR LENS, Programmable 4 IA TS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 4 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 4 ZZ-ZZ-ZZZZ -- 1 05-P -N U74 --(1)Rear Center AMBER Warning Lt. Whelen 900, (Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 44-U4-4U7 --Light: Whelen 900, Super AMBER LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ3 --LED Color for Above 900 Super LED:AMBER 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZY -- 1 ZZ-ZZ-ZZZZ -- 1 05-ZZ-ZZZZ 1 ELECTRICAL -CELL 3 1 05-IL-10A0 --Rechargeable Flash Lt.Streamlight, Yellow SL45108, installed 1 05-IL-10LO U < Location 1 3 Compartment On Wall#1 Above Fixed Shelf Height 1 M't""I""IIIIIIIIII A(°Iuiid! III""'Illaallhmllllii'Illhmi:liiurm 111114 °uurm allllll #1 Ilh°°lll °uuiu °uurmi:alll Alllb(ive III""'liixed �"'1'�Ilhm llff 1eig ht 05-IL-10P0 --Powered: 12v Constant Hot 1 44 44 4445 U < -- Customer Supplied Part(s) : Yes See account 1 1) One Radio Heads 2) One MIR Antenna w/Router 3) One 800 Mhz Antennas 07-00-01114 -- Custom design wood console included in Order 1 11-ZZ-090D < --CAAS GVS 2.0 Exception C.8.5.5 Lack of Anti-Theft device for Idling 1 By declining to select an appropriate anti-theft device for this chassis, The Agency is non-compliant to CAAS GVS 2.0 for the likely event of required idling of the chassis while unattended. This applies only to agencies selecting CAAS Compliance. CAAS GVS 2.0 requires; The chassis shall be equipped with an anti-theft device to prevent the vehicle from being driven by an unauthorized operator.". 44-t4-2000 < Rechargeable Flash Lt.Streamlight, SL-20LP, Orange,Installed 1 LITE-SL20LP 05-IL-10LO U Location On Passenger Side of Center Console 1 05-IL-10P0 --Powered: 12v Constant Hot 1 06-AL-47SU Hand Held Spot Light: None 1 06-AL-4900 < I--Cab Spot Light: None 1 Not Require by KKK-F 0 tip SAHN AEV Traumahawk Telematics Declined, Not required 1 1783 11/02/2021 Job/Order No: Pro osal Pa a 12 PART NO S DESCRIPTIONQTY 06-BA-3F41 aeries: - a ery ys em- i 7P770esei y 1 06-BA-3F53 I-- Batteries: (2) Underhood (Type 1) 1 06-BA-3FJ1 < I--Battery Make: (2) OEM 1 Battery Brand must match. 06-BA-Q631 < I-- Battery Switch: Cole Hersee 2484-16 Paddle, T1 center console 1 Cole Hersee Paddle style battery switch powers up and shuts down the CONVERSION only! Chassis related circuits shall remain wired in the OEM configuration per Ford QVM Bulletin No 63. SWITCH LOCATION: Drivers'side of center cab console. 06-BA-3FW4 I--Batteries Wired: Parallel for higher amperage 1 ZZ-ZZ-ZZZZ 1-- 1 6-EC-056B PWR Door Locks:Module Doors-Full Mod T1 Ford 1 06-EC-050A < I--Door Locks, Tied into OEM System Type 1 Ford t Aodwullw:w pow(Nir odIis ar(? tk?d to th(?( has§s pow(Nir odi,:yst(:wuwi,u 06-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors t AUst Mso u"up(?i at(?tIlww:w 1Modwullw:? �°�Iow(?r Door II.odIis Opfllon(?d 06-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles t 06-EC-05K0 -- ONLY the following doors shall have power door locks: t 06-EC-051141 --Electric Door Lock:(M-1)Left Front Compartment t 06-EC-05M2 --Electric Door Lock:(M-2)Left Middle Compartment t 06-EC-05M4 --Electric Door Lock:(M-3)Left Rear Compartment t 06-EC-05M6 --Electric Door Lock:Rear Access Doors t 06-EC-05M7 --Electric Door Lock:(M-5)Right Rear Compartment t 06-EC-05M9 --Electric Door Lock:(M-6)Right Rear, Forward Compt t 06-EC-05N0 --Electric Door Lock: Curbside Access Door t 06-EC-05N1 --Electric Door Lock:(M-7)Right Front Compt t 6-EC-2800 Door Unlock Switch, Momentary, Exterior, hidden t id ..1111 a st:: llll::fion o Ili uicuuNg:w IIwN0011- II. od< °w5w<itch k)� ::lliiuurv�:w uicu :C 11111c )::wS� ull<�:wlllihood:i of wunawuthoilz(A (:wintry Into WflNo<IlE?. II3y <IlIw?<Il1J1IC INS Op i<ul, i w.uo'ChaswNur f urtllh(Nir a guwhws to Ilidd l REV oir chi :� sss s 1:: uIr ufl�w<s for ;:In,C Moss of ww�:)Kck) oir contu)nts c"::ii.us�)d by wwowllaw<faull ac w?ss 06-EC-0802 --Location:Front Grille/Bumper Area t ZZ-ZZ-ZZZZ I-- I 06-EC-3015 < Ford OEM backup Camera installed, Cable, Displays into OEM Radio 1 Ordered with Chassis. This product has no BRAKE light capability. 06-EC-3509 Circuit Board: RMR Rail System, W/LED Diagram-Type 1 1 06-EC-CB03 I--Circuit Protection, 12V: Blade Breaker-Manual-reset 1 06-RR-23F1 I-- Ind Light Flasher: Thru 14S Flasher Unit 1 06-RR-2400 I--Type I -CAB Wood Console: Pass Thru - 14" OAW std design 1 06-RR-2315 I--Type 1 LED Rocker Switches Front and Rear Switch Panels Standard 1 06-EC-3570 I--Master Switch: Front Only 1 06-MC-0810 1—Smart Volt Meter: (1) Kinequip 8.0 thru 16.0 Volts, Digital w Low voltage buzze 1 S-RR- CC 1 I-Engraved LOGO:None 1 06-RR-2311 I--Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light:Activate w/ANY compartment door switch. 1 06-RR-2313 I--Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 I--Indicator Light: Halogen RED "Door Ajar" light 1 06-RR-2316 I-- Flashing light:Activate w/ANY Mod entry door switch. 1 5 R 23J4 5 < I-Door/Comp Ajar Buzzer:Activate with Entry& Compt Door 1 This is in addition to Indicator Lights. NOTE: Activate only in gear 06-RR-23LO I--Illumination strip LED for Front and rear switch panels 12v 1 ZZ-ZZ-ZZZY 1-- 1 07-RR-24AO I--Console Finish: Black, Textured "Easy Grip" 1 07-RR-24A5 I--Wire Harness Routed Behind Driver's seat, No Cover Required 1 1784 11/02/2021 Job/Order No: Pro osal Pa a 13 PART NO S DESCRIPTIONQTY 07../?R7.tt20F Add-on Console: Type 1 1 47-FF-44 I-Drink Holder:(2)In Add-on Console, Big Gulp Size 2 07../?R7.ttC 5 I-Drink Holder Location:Middle 2 47-RR-02F4 4 Note Book/Clip Board/Tough Book Slot Single-Full Width by 611" Wide t 07-RR-02F3 I--Double removable Lexan Divider(s) i 47-FF-4401 4 Customer er Supplied lied Radio:Installed in Console(Reference Engineering i DraWifu4) ..IIIIII. 1�•9i.,ll •, ..o s..,II ..o• ��.�„ ..„ r�ill8�" ..o .,i�: s^i ..o (See..o IIIIII� .., ..o..o ..„ r,,,; ., 1114��tllll..... III�au.Iu�,u ullllll III"u IIIum.�I.aIIIIII .u.I ��tum Ill..lurua .0 ���uu.I �.ul CC�,uum.��,ulll (��� . . III....uml,Iuum . .uruuml,I III..lua�auuml,:I) 07-RR-2354 I- Glove Storage:(3) Glove Box Storage Across Rear of add on console I 07-RR-24AO I-- Console Finish:Black, Textured "Easy Grip" l 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 44..Zt7...,44134 I-- Cut Off Switch:Auto reset,momentary style 1 11-ZZ-0936 < I--Exception to 3.14.6 Cancel switch for back up alarm NOT ALLOWED, I >> d �:Inciiii:fl s,afth foir J�::ud< up no :ullll,::N�ue)d, "_�)t/ED I`:oiriir.a huu u:?llu?c ti lieu d(??sgn!!p 06-EC-GR0l Ground Straps, Module to Frame: (Qty 4) Braided 1 06-IA-0001 Converter , 125V to 12V: NONE 1 04..4I7.02 0 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS I--Portable Equip Charging Circuits:Included in Inverter I 06-EC-03AA I--PREWIRE LOCATION:(1)Cab Console, (1)Behind A/A I 06-EC-03C9 I--Portable Equip Pwr Source:Ignition and/or Shoreline t 06-IG-03AO I-Battery Charger/Conditioner:55A -Built into Inverter I 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries I 04..4I7.04I_7" --Inverter Location:M-1A (ULF) Compartment I 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED 1 RADIO POWER 1 06-EC-03AO I-- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03GO I--LOCATION: Behind Passenger's Seat 1 06-EC-03A2 I-- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03EO I--LOCATION: Behind Action Area Board 1 ANTENNA LEADS 1 06-RR-0100 1—Coaxial Cable, No 1: Type RG-5811J, No connectors 1 04...ICIC..V,102 < I-- ORIGINATION POINT:Roof Port No 2 1 Roof Port No 2 is located approximately 24 inches back rearward of roof port#1. 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-01T1 I--TERMINATION POINT: Behind Passenger's seat w/36"Tail 1 06-RR-1712 < I--Antenna Base w/Coaxial Cable:KE794#2 I 06-RR-0102 4 ORIGINATION POINT:Roof Port No I I Ill:10 u4 II�jjjq ro "I 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-I7 4 < I-- Termination Point:Inside Center Console I 06-RIC-1100 4 (1) 800 Mhz Antenna, Customer Supplied lied prior to production, Installed 1 NOTE: Installed From Roof Port#2 to Terminate in Console 06-RR-1100 X a I......Mi i tutetutua acid Roateu, Customer Supplied lied prior to p roduction, Ins tailed l M't""I""IIIIIIIIII lurmai:allllll d 4.8" III',,,M(Jr, fixiuiura ialh e 800 Illitlllhz Aii,ite,urmurma aiii,id WilIl I euir:unm Iiurmate liiurm m.I C'u a lji urm 1112!t. I III m i�r2,, III"Zo iii,u ti�r2,ur"tCI I III III Ill�i i�r2,, IIII o iii,u urm ti�r2,u:t V i�r2,u4I c u u I With t h sir2, Cu a lllu�l1 i�r2,s o un t h iir2!, III"U I7111 u t a a u:t IIL.,112.I I o I 11he IIli uUteIII I e114'"'(IIw PI"Wu reS fixiiiura I:Ilhm eIIli uul:eu liillllll I euir:unmIiurmate liiurm Illhm III:III uluuu:alll CCallbuIiiiiet 'III "ii I,ii a it qa `ii I C )C" "I Ii9541) 1785 11/02/2021 Job/Order No: Pro osal Pa a 14 PART NO S DESCRIPTIONQTY 06-RR-1809 -- a ien rea a io : one 1 06-SO-0000 125V SHORE LINE AND OUTLETS 1 55 S 5555 --Shore Line Inlet:20A Super Auto Eject,ILOS 1 06-SO-OOL1 I--Inlet location:Aft of Left Front compartment t 55 S 5555 < I--Indicator Light, Shore line: Weatherproof,power by SL, Red t undicator lght ocat(?d a[,)ow?shor(? Iluur(:? linlk?t 55-5V-t5t5 -- Cover, White, Shore Line Inlet:20A Super Auto Eject,ILOS t ZZ-ZZ-zzzz I-- I 06-SO-10TT < I--Inpower Timer: VCM-05-01SF,Installed t u( ..11II I Ns ::fllows liN) ::� ulo u)rye':,U to Ilju:) w<ir�)d to liN) Ilgtn inon switch Il111 Ilu�) a of spClidngi u111i ;N ffiu: 0II IIt1 staite diurvCU t and liar u(Ndir(A any f:IlNs wfllr'odle 06-SO-1400 --**125 Volt OUTLETS" 1 06-SO-1401 < -- 125 VAC Outlet, No 1: 15A, Hospital Grade, IVORY 1 All 125 VAC outlets shall be back lighted when power is applied to the outlet. 06-SO-141-1 I--LOCATION: Action Area, standard location 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1402 1-- 125 VAC Outlet, No 2: 15A, Hospital Grade, IVORY 1 06-SO-141-3 I--LOCATION: RF ALS, (See Drawing) 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1403 1-- 125 VAC Outlet, No 3: 15A, Hospital Grade,IVORY t 06-SO-14L4 5 —LOCATION:V tended ctton Area, (See Drawrrh7t5) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t ZZ-zz-ZZZZ I-- 55 S t 3M,I 5 < 1-- 125 VAC W Dual USB &Power Light Outlet, No 4:20A, Hospital Grade, t White IATS UII1 1 uii"5 VAC' oiii.udii2,rts sha 111 Ill iii2,, III ia6I( Illliiglhtir2,d whir,c pmonwar liis appllllii,i2d to thir2, 0111.ut11r2,4. )rualll 5A15V U&II';I't fir(°uiu5 fir(°uiweir Gr1i2!1ii2!n IIL..UIII';) pmo~war Illliiglllrt IIL.IIIir2,zvy diii,uty rJ(, I""III';IIIII a„.�I''ttW';I't�"''�u.utfil2rts"U�tiIIIIIII Work o~iin �i°'ttainii2,(1 irciii,uliit as µ1 ui",5 hdfiir2,,t 06-SO-140 5 LOCA TIO : Curbside Above Ttmer' see DraWtri,U t 06-SO-1402 -- Outlet mounting ORIENTATION:Vertical t ZZ-ZZ-ZZZZ -- t 06-SO-1100 "INTERIOR 12 Volt OUTLETS" 1 55 S 0X7 1-- 12 Volt outlets two separate single outlets 1 06-SO-10YO I-- 12V Outlet, No 1:Power Point Single- Wire thru Med Isolator t 06-SO-11L1 I--LOCATION:Action Area,standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1910 I--Power Source:Medical Isolator, Batt Sw Hot t ZZ-zz-ZZZZ I-- 06-SO-1102 I-- 12V Outlet, No 2:Power Point- Wire thru Med Isolator t 06-SO-11L1 5 LOCA TIO m Extended Action Area, (See Drawrrh7t5) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t 06-SO-1913 --Power Source: The SAME as outlet No 1 t ZZ-ZZ-ZZZZ -- t 06-SO-1103 I-- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 I--LOCATION:RFALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1913 I--Power Source: The SAME as outlet No 1 t ZZ-zz-ZZZZ I-- 06-SS-060A Siren: Whelen, 295HFS2, Standard F-Series 1 06-SS-SA27 I--Siren Speakers:CPI: SA4327 with Chrome AEV laser cut cover, flush F series 1 06-SS-SW01 I--Siren/OEM Horn Switch: In Cab Console 1 06-SS-SW04 I--microphone clip not installed Tie to Siren Microphone cord. 1 55 55 1313 Air Horn System:BUELL-F1 1 06-SS-1301 < I--Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t I bo t swttch IIocatu)d on du"n'w3irs urde 1786 11/02/2021 Job/Order No: Pro osal Pa a 15 PART NO S DESCRIPTIONQTY 06-SS-1305 I--Air Tank Mounted to Frame Rail t 06-SS-1310 --Emergency Master Hot t 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty t 06-SS-t"t47 I— Compressor Location:M-1A Compartment t 44 44 t444 < --Air Horn Location: Under Front Bumper, F-450 and F-550 2017+ t 011' II ...550 url'uaC u'(NUuu(? 11R):E)SS CUt unto AII3 n <Mai9c(? Air l.taurl'u. 06-SS-1321 I--Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) t 06-SS-1332 I--Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) t 06-SS-13MO I—Air horn mounted system Standard chrome finish 4 CABINET SHOP -Modular 1 07-00-0184 1— Custom design wood console included in Order 1 ZZ-ZZ-ZZZZ 1-- 1 07-00-0001 < ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. ZZ-ZZ-ZZZZ 1-- 1 Cabinet Configuration 1 47 44 li COB Mica Colors: Gloss Beige 1530-01 ILOS 1 ZZ-zz-ZZZZ I-- 47 44 CON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07-0 -SEL3 4 Att. Seat:EVS C:omfoif "188OP4F "10deg Child Safety Seat,Thop e PeMnla t Black SeaIii,N ss. °°I"'aurupe C'oiiI"nfoi slli2,inilC2us'fow"n, e,ulr4iinax IIIIII'pllla(:lllr, 4-i l: IIIIII'lelt SAIIL...IIII;;IIII''''I IIICw''tl""IIIIIIIIII' CIIIIIIIIIIIIII 1 01W Twi''tIII':'1llllilllll III.. '' III'I ..I""ptUIII':'n'IIIIIIIIII t'IIIIIIIIIIA..I.. 47 E 901 4 < --BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std t (C( III'''I"(°IialiiIJIi(°111 III m �'Ilui'�WI< I, III IIIII(°Iliulnaird (°,Iliulr IIIII�eaulrwaulrd,N '')urm111pp H IIIC��tllll.... Illtt(°u�uruurml: A1:1: ^ur°m�°laur.mi: �:�eot l. Ill...loae ����,u i.11l"m . SeatIII':laclllr, uls CJ IIIulx°uiura i:lll"m . S .ol: III':laclllr, tx°ui thlr d of t u2 Cot. t t-4E-04 4 I--Attendant Seat,Armrest:None t 07-AC-4401 XSC CABINET:LT.Evaporator, 4td Location Behind tt Seat Facing Rearward 1�. 07-ZZ-ZZZZ 1-- 1 07-BH-4801 XS 44 Cabinet, Behind A tt Seat. Cabinet "H"/(Elec Cab) Facing Rearward 1 07-CA-VEN7 I-- Plastic Vent: (2) Total, 1 column x 8 row,Vent 01 1 07-DR-WDOE I-- Door, Single Solid Flush Fitted Electrical Area 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 07-DR-OR04 I--Hinge Orientation: RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2"Stainless Steel Piano Hinge 1 47 t W 0 t t I—Round Pull Latch:Non-locking- Chrome Finish 1 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ 1-- 1 07-BK-0001 4 < Bulkhead Cabinet C4 Under Talk Thru Ins tailed 1A T4, To House Norcold Fridge t NJ( I""III'';IIIII �'Il�ltaunrm llrr,ss&111r2!1112l1l C'01llxnt1i2!top with a 3 1" llIih o~iin all I'olixr sidii2l, 07-WC-AS21 S < °° Tray. Stainless Stoop t 314" ')o aIIIIII '1'olixr sidii2q,r zz-zz-zzzz I-- I 07-BK-0002 S Bulkhead Cabinet 11 Above Talk Thru Installed 1A TS, See Drawing t 07 IhIC X24 --Door:Single Flip Up 3/8"Lexan I 07-DR-LZ20 I--Hinges:Reel Torque I 0 CIW S011 I—Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-TS-1200 --Shelf Track:Small alum Unistrut type I 07-CA-0600 1—(1)Shelf.•Adjustable with Alum Trim I ZZ-ZZ-ZZZZ -- I 1787 11/02/2021 Job/Order No: Pro osal Pa a 16 PART NO S DESCRIPTIONQTY 07-ZZ-ZZZZ -- 1 07-CA-0300 CURBSIDE UPPER: Over SIB, Mods 1 57 CCN tC't 55 __ Cabinet K1, K2, K3:(3) Openings with flush dividers t 07-DR-LX24 --Door:Single Flip Up 318"Lexan S 07-DR-LZ20 I--Hinges:Reel Torque S 57-H141-S0 t t I—Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each S 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 57-CC -0400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Cabinet S : (1) Opening With ( )Adi shelves t 57-DR-S SS S Doors, Double CtvedaT Hinged, 318"'µ Lexan 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1)RIGHT and(1)LEFT t 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors t 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each 2 07-ZZ-ZZZZ -- t 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S I- Cabinet, (4) Glove Storageand(1)Mask Storage 45'Section of RF CS t cabinet, 07-DR-LX06 S Door CtvedaT He, 31811'Lexan-4-glove and(1)Mask dispense thru t 07-DR-LZ10 I--Hinges:Stainless Spring Loaded S 07-HW-SX11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- t 07-RF-CADR I--Check the specified Walk through Door type (Station 5) 1 07-RF-1148 S - Cabinet blUpper Let Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 57 ANC 5XX I--Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 I-- TRIM:U-shaped Door, J-trim opening t 57 CtNC 01?03 I—Hinge Orientation:LEFT t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge t 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door t 07-HW-SX12 S I--Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-RF-1248 S Cabinet t 2 Upper Right 1 57-DR-4013 S Door Singles Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S TRIM: CN shaped Door' 7 trite opening t 07-DR-OR05 S Hinge Orientation: TOP t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 2 07-HW-SO12 --Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t ZZ-ZZ-ZZZZ -- 1 07-RF-1348 S Cabinet t 5: Custom (Reference 20OF 27154) 1 07-DR-WD25 S Door, Single Solid, Flush 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 57-CIF-OR04 I—Hinge Orientation:RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-RA-IOAl I--Outside Access: Thru M-7 (RF) Compartment door. 1 07-RF-0001 I--Interior MICA Color: White cabinet liner 1 07-TS-1200 I--Shelf Track:Small alum Unistrut type t 574C 608 S (3) Shelves Adjustable tnica over substrate With Alum Trim t 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 1788 11/02/2021 Job/Order No: Pro osal Pa a 17 PART NO S DESCRIPTIONQTY 07-SA-0000 1 07-SB-4401 S SQUADBENCH:H Sant.Facer at Seating Position 1 NOTE: Set back seating area of the bench for a wider aisle. (Reference 20OF 27164). The Squad Bench Lids Will be Cut Back to Foot Ledge Recess with Minimum Overhang. 07-SB-0001 I--See Upholstery Section for Post and Wheel Cup info 1 7-SB-t t t I—Bio-waste/Sharps No 1:Roll-out DRAWER 1 NOTE: The drawer will have a non locking chrome latch on drawer. NOTE: There Will be access to sharps and trash through top of bench using a separate red lexan overlay door. 07-HW-SL01 < I--Drawer Slides:Full Extension, Detachable 130 LB capacity STD 18"long t &lu6)s uu si;:llllu) i Vu::wlnc :II i;:t&u6) dell"UV ^u 18 l Ong 7 PLC C t t I--Round Pull Latch:Non-locking- Chrome Finish t 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-SB-0999 I--LOCATION:At head of Squad Bench, Roll out over step well t 07-SB-1005 -- WASTE CONTAINER: 6 Quart t 07-SB-1015 < --SHARPS CONTAINER:2-Gallon Sharps(#CONT-311)ILOS t (:°OII`J II...311 ZZ-ZZ-ZZZZ I-- 07-SB-1001 I--Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S Curbside seating Coot platform - Vinyl flooring to match main floor t 07-SB-LID2 --Squad Bench Lids: Split-2-section 1 07-SB-LHOO I--Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LHO3 I--Lid Checks: Gas shock, Dual Action 2 07-SB-LHO7 I--Latch, Squad Bench Lid: Slam Action Paddle, W keeper 2 11-XO-0030 I--Stowage rating label -Squad bench interior, entire area 80 Ibs 2 07-TR-SBOl I--Edge Trim, Lids: Band w/Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 --Restraint Net, Removable, at head of SIB, Black Webbing 1 NOTE: Attach to Top of Bench Due to Drawer 08-ZZ-ZZZZ -- 1 07-TC-0000 1 07-TC-6401 S TOP CABINETS, , F°t and B2 to be Three Equal Sections 1 07-TC-A644 S Cabinet m 1 7 CF R5 I__Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,r III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 S Cabinet F tm 1 7 CF R31 S Coors; Cabinet F°t Secure 7a rh Restocking Sliding fflnd"oW Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, wrr/ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 S Cabinet B2 t 07-CB-DR31 S Coors; Cabinet B2 Secure 7a rh Restocking Sliding fflnd"oW Top hinged t 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' Sc IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-RF-0007 I--No Inside Access to Exterior Compartment t 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 1789 11/02/2021 Job/Order No: Pro osal Pa a 18 PART NO S DESCRIPTIONQTY 07-WC-0000 1 07-111C:-4421 S 111 77 CABINET:No CPR Seat WlExlended Action Area 1 07-WC-A441 S ActionArea:Extended 1 07-141C-AS21 < --A/A Tray:Stainless Steel, with 3"Back splash 1 On Ml thi'("u:"`*Vd(?s and haw? a '(?ar aa Ill;spIa`h 07-WC-AA30 I--Bio-waste/Sharps A/A:None 1 ZZ-ZZ-ZZZZ I-- I 07-WC-AABD I--Action Area Board:Black Grip See Station No 6 for content 1 07-ZZ-ZZZZ I-- 1 07-111C-CCO03 I— Cabinet C:DELETE 1 07-WC-DO14 S Cabinet C.DELETE 1 07-ZZ-ZZZZ I-- 1 07 11X 003 CabinetE:DELETE 1 07-ZZ-ZZZZ I-- 1 07-WC-F641 S v Cabinet C: Custom See DraWlrmg) 1 M' ""I""Illliiiiii :all! iiiurme1: III'"" I:(°u1 be 12" III':)eep aiii,id Illurmcirease II!°°Ilkiiil;llllrl:I:(°uii C'"I" Illurmaliim;e 07-CA-06BO S Shelves: ( )Fixed 14111 e an Lip 1 NJ( I""Illliiiiii u m urta a IIL..r ;um.an IIL..I p ou ur III!iiiii a dh III i um.r u:l &llr ir2 llfl' 07-DR-LX02 S Doors, Dual, OvedaC Hinged, 318"Levan 7C 1 07-14111 S011 I--Round Pull Latch:Non-locking-Chrome Finish 1 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-XA-3900 S Dividers, (9)Adj 3/1 11"Levan, W1 ABS slotted track-EA cal 1 II NJ( I III. I lllr ur1�i2.1�i2. i2,;,um n m ur 111..)m 0 6i2.urs Ill W11 o w III Im~n 11m,~n m rm S Ir ii2.111 l'. ....l lllr ur�i2.1�i2. i2 um n m a 111:1I 0 6i2.ura Ill ur 1111 iii a°l u.l 111 i�i2� Seclikiiiurm aiii,id I llhmuiree Ill....eaaurm III':'1liivliim;leirs All!x�ive I""(°uiiip"'t'�Ilhm llff M' ""I""Illliiiiii 1(°,urtkiii ur rm III':'11ii vlii m;l m ""I""mra u:lllr tlClii III III �"'t'�1 a m7 Illlii'1elhliiiiid Ill....lii Ir aiii,id C uuu a t((i ur rm mr tlClii III III "1e ur mii yr Ill....lii Ir I:(`uii A dj iii.0 st III'::1 iii'10 u:2!rs 07-ZZ-ZZZZ I-- 1 08-SE-1704 --P4-4-Point PER4MAX Restraint System -with replacement indicator 1 WO/CPR 08-SE-1821 < 1—(2)on Squad Bench, (0) CPR Side Seat Per4Max Black Belts 1 IuwNt u� lr::wtoirs u°uii.s uu°iou..un IIJu:fl:;Nwa Itiu) Iop of Ilmiu:w s� �:ut. I III........IL..:"IL'...II""'1 Cu'I Y 90 08-SE-SB70 I--SIB:(3)Sec patient restraints-9"Sleeves Face of Bench 1 08-SE-SB76 --SIB:(3)Sec patient restraints-5"Sleeves By Hinge 1 00-20-0072 --Per4Max Four-Point Seatbelts:Accept and Install Full Feature 1 ZZ-ZZ-ZZZZ -- 1 ZZ-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ 1 CABINET SET-CELL 4-MOD 1 11 ACC Sub Floor, 3/4"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- 11 I_3P Flooring:Loncoin H Flecks-#157, Moonstone(Gray) 1 08-00-FL01 I--Flooring Main Edge:3"Recessed(1/2"deep)roll-up 1 08-AS-0001 < I--Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 nstMlll saftwty Cw:wllllowv with doa/Ionw:mll stil(?s uroururlliJd tap(? o w?r tIlru(?sllrdld 08-AS-0006 I-- CIS Stepwell Threshold, Polished Diamond Plate 1 ZZ-ZZ-ZZZZ -- 1 08-ZZ-ZZZZ -- 1 08-CS-0001 COT MOUNT HARDWARE: (Full Size Mod) 1 08-C:R-09P < I-- Cot Mount:Stryker, No 6390, Power Load,Installed 1 Not Compatible with cots other than Stryker! This item priced for Domestic USA usage only. >>> Caution, Power load head consumes floor space toward attendant seat. Spacing review between seat and cot is recommended. >> 08-C:R-09CN mass casualty kit not requested 1 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System 1 °0ll1,flI`^L.II:t II""II:��)062S 1790 11/02/2021 Job/Order No: Pro osal Pa a 19 PART NO S DESCRIPTIONQTY CONN-WP2S 1 CONN-SOCKET 2 08-CR-1002 < I-- 12v power feed location FRONT for Stryker power load 6390 t t ) °p ? �tdIt pu3ed wfllll dirfllllu)(J i31nd puxl thir:;Nii..up;glh pfiu: pu uirup�W::� �d'�II"p 11"" Iltid ) foir :: S ryl<< )r pow(Nir Ilcoad ,yst(Nin,u II h(? Qvdt pow(Nir shMl II3E) Il'3u<Ug lh thl'Wglh ph(? floor, wuth II (:?at ,::Ihi lin i, coulinl ) toir Ilu sp :llll�:)d. 44-T -OOP < I- Cot Position No 1:PRIMARY SIDE POSITION ONLY t P0:::lin :uu p ° Ilju)h )en Co :nd °'wS/T. 08-CS-2000 < I--Primary Cot position under floor reinforcement t nstMlll 8liunch ud(? by 4llong 1/2" ak.uuri'uliu1Uuriu at pilin,iiary cot po§ifion (Pdircu :uy cot posfl n4:;NuNI"y ... IIR V;,lid) " ff UStO11ri a Ilcc afion us d(?§i'(?d, uri.uUS II,x?sp (?dfi(?d Il,x llo . 08-CS-3009 -- Cot mount setup for:Stryker Power-Pro 6506 t 08-CS-19A5 -- Cot Stop, Block:Stryker Power/Performance load.Install hook with kit t ZZ-ZZ-ZZZZ -- t 08-CS-19U1 I--Q Straint System: NONE 1 08-OS-04ST OXYGEN/AIR/VACUUM System: 1 08-OS-0401 I--Oxygen Outlet No 1: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 08-OS-0402 I--Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 44 u3 4444 I-- Oxygen Outlet No 3:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040D I-LOCATION: Curbside Wall, over the head of the SIB t 44 u3 0914 S < Portable Cylinder Rack: Triple Holder D Spring Loaded 1 NOTE: Install a three position tank holder in the lower section of the M7 compartment on Wall#1 Below Fixed Shelf. See Drawing. ZZ-ZZ-ZZZZ 1-- 1 08-OS-1331 < I-- Rack No 1: Adjustable AEV 02 Rack Green with 4 Ratchet Straps M/H 1 Fits cylinders 7"diameter or more. 08-OS-11 G1 < I--Cylinder Type: OXYGEN -Green Colored Hose 1 Regulator connection Nut: 9/16" RH thread. 08-OS-1301 I--Rack Location: Left Front, wall#2 near wall#3 1 08-OS-132M I--Set up For M cylinder 1 08-OS-1710 < I--Regulator, Oxygen, Fixed output @ 50 psi +/-5 , CGA 540, Installed STD 1 Installed on 02 line for pressure test, Tagged with Inspector signature/Date 08-OS-1902 I--Regulator Wrench: Cast aluminum, OXYGEN w/cable lanyard 1 ZZ-ZZ-ZZZZ 1-- 1 44 u4 4444 XS < (4) SCBA Bracket Zico Model U 4 44 4 F 4 II'�III 11' S g;:°'IIIIIIIT i: spu:dfic Su e IIJo lllle IlwRe er to c&:I::llog to :ss uire y4"Nll..uu" II:dNp Ile wfllll liplh 08-OS-230R < I-- Collision Restraint Strap:ZICO No 1010-120-000 4 08-OS-23L1 4 Location: 4 Compartment on Wall#2 Evenly Spaced From Loft to Right 4 ZZ-ZZ-ZZZZ -- 4 44 u4 44 4 S < I-- Vacuum System:S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall #1 of Action Area (See Drawing) ZZ-ZZ-ZZZZ -- t 08-ZZ-ZZZZ 1 TRIM / DOOR ASSEMBLY-CELL 5 1 09-00-002S I-- Interior window and aluminum trim with standard satin finish-std 1 1791 11/02/2021 Job/Order No: Pro osal Pa a 20 PART NO S DESCRIPTIONQTY 09-00-0001 1 09-00-0002 ****************DOOR DEPARTMENT- Full Mod****************** 1 02-BT-C853 -- Handles, Ext: Tri-mark 030-1875, Free Float, Polished CNNC finish 1 02-BT-C85A --Interior Release: All Entry Doors,with bezel Emergency Access 1 09-M 7 454 --Rear Entry Assist Handle not required 1 09-MH-2702 --Grab Rail, C/S wall,Various types C/S Entry, NONE 1 ZZ-ZZ-ZZZZ -- 1 09-B1-ED00 Entry Door Panels, Windows and Hardware 1 08-MH-0010 -- Interior Grab Handle Color: Gray Antimicrobial 1 08-MH-03B3 --Grab Handle, CS Entry: 1 1/4" Dia..... S/S, 2-pt 18"L, Gray Antimicrobial 1 08-MH-03D3 --Grab Handles, Rear Access: (2) 12"L X 1 1/4" Dia..... S/S, 2-pt, Gray Antimicrob 1 09-MH-2603 4 Grab Rail, (7), 24"'µ 1A TS, Gray Anlimicrobial 3 III...w~nwwwulilr2d �I) At C/S III....un1ry Ill..lw,~nm,~nur at AIII...,3 ��,.ullluuu�ll�.l, �I) w,~nun C/S and � I) 13/13 Illunsuu.11l2. IIIZII2.i.uur IIII ur.mi:ulG III':'l�°u�°uulo 0 -C -2500 4 Door Panels Mica over smooth alum uppeilUph Ceti erlSnlooIt?Alum Lower 1 09-AS-2530 4 Curbside bower Door Panel Smooth Alum 1 09-E 1-23B 1 < --Multi-Color Printed LOGO:(3)Entry Doors, Customer Logo, requires clear 1 image Printed Multi-color logo onto panel, Back side lighted with LED lighting. ENG >to VENDOR 09-WI-02AO < I-- UPPER Windows: RA Doors, Fixed Tinted Glass 17.3"W x 19.3"H 1 WIND-H0161 09-WI-0600 I-- UPPER Window: CS Access, Fixed Glass, std tint 1 09-DR-WSL5 < Talk Through Bulkhead Window 100% w Black Bezel Radius Corners-Clear Window 1 ECR-1066 Black Surround Bezel, no laminte, no trim, Advanced radius corners. 100% window opening to minimum of 150 sq inches talk thru 09-DR-WT20 I--Sliding Window Locking Pin: 1/4"with Lanyard 1 47 11717 P 3 < I--Defib.Bracket. Wall Mount Technimount 210-00-PCHD for Lifepack LP 15 1 HOLD-600 (1) > 90 degree aluminum wall bracket plus discs, HOLD-PC15HD (1) bracket secures to Lifepack 15, secures into the wall bracket. Allows for swivel in the bracket. Removable from the wall bracket with single red release button. 07-WC-LPTS 4 --Monitor Mounting:Bolted in place 1 II �~n����tmoin 4�~nlll.wumll o~iin III':I'iw���lll(: "iG���IIIIII °'')I' cti�~n ure,a ..I..�~nwaird / III';I'i� uw. aiind II4olll.wumll With Cepurmteir(`liri''IIIIII'lulnau:llleet a III4liiurfliiurnuruurn (`Iiii"17" i''xiiuro AlA IIIIII'l(°Iiiix 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 1 10-FN-0001 4 0 --Fan, (2)Speed, Patient Area, w/separate switch in A/A 1 Suurtacill, III"aloIi ulln'lill2d III"nii2tal 'fan with 171i uallyd N „....IIIIIII ���I IIL.......... II11 w;~n lll.0 urm i lIr2,,u:i 1w:u i hl ilr2,, urilr2,a u° w;~n l i hl ilr2,, a w to w;~n urm a ure a IllI, 1w:u a 111 111 w:uw a w 1 u w.~n urm a ur ll2a IllI 1w:u III m iii urm,.1 ll2 I. &iiwiil m 10-EC-2701 < I--Refrigerator, Norcold 1.7 Cu Ft, 12VDC/125VAC, #NR740ss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD 10-EC-3200 4 N ocallotum -2 Cabinet Under Calk Thru 14/ltidoW 1 11-YZ-0907 < --Non-Compliant to 3.11.3 J3058, cabinets Not Tested, to SAE J3058 No 1 Rating 1)ir°u Is no a Vu w:l "o,,13058, oir Ilrlw:;Ni IIwtu):;i. 11-ZZ-0903 < I-- CAAS Exception to C.11.3 Storage Compartments and Cabinets Design 1 An Illllxw.epton has Ilb(hNil n tMiuw?n to on(?of tlh(? lollllowoiiing conwllifiours, d:"."l SUbir wwu 1I Doors sllrMlll rla w� )o§itluow:wll odi,www1 Il,dtlw=Ilrles that arw w1esliw:;llned to uw url'uw:w in w=Ilow,w:ww1 1792 11/02/2021 Job/Order No: Pro osal Pa a 21 PART NO S DESCRIPTIONQTY during transports. 10-IL-02ST Action Area Light: 12V, LED, Surface Mount 1 10-IL-02L7 I-- Light Location:Action Area 1 10-1L-03ST S Extended c'tio: Area Li,2i':'t "12 , LED, Sci2ace Mount 1 10-IL-02L9 2 Light Location Bottom of Cabinet BI i UPHOLSTERY-CELL 7 1 i fVO""LfCOA < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 -- Center Trough Upholstery Color:Color Key to Rest of Truck i ZZ-ZZ-ZZZZ -- i 11-00-UT05 Uph Joint Type:Vacuum Formed -Seamless 1 11-SB-0005 Squad Bench seat cushion cut-outs: None 1 11-SB-0003 I-- Post And Wheel Cups: NONE 1 11-SE-CSPD Head Protection: Pad over CS Entry Door 1 11-SE-REPD Head Protection: 2" Pad over Rear Access Doors, Full Width 1 PAINT-STRIPES -DECALS 1 01-3U-0000 S Anti Rust Spray, Detco:Installed on Unit i II.:u:IIIhasfin to III iIiuy "1 uiµ X2!irosdII Cans II ii1(1) : 111I12,, "52urayi112 to (1 Ihassws i2.1 :re ih�I r,, :' 1y uls 111q'IiIII.:urm'tiIr2d 12-PT-UNCT I-- Undercoating : Per QVM Guidelines, STD 1 12-DC-0001 Reflective Tape: White Reflective On Painted edges of Exterior Door Frame 1 12-DC-GAl0 Compartment Finish: Diamond Plate Standard 1 12-PT-0100 Primary (Over All) Color: White (YZ) 1 12-DC-0002 -- Flip Step Reflective/Prismatic Tape: Red/White/R/W/R/W/R 1 12-PT-0112 --Tape Stripe: NONE (KKK-F Deviation) 1 11-YZ-0962 I--Non-Compliant toKKK-F 3.16.2 ;Exterior Safety stripe to be Orange 1 12-PT-02E0 2" Paint BELT CUSTOM: Custom HalfiffayDoWn Belt is cic ing Cab a: Hood 1 NOTE: Custom Half White and Half Red (FLNA3042) Cab Will be White From Bottom of Windows Up and Hood Will Be Red. Module Box Will Be Half Red on Bottom and White on Top Reference 20OF 27164 12-PT-0601 --Belt**NOT**Across Hood i ZZ-zz-ZZZZ I-- 12-PT-6000 < I--Paint Belt at Corner Posts- 1/8"Break i h(:: II a n 11:3( IItl Its to Ihaw? an 1/8" CUt ar:di,a (::::cIh corn(Nir Lost Ito si,un ti aurl§il:lion 12-PT-1000 -- Pin Stripe: NONE 1 12-ZZ-ZZZZ 1-- 1 12-PT-RF01 -- Roof Paint: Color and finish quality to be GLOSSY 1 ZZ-ZZ-ZZZZ -- 1 12-PT-1301 Special Striping: Chevron Items: NONE 1 12-PT-2000 Lettering: NONE 1 12-ZZ-ZZZZ 1-- 1 i2""'P"C"0RIS < Drip Rails:Bright Alum, De-burred&rounded corners(SHIPPED LOOSE) 1 Include a drip rail over the C/S Entry Door shipped loose. Add Shop Note to Shipped Loose Section of W/O 12-ZZ-ZZZZ 1 DETAIL-SHIP LOOSE ITEMS 1 12-PT-DRIZ < -- Drip Rails: Detail-Refer to Paint Section for Drip Rail Information 1 Include a drip rail over the C/S Entry Door. 13-00-0200 --*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ 2 — (2)Placard Holder, 121µ c '12111", With Placards Top Load,Aluminum µ "' rim 1 o tVio With Red Painted Placard Shipped Loose 1793 11/02/2021 Job/Order No: Pro osal Pa a 22 PART NO S DESCRIPTIONQTY 13-10-XM00 -- wners anua as rives ip oose 1 13-10-XMAO -- Printed Owner's Manual Not Required 1 13-00-0001 1 13-GL-0000 Glove Holder, Ship Loose: NONE 1 ZZ-ZZ-ZZZZ 1-- 1 lS KK-KDED Decals:KKK/DOT Pkg, -NONE/DELETE 1 13-RF-STAD --Decals:Star of Life for Mod Roof-NONE/DELETE l ZZ-ZZ-ZZZZ -- l 13-KK-NSSB Decals: NO SMOKING &SEATBELT, installed, cab& pt. area. 1 ZZ-ZZ-ZZZZ 1-- 1 13-KL-0010 AEV Logos: Installed on unit per AEV standard locations 1 13-MH-05ST Fire Extinguisher, 5 pound, shipped loose, Std 1 11-YZ-0932 < I-- Exception to 3.15.2 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed with one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. The customer/FSAM has shipped them loose for the dealer to complete the final install. 11-ZZ-0932 < I-- Exception to C.16.1 1 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed iwth one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. 13-MH-10AO Reflector Pkg: Body-2ea, Side Fr Amber, Side Rear Red, Rear Red 1 ZZ-ZZ-ZZZZ 1-- 1 13-SB-0003 Post And Wheel Cups: NONE 1 13-SP-TIRE Spare Tire: Refer To Chassis Section to See if it gets one. 1 34-XX-0001 Primary Cot: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-0002 Secondary Stretcher: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-5000 < Indemnification Statement 1 The purchaser agrees to defend, indemnify and hold REV 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 or additions to the Purchased Products OR use of product for purposes it was not designed or intended for. GENERAL CONVERSION 1 03-10-0032 S 2022 "",155 F�����SSS S x S Diesel(SSS'l FSA Cole G( 1 36-AA-0001 WORK ORDER STATUS: 1 00-90-0301 -- For Confirmation 1 36-CO-0001 --CHANGE ORDER POLICY 1 36-CO-0010 < 1—After Confirmation, Prior to Engineering 1 Change Fee is $50 Per Item, Plus Option Cost 36-CO-0020 < I--After Confirmation,After Engineering Start 1 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. 36-CO-0030 < I--After Confirmation,After Production Start 1 Change Fee is $100 Per Item, Plus 200% Option Cost Additional labor charges above option costs may apply depending upon level of installation of affected part. Special order or non-stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. Changes after production starts are the most disruptive. ZZ-ZZ-ZZZZ 1-- 1 36-EO-0001 --***END OF ORDER... 1 1794 L r stryker 2022 (rescue Quote Number: 10426476 Remit to: Stryker Medical P.O. Box 93308 Version: I Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email; alex.eidson@stryker.corn Phone Number: Quote Date: 09/09/2021 Expiration Date: 10/29/2021 Delivery Address End User-Shipping- Billing Bill To Account Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE RESCUE RESCUE RESCUE ...... .. ......... Account #: 1289762 Account #: 1289762 Account#: 1289762 Address: 490 E 63RD ST STE 160 Address: 490 E 63RD 5T STE 160 Address: 490 E 63RD ST STE 160 ... MARATHON MARATHON MARATHON ... ... ......... .............. . . ............... ........., ........ Florida 33050-3961 Florida 33050-3961 Florida 33050-3961 Equipment Products: # ! Product 1 Description Qty I I 1.0 6506000000 Power-PRO XT 1 1.1 6085033000 PR Cot Retaining Post ..... 1.2 7777881669 3 Yr X-Frame Powertrain Wrnty ......... .... .... . .......... 1.3 7777881670 2 Yr Bumper to Bumper Warranty 1.4 6506026000 Power Pro Standard Components ... .._...... _ _... ........ ............. 1.5 6500001430 X-RESTRAINT PACKAGE . ........ 1.6 0054030000 DOM SHIP (NOT HI, AK, PR, GM) 1.7 650606160000 ONE PER ORDER, MANUAL, ENG OPT 1.8 6500082000 Knee-Gatch/Trendelenburg 1.9 6506038000 Steer Lock Option 1.10 6092036018 1 Hook ....1. .. . .. ..... P..... ... P.. ...... . 1.11 6506127000 Power-LOAD Compatible Option 1.12 6500027000 1 Charger,2 SMRT Batteries12V DC Cable .................. ...... .. . _... ......... ._....... ......... ... .......... ..... .... 1,13 6500003130 KNEE GATCH BOLSTER MATRSS, XPS ........ .._.. - 1.14 6506040000 XPS Option .. ... ............ ...... ....... 1.15 6506036000 No HE Section 02 Bottle .... ................. ........ _.._ .. 1.16 0054200994 NO RUNNER 1.17 6500315000 3 Stage IV Pole PR Option 1 Stryker Medical-Accounts Receivable-accountsreceivableoa,;t:yker.crnn-PO BOX 93308-Chicago,IL 60673-3308 ct, stryker 2022 rescue Quote Number: 10426476 Remit to: Stryker Medical P.O. Box 93308 Version; 1 Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email: alex.eidson@stryker.com Phone Number: Quote Date: 09/09/2021 Expiration Date: 10/29/2021 # Product " Description i Qty 1.18 6506012003 STANDARD FOWLER ......... 1.19 639000010902 LABEL, WIRELESS 1.20 6500160000 Base Storage Net 1.21 6500147000 Equipment Hook 1.22 6500241000 Fowler 02 Bottle Holder ProCare Products: # Product Description Qty ..... 2.1 71061CT ProCare Power-PRO Protect Service: Unlimited onsite 1 repairs including parts, labor and travel with battery coverage for Power-PRO XT 1 1 Contact your local Sales Representative for more information about our flexible payment options. 2 Stryker Medical-Accounts Receivable-accountsreceivableCastr&r.com-PO BOX 93309-Chicago,IL 60673-3308 FSA Cooperative Purchasing Program F LO RI DA SHERIFFS, ASSOCIATION Jill I Contract Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Contents 1.0 General Conditions.......................................................................................................................................5 1.01 BID CORRESPONDENCE ....................................................................................................................5 1.02 PURPOSE...........................................................................................................................................6 1.03 TERM OF CONTRACT.........................................................................................................................6 1.04 QUANTITI ES ......................................................................................................................................6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER.............................................................................6 1.06 FUNDING...........................................................................................................................................6 1.07 CURRENCY.........................................................................................................................................6 1.08 GENERAL DEFINITIONS.....................................................................................................................7 1.09 ELIGIBLE PURCHASERS OF CONTRACT..............................................................................................8 1.10 LEGAL REQUIREMENTS.....................................................................................................................8 1.11 PATENTS & ROYALTIES .....................................................................................................................8 1.12 FEDERAL AND STATE STANDARDS....................................................................................................9 1.13 UNDERWRITERS' LABORATORIES.....................................................................................................9 1.14 AMERICANS WITH DISABILITIES ACT................................................................................................9 1.15 REASONABLE ACCOMMODATION ....................................................................................................9 1.16 MINORITY BUSINESS ENTERPRISE (MBE) .........................................................................................9 1.17 ANTI-DISCRIMINATION.....................................................................................................................9 1.18 BEST COMMERCIAL PRACTICES......................................................................................................10 1.19 PUBLIC ENTITY CRIMES (PEC) .........................................................................................................10 1.20 TAX EXEMPTION .............................................................................................................................10 1.21 TAXES..............................................................................................................................................10 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ...................................................................10 1.23 COMMUNICATIONS........................................................................................................................10 1.24 CLARIFICATION AND ADDENDA......................................................................................................11 1.25 SIGNED BID CONSIDERED AN OFFER..............................................................................................11 1.26 ASSIGNMENT OF CONTRACT..........................................................................................................11 1.27 TERMINATION OF PRODUCT LINE ..................................................................................................12 1.28 METHOD OF AWARD......................................................................................................................12 1.29 DEMONSTRATION OF COMPETENCY..............................................................................................12 1.30 VENDOR ABILITY TO PERFORM ......................................................................................................13 Page 1 2020-2023 Fire Rescue Vehicles&Other Equipment 1798 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 FINANCIAL RESPONSIBILITY............................................................................................................13 1.32 QUALITY AND SAFETY.....................................................................................................................13 1.33 NONCONFORMANCE......................................................................................................................13 1.34 GRATUITIES.....................................................................................................................................14 1.35 TIE BIDS...........................................................................................................................................14 1.36 RIGHT TO AUDIT .............................................................................................................................14 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS............................................................................15 1.38 BID BONDS, PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE ....................................15 1.39 ELIMINATION FROM CONSIDERATION...........................................................................................15 1.40 COLLUSION .....................................................................................................................................15 1.41 DEFAULT .........................................................................................................................................16 1.42 PROTESTS AND ARBITRATION ........................................................................................................16 1.43 NONPERFORMANCE.......................................................................................................................17 1.44 SEVERABILITY..................................................................................................................................18 1.45 TERMINATION FOR CAUSE .............................................................................................................18 1.46 TERMINATION WITHOUT CAUSE....................................................................................................18 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO ............................................................................19 2.0 BIDDER INSTRUCTIONS .............................................................................................................................20 2.01 FIRST YEAR BIDDER QUALIFICATIONS ............................................................................................20 2.02 LICENSING & FACILITIES..................................................................................................................20 2.03 INSURANCE AND INDEMNIFICATION .............................................................................................21 2.04 SPECIFICATIONS..............................................................................................................................22 2.05 FIXED PRICES...................................................................................................................................23 2.06 SEALED BIDS....................................................................................................................................23 2.07 EXCEPTIONS TO TERMS AND CONDITIONS ....................................................................................23 2.08 MISTAKES........................................................................................................................................23 2.09 EQUIVALENTS .................................................................................................................................23 2.10 MANDATORY PRE-BID MEETING ....................................................................................................24 2.11 QUALIFICATION ..............................................................................................................................24 2.12 PRICES QUOTED..............................................................................................................................25 2.13 OPTION PRICING.............................................................................................................................25 2.14 SUBMITTAL OF BID .........................................................................................................................26 Page 2 2020-2023 Fire Rescue Vehicles&Other Equipment 1799 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.15 EXECUTION OF BID .........................................................................................................................27 2.16 MODIFICATION OR WITHDRAWALS OF BIDS .................................................................................27 2.17 LATE BIDS........................................................................................................................................27 2.18 PUBLIC BID OPENING......................................................................................................................28 2.19 DETERMINATION OF RESPONSIVENESS .........................................................................................28 2.20 RESPONSIBLE BIDDER CRITERIA......................................................................................................28 2.21 BASIS FOR AWARD..........................................................................................................................28 2.22 FIRM BID .........................................................................................................................................29 2.23 MINOR IRREGULARITIES/ RIGHTTO REJECT..................................................................................29 2.24 CONE OF SILENCE ...........................................................................................................................29 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT..................................................30 3.02 STATEMENT OF AUTHORITY...........................................................................................................30 3.03 VENDOR CONTACT INFORMATION ................................................................................................30 3.04 OPTION TO RENEW & PRICE ADJUSTMENT....................................................................................30 3.05 ADDITIONS AND DELETIONS...........................................................................................................31 3.06 EQUITABLE ADJUSTMENT...............................................................................................................31 3.07 DISCOUNTS.....................................................................................................................................31 3.08 CONDITIONS ...................................................................................................................................31 3.09 PRODUCTION CUTOFF....................................................................................................................31 3.10 FACILITIES .......................................................................................................................................32 3.11 SUBSTITUTIONS ..............................................................................................................................32 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS........................................................32 3.13 FACTORY INSTALLED.......................................................................................................................32 3.14 VENDOR INSTALLED........................................................................................................................33 3.15 NON-SCHEDULED OPTIONS............................................................................................................33 3.16 REMOUNT (AMBULANCE) ..............................................................................................................33 3.17 FORCE MAJEURE.............................................................................................................................34 3.18 DELIVERY TIME................................................................................................................................35 3.19 ORDER.............................................................................................................................................35 3.20 VEHICLE DELIVERY ..........................................................................................................................36 3.21 INSPECTION AND ACCEPTANCE......................................................................................................37 3.22 REGISTRATION, TAG AND TITLE......................................................................................................37 Page 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1800 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.23 CAB AND CHASSIS PURCHASES.......................................................................................................38 3.24 INVOICING AND PAYMENTS ...........................................................................................................38 3.25 WARRANTY REPAIRS AND SERVICE ................................................................................................38 3.26 INADEQUATE SERVICE ....................................................................................................................38 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS............................................................39 3.28 ADMINISTRATIVE FEE .....................................................................................................................40 3.29 LIQUIDATED DAMAGES ..................................................................................................................41 Appendix A— Drug-Free Workplace Form....................................................................................................42 Appendix B— Insurance Checklist Form........................................................................................................43 Appendix C—Vendor Change Form..............................................................................................................44 Appendix D - Confirmation of Order Form ...................................................................................................45 Appendix E— Manufacturer Authorization Form ..........................................................................................46 AppendixF— Quarterly Report.....................................................................................................................47 AppendixG — Bid Calendar ...........................................................................................................................48 Appendix H — FSA Bid System Data Input Instructions for Bidders..............................................................49 Appendix H — FSA Bid System Data Input Instructions for Bidders—Continued .........................................50 Page 4 2020-2023 Fire Rescue Vehicles&Other Equipment 1801 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association (FSA) using the contact information shown below. Please be sure to reference the bid number and your contact information. The contacts for this bid are: Lisa Gregor, FSA Cooperative Purchasing Program Coordinator E-mail: Phone:850-877-2165 ext.5831 Fax : 850-878-5115 Craig Chown, FSA Cooperative Purchasing Program Manager E-Mai( < Phone:850-877-2165 ext 5833 Fax : 850-878-5115 Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn:Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 I7�7f'''F:Isrl�� Li is c,2r ti. Page 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1802 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.02 PURPOSE The purpose of this bid is to establish a thirty-six(36) month contract with manufacturers and authorized dealers for the purchase of vehicles and equipment on a "no trade-in basis". Trade-ins are not addressed in this contract. If a purchaser has a desire to offer vehicles/equipment for trade to the vendor,the purchaser and dealer may do so at their sole discretion,separate and apart from this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one(3)three year from date of contract execution by the FSA,and may be renewed by mutual agreement,at the sole option and discretion of the FSA, pursuant to the terms of Section 3.04. The term of contract begins May 1,2020 and ends March 31,2023. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES FSA does not guarantee quantities future contract sales.Vendors are expected to engage in business marketing and sales best practices to participate in the contract. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. It is the FSA's practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs'offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. Page 6 2020-2023 Fire Rescue Vehicles&Other Equipment 1803 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.08 GENERAL DEFINITIONS a) Bidder:A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. b) Bid System:The online forum used for the submission of electronic bids and review of bid results for the specifications connected to this Invitation to Bid.VendorLink is the software used for this bid. c) Dealer:A manufacturer's certified representative,authorized by the manufacturer to market,sell,or provide,the vehicles or equipment for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled, in whole or in part,or independently owned and controlled. d) End User:The person or entity who ultimately uses or is intended to use a product or for whom a product is designed for use. e) Factory: Refers to the manufacturer produced products. f) Florida Sheriffs Association Cooperative Purchasing Program(FSA):The entity that administeres the Invitation to bid and contract administration functions for this contract. g) Fleet Advisory Committee:An employee of a sheriff's office or local government,or any other person who FSA identifies as subject matter expert,who assists with the development of bid specifications and the evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the FSA and is not responsible for final awards. h) Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors, dealersand manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications available to bidders on the bid system and references to solicitation documents.The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i) Manufacturer:The original producer or provider of vehicles or equipment offered on this contract. j) Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the Purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Annual U.S. Price Book 2. Manufacturer's official website k) Non-Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base vehicle specifications or options. 1) Production Cutoff: A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when referring to any given model year for production. m) Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative,volume discounts,or other discounts. n) Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. Page 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1804 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o) Purchaser: A purchaser is an entity that seeks to obtain vehicles off this contract by meeting the eligible user criteria or with vendor approval. p) Remount:To remove the ambulance box from an existing vehicle and mount it to a new vehicle cab and chassis. q) Specification Bid Document: The specification bid document contains the minimum base requirements and bond requirements for each specification within the competitive bid.This document also contains submission of bid pricing and discount,and must be included as part of the Submittal of Bid. r) Third Party Supplier: Businesses external to a bidder or vendor that provide products or services which contribute to the overall finished vehicle. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. s) Vendor: The bidder that has been awarded and agrees to provide products, vehicles, or equipment, which meet the requirements and base specifications to eligible purchasers. The vendor must agree to the contract terms and conditions before being awarded the contract. t) Vendor Installed:A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids,or contract prices,will be extended and guaranteed to any unit of local government or political subdivision of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers,tax collectors,supervisors of elections,school boards or districts,water management districts, police and fire departments, emergency response units, state universities and colleges, special districts,or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract to include out of state sales. Vendors are governed by their manufacturer's agreement, and must agree to the terms and conditions of this contract. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement,and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal, state, and local laws, ordinances, rules and regulations that affect the items covered herein apply. Lack of knowledge by the bidder or vendor will not be cause for relief from responsibility. 1.11 PATENTS & ROYALTIES The bidder,without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind,including costs and expenses for,or on account of,any copyrighted, patented,or unpatented invention,process, or article manufactured or used in the performance of the contract,including its use by the FSA or a purchaser. If the bidder uses any design,device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the bid prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. Page 8 2020-2023 Fire Rescue Vehicles&Other Equipment 1805 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided.This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Autmomotive Engineers (SAE), Fire Apparatus Vehicle Standards,and Federal Ambulance Standards(KKK-A-1822F),which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or state laws that become effective during the term of the Contract, regarding the commodities and contractual service specifications, safety, and environmental requirements shall immediately become part of the Contract.The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists,the vendor shall contact the FSA Cooperative Purchasing Program Administrator immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, (U.L.), listed or re-examination listing where such has been established by U.L.for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or to participate in any FSA proceeding, please contact FSA Human Resources at(850)877-2165 five days in advance to initiate your request.TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at(850)877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The policy of the Florida Sheriffs Association is that Minority Business Enterprises (MBE) shall have the opportunity to participate in this invitation to bid.Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI-DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. Page 9 2020-2023 Fire Rescue Vehicles&Other Equipment 1806 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.18 BEST COMMERCIAL PRACTICES The apparent silence of a specification and supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices,size,and design are to be used. All workmanship is to be first quality.All interpretations of the specifications shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity,may not be awarded or perform work as a vendor,supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply, as appropriate certifications are furnished. Purchasers shall comply with all federal,state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Sales Taxes.State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict,the conflict may be resolved in the following order of priority(highest to lowest): 1. Addenda to Contract Terms and Conditions, if issued 2. Contract Conditions 3. Addenda to Specification Bid Document, if issued 4. Specification Bid Document 5. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Page 10 2020-2023 Fire Rescue Vehicles&Other Equipment 1807 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders should not rely on representations,statements,or explanations other than those made in this Bid or in any written addendum to this Bid,and no oral representations,statements,or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall e submitted by e-mail to t.l!?1'Li h, r)r„g.The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided,they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required.Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Formal Addendum shall deem the bid non-responsive; provided, however, that pursuant to section 2.26, the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however,that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions,the vendor's award can be removed or replaced by another vendor or qualified, responsive bidder. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the bidder,which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful bidder,after such acceptance,the FSA may procure the items or services from other sources.The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. Page 11 2020-2023 Fire Rescue Vehicles&Other Equipment 1808 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor-in-interest must perform all obligations under this Contract. FSA reserves the right to reject the acquiring entity as a vendor.A change of name agreement does not change the contractual obligations of the vendor. 1.27 TERMINATION OF PRODUCT LINE If an vendor terminates a product line(manufacturer or brand),the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate vendor, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the vendor is not already an approved FSA vendor, the vendor is required to apply to the FSA to become an approved vendor prior to conducting any qualified sales. The vendor and the manufacturer are required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder, including past performance with the FSA in making the award. The FSA may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances,the FSA may also require information from the source of supply regarding the quality,packaging and characteristics of the products.Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Information submitted in the bid may not be plagiarized and,except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 2020-2023 Fire Rescue Vehicles&Other Equipment 1809 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support,equipment and organization. If the FSA determines that the vendor no longer possesses the financial support,equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement the vendor warrants that,to the best of his or her knowledge,there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition that would in any way prohibit, restrain,or diminish the vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues,or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and the purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope,nature,and quality of work to be performed or the services to be rendered under this bid,and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid,and declares that he or she has the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award;and • Has assessed the financial responsibility required to serve the contract as bid,including such details as the obligations to perform all specifications bid and quantities that could be ordered,as well as timing of payment from purchasers, which can be 45 days from receipt of invoice. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new.The items bid must be new, the current model year, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.33 NONCONFORMANCE Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specificiations and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: Page 13 2020-2023 Fire Rescue Vehicles&Other Equipment 1810 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA or the Fleet Advisory Committee,for the purpose of influencing consideration of this bid. 1.35 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor, including, but not limited to those kept by its employees,agents,assigns,successors, sub-vendors,or third party suppliers in whatever form they may be kept—written or electronic.Such records shall include,but not be limited to: • Accounting records, including paid vouchers,cancelled checks,deposit slips, ledgers,and bank statements; • Written policies and procedures; • Subcontract files(including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates or work sheets; • Contract amendments and change order files; • Insurance documents;or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three(3)years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives.Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor's obligations to FSA. Page 14 2020-2023 Fire Rescue Vehicles&Other Equipment 1811 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of FSA. However, if the audit identifies under reporting, overpricing or overcharges in excess of three percent(3%)of the total contract billings,the vendor shall reimburse FSA for the total costs of the audit not to exceed$5,000. If the audit discovers substantive findings related to fraud,misrepresentation,or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time. This time period shall not exceed 60 days from FSA's presentation of findings to the vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award,the vendor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements. The bidder shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the bidder or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.38 BID BONDS, PERFORMANCE BONDS,AND CERTIFICATES OF INSURANCE Bid Bonds shall be submitted with the bid in the amount of five(5) percent of each item bid. After acceptance of bid,the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions,Specification Bid Document or Insurance Checklist. A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100%Performance Bond between the bidder and the purchaser upon award of this bid and upon request of the purchaser. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre-payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between bidders that attempts to disrupt the contract process.Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage.The parties may collectively choose to agree to increase or decrease its product base price to maximize awards thus denying the public a fair price. Examples of Bid Collision: Page 15 2020-2023 Fire Rescue Vehicles&Other Equipment 1812 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cover bidding:a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the purchaser. • Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing outside of a manufacturer's recognized territory: a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined market share. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Vendors which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made, may result in forfeiture of the bid surety required that is equal to damages incurred by the FSA,or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought,including but not limited to procuring the products or services from the next highest ranked bidder or from other sources.A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five(5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s).The formal written protest must state with particularity the facts and law upon which the protest is based. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity,and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the Page 16 2020-2023 Fire Rescue Vehicles&Other Equipment 1813 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions product line being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA,they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested.This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA,file a demand for arbitration with the AAA,or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum,judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails,the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.43 NONPERFORMANCE By virtue of the bid submission,bidder acknowledges its obligation to sell vehicles and equipment for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle/equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility,the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at it's sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved,limit current or future vendor participation by specifications or zones,or other actions as determined by FSA at it's sole discretion. At FSA's discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. In situations where there is evidence that the vendor has demonstrated egregious breaches of contract with the FSA or a purchaser,the contract can be terminated and the vendor will be removed from future solicitations for a period of three (3)years,or up to a permanent ban from the bid process at the sole discretion of FSA. Page 17 2020-2023 Fire Rescue Vehicles&Other Equipment 1814 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Specific conditions for termination include, but are not limited to,failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or dealer installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentations of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept the purchase order and deliver the product. Orders must be fulfilled if the vehicle or equipment is a base model or whether it includes options. The vendor must deliver the product if they were awarded the contract—regardless of profit or loss. Failure to deliver the vehicle or equipment may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees,to which FSA is entitled, according to section 3.28,and any attorneys fees incurred in the recovery of these damages. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract,the FSA shall have the right to terminate the services remaining to be performed. Written notice shall be given to the vendor and unless the deficiencies are corrected within 10(ten)business days,the Contract may be terminated for cause immediately.The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event,the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above,the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor,and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of termination for convenience which shall become effective 30 days following receipt by vendor of such notice. In that event,all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination,except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the contract or cancellation charges. Page 18 2020-2023 Fire Rescue Vehicles&Other Equipment 1815 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program.The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites,digital marketing campaigns,social media and e-mail;or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting � �.7I.7(�r�llsrl�� ".iilsr r ��; and should include a brief description of the how the vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 2020-2023 Fire Rescue Vehicles&Other Equipment 1816 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.01 FIRST YEAR BIDDER QUALIFICATIONS In order for bids to be considered, bidders who are not currently parties to the existing contract,or who have previously had their participation limited by the FSA, must provide the following material at the time the mandatory qualifying documents are due. FSA reserves the right to accept this information up and until the final award. The purpose of requesting this information is to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. The bidder shall provide information as on the Bidder Qualifications Form: • Bidder company name and parent company, if applicable • Complete business address • State of incorporation • Length of time in business • Names and contact information for key personnel • Dun & Bradstreet number: By providing this number, the bidder agrees and authorizes FSA to obtain their financial information/reports from these entities • Identify a minimum of three contracts of similar size and scope • Identify a minimum of three references for vehicle or equipment sales to government agencies • Any contracts the bidder has been disqualified from, terminated from or found in default on, to include the reason for disqualification,termination or default 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Department of Highway Safety and Motor Vehicle Dealer's License in order to bid on any motor vehicle as required by Florida Statute,320.27. Bidders that are manufacturers are required to possess a Florida Department of Highway Safety and Motor Vehicle Manufacturer's License as applicable by Florida Statute, 320.60-320.70. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. If a bidder does not maintain a facility to perform warranty work or repair service within the state of Florida,the bidder must provide a detailed plan at the time of bid submission as to how the bidder would service Florida purchasers if awarded the contract.This Service Standard Plan must include: • Whether the warranty service provider is approved by the manufacturer; • Estimated quantities sold per item bid; • If the company plans to contract out for service a copy of the service agreement;and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work,and o Any additional information that would detail how warranty service would be provided. The sufficiency of Service Standard Plan will be evaluated by the FSA during the bid evaluation. Page 20 2020-2023 Fire Rescue Vehicles&Other Equipment 1817 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA reserves the right to periodically request additional or updated information from a bidder regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees,arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however,that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder(1)written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense.Vendor shall not be liable for any cost,expense or compromise incurred by the Florida Sheriffs Association,or participating agencies,in any legal action without bidder's prior written consent,which consent shall not be unreasonably withheld,conditioned,or delayed. The vendor shall be responsible for the work and every part thereof,and for all materials,tools,appliances and property of every description,used in connection with this particular project. The vendor shall specifically and distinctly assume,and does so assume,all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 days written notice to the FSA. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. Copies of original signed Certificates of Insurance,evidencing such coverages and endorsements as required herein shall be filed within five days after bid opening. The certificate must state Bid Number and Title. Vendor may not begin performance under the contract until such Certificates have been approved by the FSA. Upon expiration of the required insurance,the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. Page 21 2020-2023 Fire Rescue Vehicles&Other Equipment 1818 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the FSA. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA,a 501(c)3,its officers,agents,and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers,agents,and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract,and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers.All policies shall be made available to the FSA upon demand.Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract.Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by the vendor. Insurance coverage required in this contract and the Specification Bid Document shall be in force throughout the contract term. The required Insurance Checklist summarizes the bidder's insurance obligations, if awarded. Any insurance requirements listed in the Specification Bid Document supercedes the amounts listed in the Insurance Checklist. Additionally, any vendor that uses a third party supplier for remount services must ensure that the third party supplier maintains the insurance requirements in Section 3.16(Remount Ambulance). The FSA can request and the vendor shall furnish proof of insurance within seven days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All units covered by this contract and the base specifications shall be the manufacturer's current basic production model, and at a minimum shall be equipped with all standard factory equipment in accordance with the manufacturer's latest Page 22 2020-2023 Fire Rescue Vehicles&Other Equipment 1819 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions literature unless otherwise noted in the specification bid document. If awarded, bidders must supply a unit that meets or exceeds the requirements included in the applicable base specifications. The bid specifications are contained in the FSA Bid System, as specification bid documents. The FSA base specifications are incorporated in this document by reference. Bidders are required to provide all information requested on the price sheets or may have their bid rejected. All vehicles, equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder on the Bid Forms at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or annual price adjustment as provided in this contract. 2.06 SEALED BIDS For purposes of this solicitation,a sealed bid is considered a bid submitted using the FSA Bid System. 2.07 EXCEPTIONS TO TERMS AND CONDITIONS Any exceptions,deviations,or contingencies a bidder may have to specifications or Contract Conditions,Section 3.0 of this document, must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the specification or item number and a written explanation for the request for exception.At FSA's discretion,exceptions,deviations,or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA of any inaccuracies in the specifications or required submittal documents.All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. Exceptions,deviations or contingencies to the General Conditions or Bidder Instructions,other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26, may be cause for the rejection of a bidder's submission. 2.08 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.09 EQUIVALENTS Page 2 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1820 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality,design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number(or product identifier)of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid,cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted,the offerings,specification or entire award can be removed by the FSA. When selling equivalents,vendors must disclose to the purchaser that an approved equivalent is being offered. 2.10 MANDATORY PRE-BID MEETING Prospective bidders are required to attend the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA Cooperative Purchasing Team to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Bidders have the opportunity to suggest technical modifications or corrections before the specifications are finalized. Questions relating to the specifications,the bid process, or award can be asked at the Pre-Bid Meeting. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested prior authorization, has met all prequalification requirements, and agrees to sign a memo of understanding(MOU) and agree to meet all the terms and conditions without exception and further waive their right to protest the bid process in its entirety or any portion thereof. 2.11 QUALIFICATION Prospective bidders are required to prequalify by completing all qualification forms by the date listed on the Bid Calendar.A bidder becomes a qualified bidder if they comply with this section and Section 2.10, Mandatory Pre-Bid Meeting. Qualification forms include: • Drug-Free Workplace Form, • Insurance Checklist, • Manufacturer Authorization Form for each manufacturer bid by bidder, • Emergency Vehicle Technician (EVT)Certification,if bidder is offering emergency lighting and sirens,and • Qualified Bidder documentation as required in Section 2.01. The qualification forms are located in the Bid System. Page 24 2020-2023 Fire Rescue Vehicles&Other Equipment 1821 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of 60 calendar days from the date of bid opening. Each specification,make and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the specifications bid for the duration of the contract award, unless otherwise addressed by a contract extension or price adjustment as provided in the contract. These prices must be inclusive of all of the components included in the base specification. Discount percentage will be clearly indicated on the pricing sheet as a whole figure and will accurately reflect the amount the base vehicle has been discounted. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined in Section 3.28 Administrative Fee. Prices must be Free On Board (FOB)destination. Once awarded,the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification.Options can provide an upgrade or downgrade to a manufacturer's model,such as a slightly different engine size, horsepower,or equipment,and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service,the bidder must include the registration and title fee as a separate option (i.e. line item) for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract.The additional discounts for each add option shall be decided by the vendor. Page 2 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1822 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidder must use proper factory codes for all factory options. Options available through the factory must be bid and supplied to purchaser as"factory"options, unless otherwise requested in writing by the purchaser. 2.14 SUBMITTAL OF BID Bidders are required to submit a bid using the FSA Bid System. Bid submissions include pricing for the base specification, as well as all other required documentation. The bid must be received by the date and time specified on the Bid Calendar. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. FSA Bid System:VendorLink Bidders must submit their bid electronically using the on Bid System,which is located at https://www.myvendorlink.com. Bids not submitted within FSA Bid System will be rejected. Bidders are encouraged to participate in training provided for the Bid System. User names and passwords will be issued to qualified bidders after registering in Vendorlink, qualified bidders will be invited to bid. Prices are to be rounded to the nearest whole dollar(i.e. $10, not$10.05).The bid system allows for cents, however the bid evaluation is based on the whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: •$.01-.49 will be rounded down to the prior dollar bid (e.g.$50.49=$50) •$.50-.99 will be rounded to the next dollar(e.g.$50.50=$51) Bid Submission To ensure correct bid submittal and formatting, Bidders shall: 1. Submit bid electronically through VendorLink for the applicable bid. 2. Upload files only in MS Word (.doc or.docx), Excel (.xls or.xlsx),and PowerPoint(.ppt or.pptx);Adobe Portable Document Format(.pdf);or Compressed File(ZIP)formats. 3. Enable printing on files submitted. 4. Separate and identify each part of the submission (i.e. document type, form type, content type) with a divider/separation page.) 5. Bids must be input into the standardized format in VendorLink. 6. Contact VendorLink technical support at support@evendorlink.com, if technical difficulties arise during bid submission. 7. Follow all instructions outlined in this Invitation to Bid and provide all requested information. Refer to Appendix H for bidder instructions for FSA bid system data entry. The bid submitted in the Bid System shall include the following documents: • Executed Contract Signature Page • Completed pricing sheet o Pricing sheet must be downloaded from the Bid System (VendorLink), completed, and uploaded back into the Bid System. Modifications to the format of the predefined Excel spreadsheet are prohibited, and will cause the bid to be rejected. • Bid Bond in the amount of five(5)percent of each item bid Page 26 2020-2023 Fire Rescue Vehicles&Other Equipment 1823 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Performance bone letter from a bonding company • Build sheet for each item bid 0 A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out,the document shall indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle or equipment as outlined in the FSA base specification. If vendor-installed aftermarket components are used to meet the base specification and these components must be identified on the build sheet. Build sheets for each item bid must be complied into a single .pdf document. Build sheets should be in numerical order by specification, clearly identifiable by specification or item number, and include model name and number. If FSA cannot determine which specification the build sheet is for,the item bid can be rejected as nonresponsive. • License and Certifications,as applicable 0 Emergency Vehicle Technician Certifications, as applicable 0 Florida Department of Highway Safety and Motor Vehicle Dealer Licence,as applicable 0 Florida Department of Highway Safety and Motor Vehicle Manufacturer License,as applicable o Any other safety certification or license applicable to specifications bid • Explanation of how warranty claims will be handled in the State of Florida,or Service Standard Plan,Section 2.02, as applicable • Any requested equivalents,Section 2.09,or exceptions,Section 2.07 FSA may ask awarded bidders to supply one hard copy set with original,written signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. 2.15 EXECUTION OF BID By submitting a response to this Invitation to Bid,the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award.The bidder must submit the Contract Signature Page with the signature of an authorized representative no later than the date of the final award. 2.16 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid, the bidder must contact the FSA Cooperative Purchasing Program Administrator immediately. Bid withdrawals are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.17 LATE BIDS The responsibility for submitting a bid before the stated due date and time on the bid calendar is solely and strictly the responsibility of the bidder.The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery,or any other occurrence.Any reference to time will be based on Eastern Time. Page 2 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1824 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.18 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar.The bid opening will occur at the Florida Sheriffs Association,2617 Mahan Drive,Tallahassee, Florida. FSA shall communicate the bidder name and if they have provided all the required information. 2.19 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will occur during the bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Contract Terms and Conditions. As set forth in Section 2.24, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.20 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information,documents or materials may be rejected as nonresponsive. Bidders whose responses,past performance,or current status do not reflect the capability, integrity,or reliability to fully and in good faith perform the requirements of the Contract may be rejected as nonresponsible. In determining a responsible bidder,the following factors may be considered: • Adequacy of facilities,staffing,and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements of Section 2.01, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements,specifications,terms and conditions of the solicitation,and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA's sole discretion, are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as nonresponsible. 2.21 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by specification and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second lowest bidder by specification and by manufacturer if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions.The Fleet Advisory Committee's review is submitted to the FSA for final evaluation and determination of award. Page 28 2020-2023 Fire Rescue Vehicles&Other Equipment 1825 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However, the FSA has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.22 FIRM BID Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty(60)calendar days from the date of bid opening,and if awarded through the duration of the contract unless otherwise addressed by a contract extension or price adjustment as provided in this contract. By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment for all bidder awards. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $5,000 per vehicle or equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. 2.23 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids,or separate portions thereof,and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers.A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option,the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.24 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease,except for procedural questions, questions regarding problems incurred in the use of the the bid system, or communications initiated by the FSA.All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. Page 29 2020-2023 Fire Rescue Vehicles&Other Equipment 1826 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT Once the bid has been awarded, the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles or equipment purchased from the this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract Signature Page warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract period,the vendor must notify the Administrator immediately. The Vendor Change Document must be completed,signed by an authorized representative and submitted via e-mail tot 11112111<I] I:.Pf..F r�Ir . A sample Vendor Change Document is located in Appendix C and online at the FSA website. 3.04 OPTION TO RENEW& PRICE ADJUSTMENT Renewal Option The contract may be renewed by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year to year basis.The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract.Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Price Adjustment Prior to completion of each contract term, and on an annual basis, the FSA will consider a price adjustment due to manufacturer certified price adjustments or as a result of any changes to national or state standards that require substantial cost adjustments. In the event of changes to national or state standards,the vendor must present verifiable changes in cost to FSA. The FSA will consider the cost changes and will make a final determination on the change in price. For any vendor-initiated adjustment to commence on the first day of the renewed contract term, or on an annual basis, the vendor's request or adjustment should be submitted 90(ninety)days prior to expiration of the then current contract. The vendor-initiated adjustment request must clearly substantiate the requested increase or decrease. For manufacturer certified price adjustments,vendors must provide documentation to FSA that such price adjustments are not in excess of other bid contracts or cooperative purchasing agreements and indicate the government concessions or discounts offered. If no request is received from the vendor,the FSA will assume that the vendor has agreed that the optional term may be Page 30 2020-2023 Fire Rescue Vehicles&Other Equipment 1827 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions exercised without pricing adjustment.Any adjustment request received after the commencement of a new option period will not be considered. The The FSA reserves the right to accept the renewal adjustment or to allow the contract to fully or partially terminate and readvertise for bids,whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA can add, remove, discontinue or suspend any specifications, or portions thereof, from this bid or awarded contract when it is deemed to be in the best interest of FSA and the purchasers. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor or Manufacturer performance; or • Lack of relevance of products/commodities. 3.06 EQUITABLE ADJUSTMENT The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 DISCOUNTS Discounts must be offered under this contract and shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for each specification and option listed. Discounts must be clearly documented in the bidders submission. The vendor has the authority to offer additional discounts based on quantity,as well as additional manufacturer or vendor discounts. Discounts are not required on any state or federal fees and charges. Discount ranges are not permissible. Discounts must be a whole percentage with no decimal place(e.g. 10%). 3.08 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered, i.e.the most current production model at the time of this bid. 3.09 PRODUCTION CUTOFF Production cutoff refers only to cab and chassis configurations within bid specifications.The vendor shall notify the FSA no less than 60 calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Page 31 2020-2023 Fire Rescue Vehicles&Other Equipment 1828 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Purchase orders received by the vendor 10 business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor and the manufacturer fails to produce or deliver the production year vehicle,the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion to choose whether to provide the next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the specifications, FSA may consider substitutions from the same manufacturer. 3.10 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.11 SUBSTITUTIONS The FSA or purchasers will not accept substitute orders of any kind.Vendors are expected to furnish the brand quoted in the bid once awarded.Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Under Florida Statute 316.003(1),authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must also submit Emergency Vehicle Technician Certifications for the individuals working for the bidder or the designated third-party supplier who will perform the installation. FSA reserves the right to accept certifications up and until final award. Vendors that will install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1 and Class 2 in order to be eligible for participation in the Contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the Contract. 3.13 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no vendor-installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or vendor-installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. Page 32 2020-2023 Fire Rescue Vehicles&Other Equipment 1829 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All factory ordered options are to be original equipment manufacturer(OEM)and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications,and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components,will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the Purchaser,the vendor shall be required to replace the vehicle with a vehicle that meets the required specifications,including factory installed components. In the alternative,the purchaser shall decide whether they will accept vendor installed components. 3.14 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications.All such accessories must be manufactured by an established manufacturer of the product provided.Vendor is required to disclose Make and Model of product being offered and the location, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any item that is less than or exceeds the factory vehicle or equipment warranty coverage. A vendor that employs a third-party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Emergency Vehicle Installation through EVT Certification Commission, Inc.or an approved equivalent. The FSA may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.15 NON-SCHEDULED OPTIONS FSA attempts to include scheduled,factory and aftermarket options in the bid document. If a purchaser requests a non- scheduled option that is not included in the bid document,the vendor may provide this nonscheduled option.The purchaser has the opportunity to request the vendor's discount pricing for any nonscheduled options during the quote process.At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.All non-scheduled options are covered under these terms and conditions. 3.16 REMOUNT (AMBULANCE) It is the responsibility of the awarded vendor to ensure that any remount services meet or exceed all insurance requirements under the terms and conditions of the FSA Fire/Rescue Vehicles and Other Equipment Contract. Remount service providers shall maintain a minimum of$5,000,000 in Product Liability Insurance and a minimum of$1,000,000 in Professional Garage Keepers Liability Insurnace. Proof of adequate coverage shall be produced to the customer upon request. Page 3 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1830 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All remount service providers are to be registered with National Highway Traffic Safety Administration(NHTSA), as a manufacturer.The remounter shall be familiar with,and follow,all applicable and/or recommended OEM guidelines and practices as published by the OEM chassis manufacturer. This shall include the strict compliance with the New Vehicle Standard, registration requirement,and the Incomplete Vehicle Document(IVD)for the appropriate chassis. The remounter company shall be financially able to adequately support a warranty obligation offered to the purchaser and provide proof from a third party financial institution to the purchaser upon request.The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warrant the ambulance and furnished equipment against parts failure or malfunction due to design, construction, or installation errors, defective workmanship, and missing or incorrect parts for a minimum period of 12 months or 12,000 miles(whichever occurs first). 2. However,if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including any prorate arrangements, or the remounter generally extends to their commercial customers a greater or extended warranty coverage, the customer shall receive corresponding warranty benefits. It is also the responsibility of the awarded vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes date, time, and photographic proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the product and present to the awarded vendor upon completion of the remount. This shall include: 1. The evaluation and the physical assessment of the original vehicle; 2. The production sequence and process; and 3. Written and verified quality control and function checks. The remounter shall perform the following series of steps to determine viability of the proposed remount product: 1. The viability shall include a visual inspection of ambulance body module for overall condition to determine suitability for forward service life.This shall include the compatibility of the body to the proposed new chassis. This viability process shall include, and the remounter shall provide a Scope of Work to the awarded vendor, which shall include a detailed proposal to the customer:a notice of compliance of FMVSS requirements,including weight balance and payload projections and analysis. 2. The remounter shall inform the customer of any hidden deficiencies or defects discovered during the process; whereby remediation shall be mutually determined. 3. The remounter shall inspect and perform functionality testing in accordance to American Manufacturers Division of the National Truck Equipments Association standards. 4. The remounter shall provide final documentation of product and affix all applicable compliance labeling to the product. If a purchaser utilizes a remount service on its own initiative, the remount service provided shall be excluded from the terms and conditions of this Contract. 3.17 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly Page 34 2020-2023 Fire Rescue Vehicles&Other Equipment 1831 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control,or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.18 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item.The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. 3.19 ORDER The vendor shall submit a copy of the purchase order to the Coordinator within 14 days of receipt from the purchaser. To initiate a purchase,a purchaser issues a purchase order to the vendor,which shall include: •The contract number and title; •Specification number and item(s) purchased; • Prices broken down by FSA base specification item,and additional options; • Purchaser's federal identification number,and • Name,phone number and email address for the point of contact at the purchasing agency. Delivery or due dates should be discussed with the vendor at the time the quote is provided to the purchaser, or if no quote is provided,when the purchase order is delivered to the vendor. It is important to note that vendors do not have any control over production delays in schedules from the manufacturer. The purchaser should forward an executed copy of the purchase order to the FSA at the same time the purchase order is sent to the vendor. Emails or hard copies are accepted. Emails can be sent to coop@flsheriffs.org. If a vendor receives a purchase order for a specification for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three(3) business days. All vehicles ordered prior to production cut off and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order.The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle or equipment ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards.The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle or equipment into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser.The Confirmation of Order form is included in Appendix D. Page 3 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1832 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.20 VEHICLE DELIVERY At a minimum, pre-delivery service shall include the following: • Standard Dealer and Manufacturer protocol for new vehicle delivery; • Cleaning of vehicle, if necessary,and removal of all unnecessary tags,stickers, or papers; • For cab and chassis,do not remove the window price sticker or supplied line sheet; • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Owner's manual and warranty manual to accompany each vehicle; and • A MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the Purchaser, if applicable. Vehicles that are missing this form,or have forms that have been altered will not be accepted. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Vendor shall complete delivery of the vehicle to the purchaser within fourteen (14)calendar days of receipt of the vehicle from the manufacturer or equipment supplier. This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle by the vendor is defined as acceptance of the vehicle from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 2,500 miles may be accomplished by driving the vehicle.Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an "OUT OF SERVICE"cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchasing agency. Incomplete vehicles would be exempt. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice, unless distance above 2,500 miles was previously approved by the purchaser.This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. All warranties shall begin at the time of delivery to the Purchaser. The purchaser's warranty should not be active for incomplete vehicles or vehicles delivered to an upfitter before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details.Transport deliveries must be unloaded and inspected by Purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. All vehicles must contain no less than 1/4 tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty five (35) gallons of capacity, a minimum of ten (10) gallons of fuel must be provided. Page 36 2020-2023 Fire Rescue Vehicles&Other Equipment 1833 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.21 INSPECTION AND ACCEPTANCE It is the responsibility of the Purchaser to inspect a vehicle for any damages. Each Purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery, the Purchaser may have up to three (3) days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the Purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and the submitted purchase order.Purchasers should inspect the vehicle for physical damage. Delivery of a vehicle to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle Specification 3. Copy of Manufacturer's Invoice or Window Sticker. Prices may be deleted from the manufacturer's invoice 4. Copy of Pre-Delivery Service Report 5. Warranty Certification 6. One complimentary copy of the printed owner's manual if requested,otherwise digital copies are acceptable 7. If the Vendor does not provide the tag and title,then the DHSMV 82040(Application for Certificate of Title and/or Vehicle Registration)which requires a signature of authorized representative Deliveries that do not include the above forms and publications will be considered incomplete and can be refused. 3.22 REGISTRATION, TAG AND TITLE Costs of tag and title shall not exceed the statutory rates. FSA Administrative Fee does not apply to tag and title work. Title items shall be the responsibility of the vendor. The purchaser, if a government agency, has the authority to choose to register and title the vehicle. Reasonable administrative costs for registration and title services, including obtaining temporary tags,tag transfers, and new tags are permitted.All costs associated with obtaining,filing and shipping of tags shall be listed as an option during Page 3 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1834 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the bid submission for each item bid. Registration and title costs can include convenience fees, cost reimbursements for filing,obtaining or delivery of tags, or any costs over the original purchase price of the registration and title. Registration and title costs for registration and titling can be negotiated between the purchaser and the vendor. 3.23 CAB AND CHASSIS PURCHASES FSA highly recommends that all upfitting of cab and chassis be performed by vendors or third party suppliers that are licensed and/or certified to avoid unnecessary exposure to future liability. Vendors are required to register and title the vehicle when the cab and chassis upfitting work is completed by the vendor or the vendor's selected third party supplier. Cab and chassis can be purchased from vendors without any required additional fitting by the dealer. However, in this situation vendors are not required to register and title the chassis. If an agency chooses to upfit the chassis with a third party supplier not selected by the vendor,then the third party supplier must perform the state mandated registration and title work upon completion of the upfitting. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.24 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract.Vendors must invoice each purchaser independently. A Purchaser has three (3)working days to inspect and accept the vehicles or equipment.The Vendor shall be paid upon submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to local governments to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.25 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension until satisfactory evidence of correction is presented to the FSA. 3.26 INADEQUATE SERVICE When vehicles and equipment require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the defect.Such service or adjustments shall be initiated by the bendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. Page 38 2020-2023 Fire Rescue Vehicles&Other Equipment 1835 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The provisions of the delivery section shall remain in effect until the redelivery is accomplished. The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the Purchaser. 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS Purchase Orders The Vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen (15)days after the date of the purchase order. Vendors should scan a complete copy of the purchase order and attach it as a .pdf. Place the document title in the subject line of the e-mail and send purchase order copies to � rrrr�.�.f�.r�ilsrl�� I,rilsr rr�'I'. The files should be named using the following examples: Examples: County= Florida County,County of PO 12345 ABC County BCC PO 12345.pdf City= Florida City,City of PO 12345 ABC City PO 12345.pdf Sheriff=Sheriff Office of PO 12345 ABC Sheriff PO 12345.pdf Education= Institution Name P012345 ABC County College PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each awarded vendor. Quarterly Reports which do not adhere to the required format (Appendix F)or are not complete of all purchase orders will be returned to the reporting Vendor for correction of deficiencies. Quarterly reports track the deliveries in a given quarter. Quarterly reports do not track purchase orders taken in a quarter, rather purchase orders are to be submitted at the time they are received by the vendor. All quarterly reports are to be sent to Quarterly reports are found on-line in the Vondc,)r< ()1 li section of the FSA website. Quarterly Reports must be complete with the name of the vendor and the date. For example,"Spomot Motors"would be in the document header. Do not indicate the quarter on the top of the report. Do not send purchase orders with the quarterly report. An example of a Quarterly Report is in Appendix F. Quarterly Reports are due no later than the 151"day of the month following the end of the quarter. Quarterly reports should follow this schedule: Reports and Year 1 Quarter Period Administrative Fees Due Y1Q1 April 1—June 30 15-Jul-2020 Y1Q2 July 1—September 30 15-Oct-2020 Y1Q3 October 1—December 31 15-Jan-2021 Y1Q4 January 1—March 31 15-Apr-2021 Page 39 2020-2023 Fire Rescue Vehicles&Other Equipment 1836 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Year 2 Y2Q1 April 1—June 30 15-Jul-2021 Y2Q2 July 1—September 30 15-Oct-2021 Y2Q3 October 1—December 31 15-Jan-2022 Y2Q4 January 1—March 31 15-Apr-2022 Year 3 Y3Q1 April 1—June 30 15-Jul-2022 Y3Q2 July 1—September 30 15-Oct-2022 Y3Q3 October 1—December 31 15-Jan-2023 Y3Q4 January 1—March 31 15-Apr-2023 If a Vendor has no sales within a quarter,the vendor is required to submit a quarterly report and must indicate"NO SALES THIS QUARTER"on the report. Deliveries beyond the Y3Q4 period are to be submitted as a"Y3Q4 Extended Delivery"sheet using the same report format until the contract deliveries are completed for the current contract. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported,but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.28 ADMINISTRATIVE FEE The Florida Sheriffs Association charges three quarters of one percent (.0075) to procure, process and administer the Contract. After receipt of payment from contract purchases,the vendor shall remit all administrative fees to the FSA no later than 15 days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Vendors are to make notation of payments in a separate column for each line item of each quarterly report of the check number submitted for administrative fees paid each quarter. Bidders are to include the administrative fee of three quarters of one percent(.0075) in all bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee,will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The fee should never be listed as a separate line item on any purchase order. The administrative fee to be paid is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to Purchasers for trade-ins. Trade-ins,extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fee is the contractual responsibility of each vendor. By submission of the Quarterly Reports and admistrative fee, the vendor is certifying the accuracy of the reports and deposits.All reports and fee submissions shall be subject to audit by the FSA or the designee. Page 40 2020-2023 Fire Rescue Vehicles&Other Equipment 1837 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All participating vendors are responsible for ensuring the Administrator has the contact e-mail address for the person responsible for quarterly reports.There will be no reminders for the Quarterly Reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.29 LIQUIDATED DAMAGES The vendor warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and quarterly reports will incur liquidated damages in the amount of$25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 days can result in FSA, at it's sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications,disqualification from future solicitations,or termination for cause pursuant to Section 1.45. Schedule of Liquidated Damages Failure to submit quarterly report on time $25.00 per day Failure to report a Purchase Order to FSA within the 15 calendar days of the $100.00 per Purchase Order purchase order date Failure to Report Sales .0075 of the sales price plus 1.5%each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damages are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract.Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty, but are instead intended solely to compensate the FSA for damages,and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 41 2020-2023 Fire Rescue Vehicles&Other Equipment 1838 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistanceor rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. Bidder's Signature Date Page 42 2020-2023 Fire Rescue Vehicles&Other Equipment 1839 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:in(.J N B...... Il irrmffa in i;e CJ-e i;N ids st II::b irim �t DA� `ako INSURANCE CHECKLIST' 1. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida, 2,. Comprehensive General Liability(occurrence form), limits of liability $1,000,000 per occurrence for bodily injury property damage to include Premises/Operations; Products, Completed Operations and Contractual Liability, Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). General aggregate q� $3,000,000 3. Automobile Liability-$1,000,0100 each occurrence-owned/non-owned/hired automobiles included. _j 4. Excess Liability - $ per occurrence to follow the primary coverages. Y 5. The FSA must be named as an additional insured on the liability pol'icies; and it must be stated on the certificate. 6. Other insurance as indicated: J Builders Risk completed value $ ❑Liquor Liability $ ❑Fire Legal Liability $ Protection and Indemnity $ Employee Dishonesty Bond $ Other(Garage) $ 1,000,000 7. Thirty (30) days written cancellation notice required. S. Best's guide rating B+:VI or better, latest edition. 9. The certificate must include the bid number and bid title and lust F5A as the Certificate Molder.. Proposer and Insurance Agent Statement: We understand the insurance requirements of these specifications, as noted by the items checked above, and that evidence of this insurance is required within five (5) days of Bid Award. Bidder: Signature: Date: Page 43 2020-2023 Fire Rescue Vehicles&Other Equipment 1840 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appeir�(JN ( Veir�(Joir (_J'(air ge Fbirirn Florida Sheriffs Association Cooperative Purchasing Program Vendor Change Document Please complete this form to validate a requested change to Company Addresses,Contacts or Contact Information below. Include all sections where information has changed,old and new. FSA Contract Number(s)affected by change: Company Information Changes: Old Information New Information Old company Name: New company Name: Old Company Address: New Company Address: Old Company City: New Company City: Old Company State: New company State: Old Company Zip: New Company Zip: Company Contact Changes: Old Contact Information New Contact Information Old Contact Name(First,Last): New Contact Name(First,Last): Old Contact E-Mail; New Contact E-Mail; Old Contact Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This information is requested by an authorized representative of This request will take effect as soon as it is received by FSA by e-mailing to_C2QP2flsh_enfL$,_Qrg. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative Signature: FSA Office Use: Date Received: Change Effective: FSA Agent: Page44 2020-2023 Fire Rescue Vehicles&Other Equipment 1841 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:irr (J N D . (_"o it i ii irirn a t ii�iri Of (:)ir(.,A e it Ilw irirn CONFIRMATION OF ORDER Florida Sheriffs Association & Florida Fire Chiefs Association Fire Rescue Vehicles and Other Equipment BID NO. FSA20-VEF14.0 A Confirmation of Order form shall be completed by the Vendor and returned to the Purchaser 14 calendar days from receipt of purchase order without notification by the Purchaser. TO BE COMPLETED BY DEALERSHIP: Vendor/Dealership: Address: City: State: Zip: Contact Person: Phone Number: Fax: Specification No. Type Vehicle: Purchase Order Number: Purchase Order Received: Order Was Placed With the Manufacturer on: Under Production Number: Delivery should occur within calendar days after receipt of Purchase Order. A Copy of the Required Production Sheet(s)are Attached for Your Files. Comments: Purchaser/Agency: Contact Person: Address: City: State: Zip: Phone Number: Fax: E-mail: A copy of this form should be attached and submitted with the Purchase Order as the last page. Page 45 2020-2023 Fire Rescue Vehicles&Other Equipment 1842 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions pper clN E Main UfaCtUireir ALAtVioir zatbIrr�II:birlrn IWII aNUFACTUR RIs AUTHORIZATION - "WrrfUb o4ra�aiClaVltllPw kkk Fire Rescue Vehicles, Ambulances and other Equipment BID NIIED. FSA20-VEF14,,O This is to certify that is the manufacturer (Vendor/Respondent's Name) or a manufacturer's authorized dealer of , (Manufacturer/Brand Name( in the State of Florida. By: Manufacturer Name: Address: City, State, Zip: Office Phone. Mofaule. Phone: E-mail: Signature: Tit le PLEASE NOTE: This authorization form must the eureeuted by aan "authorized employee of the manufacturer ONLY. IDealers/Representatives are not authorized to execute t,Ns authorization form on heha f of the manufacturer. The rnran�ufacturer must execute this, a authoruzuation form even if they cane offering their own products. Failure to subrna t this authorization fOrrm with your response as required shall result in the dasquralificatuun of the response. ,Contract Teruaas and Ccmdr4uous Section Qualification Page 46 2020-2023 Fire Rescue Vehicles&Other Equipment 1843 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix I QUairteirl IRelpoirt [WSER'T'VENDC)R NAME HERE) QUARTERLY REPORT for BID#FSA20-VEF14.0 Effective Dates: April 1,2020 thru March 31,2023 Fire Rescue Vehicles and Other Equipment April I-June 301Y1-Q1 Zero Activity r"I Box Total PO Name of Purchasing Agency PO# city. Spec.# Vehicle Type PO Date Amount Admin.Fee Is Is July I-Sept=yl-Q2 Zero Activity U $ $ ,Oct I-Dec 31 IY1�Q3, Zero Activifty "I $ $ Jan I-Mar 31NI-04 Zero Activity j R.h-a t- $ Page Total 1 $ - Is Fees and reports are due no later than the 15th of the month following the quarter end Page 47 2020-2023 Fire Rescue Vehicles&Other Equipment 1844 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Ip Ip eirr(.1iix G ...... Bii(.1 C"aIeirr(.1ait FLORiDA BID CALENDAR '"ER'F`SmG"°C'A1'mw Bid # FSA20-VEF14.0 Fire Rescue Vehicles, ttr A , Ambulances and Other Equipment A'ii Contract Period:April 1, 2020—March 31, 2023 a � a Bid System Training-All Interested Bidders 11/6/2019 Registration Open for Mandatory Pre-Bid 11/15/2019 Specification and Terms&Conditions Review Workshop 11/20/2019 Mandatory Pre-Bid Meeting 1/14/20-1/15/20 Requests for Clarifications 1/27/2020 FSA Response to Requests for Clarifications 1/29/2020 Bidder Qualifying Documents Due 1/29/2020 FSA Bid System Opens 2/3/2020 Cone of Silence 2/3/20-4/1/20 Bid Submissions Due 3/2/2020 Public Bid Opening 3/3/2020 FSA& Fleet Advisory Committee Bid Review 3/9/20-3/11/20 Intent to Award Posted 3/13/2020 Bid Award Announced 4/1/2020 Voluntary Tel econference Workshop Instructions: Voluntary workshops are via teleconference. To participate, call in on the designated dates specified in the bid calendar at times TBD. Registration:ht, f©rrri,,,jotf ,m,,,,cam19204 i 12.5=)25iG 1 Dial-In: 1-800-920-7487 Participant Code: 68495418 Mandatory Pre-Bid Location: Volusia County Emergency Operations Center 3825 Tiger Bay Road Daytona Beach, Florida 32124 Mandatory Pre-Bid Meeting Itinerary: Fire Rescue Vehicles&Other Equipment-1/14/2020 at 9:00 am-4:00 pm (EDT) Ambulances-1/15/2020 at 9:00 am-4:00 pm(EDT) Page 48 2020-2023 Fire Rescue Vehicles&Other Equipment 1845 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix IHl FSA fficl Systeirn Data lir"llPLA lir�stiwcdoir�s (fir ffiddeirs FSA BID SYSTEM DATA INPUT INSTRUCTIONS FOR BIDDERS: FSA20-VEF14.01.-AMBULANCES&OTHER EQUIPMENT FSA20-VEF14.02-FIRE RESCUE VEHICLES&OTHER EQUIPMENT' Note: The attached Exhibit 1 is an example bidder screen in the FSA bid system and is for illustration purposes only. St Insert bid price in the"Unit Price/Percent"data input field as illustrated in Exhibit 1. Step 2: Insert the%discount represented by your bid amount for purchaser reference in the"Vendor Description"data input field as illustrated in Exhibit 1. Step 3: Insert vehicle picture link(which must be a public domain) in the"Image Link"data input field(if desired)as illustrated in Exhibit 1. Step 4: Insert vehicle options link(which must be a public domain)in the"Spec Link"data input field (if desired)as illustrated in Exhibit 1. Stamm Ulpioad vehicle build sheet in PDF format in the"Select Files To Upload"field as iiilustrated in Exhibit 1 Page 49 2020-2023 Fire Rescue Vehicles&Other Equipment 1846 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e irl(.1 x IHl FSA fficl Systeirn Data Ilirllpl,At Ilirlstirl,Acdoirls (fir ffiddeirs ('-"o irl t irl LA e(.1 EXHIBIT I (SB W—u—ilu 0—te;Bid Rens Spfeai r, ilrak x111 Dit—tions r0f Using the Q-tJBtd i141- 11H Sp-ei upload 0110i Re— Spro.dtsineet UPI—d QucteFBid Items Requested Tots I:I Ag...y It..Die-ripti.. V..d.,It..D-tinli Unit PHI Percent Extended PrIcei Percent Item 4 1 Make- I11C 'IpI Required:G roup:Fire Apparatus-iititjal Aq@cK Model: t d-,',5n R—,, M.W kn-lrr.ctu g.I11C M-8.1-F.,d F550 Model 9 Model ft: $0 00/0 Oct 1,a Is=Spear-1—1 R o ere�to spe �—Hans uploaded bud sy56enc de':4YRpk14d: t1 rT to he M I I ild �hy hid6, raii hA II fi0d) 0. I n)fj 4— "R�/,MAN@. Unit f M.....:e.,h Spec Ltnk: Pft.,P—emt:P- 8 an d N—Eci..I V.I..)5--Band Nsnie.,Eq-1 Sub-Total:$8A0 Vendor Bles The tolIrtwing flesale I h0ore a subi:WSS1011 IS inade: 7loposa8 0 select a fit,type: (Leave ei-k if a feewied file fYpe is not Usted if requ�red Ne type Psiied above is Wert 1;,ved o Me docuireM5 table,,vten a respolise is ready to be subaiVeSt you wiil nor be abie to submit yo,v e pones,) [-'proposall #M Select the fill to upload; Mid U'rl a(ShSt key doi,w Io.9eJect it)WI!,pie tiles) B.r.c..w.S..e.. 40 Chok on Add DoCument(s), Add Docuirreiil(s) Page 50 2020-2023 Fire Rescue Vehicles&Other Equipment 1847 Protecting, Leading&Uniting...since 1'893 �t yq f 8A,�frFLORIDA SHERIFFS ASSOCIATION V'! "' 2017 a&°ears D6ve,TaHa bass e,ff-Iodda 32303 pi:( 50)377-2163 i 9 P.O.B�o '1231 -'T'aIllahax-see,IFQwlda 323,17'�-2 5101 t:(850) 7 --8665 u� r , wwwlflshet-iff5�.org I 13 Contract Amendment FSA20-VEF14.01 Ambulances & Other Equipment FSA20-VEF14.02 Fire Rescue Vehicles & Other Equipment The Florida Sheriffs Association is modifying the contract terms and conditions of Contract FSA20-VEF14.01 and FSA20-VEF14.02, Section 2.13. This contract amendment is effective on May 1, 2020. The modification of the terms and conditions is permissible under Section 1.24 of the contract. The following language under Section 2.13 will be amended as follows: 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing(MSRP)or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size, horsepower, or equipment, and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification awarded on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service, the bidder must include the registration and title fee as a separate option (i.e. line item)for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Page 1 of 2 1848 Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the vendor. Page 2 of 2 1849 Monroe County Board of County COMPOSITE EXHIBIT A2 r Commissioners 500 Whitehead Street Key West, FL 33040 Purchase Order Number B-PO-1221-00001726-1 United States of America Purchase Order Date 12/17/2021 ! 1h Tax Exempt#: Requested Delivery Date 85-8013825294C-7 Payment Terms Due on Receipt Payment Type, Check Buyer Cheri Tamborski Phone Number +1 (305)2896088 Email Tamborski- Cheri@MonroeCounty-Fl.gov Page 1 of 1 Supplier. Ship To: ETR LLC Monroe County Board of County Commissioners 700 S French Ave 490 63rd St Suit 160 Sanford, FL 32771 Marathon, FL 33050 United States of America United States of America Cheri Tamborski +1 (305)2896088 Comments: Bill To: ') Monroe County Board of County Commissioners 500 Whitehead Street Key West, FL 33040 United States of America Cheri Tamborski +1 (305)2896088(Landline) Currency Total Lines Amount Total Tax Amount Total PO Amount USD 294 088.00 0.00 294 088.00 Shipping Terms Shipping Method Shipping Instruction FOB Origin Ground Freight Packages must not be greater than 150 pounds. Goons Lines' Line Number Quantity Item Name Description Required Date Unit of Measure Unit Price Line Amount 1 1 2022 Ford F-550 Custom AEV Type 1 Each 294,088.00 294,088.00 Ambulance from ETR as approved at the 12.08.2021 BOCC Messages Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages. Tina Boan-Purchasing Agent 1850 Co �� � .�� , BOARD OF COUNTY COMMISSIONERS Mayor Craig Cates,District 1 The Florida Keys Mayor Pro Tem Holly Merrill Raschein,District 5 y Michelle Lincoln,District 2 James K.Scholl,District 3 David Rice,District 4 County Commission Meeting December 8, 2021 Agenda Item Number: C.4 Agenda Item Summary #9971 BULK ITEM: Yes DEPARTMENT: Emergency Services TIME APPROXIMATE: STAFF CONTACT: Steven Hudson (305)289-6342 NA AGENDA ITEM WORDING: BOCC approval to purchase a 2022 Ford F-550 Custom AEV Type I Ambulance and options to replace a 2001 Ford F-450 at a total price of$294,088, and approval for the Fire Chief to execute all necessary documentation. ITEM BACKGROUND: MCFR is requesting BOCC approval to purchase, through Florida Sheriffs Association Contract(FSA20-VEF14.0), an ETR 2022 Ford F-550 Custom AEV Type I Rescue Ambulance to replace a 2001 Ford F-450 Rescue, and approval to purchase options from the manufacturer through Florida Sheriffs Association Contract(FSA20-VEF14.0). The total price of the Rescue is $294,088. MCFR further requests BOCC approval for the Fire Chief to execute all necessary documentation. The State of Florida Cooperative Bid Process for Fire/Rescue Vehicles is designed to provide participating agencies with the most economically priced fire & rescue apparatus to fulfill their emergency fire/EMS needs, in a prompt and timely manner. The Florida Sheriffs Association bid package provides the base price for the vehicle, without options, and directs the purchaser to obtain a price for options specific to the vehicle from the manufacturer. The price list showing the price and options is attached. PREVIOUS RELEVANT BOCC ACTION: On September 15, 2021 at the Hybrid Budget Hearing meeting, OMB set aside capital funding in the amount of$1,656,000 for the purchase of two Fire Engines and two Rescue Ambulances in FY22. With OMB's approval, MCFR has decided instead to acquire 3 Rescue Ambulances and a Sky-boom Aerial Truck which are all within the budget. CONTRACT/AGREEMENT CHANGES: Florida Sheriffs Association Contract(#FSA20-VEF14.0) STAFF RECOMMENDATION: Approval 1851 DOCUMENTATION: ETR 2022 Ford F-550 AEV Quote 11.19.2021 ETR F-550 Shop Order 11-22-21 ETR Stryker Power Cot Specs for AEV Purchase 11.22.2021 Florida Sheriffs Association 4FSA20-VEF14.0 FINANCIAL IMPACT: Effective Date: 12/08/2021 Expiration Date: N/A Total Dollar Value of Contract: $294,088 Total Cost to County: $294,088 Current Year Portion: $294,088 Budgeted: Yes Source of Funds: Fund 141 11500-560600-SC_00100 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: N/A If yes, amount: N/A Grant: N/A County Match: N/A Insurance Required: N/A Additional Details: N/A 12/08/21 141-11500 - FIRE& RESCUE CENTRAL $294,088.00 REVIEWED BY: James Molenaar Completed 11/22/2021 3:33 PM Steven Hudson Completed 11/22/2021 7:49 PM Purchasing Completed 11/23/2021 8:26 AM Budget and Finance Completed 11/23/2021 8:27 AM Maria Slavik Completed 11/23/2021 1:12 PM Liz Yongue Completed 11/23/2021 2:54 PM Board of County Commissioners Completed 12/08/2021 9:00 AM 1852 M L0 00 ��� � Esn�r'8�eotcy•1actuCal•Idescu�eVehG�les �'t � wu��r.F`tR'��HIi�L�S.corra Y Rernaunt November 16, 2021 Mr.Jaye Maus Fleet Manager/Director Monroe County Fire Rescue 390 Key beer Blvd. Big Pine Key, FL 33043 We are pleased to provide you with the following pricing, shop order, and drawing for the purchase of new 2022 Ford IF-550 4x2 Custom AEV Type II Aimbulance. Pricing is based on purchasing this unit off the Florida Sheriffs Contract Bid No. FSA20-VEF14.0 Fire Rescue Vehicles& Other Equipment, Specification #01--Type I Ambulance. PRICING: • New 2022 FSA base unit price .................................... .....,...................... $168,358.00 • Additional) equipment to meet Monroe County requirements ................... $125,7301.00 • Total price per unit .................... $294,088.00 • Included in above price: your present graphics/chevron layout,vinyl cab seat covers, Stryker Power-Pro XT cot (see attached specifications), ETR trash can/holder, air fare, lodging, and meals to go to AEV factory for Pre-engineering and final inspection. • Above price is good to December 24, 2021 • Plus. Applicable taxes, tag, and title • TERMS: Payment in full is due upon the delivery of the finished vehicle. )Upon payment ETR, L.L.C. shall furnish the County a "Statement of Origin" or the necessary validated documents required for title appiicationi. Sincerel ,,1"..._.._.. Scott Newcomer Regional Sales Manager ETR, L.ILC. Corporate Office � I i I ili'w�w U Georgia Office 7Q(l .French Ave. ii 1f OE �p�NI't rk �� , o» Juliette,GA.31046 'WA, `,10 is � � ��m 0 Sanford,FL 32771 wbal w� 'toll Free,844-612-8148 1:407-339.6737 ° %' wrt'urir uiuYn>, Add, r%/ vaawo �fflr,1 Toll Free;884-612-8'148Yr�„ � Shop Order r ETR Monroe County Fire Rescue Scott Newcomer 3593 S. Roosevelt Blvd Key West, FL 33040 Exp. Date: 12/30/2021 Quote No: 150-0015 GENERAL: Gen—Info ************BID STANDARDS*************** CHASSIS: F-4/550LB *******F-Series 108ca CHASSIS********** CONVERSION: 172T1 LWBF 172 x 95 T-1 LWB Ford Mod Body, Conversion BASE: 172T1 LWBFP 172 x 95 T-1 LWB Ford Base Price 11/22/2021 Job/Order No: Pro osal Pa e 1 PART NO S DESCRIPTIONQTY 00-00-0107 -- r er a e: os u y 1 00-00-0113 < 1--Ambulance Built to Star Of Life KKK-A-1882-F Certification, Latest Revision 1 Exceptions to be noted on final sticker. 00-10-0015 2 Vehicle Quantity(I Vehicle) 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1--MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 22 2 t 2224 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 4 REFERENCE UNIT Lm 20OF 27164 1 00-91-0028 S R WRITE DATE: 2-22-21 1 00-91-0040 SEAT BELT POSITIONS MODS 1 00-91-0042 --CAB SEAT BELT MOD: 1 00-91-0044 1--Total: 2 Positions 1 00-91-0050 -- REAR SEAT BELT MOD: 1 00-91-2222 1-- Total:3 Positions 1 00-99-9000 Revision Level: 0-Zero-ORIGINAL VERSION 1 00-99-9030 Change Order Level: 0-Zero-ORIGINAL VERSION 1 01-1 F-0000 Type I AEV Traumahawk Modular Ambulance 1 01-AR-1F48 2 2222 Ford, F-222 4 x 2 DRW Reg Cab, 122"'µ 141B, XL T Turbo Diesel 1 01-1F-0086 --Engine: 6.7L Scorpion, Pwr Stroke V-8 Turbo Diesel-F-series 2020+ t 01-1F-0092 I-- Chassis Front engine hood Insulation Not included by OEM Ford on all XLT t 01-1F-0101 --98R- Operator Command Regeneration t 01-1F-02CM -- Cab Interior Color:Medium Earth Gray F-series t 01-1F-02T5 --F-Series 193"wheelbase reg cab LWB t 01-1F-03PU -- GVWR: 18,000 pounds, FAWR: 7,000, RAWR: 13,660(4x2) t 1854 11/22/2021 Job/Order No: Pro osal Pa e 2 PART NO S DESCRIPTIONQTY 01-1F-0502 --Alternator:Dual Extra heavy duty Alternator OEM Total 397Amp t 01-1F-0507 --Battery; OEM Dual 750 CCA, 78 Amp Hours t 01-3U-0000 y < --Anti Rust Spray, Detco:Installed on Unit 1 uuuulumlll aliiurm'; I:u`IIi Ilbuy 12 Aeulu°m1 u°m1III Caurma C�'' ""I""IIIIIIIIII 1(111 IIbe,11p ulray d I:u`IIii Clllhlasslis Illlllll ulraii lu IIII;I'IeI''u°Ilillr m iall"m IIII'lu°Iliiu;ly liia 1111 iiuuuulml:e,d 01-FL-T106 -- Tire, SPARE:Matching, Random Make 1 01-FM-T101 I--Location:Shipped Loose 1 01-TU-0112 y -Jack and Tire Tools Shipped ed Loose 1 01-FM-4WH3 -- Wheel Finish:Polished SS Wheel Simulators(F-550) 1 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard 1 01-FM-DTRL --Daytime Running Lights:Ford OEM 1 01-FM-DTRQ --Ford F series High center mount brake light ordered with chassis 1 01-FM-TIR3 -- Tires:F-4/550,All season, Random Mk 225/70 R19.5, LR F 1 01-OE-47LF --47L-Ambulance Prep Package-F-Series 1 01-OE-47A5 --Alternators Dual(OEM)Motorcraft Ford 67B 2017+Ford F super duty 1 01-OE-47C0 -- Throttle Control System 1 01-RR-05B6 --Radio, F-series: OEM AM/FM/Satellite w/5 cab speakers 8"Display 2020+ 1 01-SY-0005 --Ford SYNC 3 Voice Activated, in vehicle connectivity 913 2020 XLT std-all 1 01-SZ-0006 < --, Backup Camera fixed system 872 Ford OEM install on module Type 1 F 1 series (I_X�Nl cairriei�:: mwMm no sNo:fld, :dllllust:: llj�k) pop�la,:n, Dspllays liinto II:?m?'a11io 03-EA-47PR --Side Mirrors, OEM(F-Series), Pwr Glass, Heated, manual Telescopic 1 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 1 04-SU-1729 < --Rear Suspension:F-550 Liquid Spring, 2017+ 1 1°pa"'1"II II 111 Oxygen II i�ft lis IlnstMllled, lal ein 1i�1 the 02 m°Inl'�up �t Illoou, Is open, the Il1'111e(�flling s usp)urlspo n wlllll not du..uu°Irupua Il unr ll dooir us d4 N is",(J* 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install 1 "doir to 6: llli n3iry, d)t:mull 6„3pain mmu:n us 1:o Vnst:: llll I N<ca l ,on 111) dashII 04-SU-0601 y < Kneeling Feature:Enable&&(itch Located in CAB console and Oil FF Filler 1 Cabinet I1111'IWil:u:lllhl IIkii alaikiiiilm alllhaIIIIII be Wil:Illul iim ulreau:lllhl u`Ilrl''aulm ala: ulmu;laulml:alireuulmu;lliiulmu; ulm I1he u;ul u°,uluuuulmu;l (°,Iliuuutsal de ...I ...I 'thlill'2"! III"alo�dIiifl1II2"!,,, ft sha 111 oill2, I"1ll2°,cill2sslll2"d 'I'uro�iiil"al'1hill2",w�ifllll su irtacii2!u,,, NJ( I""IIIIIIIIII I lllhlllrll2l,ll21,111 ay Swiftmllluliiin l 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door 1 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear 1 04-SU-2022 < --Liquid spring controller shipped loose with completed unit 1 )mmm:mllmmury to liurlslm:mllll Wth C mum tO11rlum:mory oIn arurvlicm:mll 04-SU-03F6 --Rear Stabilize(Anti-Sway)Bar: OEM, Ford F-4501550 1 ZZ-ZZ-ZZZZ 1 BODY Generation 9 1 01-X0-0001 < -- Body Certification Provided to Specification 1 The Body Manufacturing group certifies that this Ambulance Modular body has been constructed of materials and methods that meet or exceed the standards as required by the AEV Generation 9 Body Specification of December 11th, 2018 as published. The body shall be built and constructed to the submitted work order and the AEV Generation 9 build standards without exception. Any Deviations to the work order or Generation 9 build standards must have written authorization prior to body delivery to AEV by the AEV Body Engineer on file. 02-00-0002 XS < I--Body Build Information 1 Body Number; Account Mana er• Mikael Blevins 1855 11/22/2021 Job/Order No: Pro osal Pa e 3 PART NO S DESCRIPTIONQTY Chassis Type :2022 Ford, F-550 4 x 2 DRW Reg Cab, 193"WB, XLT Turbo Diesel Mickey Body Due Date; Rear Suspension: F-550 Liquid Spring, 2017+ 02-00-0003 < 1- ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. F 1096 Body, Mod: Type 1 LWB, 172"x 95"x 72"Interior HR- 6"Body Drop F 1 02-00-0006 --Headroom: 74172"Finished Interior-Ducted A/C 02-00-0060 1— Compartment and Entry door Full length Stainless Steel Hinges std 02-BO-CC01 < -- Compartment Construction:STANDARD, Unless Specified Otherwise 100 '°W11°wp7lNJX111..urrui III 11.uu1ri Nw:::irlcuu:Nn:,1 ourl uprau lurl Il(:wurl (°(??llliurg 090 IlU111111l11I Uurl11 SllrwN:A 02-BO-SFLO < I-- Compt Floors:Sweep-out, even with bottom doorjamb L)111Vlu)S ",p) alnuw(:J d'Xi1"114Nhrwl"'(11 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 -- Compartment Ventilation-Flap style#VT-2495-A01, STD 02-BC-0604 -- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F I -F - 120 Body Drop:6"Both Sides,Ahead of Rear Wheels 02-M1-CE05 -- Curb side Entry Door(CSE):82.812 High x 31 Wide T1 LWB 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 02-BO-CESL I-- Curbside Entry Door(CSE)Location:Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-zzzz I-- 02-B3-MD64 I--Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate I 5-I - 9 Z < I--ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount housing I ght sIlrMlll cor1uw:w on wcuth (:S door or with Iroglht ftood switch 54 < I--IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED I IipIh sIlrMlll cor1uw:w on wcuth (:S door or with Iroglht ftood switch ZZ-zz-ZZZZ I-- OZ �t 169 S < I�����- �����"f Cotrip ( F(: HNC, .5" ."f25W Lax "f9.5W wrml "fe cotripam�.lrmmerm Splash Sllrk?l& Add a dw?�flw?cl:olr plat(? Ilrw!?l w?w�?n II\4 1 and II 2 to sIlruw:?M wwl(�Nu,splash froiwl,u the coimp i lmu:nu Ili Nus n)i- . F CC MI < I__M-1 Compartment Construction:Smooth Aluminum ILOS &od(:ws and II:3a.cl 090 U111w1111i11IU111w111 SllrENA d 4:;Nu°Ir°up :urvin�rlu^u 1l d :wlllliu 1 p 090 X111..�11°I111u111111.�irri SII71)e F CC08 - Compartment Door Panel:Diamond Plate -BO-CF i 1 S Compartment Surface Finish:Speed Liner, Black-M-1 NJ( I""IIIIIIIIII C'0 w mwl pal a 11r h n Irw1,11rm t III II o o 11r to e S f1 Irw1,Irw1d IIL..i Ilan Irwd l a 6l(. 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 05-EL-411418 S I--Light, Compartment:Maxxima LED 18", EA,ILOS ""I""IIIIII' IINko 1112! Nko IlliiIg, lht IIIw1oIIIIr21, urlr2il l.:iiiired wJ(°'""I""IIIIIIIIII ligIht Knoixintli2d o:iin C'ii21imll iiurg Il\Jear III':)ooir,JVainmm Im1i 08-B1-02LI --Prep for 02 Lift:NONE 09-ZZ-ZZZZ -- I 1856 11/22/2021 Job/Order No: Pro osal Pa e 4 PART NO S DESCRIPTIONQTY 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"Hx 2Z125" Wx 19.5"D 44-F4-CCCC O < I--M-1a Compartment Construction:Smooth Aluminum ILOS °ouriug autluriu(:wu tl 090 IlU1111nuu UI111u &l1EX)t 44-134-CCCC44 I--Compartment Door Panel:Diamond Plate O 134 CFC44 4 < I—Compartment Surface Finish:Speed Liner, Black-M-1a I C(' """"IIIIIIIIII CC(°nl'ur�ag aui4mwn ^urml: III""'III °n °nurlxii III3e Speed Ill....liiurmed la(:lll'r' 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 02-BO-CC1B I-- Compartment Ventilation-M-1A Pancake Fan & 1-Column of Louvers I 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I--Compartment floor thickness.125"standard I 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch 02-BO-09B0 --Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 05-EL-40N1 < I--Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, I II II�3 1" II Ilollw?, (°(Nitl:w?ir(?d 12-ZZ-ZZZZ I-- I 02-M1-M275 S M-2 Compt(C.FCC)m 44.5111"H x 4 .7511" CC X '13.4111"D O 134 CCM2 < I__M-2 Compartment Construction:Smooth Aluminum ILOS I &od(:M3 aiiid II:3a.cI 090 IlU1111nliu UI111in &l1EX): °ouriug �dutluriuw��wu tl °(?lillliii 090 IlU1111nuu UI111u &l1EX)t 44-134-CCCC44 -- Compartment Door Panel:Diamond Plate O 134 CFCCC 4 < I__ Compartment Surface Finish:Speed Liner, Black-M-2 I C(' """"IIIIIIIIII CC(°nl'ur�ag aui4mwn ^urml: III""'III °n °nurlxii IIIIII'e Speed Ill....liiurmed la(:lllr' 44-134-CC4 I I-- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS (std) I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-11D3 4 I--M-2 Shelf,Adjustable, Ext..125 Alum, 2"Upward lip NJ( I""IIIIIIIIII 13Wmii2lf to IIIoii2,,SC,ii ii d Ill...gun,irwd lad( 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes I 05-EL-4M36 4 --Light, Compartment:Maxxima LED 36", EA,ILOS \JgNu IlliiigllM Ilhmdllir2,, urirw,s w.fliured wJ(°'""""IIIIIIIIII ICMo Ili,�umt IIL......ggllM "'')o C'ii2,iiilllliiung IlNiJe,°°liar III':)ooir,JVwnIllwii 05-HB-1330 < -- Condenser, 12V.Pro-Air Dual Fan, FRKG 126 Front of Body Incl with HWP AC Only d''0,000 IIIIIII�J""119,j > flN 3 ut(Nii'u 011* Wo 111 SEflww tl: pltflr Iliad 3(?d Il loot wow?a lli(?i g a lli�ua gw? id oiri ipi'(M3,3oir II VA(I ys:�:)rrls' 04-HA-1310 < I--ARCTIC WEDGE Front of Body I pa iit Ih ll\C g'I >> II"Jo Il nu:w drnllllu)d Ilui�IliJ Ili�::Nlluw . UJ 3(? of fliw? wow(?d gw? uS �,L ll'3J(? t to wwoigiiul(Nwu'iiuig ui aiiid w:wpprowww:wll for Il igllit dUty II CPw:w IIII1 rruu:N6fls A u�)diu cfioii iiui snz; uii:�J fII"Io\tw ) tN)wm)dggu) u.irn �,C Ilii:w ury giiuuury °:;g. 44-14 1362 1— Warning Lights installed on Condenser cover 12-BO-0002 I--Painted Part-Painted White YZ Std 06-RR-13ZO I--Standard Conduit: 1-112"", with pull wire I 06-RR-1304 4 CONDUIT ORIGINA TIONPOINT:M-1A oom aitment � 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) 06-RR-13Z1 -- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std 06-RR-1301 I-- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet I 1857 11/22/2021 Job/Order No: Pro osal Pa e 5 PART NO S DESCRIPTIONQTY 06-RR-13T2 -- CONDUIT TERMINATION POINT:Behind Driver's seat I 09-ZZ-ZZZZ -- 02-BO-CCCCM3 < I--M-3 Compartment Construction:Smooth Aluminum ILOS °aurrul ,nulurrum��numl IIhalak urrir: 125 IlUurruli III U11r11u SllIEX)�l: d 4:;Nu°ir°ups"�urvin�riu^u��l d �:�lllliu���:� �������C`'�Ilu..uu.ic.uuu��u.uuicu "C5II7��� � 2"M'F "'CCiiii -- Compartment Door Panel:Diamond Plate I 02-BO-CCFA43 5 Compartment Surface Finish:Speed Liner, Black-M-3 � N11H,..""IIIIIIIIII C'0 mnim'airh n1r,'urni Ill""'Illooir to IIIIII'a S ir,i,'m: Ill...liunirr,'m: IIIIII'la lllm. 2"M'F "'CF I -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 2 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O MTB II"ldI-m II wftll hhrii-u) (.1") II7id ) ;III NtN tN) �l;�i tN) C6lu11 g Ilu:m";mu:mll. 02-BO-CC12 X Compartment meet Reinforcement Wall Lem MTB � NH',..""IIIIIIIIII Wall #2 to Illmiir2,, foir S(CIII',,, C III',,,,ra kr2,t Illinst:mllllllirr,d 02-BO-SWFL I-- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-1000 I-- Compartment Doors:DOUBLE DOORS, ILOS single I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-11D0 S Shelf, Fixed, Ext. .125 Aluminum, 2"Upward Lips II 11H I shu2.11lf to Illm�u2. fmo'uimn CCiallllll#1 to CCiallll#3 and Mlllll Illm�ii�r2,, aC�lovm':,„,13(1IIIIIL IIIIIIram lllor2,tmm m 1H' ..""IIIIIIIIII 1"'°3 Wm m2' f to III o ii2,,S C,ii ii d Ill...li urm ii d W am lllm. i 4-T ,1400 5 < Divider, Vertical, From Fixed Shelf to Ceiiiing, alum, Fixed � ....IIIIIP ..„. ..o r .,Ii .. :� ii IIII ..o^ �iilll�"' ..o e .,Ii .,o.' '" ..o ...m re. e� ii eft ..Ii I�" I . IIIC����III.... Ill..iuiauim.�m.ui h.mi Illmm. lluimiuia III uim.m.� ���Illmm.Illll �.mi CCmuillluiuim�::� auimm.� CCmuim�.m.uim.m.� lluimiuia III....m.11ll.�.mi IIl�uih::�Illm�. iliialiideir h:m°ui Illm ' Speed Ill....liiurme'd IIIIII'illlam:Illm 05-EL-4M24 5 I--Light, Compartment:Maxxima LED 24", EA,ILOS i ii IIIIII' II�I�Nmiir,, m,lgro IIIIIglllmi Illmolllir2' urir2'm w,uliiure'd N11H'""""IIIIIIIIII i olii,uumi IIL......�gIllmi 0'1in C'1112'liillliiu g Ilm,laaur III'a)ooir,JVwmnlllmi 09-ZZ-ZZZZ -- i 02-M1-M575 5 c I -M 5 CommmCmi(RR) 72 HR, 7'f..8'f 2"Ci 22" W 2'f "D i 'C('' """"IIIIIIIIII I""Illmeire amliillllll M' aurm 8"attIic space liiurm l:Illie 1:m°uip (°urn''l:Illm ' m:m°uurmm�mauiCurmm 'urm�: 2"M'F "'CCM5 < M-5 Compartment Construction:Smooth Aluminum ILOS i °modem 3 and Il:3a.cl 125 NUurruli III U1111ru SllIEX)h: d 4:;Nu°ir°ups"�urvin�riu^u��l II h�Nrllh:�:Nu°ir°u: .'l �"� C`'�Ilu..uitir°uliu��u..uu°ir°u,5II7��� h °muurrul ,nulurru(:numl (°m?lillliumm;g 090 IlUurruuumUurru &lm()m:ml: 02-BO-CCCCii8 -- Compartment Door Panel:Diamond Plate i 2"M'F "'CFA45 5 c Compartment Surface Finish:Speed Liner, Black-M-5 i 'C(( I C(��ll'Ill'npauiCmmn 'urml: III' Im°um°uur1:m°ui IIIIII'ie �"''uJ'�pe'e'd Ill....liiurme'd IIIIII'illlam:lllm 02-BO-CCi i -- Component Finish (Shelf/Tray/Divider):Speedliner Black Each 3 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O 1 M II Il:h II'Jo II II lmiat dlmrnumummmll wlti h:lliirmN? (14") Ilmd(M3 m:ml[aow?h:llmm? Il irnh at lllmm? c(?mIing Ilmm mmll. 02-BO-CC16 I-- Compartment Door Ventilation-small punched half-moon Louvered Door i 02-BO-SWFL I-- Compt Floor:Sweep-out, even with bottom doorjamb. i 02-BO-CC41 I-- Compartment floor thickness.125"standard i 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch i 02-BO-09BO I— Compt Door Check:Double Action Gas Shock i 1858 11/22/2021 Job/Order No: Pro osal Pa e 6 PART NO S DESCRIPTIONQTY 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-1200 S M-5 Shelf, Fixed, E Im.°1 5 Immmmminummm, Partial Width 11"lips Up Ward � II 11H I mr h i�r2,llff to Illm�i i�r2,, fro m mm Rum.i�r2d d ur10 6r2,ur to"ICE a 111 111 #3 m urm fo urar a urm] s C a m.ii2. a lr lr uro um 1 d µ iii,m lr fixiiirmr IIIrm°,mlt(miiirmr m°uii` '��rr°.. .. IIIlmr orrmiiiurmg 04-TS-17N1 S I--Divider, Vert, Full compartment height, alum,Adj, Unistrut 1 I""Illmir„i2!,,ii2, fm,mllllll Width siii2mmrho�ins o�f 4Iistrm,ml o; iim llmiiii2!, Illm�ia6lm:waUll Xljioiift 6" �fro; iiiin lop aiind Illm�iolto�iin aiii,id (°iiiie liiurm 11ie u16id6e m°urn''l:Illm kiiii l:Illie adjjmrustniii ii,it Ieletii2, IIL...... glllml Ilh°°IIIolii2, liium mmo mmlrmmurhnir,rml mmii2iiillliirmg fro:iiin IIIlliimmlllm:ii2y NH',..""IIIIIIIIII l cgiii.mm tablllii2,, III':N1062!ir to Illmiii2,, IIL.,,i2ft of I'alii1062!r 14-T 1400 S < I—Divider, Vertical, Full compartment height, alum, Fixed 1 M' """"IIIIIIIIII ""'Nixed diimmliIdeir 1:m`ui Ill3e 10" fixiiirmr WdlI #3 fixiiirmr stdIimr m:lllmaliimr st(miimrage kiirwaird m°uiif 6i 1062,,it 04-TS-STR1 S < I--Strap:2" Webb Seatbelt buckle chrome footman loops 1 I""Illmliia stirap liis 1:m°uii Secure 1:1l1liiurlgs fixiiirmr uimmmmmmmliiiiig orlllmliillle Ill mm Illmliimulll liia liiurm uimmmmmlaii(°iiim M' """"IIIIIIIIII ""'m iiiin Wdll !#1 1:(°ui III""'Nixed III':)lIimmliim eir 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 1 05-EL-4M18 S < I--Light, Compartment:Maxxima LED 18", EA,ILOS 1 11""""IIIIIIIII IIIC m°ur;r IIIC ii Ill iii' Illm:Illm(°ilI ^ mre(m I mru iii urrr d M' """"IIIIIIIIII ll(°I uurmt m°u111111 CCeiiilllliiuiig IINeam III':'Im (111111'Jaurmrlllr 09-ZZ-ZZZZ -- 1 02-M1-M675 S Cotnpt(RRFr d): 17"Hx HILL" Wx l LL"D I 02-BO-CCCCM < --M-6 Compartment Construction:Smooth Aluminum ILOS 1 u°auri ulr�mu tluri um��rurtl II rutlak uri ir: 125 Nm.uuri'uli III m.uuri1u SllIEX)�t d �:;Nu°ir°up��murvinum�u^ur�l d �:mwllliur��;a ��"���C'mllii..uu.icuuur�ii.uuicu �w,llriu� � 0 F CCIIII -- Compartment Door Panel:Diamond Plate 1 02-BO-CC IC6 Compartment Surface Finish:Speed Liner, Black-M-6 1 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 1 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-40N6 < --Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC,ILOS 1 II IIII:3II`Jot(m: II d(? a"m?umtlmrummdliuiu' ouriiipauturiummiiitcmmlillliuig 09-ZZ-ZZZZ I-- I 02-M1-M775 I--M-7 Compt(RF): 67.5"Hx 25.25" Wx 21.0"(Below FL), 1/0 1 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 1 02-BO-CCN5 S < M-7 Compartment mment Construction BeloW Floor Laved: Smooth Aluminum ILOS I u°ouri iipaii tluri u(:rurtl 090 Ilm.uuri 11 u11I uuri a &lrmX)t 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 1 IC O CF 5 S < Compartment Suiface Finish peed"Liner, Black IBC C 1 M' """"IIIIIIIIII CCmul'ur�m pamlmmrrurml: III""'Illm°um°um 1:m°ui IIIIII'le Speed Ill....liiurmed IIIIII'llllmmm:lllm 02-BO-CFNO I-- Component Finish (Shelf/Tray/Divider):Standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-4M36 S I--Light, Compartment:Maxxima LED 36", EA,ILOS 1 I""III'il' Il\Jgrolir,, \JqNu IlliiIg, lM Ill olllii2,, urii2i w,miiiured N11H,..""IIIIIIIIII moliii.muml IIL.. gIIM :mum Wallllll AE3 of IIW Coiinparbn1i2,,mml C'1i2!,rml1r2,,ured 1859 11/22/2021 Job/Order No: Pro osal Pa e 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-ZZZZ 1-- 1 02-1141-114888 1--M-8 Drawer(RF):None-Batteries Under Hood t 02-M1-RA03 --Rear Access Doors:46 3/4" Wide x 60 5/8"High t ZZ-ZZ-ZZZZ -- t ZZ-ZZ-ZZZZ -- t WELDING -CELL 1 1 44-L LAC S < 1__(3)Placard Holder, 12"x 12", with Placards Top Load,Aluminum "U" Trim 1 style Option includes Painted smooth placard inserts. Color Red, REV to cut (3) 12" x 12" aluminum smooth insert sheet placards and paint job color of the body. Welded plate with drip rail edge placard holder style Shipped Loose for Dealer to Install After Graphics are Installed t4 F4 4444 I--Painted Part-Painted Special color to match Body 4 ZZ-ZZ-ZZZZ I-- 04-AS-06AO Fuel Fill:CPI C1045, Open Housing, Polished Bezel-(Std) 1 04-AS-0801 Urea Fill: CPI FG5301-1 Inlet Housing 1 04-AS-0370 I--Wire/Hose Cover : Diamond Plate, Between Cab&Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < I-- Pass-Thru cab mounted wind deflector-Aluminum Diamond Plate 1 AEV Weld shop builds and installs,Attaches to Cab side of bellows mount. Same width as bellows mount with short down turned sides. Secured on sides to bracket. Small up-turned lip at back of wind deflector. non-Painted 04-BW-7A95 5 < Bumper, Rear Medium Duty Style HD Alum Fratned W14" Tail DP pontoon 1 covers PURCHASED WITH BODY NOTE: Medium Duty Style Bumper and Will Mount Under Kick Plate and Will not Damage Kick Plate in Rear End Accident. 04-BW-FLIM < I--Step, Center:2"x 7"Grip strut, flip-up t :w4,ull:w d:"Ih...II ' SIII II::wN W1 11 ll...l 44-L 1300 Dock Bumpers:Rubber 2 1/4"H x 16" W x 2" Thick 1 44-FE1-FF44 < I—Fenders, Rear:Rubber Extruded, Black 1 MTB#7215439 04-BW-DP01 I--Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 44-FE1- P t4 I--Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum t 04-BW-TA04 I--Location: Centered in the kick plate t 05-EL-44TN I-- Tag Light:Kinequip LED#132703C t 04-BW-DP92 < I--Corner Caps: 24.0" High,Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Corner Caps. 04-BW-DP93 < I-- Front Stone Guards: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Stone Guards. 44-L 1444 --Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE t 04-EA-1132 --Mud Flaps Rear:Modular, Rubber AEV LOGO t 44-E4-3904 < --Lights, Cab Step:2" White LED, chrome flange mounted in box front, t Whelen Acfi<ate II aII Doors °onstlant Il llot ZZ-ZZ-ZZZZ I-- 44-L 4444 (4)Rear Door Hold Opens:Grabber Style, Top/Bottom each door ILOS 1 EXTERIOR LIGHTING/ HEAT/AC/INSULATION -CELL 2 1 05-EL-1800 CORNER CAP LED ICC/WARNING LIGHTS 1 1860 11/22/2021 Job/Order No: Pro osal Pa e 8 PART NO S DESCRIPTIONQTY 05-EL-18FO -- ron orner ap arning ig s: arnings 1 05-E .- 8F3 < --Front Center ICC Lts:(3)AMBER Weldon LED No 9186-1500A 1 Switch w/Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 I-- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 IIh L 8R3 < I--Rear ICC Lts:(3)RED Weldon LED No 9186-1500R 1 Switch w/Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC0l I-- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 IIh L 310 Tail Lights, Whelen LED Combinations, ILOS, 1 05-E - 9M4 y I__Side Marker Lights PAIR:(2)RED LED, Whelen#TOROOMRR, I With Grouimmuinii2t..I""GIII"Z(°'W uil NV'.,..I""IIIIIIIIII A011i.uuntli2,d o;iin Sidii2,, of IIIZii2,iur III';I'u m pli2,,ur Ill:Iloimtooins 05-EL-2314 y o -- Whelen 600 Series, Tail Lights I CeuAliIcdll IIM(I iiuruurml:e^u;l '')urm III'liiuulllr III"Illate WlIlallr Illlli'luralllre ''Ulllmriaurd.""I""uruirn Ceiideir, aurmu;l III'ilau:lllr, Illurmlllmriaird 05-EL-0201 I--Flanges:(6) Chrome for above 600 Series Tail lights-INCL I 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated I 45-EL-2333 I--Back up, Whelen 600 Series, LED, Pair, Minimum Intensity I 05-PL-LX88 y 4"urns.( ) Affielen 600, Super AMBER ACC! BEE LENS, I on-Prograniniable ILOS 05-PL-LX04 I--Lens Color for Above LED Light to be:Amber I 05-PL-LXX2 --LED Color for Above 600 Super LED:AMBER I ZZ-ZZ-ZZZZ -- I 05-EL-4300 Patient Area Turn and Stop Light Indicator: None 1 4S��ZLCA��43DL Third(3rd)Brake Light:NONE 1 45-EL-4580 SCENE/FLOOD LIGHTS (Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liar llUdu?d 06-EL-18LF I--Left Flood Activate:Left Flood Switch I 05-EL-45T6 < I--Right Scene Lights:(2)LED-24, Whelen 900 I u.°hroiniuu? flue n g(?s for tllhrs Illil lht liurollUdu?d 06-EL-18RT I--Right Flood Activate:Right Flood Switch and open CSE Door I 05-EL-46CF y o I--Front Alley Lights:(2)Fire Tech Mini Brow(FT-MB-2.9-S-B)LED-Black I Housing Irlur orillllll have iiirr,,iind a uimm�:mui,uumlion Illmiur��uckii2ts III' 1.....114111111'lWr'II.I.....III:uIVI...11llll'l...ul:l h I IlNJ( llll.... Ilhuure I i2,i:uh I I IIL.)oui.ulpm�ll„i„,,, Stadlu: All1l1112!y IIL..uIIIIrIur IIII0111,uurml„i2,u.I l„.lurmul1u2,,rn1u2,,alluI Curcrluc "Cliu2,,uauiu2, ur l'"ui'lliIde l' iiii Allllllr�y Ili....lii glllrl:o r°u�ur.m III':'lu�ior�u�h� III':'°io��aurml..:l c l''''ui WI I'"'c Ilh°°III Illlllllll II:'l IIL...IIIIIIIIIIIII""'""I'"'Xi..iL...IIIIIIIIII Y A Illy III':) III" III h a;Ili III""I'"'Xi..iL...IIIIIIIIII Y 05-EL-46R6 I--Rear Load Lights:(2)LED-24, Whelen 900 I 06-EL-18RE I--Activate:Rear Flood Switch, Reverse and Lead RA Door I 05-CIF-44CF y o AC(HVAC):Pro-AIR HWP F-Series Ducted in Ceiling- Vert.bh seat, 2nd comp 1 With Electric heater valve Mounted Behind the Attendant Seat Base Facing Rear of Truck includes exterior condenser, (pick Pro-air condensor labeled HWP). Requires separately purchased 2nd compressor system 05-HA-0406 -- Water Pump:Installed required I 05-HA-1306 --A/C Condenser:See M2 Cmpt for Condenser Information I 05-HA-13X6 --Intermotive Module BCVC502A :Installed 2020+ I 05-HA-14RO < I—Hella Relay Connector:Installed I (1) ( CII���)ni"n..Ip IIIIIIIIII L...IL...A g;°l,',g II:w11...LPu'lu...lp...11lll ll LA 05-HB-14PC 1--AC Evaporator:Pro-Air(AC/Heat unit) w/dual fans-STD vertical 941 I 1861 11/22/2021 Job/Order No: Pror)osal Pa 9 PART NO S DESCRIPTION QTY 05-HA-1404 Heater Hoses. EPDM-Nomex Rubber(per Ford QVM) 05-HA-14B5 FILTER: Washable Carbon Pre-Filter 05-HA-14D1 < Ducted A/C Delivery. Insulted foil wrap, 10 registers I 8 (?g st(?rs liun c(?lilllng " (?g st(?rs on A/(� ( a[Jin(?t face 05-HC-14C1 < I—2nd AC Comp Techni install by 3rd party 2021+F-Series 6.7 Diesel w Dual Alt \AflNd(? trainspoit(A to fad ty for 2nd A( cor,ipir(?ssor, 3radix?t, Diiw� Il,xflt and nstaw lafion Cooirdn::fl��)wfth �)ngun)eirfinj ::fl :airfi)st oppoilun ly piJoir to piroducfion ::assi::Nrribly st::u111 lhissyst(?r,ii for 6 7I d(?s(:fl, with IDL4 t 10 H 30K < Thermostat, Rear A/C, Digital, Kinequip ILOS I 10-HA-LOC1 Install location Main Action Area Streetside 05-1 L-0051 CEILING PANELS:ACM Gloss White 1 05-1 L-0261 Dome Lts, LED K-EDGE (4) Streetside, (4) Curbside std 1 zz-zz-zzzz 1-- 1 06-EC-0900 < Timer, Spring wound Constant Hot, Checkout, 15 Minute 1 Located on curbside wall at head of squad bench. 06-EC-09P1 Timer to Power. Street side DOMES, High intensity zz-zz-zzzz I-- 09-MK4801 IV Hook No 1: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 29-MH-1000 I—LOCATION: Over head/chest area,primary patient on COT 09-MKV802 IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount),ILOS 1 09-MH-08P2 LOCATION: Over head/chest area,secondary patient on SIB zz-zz-zzzz I-- I 09-MH-2AC5 < Recessed C/S Grab Rail, ceiling: 1.25 Dia..... 3 pt, 72in, Gray Anti microbial 1 Grab Rail will be recessed in a ABS pan. 09-MH-2ASS Streetside Grab Rail: None 1 Insulation PKG: Generation 9 Body Std, 1 05-IN-1STD Insulation: Circumferential PKG, Single Layer Reflective w/Air cell core 1 05-1 N-3STE Insulation: Entry Door, Reflective w/Air cell core 05-1 N-4ST9 Insulation Sound Deadening: Generation 9 Floor 05-1 N-5STO Insulation: Walls/Ceiling,Additional : NONE 05-1 N-6STD Stepwell Insulation: None 051&4100 < Light Bar Alternative, (4)Across Front, 92"or wider 1 In Addition to Standard Front Three (3) Body Warning Lights. Seven (7) Total Lights Across Front of Body. 05-LB-6222 Front of Module SLED System-92"and wider(4) 1 05-LB-6648 Whelen, 900 Super LED, (4), (2)Red& (2) White 051&4897 Flasher for LED front of module:None 05-PH-LSOF Flanges:(4) 900-Chrome Flanges for lights above 05 L V1 I Light. Whelen 900, Super WHITE LED/CLEAR LENS, Programmable 2 1A TS 05-PL-LX00 Lens color for Above LED Light to be: Clear 2 05-PL-LXZ1 LED Color for Above 900 Super LED: WHITE 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 05-PL-LV13 Light. Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 2 05-PL-LX00 Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 LED Color for Above 900 Super LED:RED 2 25-PH-LT84 LED Lights:Programmable, Single Light 2 zz-zz-zzzz 05-LB-6900 S < Alternative Lightbar Switching, Prim/Sec I WNtii2, IlI iglht III' irirnairy )6�y 05-PA-LBOB I- Rear Light Bar: NONE 1 05-4Y-LTLF WHELEN LED WARNING LIGHTS YS TEM-F-series LTD 1 05 F 0710 S < I—Flasher. None,All Super LED's Are Programmable- I ast, Xteirnate Wllh��iii ea(flh fixtuire, ���aiii&iiiin ����Ias�h wifless(�illheii*�se sipe!(Jfied 1862 11/22/2021 Job/Order No: Pro osal Pa a 10 PART NO S DESCRIPTIONQTY Program #9 Action Flash 05-FS-10P4 --Flash Pattern:None,Internal Light Head Flasher 0&SWPS02 S < Warning Light SWITCH:PIS, center console, PARK secondary I "'uiurnaii diixiiips lxuii se(xiiiiidair liiurm III"Iiairk (°iir IIMeuuui:irdul u IIht lxuii ('kiii ''�uuui: liiurm Ill:Iiairk �'�� Q !:u ur ...(°u ui�w:u ui�u; ...:u uu a ur.m�';I :u uru.m a ur'm�..I ....a.';I ZZZZ-ZZZZ -- 5 L 1 T05 (2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange I 05-PH-LSOB --Flanges:(2) Chrome, 5TIR6 Lights 05-PH-LTOJ a --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS I ouu ';Iuieur uiC1, 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PH-LT28 S < (2)Front Intersection, Whelen LINZ6, SLED, Chrome Flange 1 "'III"1'' ;s lll'1 11111 # 1 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 05-PL-LX00 --Lens color for Above LED Light to be: Clear ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add 7 Side Warning Lights, :NONE 1 ZZ-zz-ZZZZ I-- 05-PL-LU30 --(1) Center Front Warning Light: Whelen 900(Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 5 L XF1 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU40 --(2)Front Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-LU50 --(4)Side Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 5 L L 1=3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05-PL-L 51 (2)Rear Intersection Lts: Whelen 700, (Super LED)IATS 1 05-PH-LS08 --Flanges:(2) 700-Chrome Flanges for lights above 1 05-PH-LT5A --Locations:(1)over each rear wheel well opening. 1 5 L XL5 --Light. Whelen 700, Super Split REDIINHITE LED/CLEAR LENS, Program ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXY4 --LED Color for Above 700 Super LED:REDMHITE 06-SW-0022 --Rear Intersection Lights Switched:PRIMARY/SECONDARY 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU60 --(2)Rear Warning Lts: Whelen 900, (Super LED)ilos 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LT6A --Location:REAR, (1)in EACH Upper outer corner. 1 05-PL-LXF3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 25-PH-LT84 --LED Lights:Programmable, Single Light ZZ-ZZ-ZZZZ -- 1 05 L U ( )Rear Atarning Lts 11t11uoien 900, (Super LED), IATS 1 1863 11/22/2021 Job/Order No: Pro osal Pa a 11 PART NO S DESCRIPTIONQTY 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 05-PH-LT6C U < --Location:REAR, (2)aligned w/EACH upper window in RA doors. 1 M ..., ,'I:aurmu; °Zug"mi: )ur.m °1cur at ° xcur Wiii&iiw ....ev �. d 4 1) III �d/X,alllbeir oiin I';IIIIIa IIIu II J( IIII.... III.......ocat�i2. �2) Au:tu:tutiourmaIII Wh�i2.III�i2.urm 900 IIIZi�r2.u.t III...igIIIuts Illurmlllu�oauru.i o�I Staurmu.taurui iLLii2.ur IIIZ�i2.aur ' ^ued Ill....iiiglllhts 05-PH-LT6C X < Location:REAR, ( ) aligned W1 upper Warning Lights oil Real, 1 II ,r . „��I����I �IIL....... �� ) IIL......�i�.l� ��,�c ut �2) III Zi g III u t )c IlhZsir2,a ur at IIhZ sir2,a u°Window IIL.,.sir2,�vm,m III �,"I) IIhZ i�r2,u:t �'!!kt �,"I) urm IIIIIIIIIIa:IIIm �"'1'�liide M't""I""IIIIIIIIII L...(°i ate (2) Add liiiikiiiurmalll 1 IIh eleiirm 900 III"1 d Ill....liig; h is Illurflllmu laird (°,iii''Staiiidaird Uppeir III"1 Maur 'Zii2,u:t Ill...iglllu'ts. 05 PL t V 13 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 05-PL-LV29 --Light: Whelen 900, Super RED/AMBER LED/CLEAR LENS, Programmable 4 IA TS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 4 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 4 ZZ-ZZ-ZZZZ -- 1 05-P -N U74 --(1)Rear Center AMBER Warning Lt. Whelen 900, (Super LED) 1 05-PH-LSOH --Flange:(1)900-Chrome Flanges for light above 1 44-U4-4U7 --Light: Whelen 900, Super AMBER LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ3 --LED Color for Above 900 Super LED:AMBER 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZY -- 1 ZZ-ZZ-ZZZZ -- 1 05-ZZ-ZZZZ 1 ELECTRICAL -CELL 3 1 05-IL-10A0 --Rechargeable Flash Lt.Streamlight, Yellow SL45108, installed 1 05-IL-10LO U < Location 1 3 Compartment On Wall#1 Above Fixed Shelf Height 1 M't""I""IIIIIIIIII A(°Iuiid! III""'Illaallhmllllii'Illhmi:liiurm 111114 °uurm allllll #1 Ilh°°lll °uuiu °uurmi:alll Alllb(ive III""'liixed �"'1'�Ilhm llff 1eig ht 05-IL-10P0 --Powered: 12v Constant Hot 1 44 44 4445 U < -- Customer Supplied Part(s) : Yes See account 1 1) One Radio Heads 2) One MIR Antenna w/Router 3) One 800 Mhz Antennas 07-00-01114 -- Custom design wood console included in Order 1 11-ZZ-090D < --CAAS GVS 2.0 Exception C.8.5.5 Lack of Anti-Theft device for Idling 1 By declining to select an appropriate anti-theft device for this chassis, The Agency is non-compliant to CAAS GVS 2.0 for the likely event of required idling of the chassis while unattended. This applies only to agencies selecting CAAS Compliance. CAAS GVS 2.0 requires; The chassis shall be equipped with an anti-theft device to prevent the vehicle from being driven by an unauthorized operator.". 44-t4-2000 < Rechargeable Flash Lt.Streamlight, SL-20LP, Orange,Installed 1 LITE-SL20LP 05-IL-10LO U Location On Passenger Side of Center Console 1 05-IL-10P0 --Powered: 12v Constant Hot 1 06-AL-47SU Hand Held Spot Light: None 1 06-AL-4900 < I--Cab Spot Light: None 1 Not Require by KKK-F 0 tip SAHN AEV Traumahawk Telematics Declined, Not required 1 1864 11/22/2021 Job/Order No: Pro osal Pa a 12 PART NO S DESCRIPTIONQTY 06-BA-3F41 aeries: - a ery ys em- i 7P770esei y 1 06-BA-3F53 I-- Batteries: (2) Underhood (Type 1) 1 06-BA-3FJ1 < I--Battery Make: (2) OEM 1 Battery Brand must match. 06-BA-Q631 < I-- Battery Switch: Cole Hersee 2484-16 Paddle, T1 center console 1 Cole Hersee Paddle style battery switch powers up and shuts down the CONVERSION only! Chassis related circuits shall remain wired in the OEM configuration per Ford QVM Bulletin No 63. SWITCH LOCATION: Drivers'side of center cab console. 06-BA-3FW4 I--Batteries Wired: Parallel for higher amperage 1 ZZ-ZZ-ZZZZ 1-- 1 6-EC-056B PWR Door Locks:Module Doors-Full Mod T1 Ford 1 O6-EC-050A < I--Door Locks, Tied into OEM System Type 1 Ford t Aodwullw:w pow(Nir odIis ar(? tk?d to th(?( has§s pow(Nir odi,:yst(:wuwi,u O6-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors t AUst Mso u"up(?i at(?tIlww:w 1Modwullw:? �°�Iow(?r Door II.odIis Opfllon(?d O6-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles t O6-EC-05K0 -- ONLY the following doors shall have power door locks: t O6-EC-051141 --Electric Door Lock:(M-1)Left Front Compartment t O6-EC-05M2 --Electric Door Lock:(M-2)Left Middle Compartment t O6-EC-05M4 --Electric Door Lock:(M-3)Left Rear Compartment t O6-EC-05M6 --Electric Door Lock:Rear Access Doors t O6-EC-05M7 --Electric Door Lock:(M-5)Right Rear Compartment t O6-EC-05M9 --Electric Door Lock:(M-6)Right Rear, Forward Compt t O6-EC-05N0 --Electric Door Lock: Curbside Access Door t O6-EC-05N1 --Electric Door Lock:(M-7)Right Front Compt t 6-EC-2800 Door Unlock Switch, Momentary, Exterior, hidden t id ..1111 a st:: llll::fion o Ili uicuuNg:w IIwN0011- II. od< °w5w<itch k)� ::lliiuurv�:w uicu :C 11111c )::wS� ull<�:wlllihood:i of wunawuthoilz(A (:wintry Into WflNo<IlE?. II3y <IlIw?<Il1J1IC INS Op i<ul, i w.uo'ChaswNur f urtllh(Nir a guwhws to Ilidd l REV oir chi :� sss s 1:: uIr ufl�w<s for ;:In,C Moss of ww�:)Kck) oir contu)nts c"::ii.us�)d by wwowllaw<faull ac w?ss O6-EC-0802 --Location:Front Grille/Bumper Area t ZZ-ZZ-ZZZZ I-- I 06-EC-3015 < Ford OEM backup Camera installed, Cable, Displays into OEM Radio 1 Ordered with Chassis. This product has no BRAKE light capability. 06-EC-3509 Circuit Board: RMR Rail System, W/LED Diagram-Type 1 1 06-EC-CB03 I--Circuit Protection, 12V: Blade Breaker-Manual-reset 1 06-RR-23F1 I-- Ind Light Flasher: Thru 14S Flasher Unit 1 06-RR-2400 I--Type I -CAB Wood Console: Pass Thru - 14" OAW std design 1 06-RR-2315 I--Type 1 LED Rocker Switches Front and Rear Switch Panels Standard 1 06-EC-3570 I--Master Switch: Front Only 1 06-MC-0810 1—Smart Volt Meter: (1) Kinequip 8.0 thru 16.0 Volts, Digital w Low voltage buzze 1 S-RR- CC 1 I-Engraved LOGO:None 1 06-RR-2311 I--Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light:Activate w/ANY compartment door switch. 1 06-RR-2313 I--Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 I--Indicator Light: Halogen RED "Door Ajar" light 1 06-RR-2316 I-- Flashing light:Activate w/ANY Mod entry door switch. 1 5 R 23J4 5 < I-Door/Comp Ajar Buzzer:Activate with Entry& Compt Door 1 This is in addition to Indicator Lights. NOTE: Activate only in gear 06-RR-23LO I--Illumination strip LED for Front and rear switch panels 12v 1 ZZ-ZZ-ZZZY 1-- 1 07-RR-24AO I--Console Finish: Black, Textured "Easy Grip" 1 07-RR-24A5 I--Wire Harness Routed Behind Driver's seat, No Cover Required 1 1865 11/22/2021 Job/Order No: Pro osal Pa a 13 PART NO S DESCRIPTIONQTY 07../?R7.tt20F Add-on Console: Type 1 1 47-FF-44 I-Drink Holder:(2)In Add-on Console, Big Gulp Size 2 07../?R7.ttC 5 I-Drink Holder Location:Middle 2 47-RR-02F4 4 Note Book/Clip Board/Tough Book Slot Single-Full Width by 611" Wide t 07-RR-02F3 I--Double removable Lexan Divider(s) i 47-FF-4401 4 Customer er Supplied lied Radio:Installed in Console(Reference Engineering i DraWifu4) ..IIIIII. 1�•9i.,ll •, ..o s..,II ..o• ��.�„ ..„ r�ill8�" ..o .,i�: s^i ..o (See..o IIIIII� .., ..o..o ..„ r,,,; ., 1114��tllll..... III�au.Iu�,u ullllll III"u IIIum.�I.aIIIIII .u.I ��tum Ill..lurua .0 ���uu.I �.ul CC�,uum.��,ulll (��� . . III....uml,Iuum . .uruuml,I III..lua�auuml,:I) 07-RR-2354 I- Glove Storage:(3) Glove Box Storage Across Rear of add on console I 07-RR-24AO I-- Console Finish:Black, Textured "Easy Grip" l 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 44..Zt7...,44134 I-- Cut Off Switch:Auto reset,momentary style 1 11-ZZ-0936 < I--Exception to 3.14.6 Cancel switch for back up alarm NOT ALLOWED, I >> d �:Inciiii:fl s,afth foir J�::ud< up no :ullll,::N�ue)d, "_�)t/ED I`:oiriir.a huu u:?llu?c ti lieu d(??sgn!!p 06-EC-GR0l Ground Straps, Module to Frame: (Qty 4) Braided 1 06-IA-0001 Converter , 125V to 12V: NONE 1 04..4I7.02 0 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS I--Portable Equip Charging Circuits:Included in Inverter I 06-EC-03AA I--PREWIRE LOCATION:(1)Cab Console, (1)Behind A/A I 06-EC-03C9 I--Portable Equip Pwr Source:Ignition and/or Shoreline t 06-IG-03AO I-Battery Charger/Conditioner:55A -Built into Inverter I 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries I 04..4I7.04I_7" --Inverter Location:M-1A (ULF) Compartment I 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED 1 RADIO POWER 1 06-EC-03AO I-- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03GO I--LOCATION: Behind Passenger's Seat 1 06-EC-03A2 I-- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I--Radio Power Source: Battery Switch Hot 1 06-EC-03EO I--LOCATION: Behind Action Area Board 1 ANTENNA LEADS 1 06-RR-0100 1—Coaxial Cable, No 1: Type RG-5811J, No connectors 1 04...ICIC..V,102 < I-- ORIGINATION POINT:Roof Port No 2 1 Roof Port No 2 is located approximately 24 inches back rearward of roof port#1. 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-01T1 I--TERMINATION POINT: Behind Passenger's seat w/36"Tail 1 06-RR-1712 < I--Antenna Base w/Coaxial Cable:KE794#2 I 06-RR-0102 4 ORIGINATION POINT:Roof Port No I I Ill:10 u4 II�jjjq ro "I 06-RR-01 PO I-Port Plate:None-Access thru center upholstery panel I 06-RR-I7 4 < I-- Termination Point:Inside Center Console I 06-RIC-1100 4 (1) 800 Mhz Antenna, Customer Supplied lied prior to production, Installed 1 NOTE: Installed From Roof Port#2 to Terminate in Console 06-RR-1100 X a I......Mi i tutetutua acid Roateu, Customer Supplied lied prior to p roduction, Ins tailed l M't""I""IIIIIIIIII lurmai:allllll d 4.8" III',,,M(Jr, fixiuiura ialh e 800 Illitlllhz Aii,ite,urmurma aiii,id WilIl I euir:unm Iiurmate liiurm m.I C'u a lji urm 1112!t. I III m i�r2,, III"Zo iii,u ti�r2,ur"tCI I III III Ill�i i�r2,, IIII o iii,u urm ti�r2,u:t V i�r2,u4I c u u I With t h sir2, Cu a lllu�l1 i�r2,s o un t h iir2!, III"U I7111 u t a a u:t IIL.,112.I I o I 11he IIli uUteIII I e114'"'(IIw PI"Wu reS fixiiiura I:Ilhm eIIli uul:eu liillllll I euir:unmIiurmate liiurm Illhm III:III uluuu:alll CCallbuIiiiiet 'III "ii I,ii a it qa `ii I C )C" "I Ii9541) 1866 11/22/2021 Job/Order No: Pro osal Pa a 14 PART NO S DESCRIPTIONQTY 06-RR-1809 -- a ien rea a io : one 1 06-SO-0000 125V SHORE LINE AND OUTLETS 1 55 S 5555 --Shore Line Inlet:20A Super Auto Eject,ILOS 1 06-SO-OOL1 I--Inlet location:Aft of Left Front compartment t 55 S 5555 < I--Indicator Light, Shore line: Weatherproof,power by SL, Red t undicator lght ocat(?d a[,)ow?shor(? Iluur(:? linlk?t 55-5V-t5t5 -- Cover, White, Shore Line Inlet:20A Super Auto Eject,ILOS t ZZ-ZZ-zzzz I-- I 06-SO-10TT < I--Inpower Timer: VCM-05-01SF,Installed t u( ..11II I Ns ::fllows liN) ::� ulo u)rye':,U to Ilju:) w<ir�)d to liN) Ilgtn inon switch Il111 Ilu�) a of spClidngi u111i ;N ffiu: 0II IIt1 staite diurvCU t and liar u(Ndir(A any f:IlNs wfllr'odle 06-SO-1400 --**125 Volt OUTLETS" 1 06-SO-1401 < -- 125 VAC Outlet, No 1: 15A, Hospital Grade, IVORY 1 All 125 VAC outlets shall be back lighted when power is applied to the outlet. 06-SO-141-1 I--LOCATION: Action Area, standard location 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1402 1-- 125 VAC Outlet, No 2: 15A, Hospital Grade, IVORY 1 06-SO-141-3 I--LOCATION: RF ALS, (See Drawing) 1 06-SO-1402 I--Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ 1-- 1 06-SO-1403 1-- 125 VAC Outlet, No 3: 15A, Hospital Grade,IVORY t 06-SO-14L4 5 —LOCATION:V tended ctton Area, (See Drawrrh7t5) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t ZZ-zz-ZZZZ I-- 55 S t 3M,I 5 < 1-- 125 VAC W Dual USB &Power Light Outlet, No 4:20A, Hospital Grade, t White IATS UII1 1 uii"5 VAC' oiii.udii2,rts sha 111 Ill iii2,, III ia6I( Illliiglhtir2,d whir,c pmonwar liis appllllii,i2d to thir2, 0111.ut11r2,4. )rualll 5A15V U&II';I't fir(°uiu5 fir(°uiweir Gr1i2!1ii2!n IIL..UIII';) pmo~war Illliiglllrt IIL.IIIir2,zvy diii,uty rJ(, I""III';IIIII a„.�I''ttW';I't�"''�u.utfil2rts"U�tiIIIIIII Work o~iin �i°'ttainii2,(1 irciii,uliit as µ1 ui",5 hdfiir2,,t 06-SO-140 5 LOCA TIO : Curbside Above Ttmer' see DraWtri,U t 06-SO-1402 -- Outlet mounting ORIENTATION:Vertical t ZZ-ZZ-ZZZZ -- t 06-SO-1100 "INTERIOR 12 Volt OUTLETS" 1 55 S 0X7 1-- 12 Volt outlets two separate single outlets 1 06-SO-10YO I-- 12V Outlet, No 1:Power Point Single- Wire thru Med Isolator t 06-SO-11L1 I--LOCATION:Action Area,standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1910 I--Power Source:Medical Isolator, Batt Sw Hot t ZZ-zz-ZZZZ I-- 06-SO-1102 I-- 12V Outlet, No 2:Power Point- Wire thru Med Isolator t 06-SO-11L1 5 LOCA TIO m Extended Action Area, (See Drawrrh7t5) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t 06-SO-1913 --Power Source: The SAME as outlet No 1 t ZZ-ZZ-ZZZZ -- t 06-SO-1103 I-- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 I--LOCATION:RFALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION:Vertical t 06-SO-1913 I--Power Source: The SAME as outlet No 1 t ZZ-zz-ZZZZ I-- 06-SS-060A Siren: Whelen, 295HFS2, Standard F-Series 1 06-SS-SA27 I--Siren Speakers:CPI: SA4327 with Chrome AEV laser cut cover, flush F series 1 06-SS-SW01 I--Siren/OEM Horn Switch: In Cab Console 1 06-SS-SW04 I--microphone clip not installed Tie to Siren Microphone cord. 1 55 55 1313 Air Horn System:BUELL-F1 1 06-SS-1301 < I--Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t I bo t swttch IIocatu)d on du"n'w3irs urde 1867 11/22/2021 Job/Order No: Pro osal Pa a 15 PART NO S DESCRIPTIONQTY 06-SS-1305 I--Air Tank Mounted to Frame Rail t 06-SS-1310 --Emergency Master Hot t 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty t 06-SS-t"t47 I— Compressor Location:M-1A Compartment t 44 44 t444 < --Air Horn Location: Under Front Bumper, F-450 and F-550 2017+ t 011' II ...550 url'uaC u'(NUuu(? 11R):E)SS CUt unto AII3 n <Mai9c(? Air l.taurl'u. 06-SS-1321 I--Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) t 06-SS-1332 I--Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) t 06-SS-13MO I—Air horn mounted system Standard chrome finish 4 CABINET SHOP -Modular 1 07-00-0184 1— Custom design wood console included in Order 1 ZZ-ZZ-ZZZZ 1-- 1 07-00-0001 < ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF + OR- 1/4" 1 Unless specified as a minimum dimension. ZZ-ZZ-ZZZZ 1-- 1 Cabinet Configuration 1 47 44 li COB Mica Colors: Gloss Beige 1530-01 ILOS 1 ZZ-zz-ZZZZ I-- 47 44 CON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07-0 -SEL3 4 Att. Seat:EVS C:omfoif "188OP4F "10deg Child Safety Seat,Thop e PeMnla t Black SeaIii,N ss. °°I"'aurupe C'oiiI"nfoi slli2,inilC2us'fow"n, e,ulr4iinax IIIIII'pllla(:lllr, 4-i l: IIIIII'lelt SAIIL...IIII;;IIII''''I IIICw''tl""IIIIIIIIII' CIIIIIIIIIIIIII 1 01W Twi''tIII':'1llllilllll III.. '' III'I ..I""ptUIII':'n'IIIIIIIIII t'IIIIIIIIIIA..I.. 47 E 901 4 < --BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std t (C( III'''I"(°IialiiIJIi(°111 III m �'Ilui'�WI< I, III IIIII(°Iliulnaird (°,Iliulr IIIII�eaulrwaulrd,N '')urm111pp H IIIC��tllll.... Illtt(°u�uruurml: A1:1: ^ur°m�°laur.mi: �:�eot l. Ill...loae ����,u i.11l"m . SeatIII':laclllr, uls CJ IIIulx°uiura i:lll"m . S .ol: III':laclllr, tx°ui thlr d of t u2 Cot. t t-4E-04 4 I--Attendant Seat,Armrest:None t 07-AC-4401 XSC CABINET:LT.Evaporator, 4td Location Behind tt Seat Facing Rearward 1�. 07-ZZ-ZZZZ 1-- 1 07-BH-4801 XS 44 Cabinet, Behind A tt Seat. Cabinet "H"/(Elec Cab) Facing Rearward 1 07-CA-VEN7 I-- Plastic Vent: (2) Total, 1 column x 8 row,Vent 01 1 07-DR-WDOE I-- Door, Single Solid Flush Fitted Electrical Area 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 07-DR-OR04 I--Hinge Orientation: RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2"Stainless Steel Piano Hinge 1 47 t W 0 t t I—Round Pull Latch:Non-locking- Chrome Finish 1 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ 1-- 1 07-BK-0001 4 < Bulkhead Cabinet C4 Under Talk Thru Ins tailed 1A T4, To House Norcold Fridge t NJ( I""III'';IIIII �'Il�ltaunrm llrr,ss&111r2!1112l1l C'01llxnt1i2!top with a 3 1" llIih o~iin all I'olixr sidii2l, 07-WC-AS21 S < °° Tray. Stainless Stoop t 314" ')o aIIIIII '1'olixr sidii2q,r zz-zz-zzzz I-- I 07-BK-0002 S Bulkhead Cabinet 11 Above Talk Thru Installed 1A TS, See Drawing t 07 IhIC X24 --Door:Single Flip Up 3/8"Lexan I 07-DR-LZ20 I--Hinges:Reel Torque I 0 CIW S011 I—Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-TS-1200 --Shelf Track:Small alum Unistrut type I 07-CA-0600 1—(1)Shelf.•Adjustable with Alum Trim I ZZ-ZZ-ZZZZ -- I 1868 11/22/2021 Job/Order No: Pro osal Pa a 16 PART NO S DESCRIPTIONQTY 07-ZZ-ZZZZ -- 1 07-CA-0300 CURBSIDE UPPER: Over SIB, Mods 1 57 CCN tC't 55 __ Cabinet K1, K2, K3:(3) Openings with flush dividers t 07-DR-LX24 --Door:Single Flip Up 318"Lexan S 07-DR-LZ20 I--Hinges:Reel Torque S 57-H141-S0 t t I—Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each S 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 57-CC -0400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Cabinet S : (1) Opening With ( )Adi shelves t 57-DR-S SS S Doors, Double CtvedaT Hinged, 318"'µ Lexan 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1)RIGHT and(1)LEFT t 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors t 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish S 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each 2 07-ZZ-ZZZZ -- t 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S I- Cabinet, (4) Glove Storageand(1)Mask Storage 45'Section of RF CS t cabinet, 07-DR-LX06 S Door CtvedaT He, 31811'Lexan-4-glove and(1)Mask dispense thru t 07-DR-LZ10 I--Hinges:Stainless Spring Loaded S 07-HW-SX11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- t 07-RF-CADR I--Check the specified Walk through Door type (Station 5) 1 07-RF-1148 S - Cabinet blUpper Let Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 57 ANC 5XX I--Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 I-- TRIM:U-shaped Door, J-trim opening t 57 CtNC 01?03 I—Hinge Orientation:LEFT t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge t 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door t 07-HW-SX12 S I--Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-RF-1248 S Cabinet t 2 Upper Right 1 57-DR-4013 S Door Singles Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S TRIM: CN shaped Door' 7 trite opening t 07-DR-OR05 S Hinge Orientation: TOP t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 2 07-HW-SO12 --Round Pull Latch:Locking-Chrome Finish t 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t ZZ-ZZ-ZZZZ -- 1 07-RF-1348 S Cabinet t 5: Custom (Reference 20OF 27154) 1 07-DR-WD25 S Door, Single Solid, Flush 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 57-CIF-OR04 I—Hinge Orientation:RIGHT 1 07-HW-HIN1 I--Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 I--Round Pull Latch:Non-locking-Chrome Finish t 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-RA-IOAl I--Outside Access: Thru M-7 (RF) Compartment door. 1 07-RF-0001 I--Interior MICA Color: White cabinet liner 1 07-TS-1200 I--Shelf Track:Small alum Unistrut type t 574C 608 S (3) Shelves Adjustable tnica over substrate With Alum Trim t 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 1869 11/22/2021 Job/Order No: Pro osal Pa a 17 PART NO S DESCRIPTIONQTY 07-SA-0000 1 07-SB-4401 S SQUADBENCH:H Sant.Facer at Seating Position 1 NOTE: Set back seating area of the bench for a wider aisle. (Reference 20OF 27164). The Squad Bench Lids Will be Cut Back to Foot Ledge Recess with Minimum Overhang. 07-SB-0001 I--See Upholstery Section for Post and Wheel Cup info 1 7-SB-t t t I—Bio-waste/Sharps No 1:Roll-out DRAWER 1 NOTE: The drawer will have a non locking chrome latch on drawer. NOTE: There Will be access to sharps and trash through top of bench using a separate red lexan overlay door. 07-HW-SL01 < I--Drawer Slides:Full Extension, Detachable 130 LB capacity STD 18"long t &lu6)s uu si;:llllu) i Vu::wlnc :II i;:t&u6) dell"UV ^u 18 l Ong 7 PLC C t t I--Round Pull Latch:Non-locking- Chrome Finish t 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-SB-0999 I--LOCATION:At head of Squad Bench, Roll out over step well t 07-SB-1005 -- WASTE CONTAINER: 6 Quart t 07-SB-1015 < --SHARPS CONTAINER:2-Gallon Sharps(#CONT-311)ILOS t (:°OII`J II...311 ZZ-ZZ-ZZZZ I-- 07-SB-1001 I--Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S Curbside seating Coot platform - Vinyl flooring to match main floor t 07-SB-LID2 --Squad Bench Lids: Split-2-section 1 07-SB-LHOO I--Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LHO3 I--Lid Checks: Gas shock, Dual Action 2 07-SB-LHO7 I--Latch, Squad Bench Lid: Slam Action Paddle, W keeper 2 11-XO-0030 I--Stowage rating label -Squad bench interior, entire area 80 Ibs 2 07-TR-SBOl I--Edge Trim, Lids: Band w/Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 --Restraint Net, Removable, at head of SIB, Black Webbing 1 NOTE: Attach to Top of Bench Due to Drawer 08-ZZ-ZZZZ -- 1 07-TC-0000 1 07-TC-6401 S TOP CABINETS, , F°t and B2 to be Three Equal Sections 1 07-TC-A644 S Cabinet m 1 7 CF R5 I__Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,r III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 S Cabinet F tm 1 7 CF R31 S Coors; Cabinet F°t Secure 7a rh Restocking Sliding fflnd"oW Top hinged 1 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, wrr/ABS slotted track-EA cab t NJ( I""IIIIIIIIII' �°°ci IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 S Cabinet B2 t 07-CB-DR31 S Coors; Cabinet B2 Secure 7a rh Restocking Sliding fflnd"oW Top hinged t 07-XA-3900 S Dividers,, ( ) 311611µ Lexan, WI ABS slotted track-EA cab t NJ( I""IIIIIIIIII' Sc IIL..i2!ui n III':)liiv idiir2,,rr III""'ii,wllllll lii2lllglllrt of Cab iiinii2t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 t pounds applied 07-RF-0007 I--No Inside Access to Exterior Compartment t 07-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 1870 11/22/2021 Job/Order No: Pro osal Pa a 18 PART NO S DESCRIPTIONQTY 07-WC-0000 1 07-111C:-4421 S 111 77 CABINET:No CPR Seat WlExlended Action Area 1 07-WC-A441 S ActionArea:Extended 1 07-141C-AS21 < --A/A Tray:Stainless Steel, with 3"Back splash 1 On Ml thi'("u:"`*Vd(?s and haw? a '(?ar aa Ill;spIa`h 07-WC-AA30 I--Bio-waste/Sharps A/A:None 1 ZZ-ZZ-ZZZZ I-- I 07-WC-AABD I--Action Area Board:Black Grip See Station No 6 for content 1 07-ZZ-ZZZZ I-- 1 07-111C-CCO03 I— Cabinet C:DELETE 1 07-WC-D014 S Cabinet C.DELETE 1 07-ZZ-ZZZZ I-- 1 07 11X 003 CabinetE:DELETE 1 07-ZZ-ZZZZ I-- 1 07-WC-F641 S v Cabinet C: Custom See DraWlrmg) 1 M' ""I""Illliiiiii :all! iiiurme1: III'"" I:(°u1 be 12" III':)eep aiii,id Illurmcirease II!°°Ilkiiil;llllrl:I:(°uii C'"I" Illurmaliim;e 07-CA-06BO S Shelves: ( )Fixed 14111 e an Lip 1 NJ( I""Illliiiiii u m urta a IIL..r ;um.an IIL..I p ou ur III!iiiii a dh III i um.r u:l &llr ir2 llfl' 07-DR-LX02 S Doors, Dual, OvedaC Hinged, 318"Levan 7C 1 07-14111 S011 I--Round Pull Latch:Non-locking-Chrome Finish 1 11_X0_0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-XA-3900 S Dividers, (9)Adj 3/1 11"Levan, W1 ABS slotted track-EA cal 1 II NJ( I III. I lllr ur1�i2.1�i2. i2,;,um n m ur 111..)m 0 6i2.urs Ill W11 o w III Im~n 11m,~n m rm S Ir ii2.111 l'. ....l lllr ur�i2.1�i2. i2 um n m a 111:1I 0 6i2.ura Ill ur 1111 iii a°l u.l 111 i�i2� Seclikiiiurm aiii,id I llhmuiree Ill....eaaurm III':'1liivliim;leirs All!x�ive I""(°uiiip"'t'�Ilhm llff M' ""I""Illliiiiii 1(°,urtkiii ur rm III':'11ii vlii m;l m ""I""mra u:lllr tlClii III III �"'t'�1 a m7 Illlii'1elhliiiiid Ill....lii Ir aiii,id C uuu a t((i ur rm mr tlClii III III "1e ur mii yr Ill....lii Ir I:(`uii A dj iii.0 st III'::1 iii'10 u:2!rs 07-ZZ-ZZZZ I-- 1 08-SE-1704 --P4-4-Point PER4MAX Restraint System -with replacement indicator 1 WO/CPR 08-SE-1821 < 1—(2)on Squad Bench, (0) CPR Side Seat Per4Max Black Belts 1 IuwNt u� lr::wtoirs u°uii.s uu°iou..un IIJu:fl:;Nwa Itiu) Iop of Ilmiu:w s� �:ut. I III........IL..:"IL'...II""'1 Cu'I Y 90 08-SE-SB70 I--SIB:(3)Sec patient restraints-9"Sleeves Face of Bench 1 08-SE-SB76 --SIB:(3)Sec patient restraints-5"Sleeves By Hinge 1 00-20-0072 --Per4Max Four-Point Seatbelts:Accept and Install Full Feature 1 ZZ-ZZ-ZZZZ -- 1 ZZ-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ 1 CABINET SET-CELL 4-MOD 1 11 ACC Sub Floor, 3/4"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- 11 I_3P Flooring:Loncoin H Flecks-#157, Moonstone(Gray) 1 08-00-FL01 I--Flooring Main Edge:3"Recessed(1/2"deep)roll-up 1 08-AS-0001 < I--Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 nstMlll saftwty Cw:wllllowv with doa/Ionw:mll stil(?s uroururlliJd tap(? o w?r tIlru(?sllrdld 08-AS-0006 I-- CIS Stepwell Threshold, Polished Diamond Plate 1 ZZ-ZZ-ZZZZ -- 1 08-ZZ-ZZZZ -- 1 08-CS-0001 COT MOUNT HARDWARE: (Full Size Mod) 1 08-C:R-09P < I-- Cot Mount:Stryker, No 6390, Power Load,Installed 1 Not Compatible with cots other than Stryker! This item priced for Domestic USA usage only. >>> Caution, Power load head consumes floor space toward attendant seat. Spacing review between seat and cot is recommended. >> 08-C:R-09CN mass casualty kit not requested 1 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System 1 °0ll1,flI`^L.II:t II""II:��)062S 1871 11/22/2021 Job/Order No: Pro osal Pa a 19 PART NO S DESCRIPTIONQTY CONN-WP2S 1 CONN-SOCKET 2 08-CR-1002 < I-- 12v power feed location FRONT for Stryker power load 6390 t t ) °p ? �tdIt pu3ed wfllll dirfllllu)(J i31nd puxl thir:;Nii..up;glh pfiu: pu uirup�W::� �d'�II"p 11"" Iltid ) foir :: S ryl<< )r pow(Nir Ilcoad ,yst(Nin,u II h(? Qvdt pow(Nir shMl II3E) Il'3u<Ug lh thl'Wglh ph(? floor, wuth II (:?at ,::Ihi lin i, coulinl ) toir Ilu sp :llll�:)d. 44-T -OOP < I- Cot Position No 1:PRIMARY SIDE POSITION ONLY t P0:::lin :uu p ° Ilju)h )en Co :nd °'wS/T. 08-CS-2000 < I--Primary Cot position under floor reinforcement t nstMlll 8liunch ud(? by 4llong 1/2" ak.uuri'uliu1Uuriu at pilin,iiary cot po§ifion (Pdircu :uy cot posfl n4:;NuNI"y ... IIR V;,lid) " ff UStO11ri a Ilcc afion us d(?§i'(?d, uri.uUS II,x?sp (?dfi(?d Il,x llo . 08-CS-3009 -- Cot mount setup for:Stryker Power-Pro 6506 t 08-CS-19A5 -- Cot Stop, Block:Stryker Power/Performance load.Install hook with kit t ZZ-ZZ-ZZZZ -- t 08-CS-19U1 I--Q Straint System: NONE 1 08-OS-04ST OXYGEN/AIR/VACUUM System: 1 08-OS-0401 I--Oxygen Outlet No 1: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 08-OS-0402 I--Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I--LOCATION: Action Area 1 44 u3 4444 I-- Oxygen Outlet No 3:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040D I-LOCATION: Curbside Wall, over the head of the SIB t 44 u3 0914 S < Portable Cylinder Rack: Triple Holder D Spring Loaded 1 NOTE: Install a three position tank holder in the lower section of the M7 compartment on Wall#1 Below Fixed Shelf. See Drawing. ZZ-ZZ-ZZZZ 1-- 1 08-OS-1331 < I-- Rack No 1: Adjustable AEV 02 Rack Green with 4 Ratchet Straps M/H 1 Fits cylinders 7"diameter or more. 08-OS-11 G1 < I--Cylinder Type: OXYGEN -Green Colored Hose 1 Regulator connection Nut: 9/16" RH thread. 08-OS-1301 I--Rack Location: Left Front, wall#2 near wall#3 1 08-OS-132M I--Set up For M cylinder 1 08-OS-1710 < I--Regulator, Oxygen, Fixed output @ 50 psi +/-5 , CGA 540, Installed STD 1 Installed on 02 line for pressure test, Tagged with Inspector signature/Date 08-OS-1902 I--Regulator Wrench: Cast aluminum, OXYGEN w/cable lanyard 1 ZZ-ZZ-ZZZZ 1-- 1 44 u4 4444 XS < (4) SCBA Bracket Zico Model U 4 44 4 F 4 II'�III 11' S g;:°'IIIIIIIT i: spu:dfic Su e IIJo lllle IlwRe er to c&:I::llog to :ss uire y4"Nll..uu" II:dNp Ile wfllll liplh 08-OS-230R < I-- Collision Restraint Strap:ZICO No 1010-120-000 4 08-OS-23L1 4 Location: 4 Compartment on Wall#2 Evenly Spaced From Loft to Right 4 ZZ-ZZ-ZZZZ -- 4 44 u4 44 4 S < I-- Vacuum System:S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall #1 of Action Area (See Drawing) ZZ-ZZ-ZZZZ -- t 08-ZZ-ZZZZ 1 TRIM / DOOR ASSEMBLY-CELL 5 1 09-00-002S I-- Interior window and aluminum trim with standard satin finish-std 1 1872 11/22/2021 Job/Order No: Pro osal Pa a 20 PART NO S DESCRIPTIONQTY 09-00-0001 1 09-00-0002 ****************DOOR DEPARTMENT- Full Mod****************** 1 02-BT-C853 -- Handles, Ext: Tri-mark 030-1875, Free Float, Polished CNNC finish 1 02-BT-C85A --Interior Release: All Entry Doors,with bezel Emergency Access 1 09-M 7 454 --Rear Entry Assist Handle not required 1 09-MH-2702 --Grab Rail, C/S wall,Various types C/S Entry, NONE 1 ZZ-ZZ-ZZZZ -- 1 09-B1-ED00 Entry Door Panels, Windows and Hardware 1 08-MH-0010 -- Interior Grab Handle Color: Gray Antimicrobial 1 08-MH-03B3 --Grab Handle, CS Entry: 1 1/4" Dia..... S/S, 2-pt 18"L, Gray Antimicrobial 1 08-MH-03D3 --Grab Handles, Rear Access: (2) 12"L X 1 1/4" Dia..... S/S, 2-pt, Gray Antimicrob 1 09-MH-2603 4 Grab Rail, (7), 24"'µ 1A TS, Gray Anlimicrobial 3 III...w~nwwwulilr2d �I) At C/S III....un1ry Ill..lw,~nm,~nur at AIII...,3 ��,.ullluuu�ll�.l, �I) w,~nun C/S and � I) 13/13 Illunsuu.11l2. IIIZII2.i.uur IIII ur.mi:ulG III':'l�°u�°uulo 0 -C -2500 4 Door Panels Mica over smooth alum uppeilUph Ceti erlSnlooIt?Alum Lower 1 09-AS-2530 4 Curbside bower Door Panel Smooth Alum 1 09-E 1-23B 1 < --Multi-Color Printed LOGO:(3)Entry Doors, Customer Logo, requires clear 1 image Printed Multi-color logo onto panel, Back side lighted with LED lighting. ENG >to VENDOR 09-WI-02AO < I-- UPPER Windows: RA Doors, Fixed Tinted Glass 17.3"W x 19.3"H 1 WIND-H0161 09-WI-0600 I-- UPPER Window: CS Access, Fixed Glass, std tint 1 09-DR-WSL5 < Talk Through Bulkhead Window 100% w Black Bezel Radius Corners-Clear Window 1 ECR-1066 Black Surround Bezel, no laminte, no trim, Advanced radius corners. 100% window opening to minimum of 150 sq inches talk thru 09-DR-WT20 I--Sliding Window Locking Pin: 1/4"with Lanyard 1 47 11717 P 3 < I--Defib.Bracket. Wall Mount Technimount 210-00-PCHD for Lifepack LP 15 1 HOLD-600 (1) > 90 degree aluminum wall bracket plus discs, HOLD-PC15HD (1) bracket secures to Lifepack 15, secures into the wall bracket. Allows for swivel in the bracket. Removable from the wall bracket with single red release button. 07-WC-LPTS 4 --Monitor Mounting:Bolted in place 1 II �~n����tmoin 4�~nlll.wumll o~iin III':I'iw���lll(: "iG���IIIIII °'')I' cti�~n ure,a ..I..�~nwaird / III';I'i� uw. aiind II4olll.wumll With Cepurmteir(`liri''IIIIII'lulnau:llleet a III4liiurfliiurnuruurn (`Iiii"17" i''xiiuro AlA IIIIII'l(°Iiiix 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 1 10-FN-0001 4 0 --Fan, (2)Speed, Patient Area, w/separate switch in A/A 1 Suurtacill, III"aloIi ulln'lill2d III"nii2tal 'fan with 171i uallyd N „....IIIIIII ���I IIL.......... II11 w;~n lll.0 urm i lIr2,,u:i 1w:u i hl ilr2,, urilr2,a u° w;~n l i hl ilr2,, a w to w;~n urm a ure a IllI, 1w:u a 111 111 w:uw a w 1 u w.~n urm a ur ll2a IllI 1w:u III m iii urm,.1 ll2 I. &iiwiil m 10-EC-2701 < I--Refrigerator, Norcold 1.7 Cu Ft, 12VDC/125VAC, #NR740ss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD 10-EC-3200 4 N ocallotum -2 Cabinet Under Calk Thru 14/ltidoW 1 11-YZ-0907 < --Non-Compliant to 3.11.3 J3058, cabinets Not Tested, to SAE J3058 No 1 Rating 1)ir°u Is no a Vu w:l "o,,13058, oir Ilrlw:;Ni IIwtu):;i. 11-ZZ-0903 < I-- CAAS Exception to C.11.3 Storage Compartments and Cabinets Design 1 An Illllxw.epton has Ilb(hNil n tMiuw?n to on(?of tlh(? lollllowoiiing conwllifiours, d:"."l SUbir wwu 1I Doors sllrMlll rla w� )o§itluow:wll odi,www1 Il,dtlw=Ilrles that arw w1esliw:;llned to uw url'uw:w in w=Ilow,w:ww1 1873 11/22/2021 Job/Order No: Pro osal Pa a 21 PART NO S DESCRIPTIONQTY during transports. 10-IL-02ST Action Area Light: 12V, LED, Surface Mount 1 10-IL-02L7 I-- Light Location:Action Area 1 10-1L-03ST S Extended c'tio: Area Li,2i':'t "12 , LED, Sci2ace Mount 1 10-IL-02L9 2 Light Location Bottom of Cabinet BI i UPHOLSTERY-CELL 7 1 i fVO""LfCOA < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 -- Center Trough Upholstery Color:Color Key to Rest of Truck i ZZ-ZZ-ZZZZ -- i 11-00-UT05 Uph Joint Type:Vacuum Formed -Seamless 1 11-SB-0005 Squad Bench seat cushion cut-outs: None 1 11-SB-0003 I-- Post And Wheel Cups: NONE 1 11-SE-CSPD Head Protection: Pad over CS Entry Door 1 11-SE-REPD Head Protection: 2" Pad over Rear Access Doors, Full Width 1 PAINT-STRIPES -DECALS 1 01-3U-0000 S Anti Rust Spray, Detco:Installed on Unit i II.:u:IIIhasfin to III iIiuy "1 uiµ X2!irosdII Cans II ii1(1) : 111I12,, "52urayi112 to (1 Ihassws i2.1 :re ih�I r,, :' 1y uls 111q'IiIII.:urm'tiIr2d 12-PT-UNCT I-- Undercoating : Per QVM Guidelines, STD 1 12-DC-0001 Reflective Tape: White Reflective On Painted edges of Exterior Door Frame 1 12-DC-GAl0 Compartment Finish: Diamond Plate Standard 1 12-PT-0100 Primary (Over All) Color: White (YZ) 1 12-DC-0002 -- Flip Step Reflective/Prismatic Tape: Red/White/R/W/R/W/R 1 12-PT-0112 --Tape Stripe: NONE (KKK-F Deviation) 1 11-YZ-0962 I--Non-Compliant toKKK-F 3.16.2 ;Exterior Safety stripe to be Orange 1 12-PT-02E0 2" Paint BELT CUSTOM: Custom HalfiffayDoWn Belt is cic ing Cab a: Hood 1 NOTE: Custom Half White and Half Red (FLNA3042) Cab Will be White From Bottom of Windows Up and Hood Will Be Red. Module Box Will Be Half Red on Bottom and White on Top Reference 20OF 27164 12-PT-0601 --Belt**NOT**Across Hood i ZZ-zz-ZZZZ I-- 12-PT-6000 < I--Paint Belt at Corner Posts- 1/8"Break i h(:: II a n 11:3( IItl Its to Ihaw? an 1/8" CUt ar:di,a (::::cIh corn(Nir Lost Ito si,un ti aurl§il:lion 12-PT-1000 -- Pin Stripe: NONE 1 12-ZZ-ZZZZ 1-- 1 12-PT-RF01 -- Roof Paint: Color and finish quality to be GLOSSY 1 ZZ-ZZ-ZZZZ -- 1 12-PT-1301 Special Striping: Chevron Items: NONE 1 12-PT-2000 Lettering: NONE 1 12-ZZ-ZZZZ 1-- 1 i2""'P"C"0RIS < Drip Rails:Bright Alum, De-burred&rounded corners(SHIPPED LOOSE) 1 Include a drip rail over the C/S Entry Door shipped loose. Add Shop Note to Shipped Loose Section of W/O 12-ZZ-ZZZZ 1 DETAIL-SHIP LOOSE ITEMS 1 12-PT-DRIZ < -- Drip Rails: Detail-Refer to Paint Section for Drip Rail Information 1 Include a drip rail over the C/S Entry Door. 13-00-0200 --*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ 2 — (2)Placard Holder, 121µ c '12111", With Placards Top Load,Aluminum µ "' rim 1 o tVio With Red Painted Placard Shipped Loose 1874 11/22/2021 Job/Order No: Pro osal Pa a 22 PART NO S DESCRIPTIONQTY 13-10-XM00 -- wners anua as rives ip oose 1 13-10-XMAO -- Printed Owner's Manual Not Required 1 13-00-0001 1 13-GL-0000 Glove Holder, Ship Loose: NONE 1 ZZ-ZZ-ZZZZ 1-- 1 lS KK-KDED Decals:KKK/DOT Pkg, -NONE/DELETE 1 13-RF-STAD --Decals:Star of Life for Mod Roof-NONE/DELETE l ZZ-ZZ-ZZZZ -- l 13-KK-NSSB Decals: NO SMOKING &SEATBELT, installed, cab& pt. area. 1 ZZ-ZZ-ZZZZ 1-- 1 13-KL-0010 AEV Logos: Installed on unit per AEV standard locations 1 13-MH-05ST Fire Extinguisher, 5 pound, shipped loose, Std 1 11-YZ-0932 < I-- Exception to 3.15.2 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed with one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. The customer/FSAM has shipped them loose for the dealer to complete the final install. 11-ZZ-0932 < I-- Exception to C.16.1 1 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed iwth one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. 13-MH-10AO Reflector Pkg: Body-2ea, Side Fr Amber, Side Rear Red, Rear Red 1 ZZ-ZZ-ZZZZ 1-- 1 13-SB-0003 Post And Wheel Cups: NONE 1 13-SP-TIRE Spare Tire: Refer To Chassis Section to See if it gets one. 1 34-XX-0001 Primary Cot: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-0002 Secondary Stretcher: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-5000 < Indemnification Statement 1 The purchaser agrees to defend, indemnify and hold REV 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 or additions to the Purchased Products OR use of product for purposes it was not designed or intended for. GENERAL CONVERSION 1 03-10-0032 S 2022 "",155 F�����SSS S x S Diesel(SSS'l FSA Cole G( 1 36-AA-0001 WORK ORDER STATUS: 1 00-90-0301 -- For Confirmation 1 36-CO-0001 --CHANGE ORDER POLICY 1 36-CO-0010 < 1—After Confirmation, Prior to Engineering 1 Change Fee is $50 Per Item, Plus Option Cost 36-CO-0020 < I--After Confirmation,After Engineering Start 1 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. 36-CO-0030 < I--After Confirmation,After Production Start 1 Change Fee is $100 Per Item, Plus 200% Option Cost Additional labor charges above option costs may apply depending upon level of installation of affected part. Special order or non-stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. Changes after production starts are the most disruptive. ZZ-ZZ-ZZZZ 1-- 1 36-EO-0001 --***END OF ORDER... 1 1875 ct, ti 00 strtyker 2022 rescue Quote Number: 10426476 Remit to: Stryker Medical P.O. Box 93308 Version: 1 Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email: alex.eidson@stryker.com Phone Number: Quote Date: 09/09/2021 Expiration Date: 01/28/2022 Delivery Address End User-Shipping - Billing Bill To Account Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE Name: MONROE COUNTY FIRE RESCUE RESCUE RESCUE Account#: 1289762 Account #. 1289762 Account#: 1289762 ____, _ _ .................... Address: 490 E 63RD ST STE 160 Address: 490 E 63RD ST STE 160 Address. 490 E 63RD ST STE 160 .:.: ..::.:: _..__._ �. _ .---------------- MARATHON MARATHON MARATHON ____ -___..... _,.. Florida 33050-3961 Florida 33050-3961 Florida 33050-3961 Equipment Products: " ......::,_Rroduct D�scraptlar2tt► SelJf l'r�ce Total 1.0 6506000000 Power-PRO XT 1 - .._ _ ...... ............... 1.1 6085033000 PR Cot Retaining Post .- ..._.-- 1.2 7777881669 3 Yr X-Frame Powertrain Wrnty - 1.3 7777881670 2 Yr Bumper to Bumper Warranty 1.4 6506026000 Power Pro Standard Components ....... 1.5 6500001430 X-RESTRAINT PACKAGE 1.6 0054030000 DOM SHIP (NOT HI, AK, PR, GM) _ ...... 1.7 650606160000 ONE PER ORDER, MANUAL, ENG OPT _-_ _ 1.8 6500082000 Knee-Gatch/Trendelenburg 1.9 6506038000 Steer Lock Option ......... 1.10 6092036018 3 Hook 1.11 6506127000 Power-LOAD Compatible Option 1.12 6500027000 1 Charger,2 SMRT Batteries12V DC Cable 1.13 6500003130 KNEE CATCH BOLSTER - - MATRSS, XPS 1.14 6506040000 XPS Option 1,15 6506036000 No HE Section 02 Bottle 1.16 0054200994 NO RUNNER ............. 1.17 6500315000 3 Stage IV Pale PR Option 1 Stryker Medical-Accounts Receivable-accoi3utsreceivable(,a?stiyker.cocn-PO BOX 93308-Chicago,IL 60673-3308 Iti Iti 00 ryke 2022 rescue Quote Number: 10426476 Remit to! Stryker Medical P.O. Box 93308 Version: 1 Chicago, IL 60673-3308 Prepared For: MONROE COUNTY FIRE RESCUE Rep: Alex Eidson Attn: Email: alex.eidson@stryker.com Phone Number: Quote Date; 09/09/2021 Expiration Date; 01/28/2022 ...... . ; Product E�escr1ptaan tQty 9e11 Frtce Total 1.18 6SO6012003 STANDARD FOWLER ......... .. -...... _--------------- ---_ 1.19 639000010902 LABEL, WIRELESS .. ....... ........ 1.20 6500160000 Base Storage Net ....,, .... - 1.21 6500147000 Equipment Hook 1.22 6500241000 Fowler 02 Bottle Holder _ _._.. - . _.. -. . _..... _. ._. Equipment Total: ......... . ........... Price Totals: --- - - - - -. - __._. Grand Total. Prices: In effect for 90 days Terms: Net 30 Days Contact your local Sales Representative for more information about our flexible payment options. 2 Stryker Medical-Accounts Receivable-accouutsreceivablepstiyker.com-PO SOY 93308-Chicago,IL 60673-330R FSA Cooperative Purchasing Program F LO RI DA SHERIFFS, ASSOCIATION Jill I Contract Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Contents 1.0 General Conditions.......................................................................................................................................5 1.01 BID CORRESPONDENCE ....................................................................................................................5 1.02 PURPOSE...........................................................................................................................................6 1.03 TERM OF CONTRACT.........................................................................................................................6 1.04 QUANTITI ES ......................................................................................................................................6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER.............................................................................6 1.06 FUNDING...........................................................................................................................................6 1.07 CURRENCY.........................................................................................................................................6 1.08 GENERAL DEFINITIONS.....................................................................................................................7 1.09 ELIGIBLE PURCHASERS OF CONTRACT..............................................................................................8 1.10 LEGAL REQUIREMENTS.....................................................................................................................8 1.11 PATENTS & ROYALTIES .....................................................................................................................8 1.12 FEDERAL AND STATE STANDARDS....................................................................................................9 1.13 UNDERWRITERS' LABORATORIES.....................................................................................................9 1.14 AMERICANS WITH DISABILITIES ACT................................................................................................9 1.15 REASONABLE ACCOMMODATION ....................................................................................................9 1.16 MINORITY BUSINESS ENTERPRISE (MBE) .........................................................................................9 1.17 ANTI-DISCRIMINATION.....................................................................................................................9 1.18 BEST COMMERCIAL PRACTICES......................................................................................................10 1.19 PUBLIC ENTITY CRIMES (PEC) .........................................................................................................10 1.20 TAX EXEMPTION .............................................................................................................................10 1.21 TAXES..............................................................................................................................................10 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ...................................................................10 1.23 COMMUNICATIONS........................................................................................................................10 1.24 CLARIFICATION AND ADDENDA......................................................................................................11 1.25 SIGNED BID CONSIDERED AN OFFER..............................................................................................11 1.26 ASSIGNMENT OF CONTRACT..........................................................................................................11 1.27 TERMINATION OF PRODUCT LINE ..................................................................................................12 1.28 METHOD OF AWARD......................................................................................................................12 1.29 DEMONSTRATION OF COMPETENCY..............................................................................................12 1.30 VENDOR ABILITY TO PERFORM ......................................................................................................13 Page 1 2020-2023 Fire Rescue Vehicles&Other Equipment 1879 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 FINANCIAL RESPONSIBILITY............................................................................................................13 1.32 QUALITY AND SAFETY.....................................................................................................................13 1.33 NONCONFORMANCE......................................................................................................................13 1.34 GRATUITIES.....................................................................................................................................14 1.35 TIE BIDS...........................................................................................................................................14 1.36 RIGHT TO AUDIT .............................................................................................................................14 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS............................................................................15 1.38 BID BONDS, PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE ....................................15 1.39 ELIMINATION FROM CONSIDERATION...........................................................................................15 1.40 COLLUSION .....................................................................................................................................15 1.41 DEFAULT .........................................................................................................................................16 1.42 PROTESTS AND ARBITRATION ........................................................................................................16 1.43 NONPERFORMANCE.......................................................................................................................17 1.44 SEVERABILITY..................................................................................................................................18 1.45 TERMINATION FOR CAUSE .............................................................................................................18 1.46 TERMINATION WITHOUT CAUSE....................................................................................................18 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO ............................................................................19 2.0 BIDDER INSTRUCTIONS .............................................................................................................................20 2.01 FIRST YEAR BIDDER QUALIFICATIONS ............................................................................................20 2.02 LICENSING & FACILITIES..................................................................................................................20 2.03 INSURANCE AND INDEMNIFICATION .............................................................................................21 2.04 SPECIFICATIONS..............................................................................................................................22 2.05 FIXED PRICES...................................................................................................................................23 2.06 SEALED BIDS....................................................................................................................................23 2.07 EXCEPTIONS TO TERMS AND CONDITIONS ....................................................................................23 2.08 MISTAKES........................................................................................................................................23 2.09 EQUIVALENTS .................................................................................................................................23 2.10 MANDATORY PRE-BID MEETING ....................................................................................................24 2.11 QUALIFICATION ..............................................................................................................................24 2.12 PRICES QUOTED..............................................................................................................................25 2.13 OPTION PRICING.............................................................................................................................25 2.14 SUBMITTAL OF BID .........................................................................................................................26 Page 2 2020-2023 Fire Rescue Vehicles&Other Equipment 1880 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.15 EXECUTION OF BID .........................................................................................................................27 2.16 MODIFICATION OR WITHDRAWALS OF BIDS .................................................................................27 2.17 LATE BIDS........................................................................................................................................27 2.18 PUBLIC BID OPENING......................................................................................................................28 2.19 DETERMINATION OF RESPONSIVENESS .........................................................................................28 2.20 RESPONSIBLE BIDDER CRITERIA......................................................................................................28 2.21 BASIS FOR AWARD..........................................................................................................................28 2.22 FIRM BID .........................................................................................................................................29 2.23 MINOR IRREGULARITIES/ RIGHTTO REJECT..................................................................................29 2.24 CONE OF SILENCE ...........................................................................................................................29 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT..................................................30 3.02 STATEMENT OF AUTHORITY...........................................................................................................30 3.03 VENDOR CONTACT INFORMATION ................................................................................................30 3.04 OPTION TO RENEW & PRICE ADJUSTMENT....................................................................................30 3.05 ADDITIONS AND DELETIONS...........................................................................................................31 3.06 EQUITABLE ADJUSTMENT...............................................................................................................31 3.07 DISCOUNTS.....................................................................................................................................31 3.08 CONDITIONS ...................................................................................................................................31 3.09 PRODUCTION CUTOFF....................................................................................................................31 3.10 FACILITIES .......................................................................................................................................32 3.11 SUBSTITUTIONS ..............................................................................................................................32 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS........................................................32 3.13 FACTORY INSTALLED.......................................................................................................................32 3.14 VENDOR INSTALLED........................................................................................................................33 3.15 NON-SCHEDULED OPTIONS............................................................................................................33 3.16 REMOUNT (AMBULANCE) ..............................................................................................................33 3.17 FORCE MAJEURE.............................................................................................................................34 3.18 DELIVERY TIME................................................................................................................................35 3.19 ORDER.............................................................................................................................................35 3.20 VEHICLE DELIVERY ..........................................................................................................................36 3.21 INSPECTION AND ACCEPTANCE......................................................................................................37 3.22 REGISTRATION, TAG AND TITLE......................................................................................................37 Page 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1881 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.23 CAB AND CHASSIS PURCHASES.......................................................................................................38 3.24 INVOICING AND PAYMENTS ...........................................................................................................38 3.25 WARRANTY REPAIRS AND SERVICE ................................................................................................38 3.26 INADEQUATE SERVICE ....................................................................................................................38 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS............................................................39 3.28 ADMINISTRATIVE FEE .....................................................................................................................40 3.29 LIQUIDATED DAMAGES ..................................................................................................................41 Appendix A— Drug-Free Workplace Form....................................................................................................42 Appendix B— Insurance Checklist Form........................................................................................................43 Appendix C—Vendor Change Form..............................................................................................................44 Appendix D - Confirmation of Order Form ...................................................................................................45 Appendix E— Manufacturer Authorization Form ..........................................................................................46 AppendixF— Quarterly Report.....................................................................................................................47 AppendixG — Bid Calendar ...........................................................................................................................48 Appendix H — FSA Bid System Data Input Instructions for Bidders..............................................................49 Appendix H — FSA Bid System Data Input Instructions for Bidders—Continued .........................................50 Page 4 2020-2023 Fire Rescue Vehicles&Other Equipment 1882 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association (FSA) using the contact information shown below. Please be sure to reference the bid number and your contact information. The contacts for this bid are: Lisa Gregor, FSA Cooperative Purchasing Program Coordinator E-mail: Phone:850-877-2165 ext.5831 Fax : 850-878-5115 Craig Chown, FSA Cooperative Purchasing Program Manager E-Mai( < Phone:850-877-2165 ext 5833 Fax : 850-878-5115 Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn:Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 I7�7f'''F:Isrl�� Li is c,2r ti. Page 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1883 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.02 PURPOSE The purpose of this bid is to establish a thirty-six(36) month contract with manufacturers and authorized dealers for the purchase of vehicles and equipment on a "no trade-in basis". Trade-ins are not addressed in this contract. If a purchaser has a desire to offer vehicles/equipment for trade to the vendor,the purchaser and dealer may do so at their sole discretion,separate and apart from this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one(3)three year from date of contract execution by the FSA,and may be renewed by mutual agreement,at the sole option and discretion of the FSA, pursuant to the terms of Section 3.04. The term of contract begins May 1,2020 and ends March 31,2023. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES FSA does not guarantee quantities future contract sales.Vendors are expected to engage in business marketing and sales best practices to participate in the contract. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. It is the FSA's practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs'offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. Page 6 2020-2023 Fire Rescue Vehicles&Other Equipment 1884 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.08 GENERAL DEFINITIONS a) Bidder:A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. b) Bid System:The online forum used for the submission of electronic bids and review of bid results for the specifications connected to this Invitation to Bid.VendorLink is the software used for this bid. c) Dealer:A manufacturer's certified representative,authorized by the manufacturer to market,sell,or provide,the vehicles or equipment for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled, in whole or in part,or independently owned and controlled. d) End User:The person or entity who ultimately uses or is intended to use a product or for whom a product is designed for use. e) Factory: Refers to the manufacturer produced products. f) Florida Sheriffs Association Cooperative Purchasing Program(FSA):The entity that administeres the Invitation to bid and contract administration functions for this contract. g) Fleet Advisory Committee:An employee of a sheriff's office or local government,or any other person who FSA identifies as subject matter expert,who assists with the development of bid specifications and the evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the FSA and is not responsible for final awards. h) Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors, dealersand manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications available to bidders on the bid system and references to solicitation documents.The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i) Manufacturer:The original producer or provider of vehicles or equipment offered on this contract. j) Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the Purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Annual U.S. Price Book 2. Manufacturer's official website k) Non-Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base vehicle specifications or options. 1) Production Cutoff: A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when referring to any given model year for production. m) Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative,volume discounts,or other discounts. n) Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. Page 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1885 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o) Purchaser: A purchaser is an entity that seeks to obtain vehicles off this contract by meeting the eligible user criteria or with vendor approval. p) Remount:To remove the ambulance box from an existing vehicle and mount it to a new vehicle cab and chassis. q) Specification Bid Document: The specification bid document contains the minimum base requirements and bond requirements for each specification within the competitive bid.This document also contains submission of bid pricing and discount,and must be included as part of the Submittal of Bid. r) Third Party Supplier: Businesses external to a bidder or vendor that provide products or services which contribute to the overall finished vehicle. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. s) Vendor: The bidder that has been awarded and agrees to provide products, vehicles, or equipment, which meet the requirements and base specifications to eligible purchasers. The vendor must agree to the contract terms and conditions before being awarded the contract. t) Vendor Installed:A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids,or contract prices,will be extended and guaranteed to any unit of local government or political subdivision of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers,tax collectors,supervisors of elections,school boards or districts,water management districts, police and fire departments, emergency response units, state universities and colleges, special districts,or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract to include out of state sales. Vendors are governed by their manufacturer's agreement, and must agree to the terms and conditions of this contract. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement,and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal, state, and local laws, ordinances, rules and regulations that affect the items covered herein apply. Lack of knowledge by the bidder or vendor will not be cause for relief from responsibility. 1.11 PATENTS & ROYALTIES The bidder,without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind,including costs and expenses for,or on account of,any copyrighted, patented,or unpatented invention,process, or article manufactured or used in the performance of the contract,including its use by the FSA or a purchaser. If the bidder uses any design,device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the bid prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. Page 8 2020-2023 Fire Rescue Vehicles&Other Equipment 1886 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided.This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Autmomotive Engineers (SAE), Fire Apparatus Vehicle Standards,and Federal Ambulance Standards(KKK-A-1822F),which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or state laws that become effective during the term of the Contract, regarding the commodities and contractual service specifications, safety, and environmental requirements shall immediately become part of the Contract.The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists,the vendor shall contact the FSA Cooperative Purchasing Program Administrator immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, (U.L.), listed or re-examination listing where such has been established by U.L.for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or to participate in any FSA proceeding, please contact FSA Human Resources at(850)877-2165 five days in advance to initiate your request.TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at(850)877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The policy of the Florida Sheriffs Association is that Minority Business Enterprises (MBE) shall have the opportunity to participate in this invitation to bid.Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI-DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. Page 9 2020-2023 Fire Rescue Vehicles&Other Equipment 1887 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.18 BEST COMMERCIAL PRACTICES The apparent silence of a specification and supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices,size,and design are to be used. All workmanship is to be first quality.All interpretations of the specifications shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity,may not be awarded or perform work as a vendor,supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply, as appropriate certifications are furnished. Purchasers shall comply with all federal,state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Sales Taxes.State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict,the conflict may be resolved in the following order of priority(highest to lowest): 1. Addenda to Contract Terms and Conditions, if issued 2. Contract Conditions 3. Addenda to Specification Bid Document, if issued 4. Specification Bid Document 5. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Page 10 2020-2023 Fire Rescue Vehicles&Other Equipment 1888 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders should not rely on representations,statements,or explanations other than those made in this Bid or in any written addendum to this Bid,and no oral representations,statements,or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall e submitted by e-mail to t.l!?1'Li h, r)r„g.The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided,they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required.Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Formal Addendum shall deem the bid non-responsive; provided, however, that pursuant to section 2.26, the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however,that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions,the vendor's award can be removed or replaced by another vendor or qualified, responsive bidder. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the bidder,which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful bidder,after such acceptance,the FSA may procure the items or services from other sources.The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. Page 11 2020-2023 Fire Rescue Vehicles&Other Equipment 1889 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor-in-interest must perform all obligations under this Contract. FSA reserves the right to reject the acquiring entity as a vendor.A change of name agreement does not change the contractual obligations of the vendor. 1.27 TERMINATION OF PRODUCT LINE If an vendor terminates a product line(manufacturer or brand),the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate vendor, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the vendor is not already an approved FSA vendor, the vendor is required to apply to the FSA to become an approved vendor prior to conducting any qualified sales. The vendor and the manufacturer are required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder, including past performance with the FSA in making the award. The FSA may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances,the FSA may also require information from the source of supply regarding the quality,packaging and characteristics of the products.Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Information submitted in the bid may not be plagiarized and,except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 2020-2023 Fire Rescue Vehicles&Other Equipment 1890 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support,equipment and organization. If the FSA determines that the vendor no longer possesses the financial support,equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement the vendor warrants that,to the best of his or her knowledge,there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition that would in any way prohibit, restrain,or diminish the vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues,or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and the purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope,nature,and quality of work to be performed or the services to be rendered under this bid,and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid,and declares that he or she has the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award;and • Has assessed the financial responsibility required to serve the contract as bid,including such details as the obligations to perform all specifications bid and quantities that could be ordered,as well as timing of payment from purchasers, which can be 45 days from receipt of invoice. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new.The items bid must be new, the current model year, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.33 NONCONFORMANCE Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specificiations and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: Page 13 2020-2023 Fire Rescue Vehicles&Other Equipment 1891 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA or the Fleet Advisory Committee,for the purpose of influencing consideration of this bid. 1.35 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor, including, but not limited to those kept by its employees,agents,assigns,successors, sub-vendors,or third party suppliers in whatever form they may be kept—written or electronic.Such records shall include,but not be limited to: • Accounting records, including paid vouchers,cancelled checks,deposit slips, ledgers,and bank statements; • Written policies and procedures; • Subcontract files(including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates or work sheets; • Contract amendments and change order files; • Insurance documents;or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three(3)years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives.Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor's obligations to FSA. Page 14 2020-2023 Fire Rescue Vehicles&Other Equipment 1892 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of FSA. However, if the audit identifies under reporting, overpricing or overcharges in excess of three percent(3%)of the total contract billings,the vendor shall reimburse FSA for the total costs of the audit not to exceed$5,000. If the audit discovers substantive findings related to fraud,misrepresentation,or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time. This time period shall not exceed 60 days from FSA's presentation of findings to the vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award,the vendor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements. The bidder shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the bidder or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.38 BID BONDS, PERFORMANCE BONDS,AND CERTIFICATES OF INSURANCE Bid Bonds shall be submitted with the bid in the amount of five(5) percent of each item bid. After acceptance of bid,the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions,Specification Bid Document or Insurance Checklist. A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100%Performance Bond between the bidder and the purchaser upon award of this bid and upon request of the purchaser. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre-payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between bidders that attempts to disrupt the contract process.Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage.The parties may collectively choose to agree to increase or decrease its product base price to maximize awards thus denying the public a fair price. Examples of Bid Collision: Page 15 2020-2023 Fire Rescue Vehicles&Other Equipment 1893 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cover bidding:a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the purchaser. • Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing outside of a manufacturer's recognized territory: a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined market share. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Vendors which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made, may result in forfeiture of the bid surety required that is equal to damages incurred by the FSA,or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought,including but not limited to procuring the products or services from the next highest ranked bidder or from other sources.A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five(5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s).The formal written protest must state with particularity the facts and law upon which the protest is based. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity,and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the Page 16 2020-2023 Fire Rescue Vehicles&Other Equipment 1894 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions product line being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA,they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested.This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA,file a demand for arbitration with the AAA,or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum,judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails,the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.43 NONPERFORMANCE By virtue of the bid submission,bidder acknowledges its obligation to sell vehicles and equipment for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle/equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility,the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at it's sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved,limit current or future vendor participation by specifications or zones,or other actions as determined by FSA at it's sole discretion. At FSA's discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. In situations where there is evidence that the vendor has demonstrated egregious breaches of contract with the FSA or a purchaser,the contract can be terminated and the vendor will be removed from future solicitations for a period of three (3)years,or up to a permanent ban from the bid process at the sole discretion of FSA. Page 17 2020-2023 Fire Rescue Vehicles&Other Equipment 1895 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Specific conditions for termination include, but are not limited to,failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or dealer installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentations of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept the purchase order and deliver the product. Orders must be fulfilled if the vehicle or equipment is a base model or whether it includes options. The vendor must deliver the product if they were awarded the contract—regardless of profit or loss. Failure to deliver the vehicle or equipment may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees,to which FSA is entitled, according to section 3.28,and any attorneys fees incurred in the recovery of these damages. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract,the FSA shall have the right to terminate the services remaining to be performed. Written notice shall be given to the vendor and unless the deficiencies are corrected within 10(ten)business days,the Contract may be terminated for cause immediately.The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event,the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above,the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor,and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of termination for convenience which shall become effective 30 days following receipt by vendor of such notice. In that event,all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination,except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the contract or cancellation charges. Page 18 2020-2023 Fire Rescue Vehicles&Other Equipment 1896 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISMENT AND USE OF LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program.The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites,digital marketing campaigns,social media and e-mail;or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting � �.7I.7(�r�llsrl�� ".iilsr r ��; and should include a brief description of the how the vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 2020-2023 Fire Rescue Vehicles&Other Equipment 1897 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.01 FIRST YEAR BIDDER QUALIFICATIONS In order for bids to be considered, bidders who are not currently parties to the existing contract,or who have previously had their participation limited by the FSA, must provide the following material at the time the mandatory qualifying documents are due. FSA reserves the right to accept this information up and until the final award. The purpose of requesting this information is to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. The bidder shall provide information as on the Bidder Qualifications Form: • Bidder company name and parent company, if applicable • Complete business address • State of incorporation • Length of time in business • Names and contact information for key personnel • Dun & Bradstreet number: By providing this number, the bidder agrees and authorizes FSA to obtain their financial information/reports from these entities • Identify a minimum of three contracts of similar size and scope • Identify a minimum of three references for vehicle or equipment sales to government agencies • Any contracts the bidder has been disqualified from, terminated from or found in default on, to include the reason for disqualification,termination or default 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Department of Highway Safety and Motor Vehicle Dealer's License in order to bid on any motor vehicle as required by Florida Statute,320.27. Bidders that are manufacturers are required to possess a Florida Department of Highway Safety and Motor Vehicle Manufacturer's License as applicable by Florida Statute, 320.60-320.70. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. If a bidder does not maintain a facility to perform warranty work or repair service within the state of Florida,the bidder must provide a detailed plan at the time of bid submission as to how the bidder would service Florida purchasers if awarded the contract.This Service Standard Plan must include: • Whether the warranty service provider is approved by the manufacturer; • Estimated quantities sold per item bid; • If the company plans to contract out for service a copy of the service agreement;and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work,and o Any additional information that would detail how warranty service would be provided. The sufficiency of Service Standard Plan will be evaluated by the FSA during the bid evaluation. Page 20 2020-2023 Fire Rescue Vehicles&Other Equipment 1898 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA reserves the right to periodically request additional or updated information from a bidder regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees,arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however,that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder(1)written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense.Vendor shall not be liable for any cost,expense or compromise incurred by the Florida Sheriffs Association,or participating agencies,in any legal action without bidder's prior written consent,which consent shall not be unreasonably withheld,conditioned,or delayed. The vendor shall be responsible for the work and every part thereof,and for all materials,tools,appliances and property of every description,used in connection with this particular project. The vendor shall specifically and distinctly assume,and does so assume,all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 days written notice to the FSA. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. Copies of original signed Certificates of Insurance,evidencing such coverages and endorsements as required herein shall be filed within five days after bid opening. The certificate must state Bid Number and Title. Vendor may not begin performance under the contract until such Certificates have been approved by the FSA. Upon expiration of the required insurance,the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. Page 21 2020-2023 Fire Rescue Vehicles&Other Equipment 1899 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the FSA. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA,a 501(c)3,its officers,agents,and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers,agents,and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract,and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers.All policies shall be made available to the FSA upon demand.Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract.Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by the vendor. Insurance coverage required in this contract and the Specification Bid Document shall be in force throughout the contract term. The required Insurance Checklist summarizes the bidder's insurance obligations, if awarded. Any insurance requirements listed in the Specification Bid Document supercedes the amounts listed in the Insurance Checklist. Additionally, any vendor that uses a third party supplier for remount services must ensure that the third party supplier maintains the insurance requirements in Section 3.16(Remount Ambulance). The FSA can request and the vendor shall furnish proof of insurance within seven days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All units covered by this contract and the base specifications shall be the manufacturer's current basic production model, and at a minimum shall be equipped with all standard factory equipment in accordance with the manufacturer's latest Page 22 2020-2023 Fire Rescue Vehicles&Other Equipment 1900 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions literature unless otherwise noted in the specification bid document. If awarded, bidders must supply a unit that meets or exceeds the requirements included in the applicable base specifications. The bid specifications are contained in the FSA Bid System, as specification bid documents. The FSA base specifications are incorporated in this document by reference. Bidders are required to provide all information requested on the price sheets or may have their bid rejected. All vehicles, equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder on the Bid Forms at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or annual price adjustment as provided in this contract. 2.06 SEALED BIDS For purposes of this solicitation,a sealed bid is considered a bid submitted using the FSA Bid System. 2.07 EXCEPTIONS TO TERMS AND CONDITIONS Any exceptions,deviations,or contingencies a bidder may have to specifications or Contract Conditions,Section 3.0 of this document, must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the specification or item number and a written explanation for the request for exception.At FSA's discretion,exceptions,deviations,or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA of any inaccuracies in the specifications or required submittal documents.All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. Exceptions,deviations or contingencies to the General Conditions or Bidder Instructions,other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26, may be cause for the rejection of a bidder's submission. 2.08 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.09 EQUIVALENTS Page 2 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1901 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality,design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number(or product identifier)of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid,cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted,the offerings,specification or entire award can be removed by the FSA. When selling equivalents,vendors must disclose to the purchaser that an approved equivalent is being offered. 2.10 MANDATORY PRE-BID MEETING Prospective bidders are required to attend the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA Cooperative Purchasing Team to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Bidders have the opportunity to suggest technical modifications or corrections before the specifications are finalized. Questions relating to the specifications,the bid process, or award can be asked at the Pre-Bid Meeting. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested prior authorization, has met all prequalification requirements, and agrees to sign a memo of understanding(MOU) and agree to meet all the terms and conditions without exception and further waive their right to protest the bid process in its entirety or any portion thereof. 2.11 QUALIFICATION Prospective bidders are required to prequalify by completing all qualification forms by the date listed on the Bid Calendar.A bidder becomes a qualified bidder if they comply with this section and Section 2.10, Mandatory Pre-Bid Meeting. Qualification forms include: • Drug-Free Workplace Form, • Insurance Checklist, • Manufacturer Authorization Form for each manufacturer bid by bidder, • Emergency Vehicle Technician (EVT)Certification,if bidder is offering emergency lighting and sirens,and • Qualified Bidder documentation as required in Section 2.01. The qualification forms are located in the Bid System. Page 24 2020-2023 Fire Rescue Vehicles&Other Equipment 1902 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of 60 calendar days from the date of bid opening. Each specification,make and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the specifications bid for the duration of the contract award, unless otherwise addressed by a contract extension or price adjustment as provided in the contract. These prices must be inclusive of all of the components included in the base specification. Discount percentage will be clearly indicated on the pricing sheet as a whole figure and will accurately reflect the amount the base vehicle has been discounted. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined in Section 3.28 Administrative Fee. Prices must be Free On Board (FOB)destination. Once awarded,the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification.Options can provide an upgrade or downgrade to a manufacturer's model,such as a slightly different engine size, horsepower,or equipment,and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service,the bidder must include the registration and title fee as a separate option (i.e. line item) for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract.The additional discounts for each add option shall be decided by the vendor. Page 2 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1903 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidder must use proper factory codes for all factory options. Options available through the factory must be bid and supplied to purchaser as"factory"options, unless otherwise requested in writing by the purchaser. 2.14 SUBMITTAL OF BID Bidders are required to submit a bid using the FSA Bid System. Bid submissions include pricing for the base specification, as well as all other required documentation. The bid must be received by the date and time specified on the Bid Calendar. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. FSA Bid System:VendorLink Bidders must submit their bid electronically using the on Bid System,which is located at https://www.myvendorlink.com. Bids not submitted within FSA Bid System will be rejected. Bidders are encouraged to participate in training provided for the Bid System. User names and passwords will be issued to qualified bidders after registering in Vendorlink, qualified bidders will be invited to bid. Prices are to be rounded to the nearest whole dollar(i.e. $10, not$10.05).The bid system allows for cents, however the bid evaluation is based on the whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: •$.01-.49 will be rounded down to the prior dollar bid (e.g.$50.49=$50) •$.50-.99 will be rounded to the next dollar(e.g.$50.50=$51) Bid Submission To ensure correct bid submittal and formatting, Bidders shall: 1. Submit bid electronically through VendorLink for the applicable bid. 2. Upload files only in MS Word (.doc or.docx), Excel (.xls or.xlsx),and PowerPoint(.ppt or.pptx);Adobe Portable Document Format(.pdf);or Compressed File(ZIP)formats. 3. Enable printing on files submitted. 4. Separate and identify each part of the submission (i.e. document type, form type, content type) with a divider/separation page.) 5. Bids must be input into the standardized format in VendorLink. 6. Contact VendorLink technical support at support@evendorlink.com, if technical difficulties arise during bid submission. 7. Follow all instructions outlined in this Invitation to Bid and provide all requested information. Refer to Appendix H for bidder instructions for FSA bid system data entry. The bid submitted in the Bid System shall include the following documents: • Executed Contract Signature Page • Completed pricing sheet o Pricing sheet must be downloaded from the Bid System (VendorLink), completed, and uploaded back into the Bid System. Modifications to the format of the predefined Excel spreadsheet are prohibited, and will cause the bid to be rejected. • Bid Bond in the amount of five(5)percent of each item bid Page 26 2020-2023 Fire Rescue Vehicles&Other Equipment 1904 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Performance bone letter from a bonding company • Build sheet for each item bid 0 A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out,the document shall indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle or equipment as outlined in the FSA base specification. If vendor-installed aftermarket components are used to meet the base specification and these components must be identified on the build sheet. Build sheets for each item bid must be complied into a single .pdf document. Build sheets should be in numerical order by specification, clearly identifiable by specification or item number, and include model name and number. If FSA cannot determine which specification the build sheet is for,the item bid can be rejected as nonresponsive. • License and Certifications,as applicable 0 Emergency Vehicle Technician Certifications, as applicable 0 Florida Department of Highway Safety and Motor Vehicle Dealer Licence,as applicable 0 Florida Department of Highway Safety and Motor Vehicle Manufacturer License,as applicable o Any other safety certification or license applicable to specifications bid • Explanation of how warranty claims will be handled in the State of Florida,or Service Standard Plan,Section 2.02, as applicable • Any requested equivalents,Section 2.09,or exceptions,Section 2.07 FSA may ask awarded bidders to supply one hard copy set with original,written signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. 2.15 EXECUTION OF BID By submitting a response to this Invitation to Bid,the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award.The bidder must submit the Contract Signature Page with the signature of an authorized representative no later than the date of the final award. 2.16 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid, the bidder must contact the FSA Cooperative Purchasing Program Administrator immediately. Bid withdrawals are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.17 LATE BIDS The responsibility for submitting a bid before the stated due date and time on the bid calendar is solely and strictly the responsibility of the bidder.The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery,or any other occurrence.Any reference to time will be based on Eastern Time. Page 2 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1905 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.18 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar.The bid opening will occur at the Florida Sheriffs Association,2617 Mahan Drive,Tallahassee, Florida. FSA shall communicate the bidder name and if they have provided all the required information. 2.19 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will occur during the bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Contract Terms and Conditions. As set forth in Section 2.24, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.20 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information,documents or materials may be rejected as nonresponsive. Bidders whose responses,past performance,or current status do not reflect the capability, integrity,or reliability to fully and in good faith perform the requirements of the Contract may be rejected as nonresponsible. In determining a responsible bidder,the following factors may be considered: • Adequacy of facilities,staffing,and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements of Section 2.01, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements,specifications,terms and conditions of the solicitation,and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA's sole discretion, are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as nonresponsible. 2.21 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by specification and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second lowest bidder by specification and by manufacturer if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions.The Fleet Advisory Committee's review is submitted to the FSA for final evaluation and determination of award. Page 28 2020-2023 Fire Rescue Vehicles&Other Equipment 1906 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However, the FSA has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.22 FIRM BID Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty(60)calendar days from the date of bid opening,and if awarded through the duration of the contract unless otherwise addressed by a contract extension or price adjustment as provided in this contract. By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment for all bidder awards. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $5,000 per vehicle or equipment,which amount the vendor agrees is reasonable, or probation, suspension,termination or a combination thereof from current and future bids at the FSA's discretion. 2.23 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids,or separate portions thereof,and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers.A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option,the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.24 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease,except for procedural questions, questions regarding problems incurred in the use of the the bid system, or communications initiated by the FSA.All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. Page 29 2020-2023 Fire Rescue Vehicles&Other Equipment 1907 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT Once the bid has been awarded, the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles or equipment purchased from the this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract Signature Page warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract period,the vendor must notify the Administrator immediately. The Vendor Change Document must be completed,signed by an authorized representative and submitted via e-mail tot 11112111<I] I:.Pf..F r�Ir . A sample Vendor Change Document is located in Appendix C and online at the FSA website. 3.04 OPTION TO RENEW& PRICE ADJUSTMENT Renewal Option The contract may be renewed by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year to year basis.The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract.Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Price Adjustment Prior to completion of each contract term, and on an annual basis, the FSA will consider a price adjustment due to manufacturer certified price adjustments or as a result of any changes to national or state standards that require substantial cost adjustments. In the event of changes to national or state standards,the vendor must present verifiable changes in cost to FSA. The FSA will consider the cost changes and will make a final determination on the change in price. For any vendor-initiated adjustment to commence on the first day of the renewed contract term, or on an annual basis, the vendor's request or adjustment should be submitted 90(ninety)days prior to expiration of the then current contract. The vendor-initiated adjustment request must clearly substantiate the requested increase or decrease. For manufacturer certified price adjustments,vendors must provide documentation to FSA that such price adjustments are not in excess of other bid contracts or cooperative purchasing agreements and indicate the government concessions or discounts offered. If no request is received from the vendor,the FSA will assume that the vendor has agreed that the optional term may be Page 30 2020-2023 Fire Rescue Vehicles&Other Equipment 1908 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions exercised without pricing adjustment.Any adjustment request received after the commencement of a new option period will not be considered. The The FSA reserves the right to accept the renewal adjustment or to allow the contract to fully or partially terminate and readvertise for bids,whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA can add, remove, discontinue or suspend any specifications, or portions thereof, from this bid or awarded contract when it is deemed to be in the best interest of FSA and the purchasers. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor or Manufacturer performance; or • Lack of relevance of products/commodities. 3.06 EQUITABLE ADJUSTMENT The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 DISCOUNTS Discounts must be offered under this contract and shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for each specification and option listed. Discounts must be clearly documented in the bidders submission. The vendor has the authority to offer additional discounts based on quantity,as well as additional manufacturer or vendor discounts. Discounts are not required on any state or federal fees and charges. Discount ranges are not permissible. Discounts must be a whole percentage with no decimal place(e.g. 10%). 3.08 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered, i.e.the most current production model at the time of this bid. 3.09 PRODUCTION CUTOFF Production cutoff refers only to cab and chassis configurations within bid specifications.The vendor shall notify the FSA no less than 60 calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Page 31 2020-2023 Fire Rescue Vehicles&Other Equipment 1909 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Purchase orders received by the vendor 10 business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor and the manufacturer fails to produce or deliver the production year vehicle,the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion to choose whether to provide the next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the specifications, FSA may consider substitutions from the same manufacturer. 3.10 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.11 SUBSTITUTIONS The FSA or purchasers will not accept substitute orders of any kind.Vendors are expected to furnish the brand quoted in the bid once awarded.Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.12 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Under Florida Statute 316.003(1),authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must also submit Emergency Vehicle Technician Certifications for the individuals working for the bidder or the designated third-party supplier who will perform the installation. FSA reserves the right to accept certifications up and until final award. Vendors that will install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1 and Class 2 in order to be eligible for participation in the Contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the Contract. 3.13 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no vendor-installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or vendor-installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. Page 32 2020-2023 Fire Rescue Vehicles&Other Equipment 1910 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All factory ordered options are to be original equipment manufacturer(OEM)and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications,and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components,will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the Purchaser,the vendor shall be required to replace the vehicle with a vehicle that meets the required specifications,including factory installed components. In the alternative,the purchaser shall decide whether they will accept vendor installed components. 3.14 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications.All such accessories must be manufactured by an established manufacturer of the product provided.Vendor is required to disclose Make and Model of product being offered and the location, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any item that is less than or exceeds the factory vehicle or equipment warranty coverage. A vendor that employs a third-party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Emergency Vehicle Installation through EVT Certification Commission, Inc.or an approved equivalent. The FSA may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.15 NON-SCHEDULED OPTIONS FSA attempts to include scheduled,factory and aftermarket options in the bid document. If a purchaser requests a non- scheduled option that is not included in the bid document,the vendor may provide this nonscheduled option.The purchaser has the opportunity to request the vendor's discount pricing for any nonscheduled options during the quote process.At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.All non-scheduled options are covered under these terms and conditions. 3.16 REMOUNT (AMBULANCE) It is the responsibility of the awarded vendor to ensure that any remount services meet or exceed all insurance requirements under the terms and conditions of the FSA Fire/Rescue Vehicles and Other Equipment Contract. Remount service providers shall maintain a minimum of$5,000,000 in Product Liability Insurance and a minimum of$1,000,000 in Professional Garage Keepers Liability Insurnace. Proof of adequate coverage shall be produced to the customer upon request. Page 3 3 2020-2023 Fire Rescue Vehicles&Other Equipment 1911 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All remount service providers are to be registered with National Highway Traffic Safety Administration(NHTSA), as a manufacturer.The remounter shall be familiar with,and follow,all applicable and/or recommended OEM guidelines and practices as published by the OEM chassis manufacturer. This shall include the strict compliance with the New Vehicle Standard, registration requirement,and the Incomplete Vehicle Document(IVD)for the appropriate chassis. The remounter company shall be financially able to adequately support a warranty obligation offered to the purchaser and provide proof from a third party financial institution to the purchaser upon request.The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warrant the ambulance and furnished equipment against parts failure or malfunction due to design, construction, or installation errors, defective workmanship, and missing or incorrect parts for a minimum period of 12 months or 12,000 miles(whichever occurs first). 2. However,if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including any prorate arrangements, or the remounter generally extends to their commercial customers a greater or extended warranty coverage, the customer shall receive corresponding warranty benefits. It is also the responsibility of the awarded vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes date, time, and photographic proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the product and present to the awarded vendor upon completion of the remount. This shall include: 1. The evaluation and the physical assessment of the original vehicle; 2. The production sequence and process; and 3. Written and verified quality control and function checks. The remounter shall perform the following series of steps to determine viability of the proposed remount product: 1. The viability shall include a visual inspection of ambulance body module for overall condition to determine suitability for forward service life.This shall include the compatibility of the body to the proposed new chassis. This viability process shall include, and the remounter shall provide a Scope of Work to the awarded vendor, which shall include a detailed proposal to the customer:a notice of compliance of FMVSS requirements,including weight balance and payload projections and analysis. 2. The remounter shall inform the customer of any hidden deficiencies or defects discovered during the process; whereby remediation shall be mutually determined. 3. The remounter shall inspect and perform functionality testing in accordance to American Manufacturers Division of the National Truck Equipments Association standards. 4. The remounter shall provide final documentation of product and affix all applicable compliance labeling to the product. If a purchaser utilizes a remount service on its own initiative, the remount service provided shall be excluded from the terms and conditions of this Contract. 3.17 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly Page 34 2020-2023 Fire Rescue Vehicles&Other Equipment 1912 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control,or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.18 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item.The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. 3.19 ORDER The vendor shall submit a copy of the purchase order to the Coordinator within 14 days of receipt from the purchaser. To initiate a purchase,a purchaser issues a purchase order to the vendor,which shall include: •The contract number and title; •Specification number and item(s) purchased; • Prices broken down by FSA base specification item,and additional options; • Purchaser's federal identification number,and • Name,phone number and email address for the point of contact at the purchasing agency. Delivery or due dates should be discussed with the vendor at the time the quote is provided to the purchaser, or if no quote is provided,when the purchase order is delivered to the vendor. It is important to note that vendors do not have any control over production delays in schedules from the manufacturer. The purchaser should forward an executed copy of the purchase order to the FSA at the same time the purchase order is sent to the vendor. Emails or hard copies are accepted. Emails can be sent to coop@flsheriffs.org. If a vendor receives a purchase order for a specification for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three(3) business days. All vehicles ordered prior to production cut off and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order.The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle or equipment ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards.The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle or equipment into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser.The Confirmation of Order form is included in Appendix D. Page 3 5 2020-2023 Fire Rescue Vehicles&Other Equipment 1913 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.20 VEHICLE DELIVERY At a minimum, pre-delivery service shall include the following: • Standard Dealer and Manufacturer protocol for new vehicle delivery; • Cleaning of vehicle, if necessary,and removal of all unnecessary tags,stickers, or papers; • For cab and chassis,do not remove the window price sticker or supplied line sheet; • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Owner's manual and warranty manual to accompany each vehicle; and • A MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the Purchaser, if applicable. Vehicles that are missing this form,or have forms that have been altered will not be accepted. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Vendor shall complete delivery of the vehicle to the purchaser within fourteen (14)calendar days of receipt of the vehicle from the manufacturer or equipment supplier. This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle by the vendor is defined as acceptance of the vehicle from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 2,500 miles may be accomplished by driving the vehicle.Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an "OUT OF SERVICE"cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchasing agency. Incomplete vehicles would be exempt. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice, unless distance above 2,500 miles was previously approved by the purchaser.This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. All warranties shall begin at the time of delivery to the Purchaser. The purchaser's warranty should not be active for incomplete vehicles or vehicles delivered to an upfitter before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details.Transport deliveries must be unloaded and inspected by Purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. All vehicles must contain no less than 1/4 tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty five (35) gallons of capacity, a minimum of ten (10) gallons of fuel must be provided. Page 36 2020-2023 Fire Rescue Vehicles&Other Equipment 1914 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.21 INSPECTION AND ACCEPTANCE It is the responsibility of the Purchaser to inspect a vehicle for any damages. Each Purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery, the Purchaser may have up to three (3) days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the Purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and the submitted purchase order.Purchasers should inspect the vehicle for physical damage. Delivery of a vehicle to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle Specification 3. Copy of Manufacturer's Invoice or Window Sticker. Prices may be deleted from the manufacturer's invoice 4. Copy of Pre-Delivery Service Report 5. Warranty Certification 6. One complimentary copy of the printed owner's manual if requested,otherwise digital copies are acceptable 7. If the Vendor does not provide the tag and title,then the DHSMV 82040(Application for Certificate of Title and/or Vehicle Registration)which requires a signature of authorized representative Deliveries that do not include the above forms and publications will be considered incomplete and can be refused. 3.22 REGISTRATION, TAG AND TITLE Costs of tag and title shall not exceed the statutory rates. FSA Administrative Fee does not apply to tag and title work. Title items shall be the responsibility of the vendor. The purchaser, if a government agency, has the authority to choose to register and title the vehicle. Reasonable administrative costs for registration and title services, including obtaining temporary tags,tag transfers, and new tags are permitted.All costs associated with obtaining,filing and shipping of tags shall be listed as an option during Page 3 7 2020-2023 Fire Rescue Vehicles&Other Equipment 1915 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the bid submission for each item bid. Registration and title costs can include convenience fees, cost reimbursements for filing,obtaining or delivery of tags, or any costs over the original purchase price of the registration and title. Registration and title costs for registration and titling can be negotiated between the purchaser and the vendor. 3.23 CAB AND CHASSIS PURCHASES FSA highly recommends that all upfitting of cab and chassis be performed by vendors or third party suppliers that are licensed and/or certified to avoid unnecessary exposure to future liability. Vendors are required to register and title the vehicle when the cab and chassis upfitting work is completed by the vendor or the vendor's selected third party supplier. Cab and chassis can be purchased from vendors without any required additional fitting by the dealer. However, in this situation vendors are not required to register and title the chassis. If an agency chooses to upfit the chassis with a third party supplier not selected by the vendor,then the third party supplier must perform the state mandated registration and title work upon completion of the upfitting. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.24 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract.Vendors must invoice each purchaser independently. A Purchaser has three (3)working days to inspect and accept the vehicles or equipment.The Vendor shall be paid upon submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to local governments to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.25 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension until satisfactory evidence of correction is presented to the FSA. 3.26 INADEQUATE SERVICE When vehicles and equipment require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the defect.Such service or adjustments shall be initiated by the bendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. Page 38 2020-2023 Fire Rescue Vehicles&Other Equipment 1916 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The provisions of the delivery section shall remain in effect until the redelivery is accomplished. The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the Purchaser. 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS Purchase Orders The Vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen (15)days after the date of the purchase order. Vendors should scan a complete copy of the purchase order and attach it as a .pdf. Place the document title in the subject line of the e-mail and send purchase order copies to � rrrr�.�.f�.r�ilsrl�� I,rilsr rr�'I'. The files should be named using the following examples: Examples: County= Florida County,County of PO 12345 ABC County BCC PO 12345.pdf City= Florida City,City of PO 12345 ABC City PO 12345.pdf Sheriff=Sheriff Office of PO 12345 ABC Sheriff PO 12345.pdf Education= Institution Name P012345 ABC County College PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each awarded vendor. Quarterly Reports which do not adhere to the required format (Appendix F)or are not complete of all purchase orders will be returned to the reporting Vendor for correction of deficiencies. Quarterly reports track the deliveries in a given quarter. Quarterly reports do not track purchase orders taken in a quarter, rather purchase orders are to be submitted at the time they are received by the vendor. All quarterly reports are to be sent to Quarterly reports are found on-line in the Vondc,)r< ()1 li section of the FSA website. Quarterly Reports must be complete with the name of the vendor and the date. For example,"Spomot Motors"would be in the document header. Do not indicate the quarter on the top of the report. Do not send purchase orders with the quarterly report. An example of a Quarterly Report is in Appendix F. Quarterly Reports are due no later than the 151"day of the month following the end of the quarter. Quarterly reports should follow this schedule: Reports and Year 1 Quarter Period Administrative Fees Due Y1Q1 April 1—June 30 15-Jul-2020 Y1Q2 July 1—September 30 15-Oct-2020 Y1Q3 October 1—December 31 15-Jan-2021 Y1Q4 January 1—March 31 15-Apr-2021 Page 39 2020-2023 Fire Rescue Vehicles&Other Equipment 1917 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Year 2 Y2Q1 April 1—June 30 15-Jul-2021 Y2Q2 July 1—September 30 15-Oct-2021 Y2Q3 October 1—December 31 15-Jan-2022 Y2Q4 January 1—March 31 15-Apr-2022 Year 3 Y3Q1 April 1—June 30 15-Jul-2022 Y3Q2 July 1—September 30 15-Oct-2022 Y3Q3 October 1—December 31 15-Jan-2023 Y3Q4 January 1—March 31 15-Apr-2023 If a Vendor has no sales within a quarter,the vendor is required to submit a quarterly report and must indicate"NO SALES THIS QUARTER"on the report. Deliveries beyond the Y3Q4 period are to be submitted as a"Y3Q4 Extended Delivery"sheet using the same report format until the contract deliveries are completed for the current contract. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported,but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.28 ADMINISTRATIVE FEE The Florida Sheriffs Association charges three quarters of one percent (.0075) to procure, process and administer the Contract. After receipt of payment from contract purchases,the vendor shall remit all administrative fees to the FSA no later than 15 days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Vendors are to make notation of payments in a separate column for each line item of each quarterly report of the check number submitted for administrative fees paid each quarter. Bidders are to include the administrative fee of three quarters of one percent(.0075) in all bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee,will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The fee should never be listed as a separate line item on any purchase order. The administrative fee to be paid is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to Purchasers for trade-ins. Trade-ins,extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fee is the contractual responsibility of each vendor. By submission of the Quarterly Reports and admistrative fee, the vendor is certifying the accuracy of the reports and deposits.All reports and fee submissions shall be subject to audit by the FSA or the designee. Page 40 2020-2023 Fire Rescue Vehicles&Other Equipment 1918 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All participating vendors are responsible for ensuring the Administrator has the contact e-mail address for the person responsible for quarterly reports.There will be no reminders for the Quarterly Reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.29 LIQUIDATED DAMAGES The vendor warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and quarterly reports will incur liquidated damages in the amount of$25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 days can result in FSA, at it's sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications,disqualification from future solicitations,or termination for cause pursuant to Section 1.45. Schedule of Liquidated Damages Failure to submit quarterly report on time $25.00 per day Failure to report a Purchase Order to FSA within the 15 calendar days of the $100.00 per Purchase Order purchase order date Failure to Report Sales .0075 of the sales price plus 1.5%each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damages are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract.Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty, but are instead intended solely to compensate the FSA for damages,and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 41 2020-2023 Fire Rescue Vehicles&Other Equipment 1919 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistanceor rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. Bidder's Signature Date Page 42 2020-2023 Fire Rescue Vehicles&Other Equipment 1920 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:in(.J N B...... Il irrmffa in i;e CJ-e i;N ids st II::b irim �t DA� `ako INSURANCE CHECKLIST' 1. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida, 2,. Comprehensive General Liability(occurrence form), limits of liability $1,000,000 per occurrence for bodily injury property damage to include Premises/Operations; Products, Completed Operations and Contractual Liability, Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). General aggregate q� $3,000,000 3. Automobile Liability-$1,000,0100 each occurrence-owned/non-owned/hired automobiles included. _j 4. Excess Liability - $ per occurrence to follow the primary coverages. Y 5. The FSA must be named as an additional insured on the liability pol'icies; and it must be stated on the certificate. 6. Other insurance as indicated: J Builders Risk completed value $ ❑Liquor Liability $ ❑Fire Legal Liability $ Protection and Indemnity $ Employee Dishonesty Bond $ Other(Garage) $ 1,000,000 7. Thirty (30) days written cancellation notice required. S. Best's guide rating B+:VI or better, latest edition. 9. The certificate must include the bid number and bid title and lust F5A as the Certificate Molder.. Proposer and Insurance Agent Statement: We understand the insurance requirements of these specifications, as noted by the items checked above, and that evidence of this insurance is required within five (5) days of Bid Award. Bidder: Signature: Date: Page 43 2020-2023 Fire Rescue Vehicles&Other Equipment 1921 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appeir�(JN ( Veir�(Joir (_J'(air ge Fbirirn Florida Sheriffs Association Cooperative Purchasing Program Vendor Change Document Please complete this form to validate a requested change to Company Addresses,Contacts or Contact Information below. Include all sections where information has changed,old and new. FSA Contract Number(s)affected by change: Company Information Changes: Old Information New Information Old company Name: New company Name: Old Company Address: New Company Address: Old Company City: New Company City: Old Company State: New company State: Old Company Zip: New Company Zip: Company Contact Changes: Old Contact Information New Contact Information Old Contact Name(First,Last): New Contact Name(First,Last): Old Contact E-Mail; New Contact E-Mail; Old Contact Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This information is requested by an authorized representative of This request will take effect as soon as it is received by FSA by e-mailing to_C2QP2flsh_enfL$,_Qrg. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative Signature: FSA Office Use: Date Received: Change Effective: FSA Agent: Page44 2020-2023 Fire Rescue Vehicles&Other Equipment 1922 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions p p�:irr (J N D . (_"o it i ii irirn a t ii�iri Of (:)ir(.,A e it Ilw irirn CONFIRMATION OF ORDER Florida Sheriffs Association & Florida Fire Chiefs Association Fire Rescue Vehicles and Other Equipment BID NO. FSA20-VEF14.0 A Confirmation of Order form shall be completed by the Vendor and returned to the Purchaser 14 calendar days from receipt of purchase order without notification by the Purchaser. TO BE COMPLETED BY DEALERSHIP: Vendor/Dealership: Address: City: State: Zip: Contact Person: Phone Number: Fax: Specification No. Type Vehicle: Purchase Order Number: Purchase Order Received: Order Was Placed With the Manufacturer on: Under Production Number: Delivery should occur within calendar days after receipt of Purchase Order. A Copy of the Required Production Sheet(s)are Attached for Your Files. Comments: Purchaser/Agency: Contact Person: Address: City: State: Zip: Phone Number: Fax: E-mail: A copy of this form should be attached and submitted with the Purchase Order as the last page. Page 45 2020-2023 Fire Rescue Vehicles&Other Equipment 1923 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions pper clN E Main UfaCtUireir ALAtVioir zatbIrr�II:birlrn IWII aNUFACTUR RIs AUTHORIZATION - "WrrfUb o4ra�aiClaVltllPw kkk Fire Rescue Vehicles, Ambulances and other Equipment BID NIIED. FSA20-VEF14,,O This is to certify that is the manufacturer (Vendor/Respondent's Name) or a manufacturer's authorized dealer of , (Manufacturer/Brand Name( in the State of Florida. By: Manufacturer Name: Address: City, State, Zip: Office Phone. Mofaule. Phone: E-mail: Signature: Tit le PLEASE NOTE: This authorization form must the eureeuted by aan "authorized employee of the manufacturer ONLY. IDealers/Representatives are not authorized to execute t,Ns authorization form on heha f of the manufacturer. The rnran�ufacturer must execute this, a authoruzuation form even if they cane offering their own products. Failure to subrna t this authorization fOrrm with your response as required shall result in the dasquralificatuun of the response. ,Contract Teruaas and Ccmdr4uous Section Qualification Page 46 2020-2023 Fire Rescue Vehicles&Other Equipment 1924 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix I QUairteirl IRelpoirt [WSER'T'VENDC)R NAME HERE) QUARTERLY REPORT for BID#FSA20-VEF14.0 Effective Dates: April 1,2020 thru March 31,2023 Fire Rescue Vehicles and Other Equipment April I-June 301Y1-Q1 Zero Activity r"I Box Total PO Name of Purchasing Agency PO# city. Spec.# Vehicle Type PO Date Amount Admin.Fee Is Is July I-Sept=yl-Q2 Zero Activity U $ $ ,Oct I-Dec 31 IY1�Q3, Zero Activifty "I $ $ Jan I-Mar 31NI-04 Zero Activity j R.h-a t- $ Page Total 1 $ - Is Fees and reports are due no later than the 15th of the month following the quarter end Page 47 2020-2023 Fire Rescue Vehicles&Other Equipment 1925 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Ip Ip eirr(.1iix G ...... Bii(.1 C"aIeirr(.1ait FLORiDA BID CALENDAR '"ER'F`SmG"°C'A1'mw Bid # FSA20-VEF14.0 Fire Rescue Vehicles, ttr A , Ambulances and Other Equipment A'ii Contract Period:April 1, 2020—March 31, 2023 a � a Bid System Training-All Interested Bidders 11/6/2019 Registration Open for Mandatory Pre-Bid 11/15/2019 Specification and Terms&Conditions Review Workshop 11/20/2019 Mandatory Pre-Bid Meeting 1/14/20-1/15/20 Requests for Clarifications 1/27/2020 FSA Response to Requests for Clarifications 1/29/2020 Bidder Qualifying Documents Due 1/29/2020 FSA Bid System Opens 2/3/2020 Cone of Silence 2/3/20-4/1/20 Bid Submissions Due 3/2/2020 Public Bid Opening 3/3/2020 FSA& Fleet Advisory Committee Bid Review 3/9/20-3/11/20 Intent to Award Posted 3/13/2020 Bid Award Announced 4/1/2020 Voluntary Tel econference Workshop Instructions: Voluntary workshops are via teleconference. To participate, call in on the designated dates specified in the bid calendar at times TBD. Registration:ht, f©rrri,,,jotf ,m,,,,cam19204 i 12.5=)25iG 1 Dial-In: 1-800-920-7487 Participant Code: 68495418 Mandatory Pre-Bid Location: Volusia County Emergency Operations Center 3825 Tiger Bay Road Daytona Beach, Florida 32124 Mandatory Pre-Bid Meeting Itinerary: Fire Rescue Vehicles&Other Equipment-1/14/2020 at 9:00 am-4:00 pm (EDT) Ambulances-1/15/2020 at 9:00 am-4:00 pm(EDT) Page 48 2020-2023 Fire Rescue Vehicles&Other Equipment 1926 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e ir(.1 ix IHl FSA fficl Systeirn Data lir"llPLA lir�stiwcdoir�s (fir ffiddeirs FSA BID SYSTEM DATA INPUT INSTRUCTIONS FOR BIDDERS: FSA20-VEF14.01.-AMBULANCES&OTHER EQUIPMENT FSA20-VEF14.02-FIRE RESCUE VEHICLES&OTHER EQUIPMENT' Note: The attached Exhibit 1 is an example bidder screen in the FSA bid system and is for illustration purposes only. St Insert bid price in the"Unit Price/Percent"data input field as illustrated in Exhibit 1. Step 2: Insert the%discount represented by your bid amount for purchaser reference in the"Vendor Description"data input field as illustrated in Exhibit 1. Step 3: Insert vehicle picture link(which must be a public domain) in the"Image Link"data input field(if desired)as illustrated in Exhibit 1. Step 4: Insert vehicle options link(which must be a public domain)in the"Spec Link"data input field (if desired)as illustrated in Exhibit 1. Stamm Ulpioad vehicle build sheet in PDF format in the"Select Files To Upload"field as iiilustrated in Exhibit 1 Page 49 2020-2023 Fire Rescue Vehicles&Other Equipment 1927 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Ip Ip e irl(.1 x IHl FSA fficl Systeirn Data Ilirllpl,At Ilirlstirl,Acdoirls (fir ffiddeirs ('-"o irl t irl LA e(.1 EXHIBIT I (SB W—u—ilu 0—te;Bid Rens Spfeai r, ilrak x111 Dit—tions r0f Using the Q-tJBtd i141- 11H Sp-ei upload 0110i Re— Spro.dtsineet UPI—d QucteFBid Items Requested Tots I:I Ag...y It..Die-ripti.. V..d.,It..D-tinli Unit PHI Percent Extended PrIcei Percent Item 4 1 Make- I11C 'IpI Required:G roup:Fire Apparatus-iititjal Aq@cK Model: t d-,',5n R—,, M.W kn-lrr.ctu g.I11C M-8.1-F.,d F550 Model 9 Model ft: $0 00/0 Oct 1,a Is=Spear-1—1 R o ere�to spe �—Hans uploaded bud sy56enc de':4YRpk14d: t1 rT to he M I I ild �hy hid6, raii hA II fi0d) 0. I n)fj 4— "R�/,MAN@. Unit f M.....:e.,h Spec Ltnk: Pft.,P—emt:P- 8 an d N—Eci..I V.I..)5--Band Nsnie.,Eq-1 Sub-Total:$8A0 Vendor Bles The tolIrtwing flesale I h0ore a subi:WSS1011 IS inade: 7loposa8 0 select a fit,type: (Leave ei-k if a feewied file fYpe is not Usted if requ�red Ne type Psiied above is Wert 1;,ved o Me docuireM5 table,,vten a respolise is ready to be subaiVeSt you wiil nor be abie to submit yo,v e pones,) [-'proposall #M Select the fill to upload; Mid U'rl a(ShSt key doi,w Io.9eJect it)WI!,pie tiles) B.r.c..w.S..e.. 40 Chok on Add DoCument(s), Add Docuirreiil(s) Page 50 2020-2023 Fire Rescue Vehicles&Other Equipment 1928 Protecting, Leading&Uniting...since 1'893 �t yq f 8A,�frFLORIDA SHERIFFS ASSOCIATION V'! "' 2017 a&°ears D6ve,TaHa bass e,ff-Iodda 32303 pi:( 50)377-2163 i 9 P.O.B�o '1231 -'T'aIllahax-see,IFQwlda 323,17'�-2 5101 t:(850) 7 --8665 u� r , wwwlflshet-iff5�.org I 13 Contract Amendment FSA20-VEF14.01 Ambulances & Other Equipment FSA20-VEF14.02 Fire Rescue Vehicles & Other Equipment The Florida Sheriffs Association is modifying the contract terms and conditions of Contract FSA20-VEF14.01 and FSA20-VEF14.02, Section 2.13. This contract amendment is effective on May 1, 2020. The modification of the terms and conditions is permissible under Section 1.24 of the contract. The following language under Section 2.13 will be amended as follows: 2.13 OPTION PRICING Options may be sold, but only in connection with the sale of a base specification. The bidder shall offer discount below Manufacturer's Standard Retail Pricing(MSRP)or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. Options are intended to add or delete equipment or features from the base specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size, horsepower, or equipment, and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification awarded on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written base specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. The FSA has the discretion to disqualify bidders if the option pricing is excessive. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. If a bidder will offer registration and title services as a fee for service, the bidder must include the registration and title fee as a separate option (i.e. line item)for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. Page 1 of 2 1929 Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the vendor. Page 2 of 2 1930 COMPOSITE EXHIBIT B i000u au ili1Jl�p7 , Shop Order �"ii%M' ETR Monroe County Fleet Scott Newcomer 500 Whitehead Street Key West, FL 33040 Exp. Date: Quote No: 150-0054 TYPE I: 172T1 LWBFT 172 LWB Ford T1 Top Level Model GENERAL: Gen—Info ************BID STANDARDS*************** CHASSIS: F-4/550LB *******F-Series 108ca CHASSIS********** CONVERSION: 172T1 LWBF 172 x 95 T-1 LWB Ford Mod Body, Conversion BASE: 172T1 LWBFP 172 x 95 T-1 LWB Ford Base Price 11/22/2024 Job/Order No: 240F 29102-03 Page 1 PART NO S DESCRIPTIONQTY 00-00-0107 --Order Date: Post July 1, 2021 1 00-00-0113 < I--Ambulance Built to Star Of Life KKK-A-1882-F Certification, Latest Revision 1 Exceptions to be noted on final sticker. 00-10-0015 2 Vehicle Quantity Vehicle) 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1- MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 22 9 t 2224 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 2 REFERENCE UNIT 2m 20OF 27164 1 00-91-0028 2' R V2ttRITL DATE: 9-29-21 1 00-91-0040 SEAT BELT POSITIONS MODS 1 00-91-0042 --CAB SEAT BELT MOD: 1 00-91-0044 1- Total: 2 Positions 1 00-91-0050 -- REAR SEAT BELT MOD: 1 22-91-0052 1— Total:3 Positions 1 00-99-9000 Revision Level: 0-Zero-ORIGINAL VERSION 1 00-99-9030 Change Order Level: 0-Zero-ORIGINAL VERSION 1 01-1 F-0000 Type I AEV Traumahawk Modular Ambulance 1 01-AT-1F48 < 2024 Ford, F-550 4 x 2 Reg Cab, 193" WB,XLT Turbo Diesel t 01-3U-0000 2 --Anti Rust Spray, Detco:Installed on Unit t 01-FL-T106 -- Tire, SPARE:Matching, Random Make t 01-FM-T101 I--Location:Shipped Loose t 01-TU-0112 2 —Jack and Tire Tools Shipped Noose t 01-FM-4WH3 -- Wheel Finish:Polished SS Wheel Simulators(F-550) t 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard t 1931 11/22/2024 Job/Order No: 24OF 29102-03 Page 2 PART NO S DESCRIPTIONQTY 01-FU-0200 2 --DEF Urea Surcharge, Emission Compliance Fill upTi 01-SZ-0006 < 1--, Backup Camera fixed system 872 Ford OEM install on module Type 1 F series II�II�M earrnera wr fl n u ro weafll rer rnlhfl6d, adpu bstdb e IlDornli'Uaiou n, I:)rgDl aye I'into 0I If1 111adi'o 06-EC-31G6 -- Camera Color:as received May be black or gray color 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 I 04-SU-1729 < --Liquid Spring Rear Suspension:F-4501550 2022+ HIND III lf Oxygen n II i ip I'n Hnstal led fll ne n i i fl ne 02 C i nll 1 IDoor is nnllDern Pll ne Ilw ne6l: ng sunnnllDe n,nlioun wlill not du,nrrnllD uburU:lill door ii,s dosed' :��ai1; 2U�J&2I��'...ID2'14"'1II:���S4 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install I �nli r to d6liivery, detaiill dqDwIrnent us to unstallll a Dad( IDecall our Ullne dadn: 24-2 -0602 2 n - Kneeling Feature:Enable 2wnn1'1eh Located in CAB console and On FF Filler � Cabinet deviii')e)n Illoea')liionm adallllll one evi tlflinm ureach of an attendant a')anndliinmg on )the guiroend, oe't'auide 1[ie uinodellle III'' oll4lllll be uimenmeooed 'fiuimoiin 1[ie noallllll oeuimlanme IdO"'III I Il iree Wag Swit'n:m[nliiung 04-SU-0612 --LOCATION:Sw panel on Face of CS cabinets near RA door I 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear I 04-SU-2022 < --Liquid spring controller shipped loose with completed unit Deal^"-to I',unniall rnrlilln n;u stoinei-onn aimival' 04-SU-220Y --Liquid Spring Surcharge Jan 9 2024 1 04-SU-03F6 --Rear Stabilize(Anti-Sway)Bar: OEM, Ford F-4501550 ZZ-ZZ-ZZZZ 1 01-YO-0002 BODY Generation 10 01-XO-0002 < I--Body Certification Provided to Specification-Gen 10 1 Ire Body Maunubfadu iiiung grou.,D ernrlufies flI at Ullfs Ardbdance Moo llan Ibody Ilnas Ibsmn n n;rnunniimw.ted of inate11 s and ineillnnndn UIInat i,neet or em;a~ed 1IIne standards an imrng,Ored by UIIne III .�V Geiirera'doun '10 Body SIDedfiea'dour of II' nrllnru nary 24, 2944 are Ip red re Ibody dl all be Il::0ft and n;nnunnpimw.ted 10 flI e eurllninitted aroimllw order and PIIne I:V Ge neraPinnirn '10 nu..nlilld standards M llrou t eacqAon Any IDeoiiaUoons to Ullre onorllr order or Ge ner7aUooun 19 Inuril'd standards i,nurni Ilnave witteun aufllnnnimizapi'rnun IlDimioim to Ibody d6I:very to AI V by pllne I:V Body II ungiiun&n r on fine. 02-00-0002 XS n --Body Build Information ' d Iuin�mllh euiml;..)o Ni Account Illganmageirr IIIgIiill06e CllleeiiAs Q,iaoowo ""I""y9e 2924 III ouimd, III ggg 4.a 2 1411I19d II''1eg Calllnny 193"Wd!111, M. I nnuimlllbo 11�1liieoelll leauim Suqqeinsiiioiv ggg (!j eliid SII,)uimmu°ng, 02-00-0003 < I--ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF+ OR- 1/4" 1 fUunllnnss gDedfed as a roiiurornunrn drnens, on 22-F2-1093 Body, Mod: Type 1 LWB, 172"x 95"x 72"Interior HR- 6"Body Drop F 1 02-00-0006 --Headroom: 74172"Finished Interior-Ducted A/C 1 02-00-0060 -- Compartment and Entry door Full length Stainless Steel Hinges std 1 02-00-0050 2 ej*o Air Vent.Ex lerion; Used on Rear of Body Con.Exhaust Only 1 02-BO-CC01 < -- Compartment Construction:STANDARD, Unless Specified Otherwise 1 21'den aund Il aw.w': 100 nllned Ar urinrunurin II)rainrnnnd II'°Mate oroll arfrneurU nnlillliung': .999 Mu,nrN nunrn 2llr&n t 1932 11/22/2024 Job/Order No: 24OF 29102-03 Page 3 PART NO S DESCRIPTIONQTY 02-BO-SFLO < -- Compt Floors:Sweep-out, even with bottom doorjamb UmmUurlless 21pedfied fllrei*se 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 I-- Compartment Ventilation-Flap style#VT-2495-A01, STD I 02-BC-0604 I-- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F O FCC 0122 --Body Drop: 6"Both Sides,Ahead of Rear Wheels I 02-M1-CE05 -- Curb side Entry Door(CSE):82.812 High x 31 Wide T1 LWB 02-BO-09B0 -- Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 02-BO-CESL -- Curbside Entry Door(CSE)Location:Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-zzzz I-- I 02-B3-MD64 --Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate 25 L 29SZ < --ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount I housing gllri nllral (cur i:H1 CS door or ipJlr imigllri flood swaft(:;Ur 05-I -29 < I--IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED gllri nllral (cur i:H1 CS door or ipJlr imigllri flood swaft(:;Ur ZZ-ZZ-ZZZZ I-- I 22-MI-M,169 2 < I--M—"I C:oi)ip 't(2F)m 22 HP%, 22.d11"H 22.°12d11" W °19.d11"D wA(Iffl"fa ooi)i aimii)ieti't 2111'anllr 211r1'eld': Add a deiler;iim Illain Il::reieenr IC..1 aunt IC...2 ire ellrl'eld aapei. nlllanllr iimrin UII re earapar&rneu rU Ilau over s 22-F2-CfCC I < I—M-1 Compartment Construction:Smooth Aluminum ILOS 21',den au rd II Uw.k 090 A9 urniH rui,n 911 reet UCarall arUrneur� r lillliur2': .999 Mu,Niio wn 211r& t 22-F2-CfC O8 I— Compartment Door Panel:Diamond Plate O F2 CFA&f 2 e I— Compartment Surface Finish:Speed Liner, Black-M-1 I O"'I"'2 ouiargauiCuiareo't Roouir'to Be Speed LlAed Clllaelll( 02-BO-CFNO I--Component Finish (Shelf/Tray/Divider):Standard 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door I 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard I 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 05-EL-4M18 2 e I--Light, Compartment:Maxxima LED 18", EA, ILOS I Pg""I""C NoW 'o III ght h6e ui egeliiuired O"'I2 Ll ght Iligounted on C6llllAg Neair Door 9aui 111 08-B1-02LI --Prep for 02 Lift:NONE I 09-ZZ-ZZZZ -- 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"Hx 22.125" Wx 19.5"D I 22-F2-CfCC O < I--M-1a Compartment Construction:Smooth Aluminum ILOS 21',den au rd II Uw.k 090 A9 urniH rui,n 911 reet UCarall arUrneur� Cfr lillliurg': .09C Mu,Niio wn 211r& t 22-F2-CfC:28 -- Compartment Door Panel:Diamond Plate O F2 CFA42 2 e I— Compartment Surface Finish:Speed Liner, Black-M-1a I O"'I"'2 ouiargauiCuiareo't Roouir'to be Speed CliAed Clllad( 02-BO-CFNO -- Component Finish (Shelf/Tray/Divider):Standard 1933 11/22/2024 Job/Order No: 24OF 29102-03 Page 4 PART NO S DESCRIPTIONQTY 02-BO-CC1B I--Compartment Ventilation-M-1A Pancake Fan & 1-Column of Louvers 02-BO-SWFL --Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 -- Compartment floor thickness.125"standard 02-BC-10A0 --Compartment Door:SINGLE DOOR, 1-point Latch 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 05-EL-40N1 < I--Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, I ..IL.F I"' Ih lde, Ceii nt rred 12-ZZ-ZZZZ I-- I 02-M1-M275 2 M-2 Compt(2Fp1g)m 42.d 11"Hx 42.Cd 11"W '12.5 11"C O F2 CCM2 < I—M-2 Compartment Construction:Smooth Aluminum ILOS I &des au rd 1Cad(lr CCC Mu Nii rwn &r&r t C;r i nll aiii nau ni II ��i1��i n': 125 AC ui nii wi,n S11 eeY 1Corall a�froour� C�rlillliur2': .CCC Mu,Niio wn 211r&r t 22-132-C:CC28 I-- Compartment Door Panel:Diamond Plate O F2 CFA42 2 < I— Compartment Surface Finish:Speed Liner, Black-M-2 I O"'I"'2 ouiagauiCuiaeo'p Roouir'po Be Speed CliAed Dlad( 22-132-C:4 I I--Component Finish (Shelf/Tray/Divider):Speedliner Black Each 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. I 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS (std) I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees I 04-TS-11 D3 2 n I--M-2 Shelf, Adjustable, Ext..125 Alum, 2"Upward lip IdO"'III S[idlf to be Speed II iiuied II Illa(::J( 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes I 05-EL-4M36 2 n I--Light, Compartment:Maxxima LED 36", EA, ILOS g"1i""II'p INote IINo Ill gl[it Il16e uie(!Jdliuimed IdO"'III goeu°lt Il...liig[i't Ori C6llllirig IINeauim II'.loouim Caiin�lb 25 316 2 0 -- Condenser, 12V. VALEO#25062, Dual Fan, Front of Module I as gauir'p of P 2 24-Cp -/C p 1 XS < I-- COOL BAR Front of Body, (5)- WARNING LIGHTS Pre-Drilled 9x7 1 W' ! II)G :...II 1VAC 900 Woi-[l s for 900 sl:,ze std l:4l te, also 19 ftdp Cfxn veimnionn II aungae Use of III re wedge us ,ru,blb ect to ei qg i reerliu q revr ie aid alpprovd for Lgll rt du b1C II Clpe III ,nod6s 04-HA-1362 -- Warning Lights installed on Condenser cover I 12-BO-0002 --Painted Part-Painted White YZ Std 06-RR-13ZO I—Standard Conduit: 1-112"", with pull wire I 06-RR-1304 2 CONDUIT DUI ORIGINATION POINT:M-1A compartment � 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) I 06-RR-13Z1 -- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std 06-RR-1301 I-- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet I 06-RR-13T2 I-- CONDUIT TERMINATION POINT:Behind Driver's seat 09-ZZ-ZZZZ -- I 22-MI-M379 2 M-3 Compt(LP): 61.511'µ Hx 3311" W '12.5111"C O F2 CCM3 < I—M-3 Compartment Construction:Smooth Aluminum ILOS I &des au rd 1Cad(lr CCC Mu Nii rwn &r&r t C;r i nll aiii nau ni II ��i1��i n': 125 AC ui nii wi,n S11 eeY 1Corall a�froour� C�rlillliurg': .CCC Mu,Niio wn 211r&r t 22-132-C:CC28 I-- Compartment Door Panel:Diamond Plate p 1934 11/22/2024 Job/Order No: 24OF 29102-03 Page 5 PART NO S DESCRIPTIONQTY O 02 CFA43 5 e I__ Compartment Surface Finish:Speed Liner, Black-M-3Ti O"'I"'S ouiagauiCuiaent Roouir 10 Be Speed LlAed Clllaelll( 22-O2-C F I --Component Finish (Shelf/Tray/Divider):Speedliner Black Each 2 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O 1 M..II.B IIJO II II: Ira1: dl aii uii ill Wflr Hnn&n (41") Ilrad s allraee H1 e II rat at dI e a6olluung Ilev6l 02-BO-CC12 U e I Compartment Rei nforretnen Wall nn12:MTB I 0 I F allllll #2 10 Ill e Pelii miouireed for SCBA Cuiraelll(ete III melalllllled 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard I 02-BC-1000 -- Compartment Doors:DOUBLE DOORS, ILOS single 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 54-55 1105 5 e --Shelf, Fixed, Ext..125 Aluminum, 2" Upward Lips I 'O"'I5 5liiaed edellfi 10 Ill e frouia WalHl #1 10 WalHl #3 and aviiillllll be alll:oae SCBA Cuirad(ete 0 I F 5ln6ll to Ill e Speed LlAed Clllaelll( 24-TS-1422 5 Divider, Veifica1, From Fixed Shelf 10 CCeilling, alum, Ole 1 Id140I II :)1Mdeuim to be frouinn III'ilaed S[idlf to 1Cefl11 u°ng aund 1Ceu°nteuimed luimouinm II.ei1 to II'Ziigl[it )1Mdeuim to be Speed II'...iiiuned II'IIIII1111an:mlll( 05-EL-4M24 5 e I--Light, Compartment:Maxxima LED 24", EA, ILOS 1 Pg""I""C NoW 'o Illliight lnollle ui egeliiuired NO F Iligoen t Light on C6llllAg Near Door Jauialll: 09-ZZ-ZZZZ I-- 1 02-M1-M575 S I--M-5 C:oi)ip 1.(OO)m 42 CIO, 4'1.d"12511"0 2211" W 2'1.011"D 1 Id140I II I Il ire MH be aun 8" altliinm ell°:anme uiin 1[ie toll°: of 1[ie n:moui i�m:auimlui ieu'll 22-O2-CCCC45 < I--M-5 Compartment Construction:Smooth Aluminum ILOS 1 21'den au nd II aw.r: 125 Ar u i ni a nu i,n S1 neet Cornnlpwlrneu nt Bottorn: 135 Ilu.0 N nu urn 211 r& t C ninll aiiineunP Ceil'i'ung: .09 Jrlu i,niunu i,n, S1neet O 02 CC08 I— Compartment Door Panel:Diamond Plate 1 22-O2-C FA45 S n I— Compartment Surface Finish:Speed Liner, Black-M-5 1 I40 III; 1Couinnlpairtii neu°nt III'�Ioouim to 141e Speed Il...iiiuned 111111an:mlll( O 02 CF 1 --Component Finish (Shelf/Tray/Divider):Speedliner Black Each 3 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O 1 C II III II O 111: lead r:;Rnaununel : lln Pllnimee (C"") Ilnrnlee allnrnee H1 e Ilnad at Pllne r:;eiliung leeel'. 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door 1 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 04-TS-1200 5 n M-5 Shelf, Fixed, Oa1m.°125 Iuminum, Partial Width 211"lips Upward 1 Id140I II fixed a[iellli to be luimouinn fixed 6%4deuim to Wdllll 113 liiin ioirwauimd ellpw.e all° II':uimoa 42" eg 1uirouia III:ollouia of eoui:ngauirloiaeol See C1uiraaviiing 1935 11/22/2024 Job/Order No: 24OF 29102-03 Page 6 PART NO S DESCRIPTIONQTY 04-TS-17N1 2 e --Divider, Vert, Full compartment height, alum,Adj, UnistrutTi I""nuiree 'lallllll eviiid'1 n eee'1liionne of d6iie'1uire'1 on the Ilbad( wallllll 11boa'1 3"" 'fuirouia 'tog and Ill:o'1'louia aund ou°ne liiun 1[ie uinflddllle o11[ie n:mouiimll° auim'l'uiimeu 't''foui 1[ie adj wa'tineun't 1l6lele Jliigln'1 Hdo e limn eoui:ngauir'loiaeol aeliillllAg 'fmoils Iligiiielll(eg NO d.lji,ee'lalll:llle 111iialiideaur'10 be Left of Cliiaed 111i4iideuir 24-TS-1422 2 I__Divider, Vertical, Full compartment height, alum, Fixed ICY II iiaed dliMdeir to be 10" 'frouin Wdllll #:3 'fuimouin e'14iiui nm[4iiuim e't'ouimage 'foirwauimd of dliiaiiideir 04-TS-STR1 2 I--Strap:2" Webb Seatbelt buckle chrome footman loops 1 I Il liio e't'uimall°: liio't'o eenmeuime'1Ililiiunge'luimouin uinoAing Wi lle'1'IIie ce[iliinmllle life liiun ui lo't'Jiioun dO""""III........'.. ""'uimoiin Wallllll #1 to III""'ilaed II')1Mdeuim 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 1 05-EL-4M18 2 I--Light, Compartment:Maxxima LED 18", EA, ILOS 1 U1"1""II' INote IINo Illliigl[it Il16e uien:eliiuimed I40 I II lgoeu°n't oun 1C6illlliiu°ng IINeauim II)oouim Jauiinlll: 09-ZZ-ZZZZ -- 1 02-M1-M675 2 M-6 Compt (d)m °1 "H °12.5111" W °19.5111"D 1 22 F2 CCM6 < I__M-6 Compartment Construction:Smooth Aluminum ILOS 1 2iides au rd 1Cad(l( CJC Mu b N nwn dll n& C;ni nll aiii neu ni Il nnilnni n': 135 A u i ni nu i,n 311 neet 1Carall an rneun� C lillliurg': .CJC Mu,n N nwn 211n& t 22-F2-C:C O8 I— Compartment Door Panel:Diamond Plate 1 22��BOF ���CFA46 I— Compartment Surface Finish:Speed Liner, Black-M-6 '1 02-BO-CFNO I--Component Finish (Shelf/Tray/Divider):Standard 1 02-BO-SWFL -- Compt Floor:Sweep-out, even with bottom doorjamb. 1 02-BO-CC41 I-- Compartment floor thickness.125"standard 1 02-BC-10A0 -- Compartment Door:SINGLE DOOR, 1-point Latch 1 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-40N6 < I--Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC, ILOS 1 C II..II IlNot&a I"' II lnnle Centered iHi Coi,nlpaiiineunl n,eill'ung 09-ZZ-ZZZZ I-- 1 02-M1-M775 I--M-7 Compt(RF): 67.5"H x 25.25" Wx 21.0"(Below FL), 1/0 1 02-BO-CC08 -- Compartment Door Panel:Diamond Plate 1 02-BO-CCN5 2 < Cg 2 Compartment Construction FeioM(Floor Level: Smooth Aluminum 1 ILOS 2i',den au nd II aw.w': 090 A u i ni a nu i,n 311 neet 1Carall an rneun� C n lillliung': .CJC Mu,n N nwn 211n& t 02-BO-CC08 I-- Compartment Door Panel:Diamond Plate 1 22��BOF ���C1 d S e I������ Compartment 2 a ffaee Finish Speed"Liner, Black M����7 1 O"'I"'2 ouiagauiCuiaeo'1 Roouir'10 Be Speed LlAed Clllaelll( 02-BO-CFNO I--Component Finish (Shelf/Tray/Divider):Standard 1 02-BC-10A5 -- Compartment Door:SINGLE DOOR, Forward hinged 2-point Latch 1 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle:Set to 90-100 degrees 1 05-EL-4M36 2 e I--Light, Compartment:Maxxima LED 36", EA, ILOS 1 U1"1""II11 INote IINo Illliigl[it Il16e uien:eliiuimed IdO"'III lgoeu°nt If...liig[n't oun Wdllll #:3 01 Illg"7' 1Couiimll°:aui lui ieu 't 1Ceu°n't'euimed 1936 11/22/2024 Job/Order No: 24OF 29102-03 Page 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I-- 02-1141-114888 1—M-8 Drawer(RF):None-Batteries Under Hood i 02-M1-RA03 I--Rear Access Doors:46 314" Wide x 60 518"High i ZZ-ZZ-ZZZZ -- t ZZ-ZZ-ZZZZ -- t WELDING -CELL 1 04-A A2 C S < 1__(3)Placard Holder, 12"x 12", with Placards Top Load,Aluminum "U" Trim 1 style Option includes Painted smooth placard inserts. Color Red, REV to cut(3) 12" x 12" aluminum smooth insert sheet placards and paint job color of the body. Welded plate with drip rail edge placard holder style Shipped Loose for Dealer to Install After Graphics are Installed f AS S004 I—Painted Part-Painted Special color to match Body S ZZ-ZZ-ZZZZ I-- 04-AS-06A1 Fuel Fill: CPI Housing with Drain 53 FGT0053-1-238 i 04-AS-0801 Urea Fill: CPI FG5301-1 Inlet Housing 1 04-AS-0370 I--Wire/Hose Cover : Diamond Plate, Between Cab & Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < I--Pass-Thru cab mounted wind deflector-Aluminum Diamond Plate 1 AEV Weld shop builds and installs, Attaches to Cab side of bellows mount. Same width as bellows mount with short down turned sides. Secured on sides to bracket. Small up-turned lip at back of wind deflector. non-Painted 04-BW-ABME S < Bumper, Rear:Medium Duty Style HD lute Fratned"W14" Tail DPpontoon 1 covers )DII'''tCII'°°°IIASII II':)WI III III 111130Ii)Y I140III Dedoiuiin II')u'I'g Style II,luui��ipeir aind Willlllll Douint Undeuim III I�:mlllk Il)llla'I'e aind Willlllll unot Dauiaage Aliieillk Rate liA Reauir End Acddeu't 04-BW-FLMD < --Step, Center:2"x 7"Grip strut, flip-up i : U VII:'tAIh..UASI'' II::)Wf..IL.IL..0 IIIIAII::Y 04-A 300 S --Dock Bumpers:Rubber 2 114"Hx 16" Wx 2" Thick 1 24-B141-F22 < --Fenders, Rear:Rubber Extruded, Black 1 MTB#7215439 04-BW-DP0l I-- Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 24-F141-DP10 I--Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum 1 04-BW-TA04 --Location: Centered in the kick plate i 05-EL-44TN -- Tag Light:Kinequip LED#132703C 1 04-BW-DP92 < I-- Corner Caps: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Corner Caps. 04-BW-DP93 < I-- Front Stone Guards: 24.0" High, Alum Diamond Plate 1 If there is a body drop, add the appropriate height to Stone Guards. 04-A 1460 I—Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE i 04-EA-1132 --Mud Flaps Rear:Modular, Rubber AEV LOGO 1 25-A2-3904 < --Lights, Cab Step:2" White LED, chrome flange mounted in box front, i Whelen AcdvaUe Il:u Tall) IDoors ConsUan II of 1937 11/22/2024 Job/Order No: 24OF 29102-03 Page 8 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I- Ti - 04-A - (4)Rear Door Hold Opens:Grabber Style, Top/Bottom each door ILOS 1 EXTERIOR LIGHTING/ HEAT/AC/INSULATION -CELL 2 05-EL-1800 CORNER CAP LED ICC/WARNING LIGHTS 1 05-EL-18FO I-- Front Corner Cap LED ICC/Warning Lights: Warnings RED/WHITE 1 05-EL- 8F3 < I--Front Center ICC Lts:(3)AMBER Weldon LED No 9186-1500A 1 Switch w/ Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 I-- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 SS L 18R3 < I--Rear ICC Lis:(3)RED Weldon LED No 9186-1500R 1 Switch w/ Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC0l I-- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 SS L 2310 Tail Lights, Whelen LED Combinations, ILOS, 1 05-EL- 9M4 S I__Side Marker Lights PAIR:(2)RED LED, Whelen#TOROOMRR, l WiiIIII GuimouinmuinmeI ""I""GII',"'Z IIIH2 I40"'III Houinted oin &do of Il Zeair 'luui rmll eir If)oi nlooins 05-EL-2314 S a I-- Whelen 600 Series, Tail Lights l Vein lcalll IlHoun ted On Kid( Rate 4[i Gui4l0 Oullll oauird. "'I""uuirnn Gsslsuiry and Bad( Ii, Ill oauimd 05-EL-0201 I--Flanges:(6) Chrome for above 600 Series Tail lights-INCL l 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated l SS L 2333 I--Back up, Whelen 600 Series, LED, Pair, Minimum Intensity l 05-PL-LX89 S I Turns: ( ) 141helen 600, Super AMBER LED/AMBER LENS, Programmable l ILOS Piroguirauisn Steady Guuirnn to oui 111 Oi ""I""uuirnn &gnmallls ZZ-ZZ-ZZZZ I-- 05-EL-4300 Patient Area Turn and Stop Light Indicator: None 1 05-EL-43DL Third(3rd)Brake Light:NONE 1 SS��ZLSF��4SSS SCENE/FLOOD LIGHTS (Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2)LED-24, Whelen 900 l Sllnimoime ilainges for Pllnis II',gllni iun(;.'Uded 06-EL-18LF --Left Flood Activate:Left Flood Switch l 05-EL-45T6 < --Right Scene Lights:(2)LED-24, Whelen 900 l Sllnimoime ilainges for Pllnis II',gllni iun(;.'Uded 06-EL-18RT --Right Flood Activate:Right Flood Switch and open CSE Door l 05-EL-46CQ S a --Front Alley(2)FireTech Mini Brow(FT-MB-2.9-FT-B)LED-Black l I""II I IIISII'II22111 I II3 Q I 2 11.1 uiin(:[i Illou g can I[i, II:Illlanmlll( II°°°Illousling F III°"I F I IPH G 1°°°°I FSG O""I"""S 4 Glllaaill( uisnounlliinmg Ilbui aalll(sls add n:mointirolll swllnmlli oin froint systeii n n:mointirolll II°:ainel 4O 111 wire I unm[i '[)odtfle Slanmlll( Allllllay II uigll GIs IIIHoui nlud Ui ndeirineal[i Air(1 (: Wedge oin Di liiusuir S Fassssgeir&de for Allllllsy Liights S II I""GHED LEF I""ALLEY AND RIGH I""ALLEY 05-EL-46R6 I--Rear Load Lights:(2)LED-24, Whelen 900 l 06-EL-18RE I--Activate:Rear Flood Switch, Reverse and Lead RA Door l 05-HD-OOFB S a AC(HVAC):VALEO HWP F-Series Ducted in Ceiling- Vert.bh seat, 2nd comp l Wiirllll Ifllllllllllan:mluimliin:m Ilhealauim uallNe IiHoun ted GsNrid the Attendant Seal Hasa Fadrig Rear of '1''irualll( lii,ullludes esleiiliiouim n:moindeiinseir, (II°:l(i mlll( (moindeinsouim IIIaIIIbeIed II IWI)) (:.oindeiinseir 25062 1938 11/22/2024 Job/Order No: 24OF 29102-03 Page 9 PART NO S DESCRIPTIONQTY condenser, Requires separately purchased 2nd compr bracket system 05-HA-0406 -- Water Pump:Installed required f 05-HA-1306 --A/C Condenser:See M2 Cmpt for Condenser Information t 05-HA-14P3 --AC Evaporator.VALEO/ACC(AC/Heat unit) w/dual fans-Hot Weather f Vertical 05-HA-1404 --Heater Hoses:EPDM-Nomex Rubber(per Ford QVM) f 05-HA-14A0 --Side Plenum Grille, Return Air:Stamped Powder Coated Steel t 05-HA-14B1 --Filter, Washable Carbon Pre-Filter f 05-HA-15A0 --Ducted AC Delivery:insulated&foil wrapped, 10 registers t 05-HA-14R0 --Hella Relay Connector:Installed f 05-HA-2005 --Patient Ventilation System.4 inch Power Intake, 4 inch Power Exhaust STD t 05-HF-14C2 < --2nd AC Techni brkt& Comp Late 2024+Diesel Ford F+3rd party install f I UIN 1302 :crm I crd I:: cllrass, is Ilforrs6r Manu..rfadubrered on orAl! I May 2024 Super duty II es6 I 1141 e r;Umssl:s. Bracket requ.. res IlDreventaU:live rnaa u.rtenau.ce to Dreserve warranty trans CIlrrrck the e(r. ruri a Il::aiie for rUei ils. C141CI111°'...`1`1 1 7208C 10-HA-02ST I--AC Control:Heat or AC and Fan Speed selector switches t 05-IL-0051 CEILING PANELS: ACM Gloss White 1 05-IL-0261 -- Dome Lts, LED K-EDGE (4)Streetside, (4)Curbside std 1 ZZ-ZZ-ZZZZ 1-- 1 22-EC-0900 < I— Timer, Spring wound Constant Hot, Checkout, 15 Minute 1 Located on curbside wall at head of squad bench. 06-EC-09P1 -- Timer to Power:Street side DOMES, High intensity f ZZ-ZZ-ZZZZ I-- 29-MK 0801 -IV Hook No 1: CPI Rubber IV 2008-1(Recessed Mount), ILOS 1 29-MH-1000 I--LOCATION: Over head/chest area,primary patient on COT t 29-MK 2222 --IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount), ILOS 1 09-MH-08P2 --LOCATION: Over head/chest area, secondary patient on SIB t ZZ-ZZ-ZZZZ I-- I 09-MH-2AC5 < --Recessed CIS Grab Rail, ceiling: 1.25 Dia..... 3 pt, 72in, Gray Antimicrobial 1 Grab Rail will be recessed in a ABS pan. 09-MH-2ASS -- Streetside Grab Rail: None 1 Insulation PKG: Body Std. 05-IN-1STD -- Insulation: Circumferential PKG, Single Layer Reflective w/Air cell core 1 05-IN-3STE -- Insulation: Entry Door, Reflective w/Air cell core 1 05-IN-4ST9 -- Insulation Sound Deadening: Generation 10 Floor 1 05-IN-5ST0 -- Insulation: Walls/Ceiling, Additional : NONE 1 05-IN-6STD -- Stepwell Insulation: None 1 22-2F-2 t22 < --Light Bar Alternative, (4)Across Front, 92"or wider 1 In Addition to Standard Front Three (3) Body Warning Lights. Seven (7) Total Lights Across Front of Body. 05-LB-6222 --Front of Module SLED System-92"and wider(4) t 22 2F 2242 -- Whelen, 900 Super LED, (4), (2)Red&(2) White f 22-2F-6897 --Flasher for LED front of module:None t 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above f 05-PL-LV11 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable 2 IA TS 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 1939 11/22/2024 Job/Order No: 24OF 29102-03 Page 10 PART NO S DESCRIPTIONQTY 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 05 PL V'10 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 ZZ-ZZ-ZZZZ -- 1 05-LB-6900 S Alternative Lightbar Switching, Prim/Sec 1 II�II;II'� II uigll�'1'a Il:�uimliiui��mauiMgNRe�:mou�dauiMg hli4e Liights R i ii auirg O 'mlllg 05-PA-LBOB I-- Rear Light Bar: NONE 1 05 R A TLF WHELEN LED WARNING LIGHTS YS TEM-F-series LTD 1 O5-FS-0710 F Flasher:None,All Super LED's Are Programmable- 1 aaly Alll'1'eiriia'1'e wd[iil ii ea(mlhi 'fia'leui ey II'Zai doiin III aalhi eutlleoa o1lheirwioe II°:e(mJ lied Allllll 900 a If...uiglhi'1'a Il:)uimoguimaiin 1'19 A( ioii Ill iaalhi "7''00 Reauir III 'm'1euireecflon Liights Piroguirauier '#31 Acflon Rash 05-FS-10P4 --Flash Pattern:None, Internal Light Head Flasher 1 00 RWAR02 R < Warning Light SWITCH:PIS, center console, PARK secondary 1 R i iinauirg duiroge'10 eeeo 'mdauirg liA Raul lllk ouir Neutii4l O"'1"'F Allllll Allleauir Foirwauird Fad rig airn�iAg Llights'10 Go Oa'1 liA Raullllk ZZ-ZZ-ZZZZ I-- 05 PL TO5 --(2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange 1 05-PH-LSOB --Flanges:(2) Chrome, 5TIR6 Lights 1 05-PH-LTOJ R --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS 1 Ruiroguirauier '#21 05-PL-LX00 I--Lens color for Above LED Light to be: Clear 1 05-PH-LT28 R < 1--(2)Front Intersection, Whelen LINZ6, SLED, Chrome Flange 1 PROGRAM '#21 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add 7 Side Warning Lights, :NONE 1 ZZ-ZZ-ZZZZ I-- 05-PL-LU30 --(1) Center Front Warning Light: Whelen 900(Super LED) 1 05-PH-LSOH --Flange:(1) 900-Chrome Flanges for light above 1 05 PL R 'A"1 --Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable ILOS 1 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE 1 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZZ -- 1 05-PL-LU40 --(2)Front Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 1 05-PL-LXF3 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 ZZ-ZZ-ZZZZ -- 1 05-PL-LU50 --(4)Side Warning Lts: Whelen 900, (Super LED) 1 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above 1 05 PL R 'A0 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 1940 11/22/2024 Job/Order No: 24OF 29102-03 Page 11 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I-- 05-PL-L U5"1 (2)Rear Intersection Lis : Whelen 700, (Super LED)IATS 05-PH-LS08 --Flanges:(2) 700-Chrome Flanges for lights above I 05-PH-LT5A --Locations:(1)over each rear wheel well opening. 22 PL 2 22 --Light: Whelen 700, Super Split REDIINHITE LED/CLEAR LENS, Program 2 ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXY4 --LED Color for Above 700 Super LED:RED/WHITE 2 06-SW-0022 --Rear Intersection Lights Switched:PRIMARY/SECONDARY I ZZ-ZZ-ZZZZ -- 05-PL-LU60 --(2)Rear Warning Lts: Whelen 900, (Super LED)ilos I 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 05-PH-LT6A --Location:REAR, (1)in EACH Upper outer corner. I 05-PL-LXF3 -Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 2 25-PH-LT84 --LED Lights:Programmable, Single Light 2 ZZ-ZZ-ZZZZ -- 22 PL U62 2 (6)Rear Warning 21e. Whelen 900, (Super LED), I TS I 05-PH-LSOA --Flanges:(2) 900-Chrome Flanges for lights above 05-PH-LSOF --Flanges:(4) 900-Chrome Flanges for lights above I 05-PH-LT6C 2 --Location:REAR, (2)aligned w/EACH upper window in RA doors. IgO"'l l4'.; (2) II eft auid (2) Il,lrg[i'l' Clint 111earm al 111earm Wd iiidow Il..eeelll (1) II''W & (1) IlW/Aiii lllbeir on Each 2rliide [armliieerm guide W llllll be IlW gll° II° err led/Aiii llhberm Il.o weir 2aeeeogerr 2rliide Wlll be Iced/Aii rlll eir l ggeir Red Cowen 05-PH-LT6C U I- Location:REAR, (2) aligned W1 upper Warning Ligl'r'l'e on Rea), 1 gO"'l II ormale (2)Addlii'lliiou,4ll ddll[ielei 900 II'W II rg[i'l'o Illu lllrroarmd of gl'ai dar`d gll° II° err 111earm Iced Cliiglr'le 05-PL-LV1"I --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable IATS 4 05-PL-LX00 --Lens color for Above LED Light to be: Clear 4 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 4 25-PH-LT84 --LED Lights:Programmable, Single Light 4 05-PL-LV29 --Light: Whelen 900, Super RED/AMBER LED/CLEAR LENS, Programmable 2 IA TS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 2 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 2 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 2 ZZ-ZZ-ZZZZ -- 1 22 PL U72 --(1)Rear Center AMBER Warning Lt. Whelen 900, (Super LED) I 05-PH-LSOH --Flange:(1) 900-Chrome Flanges for light above 1 051PL 2XF7 Light: Whelen 900, Super AMBER LED/CLEAR LENS, Programmable ILOS I 05-PL-LX00 --Lens color for Above LED Light to be: Clear 1 05-PL-LXZ3 --LED Color for Above 900 Super LED:AMBER I 25-PH-LT84 --LED Lights:Programmable, Single Light 1 ZZ-ZZ-ZZZY -- I ZZ-ZZ-ZZZZ -- 1 05-ZZ-ZZZZ 1 ELECTRICAL-CELL 3 05-IL-2035 --Pre-wire, (1), For Customer Installed Rechargeable Flashlight, I 22-1N-12N 9 2 Location:M-3 Compartment On Wall 21 Above Fixed Shelf Height 1 05-IL-10P0 --Powered: 12v Constant Hot I ZZ-ZZ-ZZZZ -- 1 1941 11/22/2024 Job/Order No: 24OF 29102-03 Page 12 PART NO S DESCRIPTIONQTY 22 22 2222 2 < I-- Customer Supplied Part(s) : Yes See account 1 1) One Radio Head for Console 2) Dealer Supplied Stryker Power Load (Received 5-2-23) 27 22 182 I— Custom design wood console included in Order 1 11-ZZ-090D < I-- CARS GVS 2.0 Exception C.8.5.5 Lack of Anti-Theft device for Idling 1 By declining to select an appropriate anti-theft device for this chassis, The Agency is non-compliant to CAAS GVS 2.0 for the likely event of required idling of the chassis while unattended. This applies only to agencies selecting CAAS Compliance. CAAS GVS 2.0 requires; The chassis shall be equipped with an anti-theft device to prevent the vehicle from being driven by an unauthorized operator.". 22 t2 2222 <Rechargeable Flash Lt.Streamlight, SL-20LP, Orange, Installed 1 LITE-SL20LP 05-IL-10L0 2 Location: On Passenger Side of Center Console t 05-IL-10P0 --Powered: 12v Constant Hot t 06-AL-47SU Hand Held Spot Light: None 1 06-AL-4900 < I-- Cab Spot Light: None 1 Not Require by KKK-F 06- M—S I—AEV Traumahawk Telematics Declined, Not required 1 06-BA-3F46 Batteries:2-Battery System - Type 1 OEM AGM Batteries FORD t 06-BA-3F5B I--Batteries:(2)Underhood(Type 1)AGM t 06-BA-3FJ1 < I--Battery Make:(2) OEM t Battery Brand must match 06-BA-Q631 < I--Battery Switch: Cole Hersee 2484-16 Paddle, T1 center console t SWf II CCII.I II...00;ff II IOfN II,)�'Pvers" sI',de of(:.enntei-n:;db nsolo. 06-BA-3FW4 --Batteries Wired:Parallel for higher amperage t ZZ-ZZ-ZZZZ -- 1 tt2 Lt"u� tt52F PWR Door Locks:Module Doors-Full Mod T1 Ford 1 06-EC-050A I--Door Locks, Tied into OEM System Type 1 Ford t 06-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors t Must alko operate the Mo2'uu e �:�Iower Door Locks Opfliouned 06-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles t 06-EC-05K0 -- ONLY the following doors shall have power door locks: t 06-EC-05M1 --Electric Door Lock:(M-1)Left Front Compartment t 06-EC-05M2 --Electric Door Lock:(M-2)Left Middle Compartment t 06-EC-05M4 --Electric Door Lock:(M-3)Left Rear Compartment t 06-EC-05M6 --Electric Door Lock:Rear Access Doors t 06-EC-05M7 --Electric Door Lock:(M-5)Right Rear Compartment t 06-EC-05M9 --Electric Door Lock:(M-6)Right Rear, Forward Compt t 06-EC-05N0 --Electric Door Lock: Curbside Access Door t 06-EC-05N1 --Electric Door Lock:(M-7)Right Front Compt t 22-EC-2800 < Door Unlock Switch, Momentary, Exterior, hidden t OIII Vunstallapl'()un of ::emote IDoor II rn:;Rw Sw,:t(;.h feature may I'un(;.reasa lilw6l'Ihood of ubunaubflrormnze2' eur&.nm C uu r'&:o onrll rlialle By d neddii rg 'l.11 fls op'li.liou r, Ip..urd raser fu ball rer agr&r s to Il nolM or (:;hassle imaununfw.tu rei- Ilnarrnlasn for any Ions of vdfl! .;e or n;()nnte nts (:;au sed by uburllawhull access 06-EC-0802 --Location:Front Grille/Bumper Area t ZZ-ZZ-ZZZZ I-- I 06-EC-3015 < Ford OEM backup Camera installed, Cable, Displays into OEM Radio 1 Ordered with Chassis. This product has no BRAKE light capability. 06-EC-3509 Circuit Board: RMR Rail System, W/ LED Diagram-Type I 1 06-EC-CB03 -- Circuit Protection, 12V: Blade Breaker- Manual-reset 1 1942 11/22/2024 Job/Order No: 24OF 29102-03 Page 13 PART NO S DESCRIPTIONQTY 06-RR-23F1 I-- Ind Light Flasher: Thru 14S Flasher Unit 1 06-RR-2400 I--Type I -CAB Wood Console: Pass Thru - 14" OAW std design 1 06-RR-2315 I--Type 1 LED Rocker Switches Front and Rear Switch Panels Standard 1 06-EC-3570 I-- Master Switch: Front Only 1 06-MC-0810 1—Smart Volt Meter: (1) Kinequip 8.0 thru 16.0 Volts, Digital w Low voltage buzze 1 02 R 23C f I-Engraved LOGO:None 1 06-RR-2311 I-- Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light: Activate w/ANY compartment door switch. 1 06-RR-2313 I-- Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 I-- Indicator Light: Halogen RED"Door Ajar" light 1 06-RR-2316 I-- Flashing light: Activate w/ANY Mod entry door switch. 1 06-RR-23C4 S I--Door/Comp Ajar Buzzer:Activate with Entry& Compt Door 1 This is in addition to Indicator Lights. NOTE: Activate only in gear 06-RR-23LO I-- Illumination strip LED for Front and rear switch panels 12v 1 ZZ-ZZ-ZZZY 1-- 1 07-RR-24AO I--Console Finish: Black, Textured "Easy Grip" 1 07-RR-24A5 I--Wire Harness Routed Behind Driver's seat, No Cover Required 1 071? 0201= I-Add-on Console: Type 1 1 07-RR-02 S I--Drink Holder:(2)In Add-on Console, Big Gulp Size 2 071? S2 2 I-Drink Holder Location:Middle 2 07-RR-02FO S Note Book/Clip camda ccctm ��2 � Width S 611" Wide f 07-RR-02F3 I--Double removable Lexan Divider(s) f 2 -FF-2301 S Customer Supplied Radio:Installed in Console(Reference Engineering f Dr ufflf'ly) O I D Ra6o Wi Il be II4istalllllled On Doi lveuir&dc of Consollle (See Engiuneeii liirig Duiraavi ng) 07-RR-2354 I- Glove Storage:(3) Glove Box Storage Across Rear of add on console f 07-RR-24AO I-- Console Finish:Black, Textured "Easy Grip" f 07-ZZ-ZZZZ -- f 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 5&ZG,43OS I-- Cut Off Switch:Auto reset,momentary style 1 11-ZZ-0936 < I--Exception to 3.14.6 Cancel switch for back up alarm NOT ALLOWED, f >> Cauu�:;nl na:ip�:;Ru i��im Il:::a�;p,..all alaimin uu��i al4 a d l„uin na:ip�;lu ISu VS II tl fl ISCCI II) from flhe 6leatumiaall d6sgi 0l g CSCS :C S 2.0 I',II uu()p Il niminii plluin en(;ell ii(uu an ()iw!uly 2'l, 2 21 06-EC-GR0l Ground Straps, Module to Frame: (Qty 4) Braided 1 06-IA-0001 Converter, 125V to 12V: NONE 1 0 tO 0250 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS I--Portable Equip Charging Circuits:Included in Inverter f 06-EC-03AA I--PREWIRE LOCATION:(1)Cab Console, (1)Behind A/A f 06-EC-03C9 --Portable Equip Pwr Source:Ignition and/or Shoreline f 06-IG-03A0 --Battery Charger/Conditioner:55A-Built into Inverter f 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries f 02 IO 5427 --Inverter Location:M-1A (ULF) Compartment f 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED RADIO POWER 06-EC-03AO I-- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I-- Radio Power Source: Battery Switch Hot 1 06-EC-03GO I-- LOCATION: Behind Passenger's Seat 1 06-EC-03A2 I-- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03BO I-- Radio Power Source: Battery Switch Hot 1 06-EC-03EO I-- LOCATION: Behind Action Area Board 1 1943 11/22/2024 Job/Order No: 24OF 29102-03 Page 14 PART NO S DESCRIPTIONQTY ANTENNA LEADS 22-FF-t710 < I__Antenna Base w/Coaxial Cable:KE794#1 1 MOUN-KE794 06-RR-01P0 --Port Plate:None-Access thru center upholstery panel t 06-RR-1760 < --Roof Location:Roof Port#1 t OTIIC K724 one u� D itlln edg of n;u�nimllbs�:de eiint� door n;enntered sI',de to sI',de as uneaim as IlDosss:llble 22-FF-1772 < I-- Termination Point:Inside Center Console t T 0 uJ N 1K 794 06-RR-1809 1-- Patient Area Radio : None 1 06-SO-0000 125V SHORE LINE AND OUTLETS 1 22-2C-2222 --Shore Line Inlet:20A Super Auto Eject, ILOS 1 06-SO-OOL1 --Inlet location:Aft of Left Front compartment t 22-S -0805 < --Indicator Light, Shore line: Weatherproof,power by SL, Red t un4l'n;ai��im Ii',711ni In:;ai4 all::�oIlnim liun iunlp. 22 S 080Q < I--Auto Eject Mounting Plate, Metal Painted t e'i.all mounding IlDlat e to fit Tub&:a II pest'l:yllDe dn01-6luu es' 12-BO-0002 --Painted Part-Painted White YZ Std t 22 S 1010 - Cover, White, Shore Line Inlet: 20A Super Auto Eject, ILOS t ZZ-ZZ-zzzz I-- 06-SO-1400 1-- **125 Volt OUTLETS** 1 06-SO-12 t 2 1-- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#1:20 A, White ILOS 1 06-SO-140 I--LOCATION:Action Area, standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 22 S 12 2 2 1-- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#2:20 A, White ILOS 1 06-SO-1442 --LOCATION:RF ALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 06-SO-12 2 2 -- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#3:20 A, Hosp Grade t White IA 06-SO-140 2 LOCATION:Extended coonArea, (See DraWh7g) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t ZZ-ZZ-ZZZZ -- t 22 S 12 4 2 1-- 125 V W(Dual USB(1-A & 1-C) &Power Light Outlet#4:20 A, Hosp Grade t White IA 22 204 1422 2 LOCATION: C,. 2 t uu�a�mLai2"o Loao T����o�m aoo C�man��if'� 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t ZZ-ZZ-ZZZZ I-- I 06-SO-1100 **INTERIOR 12 Volt OUTLETS** 1 22 S 0X7 1-- 12 Volt outlets two separate single outlets 1 06-SO-1222 I-- 12VI USB Combo Outlet, No 1:- Wire thru Med Isolator ILOS t 06-SO-11L1 I--LOCATION:Action Area, standard location t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 06-SO-1912 I--Power Source:Medical Isolator, Battery(CONSTANT)Hot t ZZ-ZZ-ZZZZ I-- 22 S 1224 I-- 12VI USB Combo Outlet, No 2:- Wire thru Med Isolator ILOS t 06-SO-11L1 2 LOCATION:Extended coonArea, (See DraWh7g) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical t 06-SO-1912 --Power Source:Medical Isolator, Battery(CONSTANT)Hot t ZZ-ZZ-ZZZZ -- t 06-SO-1103 I-- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 I--LOCATION:RFALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 1944 11/22/2024 Job/Order No: 24OF 29102-03 Page 15 PART NO S DESCRIPTIONQTY 06-SO-1913 --Power Source: The SAME as outlet No 1 t zz-zz-ZZZZ -- t 06-SS-060A Siren: Whelen, 295HFS2, Standard F-Series 1 06-SS-SA27 -- Siren Speakers:CPI: SA4327 with Chrome AEV laser cut cover, flush F series 1 06-SS-SW01 -- Siren/OEM Horn Switch: In Cab Console 1 06-SS-SW04 I-- microphone clip not installed Tie to Siren Microphone cord. 1 03 SS 1313 Air Horn System:BUELL-F1 1 06-SS-1301 < --Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t n ni nruiir:;h Irnr;ated on divers nl',de, 06-SS-1305 --Air Tank Mounted to Frame Rail t 06-SS-1310 --Emergency Master Hot t 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty t 03 SS 1347 -- Compressor Location:M-1A Compartment t 22-SS-1 F.) < Air Horn Location:Under Front Bumper, F-450 and F-550 2017+ t 1011' II 550 may regOre rer,nss r:;u t i into All nal'au nr;n ...Ai i II)aim 06-SS-1321 --Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) t 06-SS-1332 --Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) t 06-SS-13M0 --Air horn mounted system Standard chrome finish 2 CABINET SHOP -Modular 07 SS 182 -- Custom design wood console included in Order 1 ZZ-ZZ-ZZZZ -- 1 07-00-0001 <ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF+ OR- 1/4" 1 Unless specified as a minimum dimension. ZZ-ZZ-ZZZZ 1-- 1 Cabinet Configuration 27-22-MC OB Mica Colors:Gloss Beige 1530-01 ILOS 1 zz-zz-ZZZZ I-- t 07-00-PCON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07 St SAd7 < I--Att. Seat:EVS Comfort 1880P4B 10deg Child Safety Seat Taupe Per4max t Black Seamless,nn, taupe Cornfoil serm es foarn, ei nan Il:l a(*4...II i II I6t 27-SE-090 t S BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std t (2) II'')oslii'lliiou°n Swivel, Ill' ouimwauimd or II''teauimwauimd, Outll7 I40"'III douun'l A'lleu°ndau°n't Seal' II,lase So 11he Seal II';la:mlll liis 30" Ill uimoiin 11he Seat Il;llw:mlll( to the Head of the Cot t t-SE-24 2 I__Attendant Seat,Armrest:None t 07-AC-4401 AS AC CABINET:Evaporator, Std Location Behind Att Seat Facing Rearward 1 07-ZZ-ZZZZ 1-- 1 07-BH-4801 AS dH Cabinet, Behind A tt Seat. Cabinet "H"I(Eleo Cab) Facing Rearward 1 07-CA-VEN7 -- Plastic Vent: (2)Total, 1 column x 8 row, Vent 01 1 07-DR-WDOE -- Door, Single Solid Flush Fitted Electrical Area 1 07-CA-2100 --TRIM: U-shaped Door, J4rim opening 1 07-DR-OR04 -- Hinge Orientation: RIGHT 1 07-HW-HIN1 -- Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07 W S0 t 1 Round Pull Latch:Non-locking- Chrome Finish 1 11_X0_0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-BK-0001 S n Bulkhead C:abine't 32 Under Talk Thrum Ins tailed 1A TS, To House Norcold Fridge, t I40"'III S'laiiiuflless Steelll Couun'teuiColp wd[i a 3N4" Illliip oun allllll 'four sides 1945 11/22/2024 Job/Order No: 24OF 29102-03 Page 16 PART NO S DESCRIPTIONQTY 07-WC-AS21 2 u Tray. Stainless Steel l 3/4W, LIIIl')& Oin allllll '/iouuim slides ZZ-ZZ-zzzz I-- I 07-BK-0002 S Bulkhead Oabi e't 11 Above Talk Thrum Ins tailed 1A TS, See Drawing t 07 Ltt2 L 24 --Door:Single Flip Up 318"Lexan l 07-DR-LZ20 I--Hinges:Reel Torque t 0 tm W S0,11 I—Round Pull Latch:Non-locking- Chrome Finish l 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-TS-1200 --Shelf Track:Small alum Unistrut type l 07-CA-0600 1— (1)Shelf:Adjustable with Alum Trim t ZZ-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 07 t"l 3300 CURBSIDE UPPER: Over SIB, Mods 1 27-CU-K"123 -- Cabinet K1, K2, K3:(3) Openings with flush dividers t 07-DR-LX24 --Door:Single Flip Up 318"Lexan 3 07-DR-LZ20 I--Hinges:Reel Torque 3 0 tm W S0,11 I--Round Pull Latch:Non-locking- Chrome Finish 3 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 3 07-ZZ-ZZZZ -- l 07-ZZ-ZZZZ -- 1 07 t"l 3400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Cabinet L m (1) Opening With (2(Adj shelves t 07 Ltt2 L 22 S Doors, Double, OuedaT Lunged, 318"Lexan': l 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1)RIGHT and(1)LEFT l 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors t 07-HW-SO11 --Round Pull Latch:Non-locking- Chrome Finish 2 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 2 07-ZZ-ZZZZ -- l 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S I�� Cabinet, (4( Glove Stora,deand"(1)Mask Storage, 45'Section of RF At..,S l cabinet, 07-DR-LX06 S Door OuedaT He, 318"Lexan': 4 glove and(1)Mask dispense thru l 07-DR-LZ10 I--Hinges:Stainless Spring Loaded 3 07-HW-SX11 I--Round Pull Latch:Non-locking- Chrome Finish l 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- l 07-RF-CADR I-- Check the specified Walk through Door type (Station 5) 1 07-RF-1148 S u I Cabinet t 1 Upper Lett Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 27-DR-LXXE I—Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 I-- TRIM: U-shaped Door, J-trim opening l 27-DR-OR03 I—Hinge Orientation:LEFT t 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge l 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door t #IL......00112...02A 07-HW-SX12 S I--Round Pull Latch:Locking- Chrome Finish l 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- 1 07-RF-1248 S Cabinet 1-2: Upper Right 1 07 t t3 Litt °l3 S u Door Single Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S TPRIMm U-shaped Door, 3-'trim opening t 07-DR-OR05 2 Hinge Orientation TOO' l 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 2 1946 11/22/2024 Job/Order No: 24OF 29102-03 Page 17 PART NO S DESCRIPTIONQTY 07-HW-SO12 I--Round Pull Latch:Locking- Chrome Finish f 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each t ZZ-ZZ-ZZZZ -- 1 07-RF-1348 S C:abi et I-Sm C ustom (Referee ce 20OF 27164) 1 07-DR-WD25 S Ooor, Single Solid, Flush 1 07-CA-2100 1—TRIM: U-shaped Door, J-trim opening 1 07 OIC 0ICS4 I--Hinge Orientation:RIGHT 1 07-HW-HIN1 I-- Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 I--Round Pull Latch:Non-locking- Chrome Finish f 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-RA-IOAl I--Outside Access: Thru M-7 (RF)Compartment door. 1 07-RF-0001 I-- Interior MICA Color: White cabinet liner 1 07-TS-1200 I--Shelf Track:Small alum Unistrut type I 07-C: -0608 S (S) Shelves:Adjustable mica over substrate With Alum Trim I 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 07-SA-0000 1 07-SB-4401 S SQUAD D BENCH: Set Oack at Seating Position 1 NOTE: Set back seating area of the bench for a wider aisle. (Reference 20OF 27164). The Squad Bench Lids Will be Cut Back to Foot Ledge Recess with Minimum Overhang. 07-SB-0001 I-- See Upholstery Section for Post and Wheel Cup info 1 27-2F-1121 S I__Bio-waste/Sharps No 1:Roll-out DRAWER 1 NOTE: The drawer will have a non locking chrome latch on drawer. NOTE: There Will be access to sharps and trash through top of bench using a separate red lexan overlay door. 07-HW-SL01 2 Drawer Slides:Full Extension,sion, Detachable 122 LB capacity STD I 07 W S'O'I1 Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-SB-0999 --LOCATION:At head of Squad Bench, Roll out over step well I 07-SB-1005 -- WASTE CONTAINER: 6 Quart 1 07-SB-1015 S s SHARPS CONTAINER: Customer Installed ILOS I HOLE CU""t IIIN DRAWER 1"0 FIII I CON..t 311 AND CUS I 01VIER WILL III S..t"ALL SHARPS COII't IAIIIIIdIIIIIIIIIIII'"'t ZZ-ZZ-ZZZZ I-- I 07-SB-1001 I-- Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S Curbside seating loot platform Vinyl flooring to match main floor I 07-SB-LID2 -- Squad Bench Lids: Split-2-section 1 07-SB-LH00 I-- Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LH03 I-- Lid Checks: Gas shock, Dual Action 2 07-SB-LH07 I-- Latch, Squad Bench Lid: Slam Action Paddle, W keeper 2 11-XO-0030 I--Stowage rating label -Squad bench interior, entire area 80 Ibs 2 07-TR-SB0l I-- Edge Trim, Lids: Band w/ Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 S s I--Restraint Net, Removable, at head of SIB, Black Webbing 1 NOTE: Attach to Top of Bench Due to Drawer 08-ZZ-ZZZZ -- 1 07-TC-0000 1 07-TC-6401 S TOP CABINETS, A, O1 and 02 to be Three Equal Sections 1 07-TC-A644 S Cabinet : 1 07-C B-DR50 I—Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07 3900 S s Oividers, (6)Adj 3116"Le ap:, WI ABS slotted"track EA cal: I O..t..F &iu Leuu:m Sliiul deuirs Follllll H6ght of Cull Aet 1947 11/22/2024 Job/Order No: 24OF 29102-03 Page 18 PART NO S DESCRIPTIONQTY ll-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30Ti pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 F Cabinet F 1 m 1 07 CF 1 R31 0 Doors; Cabinet F°1 0ecurme Latch Restocking 0liding Window 0op hinged 1 07- -3900 S Dividers, (0) d 011011'Le an, WI ABS slotted track-EA cab � Id140 II &x II eaavi II')1Mder e III'ellllll 4e gl[it of Calllrrvle1 ll-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 1 pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 d Cabinet F2m � 07-CB-DR31 0 Doors; Cabinet F2 0ecurme Latch Restocking 0liding A indowrr 0op hinged I 07- -3900 F Dividers, (0) d 011011'Le an, WI ABS slotted track-EA cab � Id140 II &x II eaavi II')1Mder e III'ellllll 4e gl[it of Calllrrrie1 ll-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 1 pounds applied 07-RF-0007 I--No Inside Access to Exterior Compartment I 07-ZZ-ZZZZ -- 07-ZZ-ZZZZ -- 1 07-WC-0000 1 07 At(,'4420 0 WA I L CABINET. o CPR Seat wrrld tended Action Area 1 07-WC-A441 2 Action Area:Extended � 07 At(,' 021 0 < --A/A Tray:Stainless Steel, with 3"Back splash I Orr all flNree sides aurd Ilrave a rear Ilra(* spl adl 07-WC-AA30 I--Bio-waste/Sharps A/A:None I ZZ-ZZ-ZZZZ I-- 07-WC-AABD I--Action Area Board:Black Grip See Station No 6 for content I 07-ZZ-ZZZZ I-- 07-WC-CN01 0 a [°° Computerm r°awrrerm wrrith Lid; Under° oiion r°ea 14w5"W 2"11 inside I iiggrroaliiraraie liAter liiorr drraren§l ons 14 2"" w a "" it a 15 d f ire drrawerr edallllll be eer:rermed rar111i ovie (1) Qlvrorne 111orru d Il.or:mlll(ruvig Il..atrmlli I ieire e[4l1l be a rrlllearm Il exam irl aged eoeeir ev th a iilrrgerr hdo e on tog of the elll de out drraweir earriaee for a wii hill ng eermiarme oaerm 11[ie elormage armea I 11 e drmaweir avid jarirlllr armea el[idllll be IiiIrirrned liirl alllerrrliAuiirr rarollld'liAg 01 F 1Ceieireaee 20OF 27'104 for grraweir Foeailiiorr 07-H141-S011 F I--Round Pull Latch:Non-locking- Chrome Finish ILOS -10 lb rated 1 07 dC1'"i C003 I__ Cabinet C. DELETE i 07-WC-D014 0 Cabinet D DELETE 1 07-ZZ-ZZZZ I-- i 07-14IC-EO00 CabinetE.DELETE 1 07-ZZ-ZZZZ I-- i 07-WC-F641 F a Cabinet F. Custom (ge,e,Drmawrrirrg) 1 I4 111 rmalllrrru el III' 10 be 12 111ee1p avid Illvu.ireaae II'Ill6g[i1 10 27'" Illriside 07-CA-06B0 0 a 0helves ( )Fixed dtlFe an Fier i OIF Illureiallllll a Feaaa Lip on Each Fluxed 0hdf 07-DR-LX02 F Doors, Dual, Oveday Hinged, 018"'µ Fe an-p C 1 07 W 011 I—Round Pull Latch:Non-locking- Chrome Finish i 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-XA-3900 0 a Dividers, (9)Adj 3110"Fe ass, wrrl ABS slotted track EA cad i NO F 11rr ee Fevarr Doi deers Celllow Cottons 0i d f. 1°hiree Fevarr gli4 deers IlM IPgiiiddllle der:rlrovi avid 1 Il free II evaurr II'11iMderme iilllrrove ""1""op dll self dO"'114 1o11orn 11:1rvrderm""1 rmar:rlll( Willlllll dlar 1 II tell liiurd 14..liip avid Custoiineir Willlllll leiinove 14.liill°: 10 1948 11/22/2024 Job/Order No: 24OF 29102-03 Page 19 PART NO S DESCRIPTIONQTY Adjust Dividers. 07-ZZ-ZZZZ I-- I 08-SE-1704 I--P4-4-Point PER4MAX Restraint System-with replacement indicator WO/CPR 08-SE-1821 < 1— (2)on Squad Bench, (0) CPR Side Seat Per4Max Black Belts DIY imetrw.lors must mount bek)w the top of the seat F L..IL....I,::151390 ` 08-SE-SB70 I--SIB:(3)Sec patient restraints-9"Sleeves Face of Bench 08-SE-SB76 --SIB:(3)Sec patient restraints-5"Sleeves By Hinge 08-SF-0010 --Mod Single Color VAC Form Tombstone Backrest with Separate Headrest 28-21-2122 2 Single Color Oackre,up.and Head lock Single Colo),Taupe � 00-20-0072 --Per4Max Four-Point Seatbelts:Accept and Install Full Feature l ZZ-ZZ-ZZZZ -- 1 ZZ-ZZ-ZZZZ -- l 07-ZZ-ZZZZ 1 CABINET SET-CELL 4-MOD 28-22-0002 2 Sub-Floor, 112"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- I 28-22-O22O Flooring:Loncoin 11 Flecks-#157, Moonstone(Gray) 1 08-00-FL01 --Flooring Main Edge:3"Recessed(112"deep)roll-up l 08-AS-0001 < --Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 unslall safety Vag ow wi:fln diagoiiml siimilpes unoiinsllud tape over 1Jl reslln()l'd. 08-AS-0006 I— CIS Stepwell Threshold, Polished Diamond Plate l ZZ-ZZ-ZZZZ -- 1 08-ZZ-ZZZZ -- l 08-CS-0001 COT MOUNT HARDWARE: (Full Size Mod) 1 2ll Cp2 9PS 2 a I__ Cot Mount:Stryker, No 6390, Power Load, CUST/DLR SUP-MOD option. 1 Install Customer/Dealer supplied Stryker#6390 Power Load system complete with mechanical fasteners as required and electrical connections with testing. Manuf. supplies only the floor cut out by CNC machine and 12v wiring from main electrical system and installation. >>> Caution, Power load head consumes floor space toward attendant seat. Spacing review between seat and cot is recommended. >> NOTE: Wire Power Load Battery Constant Hot with 10 Awg. Wires 28-C R-09PN mass casualty kit not requested l 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System l C:C/IIV II"4 II)""'ll""II':)022 2 CCOIIVIIV WC1"'°° 22 '1 C:C/IIVIIV SOCiClll 'll 2 08-CR-09SM --No Bolt On Stryker Antler Required. 1 08-CR-1002 < -- 12v power feed location FRONT for Stryker power load 6390 l he 12 vdt fr n d wlll be do lilllln d and fed through the ternplate /C/IIV II Walla for a Stryker Dove" lead systemII he 12v(a )l1 IlDowei. shall be Il:roug1ht illnimough the floor, iilln II laai shii'unllw connectors ectors uurstdllled. 08-CS-OOPL 2 a I-- Cot Position No 1:PRIMARY CENTER POSITION, l llaliAtaliA 12"" Ilbetween Col and /C 'O"'IE IlAstMlllll Col Ilidoual Fuac llld Centeir liA Roouir 08-CS-2000 < --Primary Cot position under floor reinforcement l unslall 8 iun(:.h Saida by C Io n2 .1/21" alaimn nuim i-6: nfoi-(;.eme ni at IlDimiimaiy Doss: onn. 1949 11/22/2024 Job/Order No: 24OF 29102-03 Page 20 PART NO S DESCRIPTIONQTY (Primary cot position only- REV Std) **If custom location is desired, must be specified below. 08-CS-3009 -- Cot mount setup for:Stryker Power-Pro 6506 t 08-CS-19A5 -- Cot Stop, Block:Stryker Power/Performance load. Install hook with kit l ZZ-ZZ-ZZZZ -- t 08-CS-19U1 I-- Q Straint System: NONE 1 08-OS-04ST OXYGEN/AIR/VACUUM System: 1 08-OS-0401 -- Oxygen Outlet No 1:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040A I-- LOCATION: Action Area 1 08-OS-0402 -- Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 1 08-OS-040A I-- LOCATION: Action Area 1 55 5 2425 -- Oxygen Outlet No 3:Amico Console- Ohmeda/Ohio Diamond Style 1 08-OS-040D --LOCATION: Curbside Wall, over the head of the SIB t 55 O 2914 5 < / oi.lable Cylinder-Rack Tfiple Holdej.D Spi-i g Loaded 1 NOTE: Install a three position tank holder in the lower section of the M7 compartment on Wall #1 Below Fixed Shelf. See Drawing. ZZ-ZZ-ZZZZ 1-- 1 08-OS-1331 < I--Rack No 1:Adjustable AEV 02 Rack Green with 4 Ratchet Straps M/H 1 Fits cylinders 7" diameter or more. 08-OS-11G1 < I-- Cylinder Type: OXYGEN-Green Colored Hose 1 Regulator connection Nut: 9/16" RH thread. 08-OS-1301 I-- Rack Location: Left Front, wall#2 near wall#3 1 08-OS-132M I--Set up For M cylinder 1 08-OS-1710 < I-- Regulator, Oxygen, Fixed output @ 50 psi +/-5 , CGA 540, Installed STD 1 Installed on 02 line for pressure test, Tagged with Inspector signature/Date 08-OS-1902 I-- Regulator Wrench: Cast aluminum, OXYGEN w/cable lanyard 1 ZZ-ZZ-ZZZZ 1-- 1 0 "l9 2300 XS < (2) SCB Bi-acket.Zico Model U 5 55 2 F 2 D1R,b ..11°SCBA a spe(:;it(;size Ibotlla. Il ; im to the ZC0 (:;atak)g to assure your Ibottle will flt 08-OS-23OR < -- Collision Restraint Strap:ZICO No 1010-120-000 2 21111: 11: 1 ,1 , 08-OS-230 5 Location M3 Compai-Itnent on Wall#2 Evenly Spaced From Lett to Right 2 ZZ-ZZ-ZZZZ -- 2 55 O 55VY 5 < I-- Vacuum System:S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall#1 of Action Area (See Drawing) ZZ-ZZ-ZZZZ -- t 08-ZZ-ZZZZ 1 TRIM/ DOOR ASSEMBLY-CELL 5 09-00-002S I-- Interior window and aluminum trim with standard satin finish-std 1 09-00-0001 1 09-00-0002 ****************DOOR DEPARTMENT- Full Mod****************** 1 02-BT-C853 I-- Handles, Ext: Tri-mark 030-1875, Free Float, Polished CNNC finish 1 02-BT-C85A I-- Interior Release:All Entry Doors, with bezel Emergency Access 1 09-MH-253N Rear Entry Assist Handle not required 1 09-MH-2702 --Grab Rail, C/S wall, Various types C/S Entry, NONE 1 ZZ-ZZ-ZZZZ -- 1 09-B1-ED00 Entry Door Panels, Windows and Hardware 1 08-MH-0010 I-- Interior Grab Handle Color: Gray Antimicrobial 1 1950 11/22/2024 Job/Order No: 24OF 29102-03 Page 21 PART NO S DESCRIPTIONQTY 08-MH-03133 I--Grab Handle, CS Entry: 1 1/4" Dia..... S/S, 2-pt 18"L, Gray Antimicrobial 1 08-MH-03D3 I--Grab Handles, Rear Access: (2) 12"L X 1 1/4" Dia..... S/S, 2-pt, Gray Antimicrob 1 09-MH-2603 S c I Grad Rail, (3), 24"1 TS, Gray Antimicrobial S Located (1) At C/S Entry Door at ALS Calllm Aet, (1) on C/S and (1) S/S Illmmsliide Reauir Ill u°mtuiMy II'Ioouims 09-t, 2500 S Door Panels:Mica over stnooth alum uppemlQph CentemlStnooth Alum LoWer 1 09-AS-2530 S - Curbside LoWer Door Panel: Smooth Alum I 09-S'I 23A'I < I--Multi-Color Printed LOGO:(3)Entry Doors, Customer Logo, requires clear 1 image Printed Multi-color logo onto panel, Back side lighted with LED lighting. ENG >to VENDOR 09-WI-02A0 < I--UPPER Windows:RA Doors, Fixed Tinted Glass 17.3"Wx 19.3"H 1 WIND-H0161 09-WI-0600 I— UPPER Window. CS Access, Fixed Glass, std tint 1 09-DR-WT02 Solid wall with sliding Lexan window I 09-DR-WT20 I--Sliding Window Locking Pin: 114"with Lanyard I 07-141C/-LD3 < I--Defib.Bracket. Wall Mount Technimount 210-00-PCHD for Lifepack LP 15 1 HOLD-600 (1) > 90 degree aluminum wall bracket plus discs, HOLD-PC15HD (1) bracket secures to Lifepack 15, secures into the wall bracket. Allows for swivel in the bracket. Removable from the wall bracket with single red release button. 07-WC-LPTS S c --Monitor Mounting:Bolted in place I Locaflomm IiDount on Back Walll Of Actliion Auirea "'I"owauird A/A Box and IliDount Wth Ceinteir of Il,tivammlll(et a IIIVfli liiiinuiin of 12" froini A/A II:Ioa 07-ZZ-ZZZZ -- I 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 10-FN-0001 S c --Fan, (2)Speed, Patient Area, wl separate switch in A/A I Suuidace uicmounted uiemetalll Lamm aviiitlm guauird NO D IliDounted to the uireauir of the acflon auirea Ilbox to allow actliion auirea Ill:moauird to Iml nge dowin IS SG 2701 S c Refrigerator, Norrold °1..7 Cu St, 'I2t/DC gin/ R74Sss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD Constant Hot 10-EC-3200 S Location:L 2 Cabinet Under Talk Thru Df ndoW I 10-EC-A100 --Accessory Load Manager:For Cooling Cabinet or Fridge I 10-IL-02ST Action Area Light: 12V, LED, Surface Mount 1 10-IL-02L7 I-- Light Location: Action Area 1 15 lL SSST S Extended Action Area Light. °12V,, LSD, Sul face Mount 1 10-IL-02L9 S Light Location:Bottom of Cabinet B 1 I UPHOLSTERY-CELL 7 'I 1-00-UC:S < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 1— Center Trough Upholstery Color: Color Key to Rest of Truck I ZZ-ZZ-ZZZZ I-- I 11-00-UT05 Uph Joint Type: Vacuum Formed -Seamless 1 11-SB-0005 Squad Bench seat cushion cut-outs: None 1 1951 11/22/2024 Job/Order No: 24OF 29102-03 Page 22 PART NO S DESCRIPTIONQTY 11-SB-0003 I-- Post And Wheel Cups: NONE Ti 11-SE-CSPD Head Protection: Pad over CS Entry Door 1 11-SE-REPD Head Protection: 2" Pad over Rear Access Doors, Full Width 1 PAINT-STRIPES -DECALS 01-3U-0000 S < --Anti Rust Spray, Detco:Installed on Unit l FuuirchasliAg to Ill up 12 Aeirosdl Cams NO F ..I""o be Spuiraped to Chassliis Fuirauiue Seloui e the Body uis IliSounted 12-PT-UNCT I-- Undercoating : Per QVM Guidelines, STD 1 12-DC-0001 Reflective Tape: White Reflective On Painted edges of Exterior Door Frame 1 12 HO 0 20 < Compartment Finish: Other than Diamond Plate 1 Paint Shop to Refer to Body Section of Shop Order for Details. 12-PT-0100 Primary (Over All)Color: White (YZ) 1 12-DC-0002 -- Flip Step Reflective/Prismatic Tape: Red/White/R/W/R/W/R 1 12-PT-0112 --Tape Stripe: NONE (KKK-F Deviation) 1 11-YZ-0962 I-- Non-Compliant toKKK-F 3.16.2 ;Exterior Safety stripe to be Orange 1 f2 AT 0250 S < Paint HEFT CUSTOM Custom Halfiffag l oWfl Felt Including Cad and Hood" 1 NOTE: Custom Half White and Half Red (FLNA3042) Cab Will be White From Bottom of Windows Up and Hood Will Be Red. Module Box Will Be Half Red on Bottom and White on Top Reference 20OF 27164 12-PT-0601 --Belt**NOT**Across Hood I ZZ-ZZ-zzzz I-- l 12-PT-6000 < --Paint Belt at Corner Posts- 1/8"Break I Inc Il ciunl Il: Ali iS to Ilnmve can 1/81' (;si II:::w k at ew.h (;.oruneim IlDost to s[diin traiinsl:Jonn. 12-PT-1000 -- Pin Stripe: NONE 1 12-ZZ-ZZZZ 1-- 1 12-PT-RF01 -- Roof Paint: Color and finish quality to be GLOSSY 1 ZZ-ZZ-ZZZZ -- 1 12-PT-1301 Special Striping: Chevron Items: NONE 1 12-PT-2000 Lettering: NONE 1 12-ZZ-ZZZZ 1-- 1 I2-A HHIS <Drip Rails:Bright Alum, De-burred&rounded corners(SHIPPED LOOSE) 1 Include a drip rail over the C/S Entry Door shipped loose. Add Shop Note to Shipped Loose Section of W/O 12-ZZ-ZZZZ 1 DETAIL-SHIP LOOSE ITEMS 12-PT-DRIZ < -- Drip Rails: Detail-Refer to Paint Section for Drip Rail Information 1 Include a drip rail over the C/S Entry Door. 13-00-0200 1—*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ S < (3)Placard Holder, °12"x 12", With Placards Top Load, Aluminum "U" Trim 1 style With Red Painted Placard Shipped Loose 13-10-XM00 --Owner's Manual USB Flash Drive ship loose 1 13-10-XMAO -- Printed Owner's Manual Not Required 1 13-00-0001 1 13-GL-0000 Glove Holder, Ship Loose: NONE 1 ZZ-ZZ-ZZZZ 1-- 1 "IS KK-KDED Decals:KKK/DOT Pkg, -NONE/DELETE 1 13 IFS STAR Decals:Install 32"Star of Life on Mod Roof l ZZ-ZZ-ZZZZ -- f 1952 11/22/2024 Job/Order No: 24OF 29102-03 Page 23 PART NO S DESCRIPTIONQTY 13-KK-NSSB Decals: NO SMOKING & SEATBELT, installed, cab & pt. area. Ti ZZ-ZZ-ZZZZ 1-- 1 13-KL-0010 AEV Logos: Installed on unit per AEV standard locations 1 13-MH-05ST Fire Extinguisher, 5 pound, shipped loose, Std 1 11-YZ-0932 < I--Exception to 3.15.2 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed with one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. The customer/FSAM has shipped them loose for the dealer to complete the final install. 11-ZZ-0932 < I--Exception to C.16.1 1 Required Two fire extinguishers installed by FSAM 1 Fire extinguishers were not installed iwth one in the driver's cab, one in the patient compartment at the time of departure from the final stage Ambulance Manufacturer. 13-MH-10AO Reflector Pkg: Body-2ea, Side Fr Amber, Side Rear Red, Rear Red 1 ZZ-ZZ-ZZZZ 1-- 1 13-SB-0003 Post And Wheel Cups: NONE 1 13-SP-TIRE Spare Tire: Refer To Chassis Section to See if it gets one. 1 34-XX-0001 Primary Cot: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-0002 Secondary Stretcher: NONE included 1 ZZ-ZZ-ZZZZ 1-- 1 34-XX-5000 < Indemnification Statement 1 The purchaser agrees to defend, indemnify and hold REV 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 or additions to the Purchased Products OR use of product for purposes it was not designed or intended for. GENERAL CONVERSION 03-10-0032 S 2022 "122mW" F�650 4 x 2 Diesel(2521 FSA Cony PKG( 1 36-AA-0001 WORK ORDER STATUS: 1 00-90-0301 --For Confirmation 1 36-CO-0001 I--CHANGE ORDER POLICY 1 36-CO-0010 < I--After Confirmation, Prior to Engineering 1 Change Fee is $50 Per Item, Plus Option Cost 36-CO-0020 < I--After Confirmation, After Engineering Start 1 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. 36-CO-0030 < I--After Confirmation,After Production Start 1 Change Fee is $100 Per Item, Plus 200% Option Cost Additional labor charges above option costs may apply depending upon level of installation of affected part. Special order or non-stocking parts that are purchased for any ordered option that is subsequently deleted will be charged for and shipped loose. Changes after production starts are the most disruptive. ZZ-ZZ-ZZZZ 1-- 1 36-EO-0001 --***END OF ORDER*** 1 1953 Iq p � \ o_ SG [] ® \ M I§« ] §\ � z LU \ } z , (DLU -i \ter } f ]LU �§ �z z © k LLJ \§ §§( j\ \ 53 k ®�\ C) ry i f - * <o \) � z eW7 $] y± I\ § � j ) / § -i *�z r e w LU / ƒ \ \$ © LU E§ 22222222222 / in� 22 ccc:c::ccc: ƒ§« - / \± /§ \ §\ LL / $A « \ ƒ *± ` < ƒ < \ \ d j e \ . \ _( % z\ eU \ LULU j \ } \ �b k\ -§ \ \ < $ \K § x t §$ ° q / y LU e « y LULU Eu / a� \ E) §\ m . \} §§ j /---------- \ §)LU ®$ -1 cc — \ LLJ ƒ� \ @\ /� ' \\\\\\\\\\\ \ §2 w Lq z . �e oLq © LULU §af z §) mw < �e 0-m wE jj < §� %� f co §& / ) f \ o « (Dj \ } �\ 20 (\j )®/ )\) LO LO J pU O U Uw 00 LU= w w � O w w U � z LU V N W LU W N v G N o � w � J D ZQ O Q N 0 U U w a r=0 Li j U � LU LU O—LU0 W d Q �N N m J S"�77 Q �w w�w w CD w5 O z '8 JW� Lu (D o mco Q 0� COco 0 LU m J CD W z�� O LU � LU U Q W >Q 0)Z Lu J LU LU U LU LU JJ� Qa LU d' W-i >COO COO W p pw o2l, O CO J Z D 0 w J LUJ ", O 4 4 O O ---------------- W�tS CD J O LU CDW U Q W LU \ F�� J LU ry o DHD A�, a o 0 LU LU `�S Q �� U) LU L0 � mW J� W ® ®�� LU LU D QZ � w U O LU —ci U C� w J w U O Q o LU J CF) II U U UFl O Ll o� O CDz Op J �� w O Q' Z<Q Q J O V T5 G LULU U OO _= 1 W a FIED �rcU W O D } J Z a ` ... J Q � 4 ___ ___ d J J I z U w O 0JoW U) ,n pO(� O 4 4 4 4 a V d = O\ d Q W W J rn Z LL T Wa. Jw wIJ 0 gW LU >S o U W LUm� Z Q d o� J rn wJ :�C)< CD �d z W 0O) p 7 JCS co C J Q— Y LU LU L =Y C) U W X O m U w O c Z U) a` O U U) C E (D.0 O 0- QE (D m � C C'0 Q O Z O to a E� w�Q C) O 80 (D LO J pU O U LW 00 = W d 0 > w W � Ow U � Z nnn W Il—U UJI U' v w ° o W ..W c� 00° LU ZU ° ° ° W o m ui wo z p Q J D v L LY W Z cW UN O _ C Q O N 3k 0 J U } Z ~ 0 m m W W Z_ z Z W H ap U om w a Oz m a 7 �d W OW �z rnJ X ZU 0 W U W U � a J --- --- W - _--_-- --_-� < o W g NJ O co N_ W ��. _ ''','' — '' }a O- - _ --__— _ __ - - 0� �O QJ ___________________ ___----- tO O - _-____________ - - OU W aJ J m F m o aU) O a w Q ---------------------------------------------------- ---- a r F U U Z N U m C g ((//]]U a Y2 (�g Z Z OD C N n N z X 8Z J z.o �J ° ° ° 0E Q O ° (D J J Q o m Z J QQo x Wow Z to 0 U> a cl 0 EIL � w �W >� 00 . z �° VX D U) aW LL X m� � LL vS LIn In In In InLL<< � D m W N '_____ _-__-_-_- _ __ ____ _ _ ______-__- 0 Z W D LL Z W O L(7 W N N J W LU } QU` W ________ 0 ___ _____-- ___-- -______ _ Z U z Y U Q w W m U a U g a Q N 0 0 U I- LO J 00 O U UW O 0 w 0 Lu> z w 0 z� _ U w Z W LLZg (D J N W of Q D W W LU L Q � z U � _ = J w =Y J � 0 ~ W z DD z � a U j U j J Z � 0 Q Q L 0 0 = U Z � O O D 0 = m F ofW o 86 R ry �Z � O Q � U < H � LU o W OO = � U >> � O O � J Q N N�t m W Z U 0 > O Z _ 0 w 3k U 0 Z 0 = ! LO > 0 W Y N J J � z Z ~ � C\lJ Z U F D i m O W j 0 = 0 Cl) 0 OOOOw LU w � LUccl (D � 0 I w N o m OO m ry0 J J � „ W Q � � 11 LU ry z w coM (/) Y r qQ V- J U LU LDO O U > (W� ,CW� zwY OQ � Q = moo O O Jo00 J Q � 0 0 7 ) Q ) J J U Q O Qzo 0 0 � g � O of 00 m O z J W OF O 0of Q Q � Jw Q O CD z ow Ow U of wof LL n z UQ on O O ___ -,;Iz w � = w J Q w Nw � - � ? o wcwn z ~ z z Q C O = 0 0 O 44 W co U U � Z co a` U w U � O ma 1. W c ' z QQ Q � � � m N � � o Q zro 0 E5 a E w w.�'Q C) � o 8�0 co LO 0) J 00 U UW � j O zLu 00 O 0- o� 0 LLI � gz Oz U OQ Um LLLJJJ Z O OQ0(.) ( N W mLLI cc Z Z z G Um W w a DD z o n U U o (D g ry -o 0 LU W Q co o u Z Lu o J U Fz J w H o m 0 W 01 coLU �LLI J H U U m 2 p VLU U U of w l<w D 0 Qo w W w �U z UOf 0 a u m X LL U W d C4 N Q J U O O N r �z � � 00 O m � Qm �� ,O� -_------ (n(1) 0H Q 0 Q J COLU d ry Z < 0 m LU d ry JU Q/ co Z ----. --. -- -. LLI w ~ OQZJ -- --- _ d= Q ---------- U J LLI N Z J J 0�0 U U U Ri cc-, cc-, U D U Of > > U 0 LLI o z ® NN O UZ z z o0 Li Li LU ry OfO Q J m c»--- U m O o Z C� Q� Q 00 0 O Q 2 L L m U Z 0< pZ co 00w �� �- Z Om LLIO IL < J U V� -0 Of w J L Q Z w a > O ---- -- 2 Z o CO w U) Z Z Z W LLI 0m 0 Q° X� aU 0O U Qw u)q ---------- of J 0 U E 0 0 ui co Q W J S O t N 2 Of > � C F --- - ----. -. _- Of C O U) z L O 0 W W aX W a � W. Q w C) 8�0 0) LO 0 J =C)wU W U LU� 0 OO W z K 0ofJ 0 U � Uc a- Z W G n of N W W W N W LU _--------____--------- o Q U Da f D � _ 0 r W r N 0 c _O W G p N W J cn Q co Z_ Q W J � ohm W Z � U z < W z m NQC� C LU Q � d O w ry < Lei W ry D _ �-' J W O z 0 � � U) Q Ld z0 J � 0 Q J cn V) Q O m � J O � , J � Y Q C i z � c � < 0 w � w J (n W 0 [o O 0 zY WryQ z Q 0 Q Q F p 0 w Co cn F zLL W ADO p = 0 = of OJ ID J cnOU JD m C Z of W W Of W U O U = m = W U Z a` O U ID S 0 O E Q C C O J ? O C z O 0 a Ew w.2'Q C) a) O 8�0 0 cfl co Q� � �0 JJ=) Uz UUwN2wLU �.W } ZO LL U Z o Wof ,nn V N W W W N (D LLJ= l C o 2 JU W co~ Z o Q U w� DD � z w � � � o W Q N N m LU Z w g J S2 z W o J U LU [0 U D m C/) J � O W LLI Of ~J X o M �J w � Y U W ° L w W e =LEI W Z MEal U Q -i(7 11 U o m> W 00 Z o Q m r 2 D 0� LLI Of LLI U)W J W LLI Q W Ld Of J Q cn e cq o U m ❑ LLI� o O LU O O �JO Q V p w FOU) U�w m � w U 0 Z LLI Of Z 2 Q N Q J 0 Z m02 U Z0z �? o� J U O U U Q r Z2 agm o U NF:� Q W U Z a` U U a U C N (D 0 O E r N — LLI Oz � c5 J ? O- C OfcoQ W O zU aEw Z Lu Q C) � o 8�0 cfl w 0 r 0 LpIJ� ir N wJ U) w pw LLU) mQ U U(n LL o �r co oo = �ww w �w U O LL Z ry w w jF UU 0LU v Q a J l�—JJ N o, w �� O w $Uz CV) �0� w `s m w Z W ¢g ]�p Z w O 0 D �0U WQ pw U u Sw o_ ww W w ----- ----------''- ------------ o R Ir J N Z O O GJ cwc a O O Q W W OP F G V Z =� LL W F LL D (p� � Ir m m w Q W w Ir LLa w ) O O Z 0 0U w !!.wJ� o o U m U � co U LL W w Y 0 Ir J.I 7 p JW (� m LL w Q X Z F O O wa¢OW n'' � LL D Z.U W'o IL �F� Q a� pw ,zow w F J Z W O W, < pjQ ppO(WJ g 5zo -W Q' �UW ¢ QU) < LU Ir �� N Q WoJ oz a w >qa� ® a a - -; o Q ------------ ------------- ------------- > Q U ----------------------- . o000 . o000 ° w o�w w�a Q'' $JZ U_� m W UpJ �zo (� W W F (n W =mo w m FT5 J U Z_ W 5.W l O J D U F J 2 O U N Z C U` CO Z:- Q �0E 0 aP p �< o Z om ZL o O Oz O N> Ew d ¢Z w.�Q w U Oo � 0 U�0 U wW w Q N N N N N m Q Q W J� 0 W W W W N N Z Z 0 0 w Z � 00o �U w0 O p 0 a r mm N N r w� WNN�m NO NmV 1 p J W 6I N N N N N N N N O _ N\ O�� N�� a 8 � N� -E- � N U U�