Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Work Order 09/11/2024
f 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 c lari ficati oils 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 vehicic(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 vcliicle(s)Upon delivery ETR,L.LC.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-VEF 14.0,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)Anibulances are set forth in"Coinposite hereto and incorporated herein as "COMPOSITE EXHIBIT A I"AND Exhibit B,"attached hereto and incorporated herein.Same has been "COMPOSITE EXI-IIBIT A2." api°roved by Monroe County and f',TI, IAX, nnd such new specifications sluill be controlling ovei-the prior specifications froin 2021. U(CU MPI NtL Monroe County A "FR'l LC cknowl I "off 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 Fstirnated delivery late July or early August 2025 A. W1 Order Content approved and can be released for production. Custornersignature---- Ptint Narnc.j!ntL 60"w A_ce Date " -1-I k- 2:� DA, B. El Order Content not approved and need changes. Please mark up the work order and fax it back to ETR, L.L.C. along with this form. C. N Light barn pproved verattaclied,drawingff 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 Ilemeyer Customer Address: 7280 Overseas Hwy, Marathon, Fl,33050 GPC#: YES X FIN#- NO NO ........... Please fax or e-mail this information to Account Manager at 1-407-339-8198 or e-mail LCTETL410t Arl—Ic_019 CHANGE ORDERS FEES (REV Ambulance Group): In summary, change order fees will now be assessed based on the status of the order at the time of the changes. Changes and charges associated therewith will be in accordance with the FSA Conti-act#FSA20- VEF14.0 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 Shop Order 40. 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 S Vehicle Quantity(f Vehicle( 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1--MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 00-91-0004 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 S REF RENCE U I1#: 00OF 07164 1 00-91-0028 S RE-ICJ,RI°I"E D °I"E m 0-00-0I 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 00-91-0000 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: 6JL Scorpion, Pwr Stroke V-8 Turbo Diesel-F-series 2020+ "I 01-1F-0092 -- Chassis Front engine hood Insulation Not included by OEM Ford on all XL I 01-1F-0101 --98R-Operator Command Regeneration I 01-1F-02CM -- Cab Interior Color.Medium Earth Gray F-series "I 01-1F-02T5 --F-Series 193"wheelbase reg cab LWB I 11/02/2021 Job/Order No: Pro osal Pa e 2 PART NO S DESCRIPTIONQTY 01-1F-03PU -- GVWR: 18,000 pounds, FAWR: 7,000, RAWR: 13,660(4x2) 01-1F-0502 --Alternator:Dual Extra heavy duty Alternator OEM Total 397Amp 01-1F-0507 --Battery; OEM Dual 750 CCA, 78 Amp Hours 01-3U-0000 S < --Anti Rust Spray, Detco:Installed on Unit i uu,Illmasfin to III iIII.uy "i ui" X2!irosdII Cans IlNJ() 0 111112,, "5urayill2 to (1lmas s w s l2.ioure thilr2,, o�dy uls q'IiIuurm'tiIr2d 01-FL-T106 -- Tire, SPARE:Matching, Random Make 01-FM-TI01 --Location: Shipped Loose 01-TU-0112 Jack°an Tire Tools: Shipped t..,00se � 01-FM-4WH3 -- Wheel Finish:Polished SS Wheel Simulators(F-550) 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard 01-FM-DTRL --Daytime Running Lights:Ford OEM 01-FM-DTRQ --Ford F series High center mount brake light ordered with chassis 01-FM-TIR3 -- Tires:F-4/550,All season, Random Mk 225170 R19.5, LR F 01-OE-47LF --47L-Ambulance Prep Package-F-Series 01-OE-47A5 --Alternators Dual(OEM) Motorcraft Ford 67B 2017+Ford F super duty 01-OE-47C0 -- Throttle Control System 01-RR-05B6 --Radio, F-series: OEM AM/FM/Satellite w/5 cab speakers 8"Display 2020+ 01-SY-0005 --Ford SYNC 3 Voice Activated, in vehicle connectivity 913 2020 XLT std-all 01-SZ-0006 < 1--, Backup Camera fixed system 872 Ford OEM install on module Type 1 F series 0 ICIIX cail'ueIra with uno ,,,�,pll , u ,:II II,�II� , ,,��j,u,�p,�,ll ll,�'? p <,�li'tlion, spill ,yn liu l"0 dell: 'p II Z�do 03-EA-47PR --Side Mirrors, OEM(F-Series), Pwr Glass, Heated, manual Telescopic 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 04-SU-1729 < --Rear Suspension:F-550 Liquid Spring, 2017+ lips uills u)(:J, 'ffil)n li'f 'ffil) (-X1? a u°Irup II)0011 is op'.uu„)111, pklu,) Il<uuu)<Illiuug S,.uSPE)ll l§011 l w<lillll not dU11rl.uP „urlN: door us dosed' 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install :"IIriinlr to d(:fllli<,:,Irk, d(?taIIII d(?partr,i(?nt s to lilnstaIIl a II3IIaclli"u II)(::ca on ph,?dashII 04-SU-0601 S �--Kneeling FbatUre Enable&Afitch I ocated in CAB console and On FF Filler � Cabinet Snuft.IIIm IIbcatuourm simaIIIIII IIIII2. nuiiklulurm urll2.acim of an attll2.urmdaurmt staurmdulurmg ourm thII2. gurolll.uurmd, oIlflsidII2. i:lllhe uimuidUlle Ill!nIII"maIIIIII be ulre'cesse�'d'fi iiiin'i:lllhe wdlI s ullyace M' °°i""III'';IIIII i""IIIhire'e Way .�liilg 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear 04-SU-2022 < --Liquid spring controller shipped loose with completed unit N< ,Il� ur to iinst::,llll withal cuusp:oirrilu;^ury on uurvuu�,;,l 04-SU-03F6 --Rear Stabilize(Anti-Sway) Bar: OEM, Ford F-4501550 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-, 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. 00-B2-1 00 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 &od(?s alnd II:I3a..cI 100 II116llslh(?d AU1111'11li III Uurlu IDiu:ulr,iond IlIllate d 4:;Nu°Ir°up��:urvpn��iu^u��p d �::pllliu���:p ��°����'�IIII..uu°Icuuu��Il.uulcu "°wSII���� "I 02-BO-SFLO < -- Compt Floors: Sweep-out, even with bottom doorjamb UNu?ss °np(? fi(?d Oph(NIMll`'E, 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 00-13D-0120 --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-09B0 -- Compt Door Check:Double Action Gas Shock 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-- 02-B3-MD64 --Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate 00-11.., 000 < I—ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount � housing u Ill shy::ullll C011lI'lle on�Mthii ("S dooii-oii-wMi uJi:l t flood swfth 00-IL-09 < I--IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED u Ill shy::ullll C011lI'lle on�Mthii ("S dooii-oii-wMi uJi:l t flood swfth ZZ-ZZ-ZZZZ I-- 00- 1- 169 S < I_- M-"'f Coftipt(0� (w 00 i?, 0 .5" 00.,,f25 m IA(x ,,f9.5 m ref/ .'fa oftipat'if:ient Sp :;slh SIhti NCI Add : 63"ipu)r,p:oi-pill :t) IIju::hm)en Il p 1 ::un I Il p.. I to spy :fll:;p froiu Iru ffiie coInl,°upai'trluuuuup IlOUVEN'S 00-FO-CCM"f < --M-1 Compartment Construction: Smooth Aluminum ILOS °aurlup ,uupurlu(:uu p a°(?lilllinu;g 090 IlUurluuu Uurlu ShuN)t 00-FO-CC03 -- Compartment Door Panel:Diamond Plate 00-130-CFM -- Compartment Surface Finish: Speed Liner, Black-M-1 I""IIIIIIIIII (°Ill'Ill'n aul0mimrurml: III""'III(°111(°u11ul lx�1111 IIIIII'e Speed IIL...Iiiurmed la(,l[r, 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. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10A5 -- Compartment Door: SINGLE DOOR, Forward hinged 2-point Latch 02-BO-09B0 -- Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 05-EL-411418 --Light, Compartment:Maxxima LED 18", EA, ILOS I""IIIIIIII 1110 °url; 1110 ii IlliiIg; Iht IIh(m iile re(^ Iuruiiillred M' ""I""IIIIIIIIII iI;IIIht 11M((iuruurml:eu;I urm rliilllliiuiig 11NeaIir III':'kiii(°iIirJaurdlb 08-B1-02LI --Prep for 02 Lift:NONE 11/02/2021 Job/Order No: Pro osal Pa e 4 PART NO S DESCRIPTIONQTY 09-ZZ-ZZZZ I-- 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"H x 22.125" Wx 19.5"D 00-FO- MO < I—M-1a Compartment Construction:Smooth Aluminum ILOS � &od(M3 aiiid Il:3a.11c; 090 Ilm.uuri"uliumm.uuri"u &lmmX)t d 4:;Nu°ir°ups �urvpn�riu^ump d :plllium;p 090 XIll..uu°icuu11111uirri SIIi)e 00-130- 04 I--Compartment Door Panel:Diamond Plate 00-F0-CFAW 0I < I--Compartment Surface Finish: Speed Liner, Black-M-1a NJ( I""III';IIIII C'0u"mmpairbn1ir,un'I III""'IIIooir'to Illmiii2,, pii2!,1r2d III""" urmir2d Wacl( 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): Standard 02-BO-CC1B I-- Compartment Ventilation-M-1A Pancake Fan& 1-Column of Louvers 02-BO-SWFL I-- 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 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 05-EL-40N1 < --Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, 0p IT I Il 6 3 12-ZZ-ZZZZ 1-- 02-M1-M275 S 4-0 em°ept(I"", " 4(,,u 40,"0" 40,"40mmpl X 19,,0" I 00-F0-I"II°M2 < I--M-2 Compartment Construction: Smooth Aluminum ILOS °eurrupm�mupurrum�'�uump II epak urrir: 120 Ilm.uurruli III m.uurr1u SllIEX)'t d 4:;Nu°ir°up���urvpn�riu^um�p d �:�plllium��:� ��������'�Ilii..uu.ic.uuum�ii.uuicu �w,II7��� rl 00-130- 04 I-- Compartment Door Panel:Diamond Plate 00-F0-CFA62 0I < I-- Compartment Surface Finish: Speed Liner, Black-M-2 NJ( I""IIIIIIIIII C0u"mmp airbn1ir2urml III""'IIIooir'to Je Spiir2,,1r2 � III um�ir,u:� IIIIIIJla Ill( 00-130-CFN"I I-- Component Finish(Shelf/Tray/Divider): Speedliner Black Each 02-BO-SWFL -- Compt Floor: Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS(std) 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 04-TS-11D3 Sm I--M-2 Shelf,Adjustable, Ext:.125 Alum, 2"Upward lip M' """"IIIIIIIIII �"'I'�Illmrllff'lxmii Illme Speed III""""liiiiied lmmm:lllm 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes 05-EL-4M36 Sm --Light, Compartment:Maxxima LED 36", EA, ILOS 0""""IIIIIIIII 1110m'°ur; 1110 ii Ill iii' Illm':Illm(°ilIe ur u:Iuruiiiired M' """"IIIIIIIIII 0(°Iuruurm'tIII""""liiglm'1: '')urm Celiilllliiuiig 11NeairIII':'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 up 311°1r°u 0111lly withii Su) gyp: pmq"uudip :ism)(J II""III:f m3affi)i pjad<: �gi ) 11d coirrup i-�)smoi- II VAO' 04-HA-1310 < I--ARCTIC WEDGE Front of Body pmruul Ip...11VAO: >> I,Jo Il irmm--diiry lll(?d Ilu#lmt Ilmdl(mr3. L)u 3�3 of tN) mmm 3d g�) Is eii.ull p)d ro � iliiii)euuuig ire mmu�:mme i�iiid upmpjrov::ull for Il pl„fII f diii..u�y II m"p:m II II uii,iodm:flr3 A mAmuGp:011 lium Illigllmp ,§ouruuumg mmllmommm? pllmmm w(?dgm:m urrmmm Ilmm:m urv(:NU r(?d 04- -1362 I-- 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 06-RR-1304 S CONDUIT ORIGINA 7"70N POINT: 4-1 A compartment m°eemmt 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 I 11/02/2021 Job/Order No: Pror)osal Pa 5 PART NO S DESCRIPTION QTY 06-RR-1301 CONDUIT ORIGINATION POINT. Electrical Circuit board cabinet 06-RR-13T2 CONDUIT TERMINATION POINT. Behind Driver's seat 09-ZZ-= 02-M1-M379 S M-3 Compt(Ll?): 61.5"H x 33" Wx 19.5"D 02-B0-CC103 < I—M-3 Compartment Construction: Smooth Aluminum ILOS &d(M3 and �:3adc� 090 AU111'11l11IUITII &1EX)t I 1(?lilllng 090 AU111'11 11IUITII &1EX)t 02-B0-1"COB Compartment Door Panel:Diamond Plate 02-BO-CFM3 S Compartment Surface Finish: Speed Liner, Black-M-3 W I C(°u'Ill'npaiiiliine^iii,il: (°u1(111 III,1!(°u1 e Speed iiiied la(,l[r, 02-B0-CFN'f I— Component Finish(Shelf/Tray/Divider): Speedliner Black Each 2 02-BO-CC12 < I— Compartment Ventilation- Compartment Ceiling 0 0 0 0 A II II:3 'Jo II II brat dianin(:fl Wfli flir(N? (14") Ilrd(M3 a[aow?fli(? Ilia at fli(? c(?�I ng (?wfl 02-BO-CC12 X Coini)arl'ineiil'Reiiiforceineiil' IA(alI 02:MI"B W I Wdll #2 1!(°u1 Illrr III I kil irced ftiir SQl1111 A ra(Jeels Illiiistzflled 02-BO-SWFL Compt Floor. Sweep-out, even with bottom doorjamb. 02-BO-CC41 I— Compartment floor thickness.125"standard 02-BC-1000 Compartment Doors:DOUBLE DOORS, ILOS single 02-BO-09B0 Compt Door Check:Double Action Gas Shock 04-EA-09B1 I—Door Swing Angle: Set to 90-100 degrees 04-TS-11DO S Shelf, Fixed, Ext:.125 Aluminum, 2"Upward Lips W I""IIIIIIIIII ""'Nixed slllielf 1!(`ui Ill3e fir(uiin Wdll #1 1!(°ui Wdll #3 aiii,id WlHl 3e 4l3(°ive S1u ll111111 ra(,l[rets W I &Ielf 1!(`ui Illre Speed iiiied la(,l[r, 044"S-1400 S < Divider, Vertical, F rom F ixed Shelf to Ceilling, alum, F ixed II I l�)u,1062!r to ljiii2, fro�iiin Sfti2lf to C'ii2illluing and C'1i2!int1i2!ir1i2!d from i2ft to IIIZig111r1. )lIvidii2!r to Illmiirr,,Spii2!1id 2 iinii2d IIIIIIJWwJlm. 05-EL-4M24 S 11,, Light, Compartment:Maxxima LED 24", EA, ILOS I 1*iiIll li(°ile uire,(�IW ire d W I""IIIIIIIIII A(°Iuiilt igIll11!(°Iiii CeiIIIlIiiig III raur I':�kii(°iir Jaii,Wl3 09-ZZ-= 02-M1-M575 S < 0-5 Compt(/?/?): 72 Hl?, 71.8125"Hx 22" Wx 21.0"D N11H I I wflll iii2, an 8" atfic sp�aciii2!, liiiin thiii2!, top of thiii2!, i:�o�iiinp�aiirti,iiniii2!,iint. 02-B0-1,°l1,°M5 < M-5 Compartment Construction: Smooth Aluminum ILOS 125 N U 111'11li III U 11111 S I EX)t 02-130-CC08 Compartment Door Panel:Diamond Plate 02-B0-CF/165 S < Compartment Surface Finish: Speed Liner, Black-M-5 N11H I C'0mpairbn1i2!int III IIooir to e Spii2!1i2d iinii2d lad( 02-130-CFNI I— Component Finish(Shelf/Tray/Divider): Speedliner Black Each 3 02-BO-CC12 < I— Compartment Ventilation- Compartment Ceiling 0 0 0 0 A I BII",J(I-)II dl�::�1111n:fl wadi thi-u)e (11") Iliid )s ::fljo f�)"IN) II III l::�t tN) ceflung u:nn:fl 02-BO-CC16 Compartment Door Ventilation-small punched half-moon Louvered Door 02-BO-SWFL Compt Floor. Sweep-out, even with bottom doorjamb. 02-BO-CC41 I— Compartment floor thickness.125"standard 02-BC-10A5 Compartment Door. SINGLE DOOR, Forward hinged 2-point Latch 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 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 04-TS-1200 S 0-0 Shelf,, Fixed, L �`- �125 Iuini � mr , urmru°a,, l�au��`®.l Width 0mm�®l. l.,War M' """"Illliiiiii ""�ixed slllrsllff 1m`,11, Ill3e fixu,are fixed diialiideir 1:(°II,Wallllll #3 iiillrm k,u,alrraaird space aprp ixii,a,,, 42" up fVro�iill"a rooI"to,lll"a o�'l m"%o�liiinI I�Bii iirti'llfiilli2!,iin't. Slll2411124 III)rawiin 04-TS-17N1 S I--Divider, Vert, Full compartment height, alum,Adj, Unistrut I""Illraree fuuuIIIIII liidlallr seuml:iiim°u,urms (`Iiil'' llurmlii tiruuut (°111,urm l:Illie Illra(,l[r, raaIIIIII llllrm°,11,uuut 6" fixiiiin 1:m°,11,p aiii,id Illrm°,IIilt(°Il,urn and o; iiIm,11'29 illliin 1h1,1129 III"raIIIdd:ii1i2,o,'f'lIm,11'r! m:,`o,lll"ralplrliiiimrtini11'29rm'I'fo; iilr'thiii1'29 liiiimdjIII,stril ii2!lin . elllet Ill....liigl11: Ilh°°'IIIm°u,Ie liiurm uu °u,uru praallussurm:ceiiilllliiuiig fixiiiin IIIllliiu:lllre0 M' """"Illliiiiii ll4; uuustalllrllle III'':'lliialiiu;eir1:(°II, Illrs Ill..eft(`Iiii''III''''iixed III':)Iialiiu;eir 00-1°°S "1000 S a Divider, Vertical, Full compartment height, alum, Fixed m ���.„.... �� i" ' " II,,p����III.... III al,1u.11�.u.� u.�al�uu.�1l�.ar l�,m Illu11�. ��� froalmrl llaIIIIII 03 fro,al°mr1 urlauar mulllraalar urlo,arag,Irr,!, fo,araraa°d of di aiii de ar 04-TS-STR1 l e I--Strap:2" Webb Seatbelt buckle chrome footman loops fill) strap Ills to sli2,,cIII.urii2,,'tImillllfmgs fro,w"mr1 III"ra1o,vuling wKIIII,i2,, ills Illllm III"mr1oluo,llrm m,,,H" "" Wallllll #1 to I':�)�I^sm62!r 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 05-EL-4M18 l e I--Light, Compartment:Maxxima LED 18", EA, ILOS 0ilillllii' Ilm,,,kNu,t,Ir21IK Ilm,,,ki' Illliig lllrl IIIr1oIII,Ir2, ar,Ir2,a w.uliiir,ed m g Ilm,,,pear III':)ooir,Jll��uu°mrllllul, �,",� ': �:m,Ill,u arl�:m,ar ���,Ir a al arm. 09-ZZ-ZZZZ -- 02-M1-M675 0l --M-0 Compt(l?RFm(d) 1 "Hx 10.5" Wx 10.5"D 00-BO-CC 00 < I--M-6 Compartment Construction: Smooth Aluminum ILOS Sod(M3 and II'3adcl 090 Ilu.uarlulia 1u.uarlu &lrluX)t d 4:;Na°Ir°ap���arvpnu�Iu^arlp II J�Nplh:�:Na°Ir°a: .'p �" �`'�IIII..uIrlr°aliarlll..ua°Ir°a,5IIr1�� "I u°aarlupr,ma parl au��uarp a°(?lillliaru:p 0O0 Ilu.uarl aaaru.uarl a &lruX)t 00-F0-1"COB I-- Compartment Door Panel:Diamond Plate 02-130- F146 I-- Compartment Surface Finish: Speed Liner, Black-M-6 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): Standard 02-BO-SWFL I-- Compt Floor: Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10AO I— Compartment Door: SINGLE DOOR, 1-point Latch 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 05-EL-40N6 < I--Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC, ILOS A II',Jot): 1 II 6lu„3 in (, oirrip�iufiuuu;aarp c pllliarill 09-ZZ-ZZZZ 1-- 02-M1-M775 1—M-7 Compt(RF): 67.5"H x 25.25"W x 21.0"(Below FL), 1/0 02-BO-CC08 I-- Compartment Door Panel:Diamond Plate 02-BO-CCN5 S < �--M-7 Coini)arl'ineiil'Coiislriiciloii FeloW Floor I eeel: Sinoolh AImru°a®urum HOS Sod(M3 and II'3adcl 090 Ilu.uarlulia 1u.uarlu &lrluX)t d 4:;Na°Ir°ape �arvpnu Iu^arlp d :mpllliarl p 090 XIII..ua°Icaaarlll.ualra "°w5IIi1)e 02-BO-CC08 I-- Compartment Door Panel:Diamond Plate 02-BO-CFN5 0l a Compartment Surface inis0w Speed Liner, Black -M- � m,,,H° ..p""Illliiiiii C'0,u mr1 p11 a arb mrl,Irr1,arm l III' II o,o ar to Illlii'e S Irr1„Irr1d IIL..li arm,Irr1,u: Illlii'lad( Ill(. 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): 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 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees I 05-EL-4M36 Sr I--Light, Compartment:Maxxima LED 36", EA, ILOS "I 1110 m°u, Ill iii' Illr:Illr m°,11,III e alre(^ p uuu iii are d 1110�'��""�""Illliiiiii IIIl1 m°u,uuu ar.m�: Ill....lii u:Illr�:m°u,ar.m ll�la III III !uICl0 m°urp''IIIl1'"JW' m°u,ar.rm ra al~Iui1s s�ar.m�:l�s�ar.m�:r,�,ale u:� 11/02/2021 Job/Order No: Pro osal Pa e 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-ZZZZ I-- 02-1141-114888 1—M-8 Drawer(RF):None-Batteries Under Hood 02-M1-RA03 --Rear Access Doors:46 314" Wide x 60 518"High ZZZZ-ZZZZ -- ZZ-ZZ-ZZZZ -- WELDING -CELL 1 1 04-C" -Ct..A C C 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 10-130-0004 1—Painted Part-Painted Special color to match Body 0 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 --Wire/Hose Cover : Diamond Plate, Between Cab&Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < -- 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 S � -Bumper, Rear,-Medium Duty Style HD Alum F"rai eC A(14 1""all DP pontoon 1 cOvet 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 :w4,ull:wld:"Ih...II ' SIII II::wN W1 11 ll...l III1d;' II::wN",,i 04-C" -1300 --Dock Bumpers:Rubber 2 114"H x 16" W x 2" Thick 1 04-F1J,(RF20 < --Fenders, Rear.Rubber Extruded, Black 1 MTB#7215439 04-BW-DP01 --Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 04-F1J,(DP10 Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum 04-BW-TA04 I--Location: Centered in the kick plate 05-EL-44TN I-- Tag Light.Kinequip LED#132703C 04-BW-DP92 < --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-C" -1400 I—Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE 04-EA-1132 I--Mud Flaps Rear.Modular, Rubber AEV LOGO 00-C -3904 < I--Lights, Cab Step: 2"White LED, chrome flange mounted in box front, Whelen Ccfivate II aII Doors °onstlant Il lleot ZZ-ZZ-ZZZZ I-- 04-E -0900 (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 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 00-EL-18C0' < I--Front Center ICC Us: (3)AMBER Weldon LED No 9186-1500A 1 Switch w/Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 -- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 00-C"I"", 'I8C0 < I--Rear ICC Lts:(3)RED Weldon LED No 9186-1500R 1 Switch w/Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC01 -- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 00-C"I 2310 Tail Lights, Whelen LED Combinations, ILOS, 1 00-EL�.19M4 S o I__Side Marker Lights PAIR: (2) RED LED, Whelen#TOROOMRR, � With Grouimmuimmii2t""l""GIll"Z(°'W uil NV° ""l""III';IIIII A011i.uuntli2,d o;iin Sidii2,, of IIIZii2,iur III';I'u m pli2,,ur Ill:Iloimtooins 05-EL-2314 S I-- Whelen 600 Series, Tail Lights VeiilliIcdll IIM(I iiuruurml:e^u;l '')urm III'liiuulllr III"Illate WAIlallr Illlli'luralllre ''U:111rrmuiaurd.""l""uruirn Ceiid:rir, aurmu;l III'ilac:r Illurmlllmmuiaird 05-EL-0201 I--Flanges: (6) Chrome for above 600 Series Tail lights-INCL 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated 00-CA-0000 --Back up, Whelen 600 Series, LED, Pair, Minimum Intensity 05- L-L 88 S TIromrom Wlmolomr 000,µ Smrluoo AMBER I EDIAMBER I"",C"IihSµ r"n-Progranifnable ILLS 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 00-C"I 40II"", Third(3rd)Brake Light:NONE 1 00-EL 4080 SCENE/FLOOD LIGHTS(Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2) LED-24, Whelen 900 I u.°hrouriuu? Ilan g(?s for tllhrs Illil lht liar llUdu?d 06-EL-18LF --Left Flood Activate:Left Flood Switch I 05-EL-45T6 < --Right Scene Lights: (2) LED-24, Whelen 900 I u.°hrouriuu? Ilan 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 S I--Front Alley Lights: (2) Fire Tech Mini Brow(FT-MB-2.9-S-B) LED-Black I Housing blur roillllll r��u�� e iiirr,,iind a uimm�:mui,uumlion Illmiur��uckii2ts III' l"°"""II0111111'lWr'Il""l"""""III:uIVI"""IIIIII'l"""ul:l 0 l N """"""IIIIII; ".. """" Il��l����llll"""" IILuur�um l�u2,i:uh i i IIIIoui.ulpm�ll„i„,,, Sladlu: All1l1112!y III"""uIIIIrIur IIII0111,uurml„i2,ul l„"lurmul1u2,rai1ii2,all"ui Curcrluc "CIiu2,,uauiu2, °i :lair l'"I'lliIde l' iiii Alllllley III""""lii glllrl:o r°u�ur.m III':'l ui�ior�u�h� III':'o��o ur m l.. SN11""l""Cllh°°Ill llllllllll ll:'l III""""IIIIIIIIII III""'""l""AIII""""III""""Illlllllll Y A 1110111':) III" I(;llhi III""l""AIII""""III""""Illlllllll 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 00-HB-00CF S 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 < --Hella Relay Connector.Installed I (1) ( Cll���)S...Ip IIIIIIIIII L...I1.A g;°l,',g II:w11...LPu'lu...lp...11lll ll LA 05-HB-14PC I--AC Evaporator.Pro-Air(AC/Heat unit) w/dual fans-STD vertical 941 I 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 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 fadl ty for 2nd A( or,ipir(?ssor, Illirwudix?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-HA-030K Thermostat, Rear A/C, Digital, Kinequip ILOS 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, Check out, 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-M11-0801 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 09-MH-0802 IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount), ILOS 1 09-MH-08P2 I—LOCATION: Over head/chest area,secondary patient on SIB zz-zz-zzzz 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 05-1 13-6100 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 I—Front of Module SLED System-92"and wider(4) 05-LB-6648 I— Whelen, 900 Super LED, (4), (2) Red& (2) White 05-1 B-6897 Flasher for LED front of module:None 05-PH-LSOF Flanges: (4) 900-Chrome Flanges for lights above 05-PI I V1f 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-L V,f 3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable 1A TS 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 WNtii2, IlI iglht III' irirnairy )6�y 05-PA-LBOB I- Rear Light Bar: NONE 1 05-SY-01F INHELEN LED WARNING LIGHT SYSTEM-F-series LTD 05-FS-0710 S I—Flasher. None,All Super LED's Are Programmable- ����ast, Xteirnate Wllh��iii ea(flh fixtuire, ���aiii&iiiin III' II wifless(�illheii*�se sipe!(Jfied 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 00-0IiA( -- Warning Light SWITCH:PIS, center console, PARK secondary "'ulurnau diixiii s lx�ii se(xiuiurmu;Iaur0 liiurm III"'airk (°iir 11Neuuutirdll u IIhts lx�ii (,kii '')uuui: liiurm Ill:I'airk �'�� Q s!aur ...(°uurwaui�u; ...auuuur.ml';I auru.muur'mL,I ....u.';I ZZZZ-ZZZZ -- 05-PI, 1..,T00 (2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange � 05-PH-LSOB --Flanges: (2) Chrome, 5TIR6 Lights 05-PH-LTOJ --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS out I';Iuaurr #21 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'' h s lll'1 1110 #21 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 0 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add'I Side Warning Lights, :NONE 1 ZZ-ZZ-ZZZZ I-- 1 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-PI, 1..,. F1f 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 00-PL-LXF3 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 0 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 0 25-PH-LT84 --LED Lights:Programmable, Single Light 0 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-PI, 1..,. F'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 00-PL-LIJ51 --(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 05-PI, 1..,. 1 5 Light: Whelen 700, Super Split RED/WHITE LED/CLEAR LENS, Program 0 ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 0 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 05-PL-LXY4 --LED Color for Above 700 Super LED:RED/WHITE 0 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 00-PL-LXF3 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 0 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 0 25-PH-LT84 --LED Lights:Programmable, Single Light 0 ZZ-ZZ-ZZZZ -- 1 00- 1 I UO2 S (0( Rear Warning 1.,,ts: Whelen 000,, (Super 1 ED), 1 °l°S 1 11/02/2021 Job/Order No: Pro osal Pa a 11 PART NO S DESCRIPTIONQTY 05-PH-LSOA I--Flanges: (2) 900-Chrome Flanges for lights above "1 05-PH-LSOF I--Flanges: (4) 900-Chrome Flanges for lights above 05-PH-LT6C U --Location:REAR, (2) aligned w/EACH upper window in RA doors. M ..s,'I:eurmu; °Zug"mi: )ur.m °1ssur at ° ssur Wiii&iiw ..evs�. led 0 1) 1117ed/ ,elllbeur oiin I';IIIIIa IIIu II J( IIII.... III.......oc,.u1�i2. �2) Au:tu:tutiourmaIII Wh�i2.III�i2.urm 900 IIIZi�r2.u.t III...igIIIuts Illurmlllu�oauru.i o�I Staurmu.taurui i00ii2.ur IIIZ�i2.aur 'led Ill....iiigllhts 05-PH-LT6C X x Location:REAR, (0( aligned m(l upluu.r Warning Lot hts on Rear �1 II NJ( I IIL....... �2) i2.l t a s ut �2) IIhZ i g III u t )s III Z iii2�a ur a1 IIhZ sir2,a u°Window IIL.,.sir2,�vm,m III �,"I) IIhZ i�r2,u:t �!kt �,"I) urm IIIIIIIIIIe:IIIm �"'1'�liiu;e M't""I""IIIIIIIIII L...(°i ate (2) Add liiiikiiiurmalll 117111hellleiii 900 I"led Ill....liig; h is Illurflllmu laird (°,iii''Staiiidaird Uppeir III"1eaur 'Zii2,u:t Ill...iglllu'tsm 05-PI I U'15 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 5 IATS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 5 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 5 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 0 ZZ-ZZ-ZZZZ -- 1 05-U5-LU70 --(1) Rear Center AMBER Warning Lt: Whelen 900, (Super LED) 1 05-PH-LSOH I--Flange: (1) 900-Chrome Flanges for light above 1 05-U5-LXF7 I--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-10AO I--Rechargeable Flash Lt. Streamlight, Yellow SL45108, installed 1 05-IL-10LO S l..ecallon:M-3 Uemparl'isent n Wall U 1 Above U"lsed Shelf Height M't""I""IIIIIIIIII 0(°Iuiid! III""'Illeslllmllllii'IIIImi:liiurm 11105 urm eIIIIII #1 Ilh°°III uiu urmislll AIIIb(ive III""'liixeu;i �"'1'�Ilhellff Ilh°°Illsliig; h t 05-IL-10P0 --Powered: 12v Constant Hot 1 05-00-0005 U I-- Customer Supplied Part(s) : Yes See account 1 1) One Radio Heads 2) One MIR Antenna w/Router 3) One 800 Mhz Antennas 07-00-0180 -- 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.". 05-15-0000 < Rechargeable Flash Lt. Streamlight, SL-20LP, Orange, Installed 1 LITE-SL20LP 05-IL-10LO U' �--l..ecal'lon: On Passenger Side e7 Center Console 1 05-IL-10PO I--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 05- M-S 15P --AEV Traumahawk Telematics Declined, Not required 1 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 05-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 Aodwullw:w pow(Nir odIis ar(? tk?d to th(?( has§s powwwu IIodIi,syst(:wuwi,u 06-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors AUst Mso u"up(?i at(?tIlww:w 1Modwullw:? �°�Iow(?r Door II.odIis Op llon(?d 06-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles 06-EC-05K0 -- ONLY the following doors shall have power door locks: 06-EC-051141 --Electric Door Lock: (M-1) Left Front Compartment 06-EC-05M2 --Electric Door Lock: (M-2) Left Middle Compartment 06-EC-05M4 --Electric Door Lock: (M-3) Left Rear Compartment 06-EC-05M6 --Electric Door Lock:Rear Access Doors 06-EC-05M7 --Electric Door Lock: (M-5) Right Rear Compartment 06-EC-05M9 --Electric Door Lock: (M-6) Right Rear, Forward Compt 06-EC-05N0 --Electric Door Lock: Curbside Access Door 06-EC-05N1 --Electric Door Lock: (M-7) Right Front Compt 05-EC-0800 Door Unlock Switch, Momentary, Exterior, hidden � id ..1111 a st:: llll::fion o Ili uicuuNg:w IIwN0011- II. od< °w5wwwitch k)� ::lliiuurv�:w uicu :y 11111c )::wS� ull<�:wlllihood:i of wunawuthoilz(A (:wintry(Nintry Into WflNodlE?. II3 walIw?dl1J1Ig INS Opf:iOul, i w.uo'ChaswNur f urtllh(Nir a guwhws to id IR5V oir chi :� ssss 1:: uIrufl�wwws for ::uIny oss of ww�:)Kck) oir contu)nts c"::ii.us�)d by wwowllawfaull ac w?ss 06-EC-0802 --Location:Front Grille/Bumper Area ZZ-ZZ-ZZZZ 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 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 05-RR-23C"f --Engraved LOGO:None 1 06-RR-2311 --Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light:Activate w/ANY compartment door switch. 1 06-RR-2313 --Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 --Indicator Light: Halogen RED "Door Ajar" light 1 06-RR-2316 I-- Flashing light:Activate w/ANY Mod entry door switch. 1 00-FF-5555 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 11/02/2021 Job/Order No: Pro osal Pa a 13 PART NO S DESCRIPTIONQTY 07-RR-020F Add-on Console: Type 1 1 07-11 R-00 0 --Drink Holder: (2) In Add-on Console, Big Gulp Size 0 07-RR-02 6 I-Drink Holder Location:Middle 0 07-11R-0000 S --Note Book/Clip Board/1 ough Book Slot: Single-Full width by 0" side � 07-RR-02F3 I--Double removable Lexan Divider(s) 1 07-11R-0001 S a Customer Supplied Radio:Installed in Console(Reference Engineering �I 1110���I I�adkii IOullllll III"us IIIumsI.aIIIIIIs.u.I )um Ill..tuuas.0 &uu.Is (.ul C(,uums(,ullls (S . . III....uml,Iuums.s.uruuml,I III..)uaWuml,:I) 07-RR-2300 --Glove Storage: (3) Glove Box Storage Across Rear of add on console 1 07-RR-24A0 -- Console Finish:Black, Textured "Easy Grip" 1 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 06-EC-43C0 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, 1 >> d �:Inciiii:fl swfth foir J�::ud< up no :ullll,::N�ua)d, yId"_�)VED I`roiriir.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 06-10-0250 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS --Portable Equip Charging Circuits:Included in Inverter 1 06-EC-03AA --PREWIRE LOCATION: (1)Cab Console, (1) Behind A/A 1 06-EC-03C9 --Portable Equip Pwr Source:Ignition and/or Shoreline 1 06-IG-03A0 --Battery Charger/Conditioner: 55A -Built into Inverter 1 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries 1 06-1O-041..,7 Inverter Location:M-1A (ULF) Compartment 1 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED 1 RADIO POWER 1 06-EC-03A0 -- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03B0 --Radio Power Source: Battery Switch Hot 1 06-EC-03G0 --LOCATION: Behind Passenger's Seat 1 06-EC-03A2 -- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03B0 --Radio Power Source: Battery Switch Hot 1 06-EC-03E0 --LOCATION: Behind Action Area Board 1 ANTENNA LEADS 1 06-RR-0100 --Coaxial Cable, No 1: Type RG-5811J, No connectors 1 06-RR-0100 < 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-01PO I--Port Plate:None-Access thru center upholstery panel 1 06-RR-01T1 --TERMINATION POINT: Behind Passenger's seat w/36"Tail 1 08-RR-1710 < Antenna Base w/Coaxial Cable:KE794#2 1 06-RR-0102 S a ORIGINA710N POI NI"'.-Roo7Oot7 No .1 �I Ill:10 u8 II�jjjq ro "I 06-RR-01 PO I--Port Plate:None-Access thru center upholstery panel 1 08-RR-1770 < Termination Point:Inside Center Console 1 08-11R-..1'100 S a ~(.1( 800 Mhz Antenna, Customer 0upplled prior to production, Installed 1 NOTE: Installed From Roof Port#2 to Terminate in Console 06-RR-1100 X ����� M , Customer Supplied�lied prior �� � uu�:auuuua auul 17aer�.au� 11 � 1 as to I:uaaduuai.®auu,, installed I M' ""I""IIIIIIIIII lurmsl:aIIIIIIed 4.8" III',,,M(Jr, fixiiiiin ialh e 800 1110111"mz Aii,ite,urmurma aiii,id 1181i II I""euruunm Iiirmate liiurm m.L..I C'u a lji urm 1112!t. I III m i�r2,, III"Zo iii,u ti�r2,ur"t8I I III III Ill�i i�r2,, II0 o iii,u urm ti�r2,u:I V i�r2,u8I 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:I IIL.,112.I I o I I:Ilhms U teIII Illhms 114'"'(IIw PI"Wlui re S I''uxuiura I:Ilhms IIIL uuleu 011iillllll IeirrinmIiurmate liiurm Illhms III:IIIsuluuu:alll OalllbmIiurmel:. 'III "ii I,ii a it qa `ii I 0"'')7" "I8954I) 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 06-50-0500 --Shore Line Inlet:20A Super Auto Eject, ILOS 1 06-SO-OOL1 --Inlet location:Aft of Left Front compartment 06-50-0805 < --Indicator Light, Shore line: Weather proof,power by SL, Red undicator lght ocat(?d a[,)ow?shor(? Iluur(:? linlk?t 06-SO-1010 -- Cover, White, Shore Line Inlet: 20A Super Auto Eject, ILOS ZZ-ZZ-ZZZZ I-- 06-SO-10TT < --Inpower Timer: VCM-05-01SF, Installed u( ..1111 I Ns ::fllows liN) ::� ulo u)rye':,U to Ilju:) we ir�)d to liN) Ilgtn inon switch Il111 Ilu�) a of sell dngi u111i ;N ffiu: 0 :IIt1 staite diurvCU t and liar u(Ndir(A any f:IlNs wfIlrodle 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 --LOCATION: Action Area, standard location 1 06-SO-1402 --Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ -- 1 06-SO-1402 -- 125 VAC Outlet, No 2: 15A, Hospital Grade, IVORY 1 06-SO-141-3 --LOCATION: RF ALS, (See Drawing) 1 06-SO-1402 --Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ -- 1 06-SO-1403 -- 125 VAC Outlet, No 3: 15A, Hospital Grade, IVORY 06-SO-14L4 S -LOCA710 w Extended Action Area, (See Drawing) � 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical ZZZZ-ZZZZ -- 05-5O-" 3M4 5 -- 125 VAC W Dual USB &Power Light Outlet, No 4: 20A, Hospital Grade, White IATS UII1 1 uii"5 VAC' oiii.udii2,rts sha 111 Ill iii2,, III iadI( Illliiglhtir2,d whine power liis applII ,ir2,d to thir2, OiiiA111124. )ruelll 5A15V U�"'t'�III';I't fir(°uiu5 fir(°iweir Gr1i2!1ii2!n IIL..UIII';) power Illliiglllrt IIL.IIIir2,zvy diii,u'ty 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 'h tfiir2,,t 06-SO-14L1 S I OC 77ON: Curbside Above Timer, .see Drwffing t 06-SO-1402 --Outlet mounting ORIENTATION: Vertical "t ZZ-ZZ-ZZZZ -- t 06-SO-1100 "INTERIOR 12 Volt OUTLETS" 1 06-SO-10V5" -- 12 Volt outlets two separate single outlets 1 06-SO-10Y0 -- 12V Outlet, No 1:Power Point Single- Wire thru Med Isolator t 06-SO-11L1 --LOCATION:Action Area,standard location t 06-SO-1402 --Outlet mounting ORIENTATION: Vertical "t 06-SO-1910 --Power Source:Medical Isolator, Batt Sw Hot t ZZ-ZZ-ZZZZ -- t 06-SO-1102 -- 12V Outlet, No 2:Power Point- Wire thru Med Isolator t 06-SO-11L1 S LOCA710 w Extended Action Area, (See Drawing) "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 -- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 --LOCATION:RFALS, (See Drawing) 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-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 05-55-1315 Air Horn System:BUELL-F1 1 06-SS-1301 < --Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t �N�:wl wttch IIocatu)d on du"n'w3irs urde 11/02/2021 Job/Order No: Pro osal Pa a 15 PART NO S DESCRIPTIONQTY 06-SS-1305 --Air Tank Mounted to Frame Rail 06-SS-1310 --Emergency Master Hot 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty 06-SS-1347 I-- Compressor Location:M-1A Compartment 00- '-13 '0 < __Air Horn Location: Under Front Bumper, F-450 and F-550 2017+ " 011' II ...550 url"ua7 urv(N U11'(? 11R):E)SS CUt unto II3S xMai9c(? Air I"taurl"u. 06-SS-1321 --Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) 06-SS-1332 --Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) " 06-SS-13M0 --Air horn mounted system Standard chrome finish 0 CABINET SHOP -Modular 1 07-00-0180 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 1 07-00-MCOB Mica Colors: Gloss Beige 1530-01 ILOS 1 ZZ-ZZ-ZZZZ 1-- 07-00-PCON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07-0' -SEL�0 0t x Att Seat:EVS Comfoit 1880 �4F 10 deg Child Sa76't'�7 13eat� I°aepe Per4max � Flack "'Ileaii,Nless,. ""l""mule C'oiiI"nfoi slli2,inilC2us'fow"n, e,ulr4iinax IIIIII'Illla( lllr, 4-1 l: IIIIII'rllft SAIII""""IIIIIIIII;;'"'II'I 1110'' ""l""IIIIIIIIII' 41111111111IIII I 01W I7(' III':'Illllilllll III'... '' III117""l""AUIII':'n'IIIIIIIIII I'IIIIIIIIIIIA""l"" 07-SE-0001 S BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std f (0( III'''I"(°IixliiIJIi(°111 III m �'III'IWIesI, III IIIII(°Iliulnaird (°,Iliulr 111117eaulrwaulrd,N '')urmlll0 H H 1110���llll"""" 1110(°u�uruurml: Al:l:s^ur°m�°iaur.mi: Seat l. III"""Ixes� ����,u i.11l"m . SeatIII':Ie�:ulll� ul.� 00 IIIul��°inure i:lll"m . ���s.el: III':Ieclllr, i:x°ui thlr dml' t III'""Il�n�l;;;: iii2I 11-SE-04A0 I--Attendant Seat,Armrest:None "I 07-AC-4401 XS AC CABINET:Evaporator, SI'd I ocallon Behind tl'Seaffbcing ReanAfard1 07-ZZ-ZZZZ 1-- 1 07-BH-4801 XS I"t" abinet, Fehind d'8eat- abinet "H"I( "lec Cali) Fbcing ReanAfard 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, J-trim opening 1 07-DR-OR04 --Hinge Orientation: RIGHT 1 07-HW-HIN1 --Hinge: 1 1/2"Stainless Steel Piano Hinge 1 07-HIM-S011 -Round Pull Latch:Non-locking- Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each I 07-ZZ-ZZZZ -- 1 07-BK-0001 0t < Bulkhead Cabinet 00 Ue er 'I"'hlk 'I"°hru Ins failed I I"�S, I o House orcol ridI q,.� "I NJ( l""III'':......'... Sta unml111r2!s ��� 1112!l,lr2l1l C'01llxnt1i2!top with a ;°II I" llIih o~iin all I'olixr sidiir2I, 07-WC-AS21 S �-- "I""7a.y: Siahiless Steel "I 714" )w"nl a III III 'f~n III"u or s l d Irrq,r ZZ-ZZ-ZZZZ I-- I 07-BK-0002 0t Bulkhead Cabinet 01 Above I°°alk 'I"°hru Ins failed I I"�S, 0tee Draein I 07-DR-1 X24 Door:Single Flip Up 318"Lexan I 07-DR-LZ20 --Hinges:Reel Torque I 07-HIM-S011 -Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each I 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 11/02/2021 Job/Order No: Pro osal Pa a 16 PART NO S DESCRIPTIONQTY 07-ZZ-ZZZZ -- 1 07-C -0300 CURBSIDE UPPER: Over SIB, Mods 1 07-01.1-0100 -- Cabinet K1, K2, K3: (3) Openings with flush dividers 07-DR-LX24 --Door:Single Flip Up 318"Lexan 0' 07-DR-LZ20 --Hinges:Reel Torque 0 07- W S011 --Round Pull Latch:Non-locking-Chrome Finish 0 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 0 07-ZZ-ZZZZ -- 07-ZZ-ZZZZ -- 1 07-C -0400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Oabinet l m (1( Opening With (0(Adj.shelves � 07-OR..7,O20 S Ooors, Oouble, Oeerlay OIeJed, 0/8"Lexan � 07-DR-LZ10 --Hinges: Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1) RIGHT and(1)LEFT 1 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors l 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish 0 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 0 07-ZZ-ZZZZ 1 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S CaLlee'1', (4) Glove 01'1'orah eand(.1( Mask 01'1'or ge, 40"01ee'1'ion of RF ALS 1 eabinel`, 07-DR-LX06 S --Door. Overlay 0e, 0/8"Lexan- 4-g1oee and(.1( Mask dispense '1'hru l 07-DR-LZ10 --Hinges: Stainless Spring Loaded 0 07-HW-SX11 --Round Pull Latch:Non-locking-Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each l 07-ZZ-ZZZZ -- 1 07-RF-CADR --Check the specified Walk through Door type (Station 5) 1 07-RF-I148 0l < - Cabinet 1-1 Upper Left Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 07-DR-1..,.XXE Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 -- TRIM: U-shaped Door, J-trim opening 1 07-DR-OR00 --Hinge Orientation:LEFT 1 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 1 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door 1 07-HW-SX12 S Round Pull Latch:Locking-Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 1 07-ZZ-ZZZZ -- 1 07-RF-1248 y' - Oabinet l-2: Upper Right 1 07- R-1A1O"10 S a Ooor. 0ingle Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S °l""OIM: U-shaped Door, y 1'ru°a opening 1 07-DR-OR05 S Hinge 0��°1��."e�l'a�l'ion �1.�.OP l 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge y 07-HW-SO12 --Round Pull Latch:Locking-Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 1 ZZ-ZZ-ZZZZ -- 1 07-RF-1348 y' - Oabinet l-3: Oustoin (Oeference 200F y7°'104( 1 07-DR-WD25 S --Door, Single Solid, Flush 1 07-CA-2100 --TRIM: U-shaped Door, J-trim opening 1 07-DR-ORO,4 --Hinge Orientation:RIGHT 1 07-HW-HIN1 --Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish 1 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-RA-IOA1 --Outside Access: Thru M-7 (RF) Compartment door. 1 07-RF-0001 I--Interior MICA Color: White cabinet liner 1 07-TS-1200 --Shelf Track: Small alum Unistrut type 1 07-C -0608 S (3) Shelves:Adjusiable i°alea over subsirate Wigh Aluin "l"rim 1 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 11/02/2021 Job/Order No: Pro osal Pa a 17 PART NO S DESCRIPTIONQTY 07-SA-0000 1 07-SB-4401 S < 71 1J C BENCH: Set Back 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 07-SB-1101 S a 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 < --Drawer Slides:Full Extension, Detachable 130 LB capacity STD 18"long &Iu6)s uu si;:llllu) i Vu::wInc :II i;:t&u6) dell"fl ^u 18 l Ong 07-HIA4SO 1'1 --Round Pull Latch:Non-locking- Chrome Finish 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 07-SB-0999 --LOCATION:At head of Squad Bench, Roll out over step well 07-SB-1005 -- WASTE CONTAINER: 6 Quart 07-SB-1015 < --SHARPS CONTAINER: 2-Gallon Sharps(#CONT-311) ILOS (:°OII`J IL...311 ZZ-ZZ-ZZZZ I-- 07-SB-1001 --Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S -- Curbside.seating foot platform - Clogl flooring to match main floor � 07-SB-LID2 --Squad Bench Lids: Split-2-section 1 07-SB-LH00 --Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LHO3 --Lid Checks: Gas shock, Dual Action 2 07-SB-LHO7 --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-SB01 --Edge Trim, Lids: Band w/Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 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 C' 7"O C BINE"I"S, A, 131 and C0 to be 7"hroo Equal Sections 1 07-TC-A644 S - Cabinet w 1 07-CC-DR50 Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07- A-3900 S a Dividets, (0)Adj 3116 m 0exao, w1 BS slotted track -EA cab l NJ( I""Illhlllll' Sc IIL..i2!ui n III'aiii,v idiir,r ""'ii,:llllll Iii2Illl,llllrl of Cabpi iurir2,t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 "l pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 S Cabinet F1w 1 07-CC-DR31 C' floors; Cabinet C f Secure I atch Restocking Sliding ICJ indoAf °l""op hinged 1 07- A-3900 S a Dividets, (0)Adj 3/16"0exao, w1 BS slotted track -EA cab 1 NJ( I""Illhlllll' Sc IIL..i2!ui n III'alii,vidir2,,rr III""'ii,:llllll Iii2Illl,llllrl of Cabpi iurir2,t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 "1 pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 S - Cabinet B2 1 07-CB-DR31 C' floors; Cabinel'C0 Secure I atch Restocking Sliding ICJ indoAf °l""op hinged l 07- A-3900 S a Dividets, (0)Adj 3/16"0exao, w1 BS slotted track -EA cab 1 NJ( I""Illhlllll' Sc IIL..i2!ui n III'alii,vidir2,,rr III""'ii,:llllll Iii2Illl,llllrl of Cabpi iurir2,t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 "1 pounds applied 07-RF-0007 --No Inside Access to Exterior Compartment 1 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 11/02/2021 Job/Order No: Pro osal Pa a 18 PART NO S DESCRIPTIONQTY 07-WC-0000 1 07-WC-4420 0t WALL C BI EI"'m o CO'"R 0teat mflE tended Action Area 1 07-WC-A441 S AcdonArea:Extended 07-WC- S21 0t < --A/A Tray: Stainless Steel, with 3"Back splash On Ml tall"(")`*Vd()s and haw) a II,()a ba Ili,spIa`h 07-WC-AA30 --Bio-waste/Sharps A/A:None ZZ-ZZ-ZZZZ I-- 07-WC-AABD --Action Area Board:Black Grip See Station No 6 for content 07-ZZ-ZZZZ I-- 07-WC-0000 -- Cabinet C:DELETE 07-WC-D014 S Cabinel' :DE1..,C..I..C. 07-ZZ-ZZZZ I-- 07-IA1C-C'O00 -- Cabinet E. DELETE 07-ZZ-ZZZZ I-- 07-WC-F641 S Cabineff: Custom(See 1rwffing) Off'' ""1""Illliiiiii u:all!rliiurmet III'"" 1:(`u1 be 10" III':)eep aurmm;l Illurmcirease I kiiil;llllrl:1!(`ii 07" IllurmsiiAe 07-CA-06BO S v - Shelves: (0( Fixed WILexan Lip 1 NJ( 1""Illliiiiii umurta a IIL..r ;uu.ae 111...10 ouur III!iiiiiadh III i uu.r u:l &llrii2llf 07-DR-LX02 S Doors, Dual, Overlay Hinged, 318"1..eaan-I G 07- W 0011 --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 0t a C1v1Cets, (0(Adj 0/16"0�exan, w1 BS slotted track -EA cab 1 II NJ( 1111. l lllr ur1�i2.1�i2. i2,;,uu n m ur Ill..)m 0 6i2.urs III Ia 111 o w III 1m~n 1ll.m,~n m ei S Wr�i2.111 l'. ....l lllr ur�i2.1�i2. i2 um n m e Ill:l l 0 6i2.ur s Ill ur IIO iii a°l u.l 111 i�i2� 1'"uI'Ieclikiiiurm aiii,id Ii llhmuiree Ill..eaaurm III':'lliivliim;eirs Alx! ive ""I(iiiiilr�"'t'Illh ellf Off'' ""1""Illliiiiii l(°It iiiirrm III':'lliivliim;lsm ""Ii""mrac:[r, ClliiIIIIII l"'t'Ilaift Illlii'lsllhmliiurid Ill....liilp aurmm;l Cuuust((iurrmemr ClliiIIIIII 'leurrm iivs Ill....liilr 1!(`ii Adjiii.ust III'::liii,106u2,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� Ir::wtoirs u°uii.s uu°iou..un IIJu:fl:;Nwa Itiu) Iop of Ilmiu:w si: �:ut. I III........ ::151 Y 90 08-SE-SB70 --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 08-00-OOCC Sub Floor, 314"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- 1 08-00-F1 3P Flooring:Loncoin II Flecks-#157, Moonstone(Gray) 1 08-00-FL01 --Flooring Main Edge:3"Recessed(112"deep) roll-up 1 08-AS-0001 < --Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 nstMlll saftwt w:wllllowvwith doagonw:mll sIuol()s uroururlliJd tap() o w)rI:IlruwMrllrdld 08-AS-0006 -- 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 08-1°R-01tPL < 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-CR-00ON mass casualty kit not requested 1 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System 1 (';:°0ll1,flI`^J II)IL II:��)062S 11/02/2021 Job/Order No: Pror)osal Pa 19 PART NO S DESCRIPTION QTY CONN-WP2S 1 CONN-SOCKET 2 08-CR-1002 12v power feed location FRONT for Stryker power load 6390 h) T,? vdt k3ed wfll dirfllu)(J i31nd kxl thirough ffiu) hd�) foir Stryl<)r pow(Nir IIoad syst(Nin,ii II h(? Qvdt pow(Nir shMl 3E) 311'Wght thl'Wgh thE? ft001', Wuth II (?at shiln l, coulinl ) toir Ilu st::fll�)d 08-CS-OOPM Cot Position No 1:PRIMARY SIDE POSITION ONLY T,?" ju)hm)en Cd :::nd S/B 08-CS-2000 Primary Cot position under floor reinforcement nstMl 8liunch wud(? IIby 5 llong ,1/2" akfll'11l111UI111'11 at pilin,iiary cot po§fion (Pdirri :iry cot posflon oiNy II REV Slid) "ff CUSt011ll IIoc afion us d(?§r(?d, 111111USt ,x?sp(?dfi(?d Il,xflow 08-CS-3009 I- Cot mount set up for. Stryker Power-Pro 6506 08-CS-19A5 Cot Stop, Block: Stryker Power/Performance load. Install hook with kit zz-zz-zzzz 08-CS-19U1 I—Q Straint System: NONE 08-OS-04ST OXYGEN/AIR/VACUUM System: 08-OS-0401 I—Oxygen Outlet No 1: Amico Console-Ohmeda/Ohio Diamond Style 08-OS-040A I—LOCATION: Action Area 08-OS-0402 I—Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 08-OS-040A I—LOCATION: Action Area 08-OS-0403 Oxygen Outlet No 3:Amico Console- OhmedalOhio Diamond Style 1 08-OS-040D I-LOCATION: Curbside Wall, over the head of the SIB 08-OS-0914 S --Poriable Cylinder Rack: Triple Holder D Spring I oaded 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-1 1 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-1 32M 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 08-OS-2300 XS < (2) SCBA Bracket-Zico Model UN-6-30-2-SF 2 SCIIIIIIA up, i: spedfic Su IIJoflle IlwRefer to c&::flog to :::ssuire youir jd Ile wfll ffl� 08-OS-230R Collision Restraint Strap:ZICO No 1010-120-000 2 08-OS-23L1 S I ocallon:M3 Compartment on Wall 02 Evenly I S paced'F'roin I eh'to Right 2 zz-zz-zzzz 2 08-OS-35VY S Vacuum System: S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall #1 of Action Area (See Drawing) zz-zz-zzzz 08-ZZ-ZZZZ 1 TRIM / DOOR ASSEMBLY-CELL 5 09-00-002S I— Interior window and aluminum trim with standard satin finish-std 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-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 -- 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 < Grab Rail,, (3), 24"I '7°'S, Gray Antimicrobial O III...www`wwlilr2d �I) At C/S III....unIry Ill..lw,ww,wur at AIII...13 ��,.wlllwulurmll�.�, �I) w,wurm C/S and � I) 13I13 Illurmsww.Ill2. IIIZII2.i.wur Illl ur.mi:ul III':'l�°u�°uuls 09-C -0000 S --Door Panels:Mica over smooth alufn elwlwei/(,7l)h l"Ieelew/OInloo th Alufn Lower 1 09-AS-2530 S �-- Curbside I..eA(er Door Panel,-Sinoeth Alum I 09-E1-23"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-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 --Sliding Window Locking Pin: 1/4"with Lanyard 1 07-17IC-1.,PN3 < --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 < --Monitor Mounting:Bolted in place I II www`wwl oin llwwlll.uuml wwum III':I'Iwuww`Illw "7Oa� llll "'')f Acti n Curw�,a ..I""wwwaird A/A III';I'Iw,w;,uw, aiin:I Illlwwlll.uuml With Ceurmteir(`girl''IIIIII'lulna(llleet a IIIOliiurfliiurnwwuurn (`Iiii"10" l''xiiure AlA IIIIII'I(°Iiiix 07-ZZ-ZZZZ -- I 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 1 10-FN-0001 S < --Fan, (2) Speed, Patient Area, w/separate switch in A/A I S W w rt iiiiiw w"I II2q III"n o liu lin tii2d III"nPii2 iiiiiw l 'fan with g III.wa llyd N „....IIIIIII ���I IIL.......... IIO w;w lll.w urm l lIr2,,w:I to l hl ilr2,, urilr2,a r w:w l l hl ilr2,, a w lu w:w urm a urrr a Ill:w,w lw, to a 111 111 w:w x'a w l u w.w urm a ur ll2 a IllI to III wl iii urm,.I ll2 I. &iiwiil m 1O-EC-0701 < I--Refrigerator, Norcold 1.7 Cu Ft, 12VDC1125VAC, #NR740ss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD 10-EC-3200 S --0ocatlon O-O Cabinet I7eJer'l"'hlk 'I°°hru Window "I 11-YZ-0907 < --Non-Compliant to 3.11.3 J3058, cabinets Not Tested, to SAE J3058 No I Rating Ilwwlrlri Is no; Iw Vw w:I Io II"n058 ::till' nw:;NI IIwtw):;I. 11-ZZ-0903 < I-- CAAS Exception to C.11.3 Storage Compartments and Cabinets Design I An Illllxw=el ton has Ilb(hNin tMix?n to on(?of th(? Ielllle ing x<nw11ifiens, SUbir rwu7 1I IDoors sllrMlll rla ww� '.)o§ifiV(wll odi,www1 Ilalw=Ilrles that arw w1esliw::llned to uw url,uw:w in w=Ilosw:ww1 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 10-13-030f'7 0f Extended Action Area Light: 101f, LED, 0urface Mount 1 10-IL-02L9 S 1..,ight l ocation:Octtom of Oabinel'131 1 UPHOLSTERY-CELL 7 1 I 1-00-1.1O0 < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 -- Center Trough Upholstery Color: Color Key to Rest of Truck 1 ZZ-ZZ-ZZZZ -- 1 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 0f < --Anti Rust Spray, Detco:Installed on Unit "1 II.:u:IIIhasfing to III iIiuy "1 2 Xr2,Ilrosd: Can II ii1(1) : 111I12,, "53urayi112 1: (1 Ihassws i2.1 :re lh�I r,, :' 11 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 ,10 L'7'02 0 0f < Paint BELL.CU0f7.OM Custom Halfway Down Felt Including Cab 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 1 ZZ-ZZ-ZZZZ I-- 1 12-PT-6000 < --Paint Belt at Corner Posts- 118"Break 1 h(:: II a n 11:3( IItl Its to Ihaw? ::n 1/8" CUt ar:di,a (::::cIh corn(Nir Lost Ito sii n 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 13-O°l°°-f1 RIS < 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 1—*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ S < (3) Olacard Oo1yer 10"a .10", with Placardsl op Load,Aluminum "IT-7 din 1 style With Red Painted Placard Shipped Loose 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 1 KK-C"CCC Decals:KKK/DOT Pkg, -NONE/DELETE 1 13-RF-STAD --Decals: Star of Life for Mod Roof-NONE/DELETE ZZZZ-ZZZZ -- 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 **1 "*F'-550 4 x 2 Diesel(2021 FSA Coils°C (3) 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 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.com 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 0 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions pper clN E Main UfaCtUireir ALAtVioir zatbIrr�II:birlrn a � IVaI'IIAI'wIIl1FACTl.�RERIs 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 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 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 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 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 fi0d) II 0. I 4—n)fj "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 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 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 Monroe County Board of County COMPOSITE EXHIBIT A2 � t f Commissioners � D r 500 Whitehead Street Key West, FL 33040 Purchase Order Number B-PO-1221-00001726-1 Jy4 United States of America Purchase Order©ate 12/17/2021 �r 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'PQ Amount USD 294 088.00 0.00 294 088.00 ShiDDina Terms Shipping Method Shipping Instruction FOB Origin Ground Freight Packages must not be greater than 150 pounds. Goods 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 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 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 IN HER, /, R�� � 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. Sincerer,,"..._.._` 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 �'R/1'„ 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�„ � ITAPS Of F,FP 'I F Shop Order 40. 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 S Vehicle Quantity(f Vehicle( 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1--MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 00-91-0004 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 S REF RENCE U I1#: 00OF 07164 1 00-91-0028 S RE-IJ,RI°I"E D °I"E m 0-00-0I 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 00-91-0000 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 S 0022 V ord, V-000 4,x 0 DRIAIReg Cab, 193" IMB, V"'47. I"'"urbo Diesel 1 01-1F-0086 --Engine: 6JL Scorpion, Pwr Stroke V-8 Turbo Diesel-F-series 2020+ "I 01-1F-0092 -- Chassis Front engine hood Insulation Not included by OEM Ford on all XL I 01-1F-0101 --98R-Operator Command Regeneration I 01-1F-02CM -- Cab Interior Color.Medium Earth Gray F-series "I 01-1F-02T5 --F-Series 193"wheelbase reg cab LWB I 01-1F-03PU -- GVWR: 18,000 pounds, FAWR: 7,000, RAWR: 13,660(4x2) "I 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 01-1F-0507 --Battery; OEM Dual 750 CCA, 78 Amp Hours 01-3U-0000 --Anti Rust Spray, Detco:Installed on Unit "uuuulumlll sliiurm';'lxiii Ilbuy 12 AeIITIIIS(111III Oaurms y�'' ""I""IIIIIIIIII 1(111 Ill sl I'Il1p ulrayed I:u`IIii 011lhlassliis Illlllll ulrauine IIII;I'Islft'ilillre I:Ill e IIII'lu°Iliiu;ly liis 1111 iiuuuulmie,d 01-FL-T106 -- Tire, SPARE:Matching, Random Make l 01-FM-T101 --Location: Shipped Loose "l 01-TU-0112 S --Jack as l ire I oolsw Shipped y�oos. 1 01-FM-4WH3 -- Wheel Finish:Polished SS Wheel Simulators(F-550) l 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard l 01-FM-DTRL --Daytime Running Lights:Ford OEM "l 01-FM-DTRQ --Ford F series High center mount brake light ordered with chassis l 01-FM-TIR3 -- Tires:F-4/550,All season, Random Mk 225170 R19.5, LR F l 01-OE-47LF --47L-Ambulance Prep Package-F-Series l 01-OE-47A5 --Alternators Dual(OEM) Motorcraft Ford 67B 2017+Ford F super duty l 01-OE-47C0 -- Throttle Control System l 01-RR-05B6 --Radio, F-series: OEM AM/FM/Satellite w/5 cab speakers 8"Display 2020+ l 01-SY-0005 --Ford SYNC 3 Voice Activated, in vehicle connectivity 913 2020 XLT std-all l 01-SZ-0006 . Backup Camera fixed system 872 Ford OEM install on module Type 1 F l series (I-X�Nl cairriei�:: mwMm no m )u :::�tN)ir sNo:fl 1, :dllll ust:: llj�k) pw N p�la,:n, ::lspllays liunto �lll: llll Il:lm?,alliw 03-EA-47PR --Side Mirrors, OEM(F-Series), Pwr Glass, Heated, manual Telescopic l 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 l 04-SU-1729 < --Rear Suspension:F-550 Liquid Spring, 2017+ "l 1°pa"111 II 111 Oxygen II ll: lis IlnstMllled, lal ein 1i�1 the 02 m°Inl,�up �t Illssu, Is open, the Il1,111e(�flling s usp)urlspw:;n wlllll not du..uu°Irupua Ilunr ll dooir as 4;:osi:",(J* 01-TT-0208 < -- ""DETAIL""Liquid Rear Suspension Decal Install l "doir to 6: llli n3iry, d)t:mull 6„3pain mmu:n as 1:o Vnst:: llll I Necal ,on 111) dashII 04-SU-0601 S < —Kneeling Oalarew Enable Switch Located in CAB console and On 11R Filler �l Cabinet I'Ill'IWil:u:lllhl IIkii alaikiiiilm sllhaIIIIII be Wil:Illul iim ulreau:lllhl u`Ilrl''aulm alas ulmu;laulml:slireuulmu;lliiulmu; ulm I:Ill e u;ul u°,uluuuulmu;l (°,Iliuuutsliiu;e ...I ...I "Ihlill'2"! III"<Io�dIiifl1II2"!,,, ft sha 111 oill2, III"ill2°,cllli2ssill'2"d 'I'uro�iiil"<I'lhill'r",w�ifllll suirtacii2!u,,, NJ( I""IIIIIIIIII I lllhlllrll2l,ll2l,Way Swiftmllluliiin l 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door l 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear l 04-SU-2022 < --Liquid spring controller shipped loose with completed unit "l )mmm:mllmmury to liurlslm:mllll Wth w muStOIIl IlEN'oln arurvlism:mll 04-SU-03F6 --Rear Stabilize(Anti-Sway) Bar: OEM, Ford F-4501550 l 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 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. 00-130-1000 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 '°Wu°wp7l NJ X111..uu°Irui III 11.uu1cu Nw:::irlcuu:Nn:,1 Burl uprau lurl Il(:wurl (°(??llliurw':p 090 IlU111111l11I.purl a SllrwN:A 02-BO-SFLO < I-- Compt Floors: Sweep-out, even with bottom doorjamb L)111Vlu)S ",p) alnu)(:J dXN NhMS(11. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 I-- Compartment Ventilation-Flap style#VT-2495-A01, STD 02-BC-0604 I-- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F 00_ _0,100 1__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 02-BO-CESL I-- Curbside Entry Door(CSE) Location:Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-ZZZZ 1-- 02-B3-MD64 I--Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate 00-IL-09SZ < I--ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount housing I ght sIlrw:wllll cor1 uw:w on weutllrl (:S door or weiitllr1 urvoglht flood sweiitcllr1. 00-11.., 09XA < I—IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED � I IipIh sIlrw:wllll cor1 uw:w on weutllrl (:S door or weiitllr1 u'ogllrlt flood sweiitcllr1. ZZ-ZZ-ZZZZ 1-- 1 00-MI 0100 S < 0-1 em°e1:t(1 "): 72 HR, 0 "5"H x 22, 125"Wx 19,5"D WlAflf c mpari ent Splash °w"nllrlk:fll& Add a dw?�llw?<�l:e1r plat(? Ilrw!?l w?w�?n II\4 1 and II 2 to shuw::wlld w at(:N,splash frorl,u the coirrup :urvlmu:nu Ilouswn)i- . 00-130-CCMI < I--M-1 Compartment Construction: Smooth Aluminum ILOS "1 &od(:ws and II:3a.cl 090 U111w1111i11IU111w1 a SllrENA d 4:;Nu°Ir°up :urvin�rlu^u 1l d :wlllliu 1 p 090 X111..�11°I111u111111.�irru SII71)e 00-130- 00 I-- Compartment Door Panel:Diamond Plate 1 00-F0-CF961 S < I-- Compartment Surface Finish: Speed Liner, Black-M-1 '1 NJ( I""IIIIIIIIII C'0 mwlplair"hn1irwl,urml III Ili;oir 10 e Spii2!l,Ir2d IIL..iurmlrwd lad( 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): Standard 1 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 05-EL-411418 1 < I--Light, Compartment:Maxxima LED 18", EA, ILOS 1 I11""I""IIIIII' IlNik11 1112!IK IlNko IlliiIg, llrl IIIw1oIIIIr21, urlr2il p.uiiiured wJ(°'""I""IIIIIIIIII lid IIIr1 II11oIIl.0 urllrwld o�ur C'ii2!! lllliiurg Il\Jear III':)ooir,JVainmm Iw1i 08-B1-02LI --Prep for 02 Lift:NONE 1 09-ZZ-ZZZZ -- 1 11/22/2021 Job/Order No: Pro osal Pa e 4 PART NO S DESCRIPTIONQTY 02-B1-M1BB --III Compt(LF Upper): 72 HR, 17.56"H x 22.125" Wx 19.5"D "I 00-F0-I,°II,°MO < I--M-1a Compartment Construction:Smooth Aluminum ILOS °auriug autluriu(':wu tl 090 IlU1111uuu UI111u &l1EX)'t 00-F0-I"COB I--Compartment Door Panel:Diamond Plate 00-BO-0F'MO S I—Compartment Surface Finish: Speed Liner, Black-III � 0(' """"IIIIIIIIII O(°ul'urag aui4mwnr^urm'l: III""'III '°u '°uur'lx�ii Ill e Speed Ill....liiiiied IIIIII'Illla(Jr, 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): Standard 02-BO-CC1B I-- Compartment Ventilation-III Pancake Fan& 1-Column of Louvers 02-BO-SWFL I-- 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 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 05-EL-40N1 < --Light, Compt, LED, M-1 (LF):Intertek Model No ZY-156-LEDC, II II�3 V' II Ilallw?, (°(Ni'tl:w?irw?d 12-ZZ-ZZZZ I-- 02-M1-M275 S --M-0 Compt(4� 4(w 40.5"O 40w "0m A(X 10.5"O 02-BO-CCM2 < I--M-2 Compartment Construction: Smooth Aluminum ILOS Sod(M3 aiiid II:3a.IIc; 090 IlU1111 uliu UI111i a &l1EX): °auriug �dutluriuw�'�wu tl °('?lillliuiw';g 090 IlU1111uuu UI111u &l1EX)'t 00-F0-I"COB I-- Compartment Door Panel:Diamond Plate 00-O0-OF'M2 S I-- Compartment Surface Finish: Speed Liner, Black-III 0(' """"IIIIIIIIII O(°ul'urag aui4mwnr^urm'l: III""'III(°u11(°u11ui 'lx�111 IIIIII'Ie Speed Ill....liiiiied IIIIII'Illla(,l[r, 00-F0-C '"I I-- Component Finish(Shelf/Tray/Divider): Speedliner Black Each 02-BO-SWFL -- Compt Floor: Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS(std) 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock 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 NJ( I""IIIIIIIIII 13Wmii2lf to IIIoii2,,S0,ii ii d Ill...gun,irwd lad( 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes 05-EL-4M36 S< Light, Compartment:Maxxima LED 36", EA, ILOS 11""""IIIIII' Il�g�olir,, \JgNu IlliiIg, lM Ilhmdllir2,, urirw,s w.fliured wJ(°'""""IIIIIIIIII 1110 Ili�u 'I IIL......gg IIM "'')a C'it2,liiIIIiiing Ilwitm:m°°liur III':)ooir,JVw nIllwii 05-HB-1330 < -- Condenser, 12V:Pro-Air Dual Fan, FRKG 126 Front of Body Incl with HWP AC Only "d'''0,00g': IIIIIII�J""119,j > 'flN 3 utlw'Nuri a nu ll Wu 111 SEfllww 'tl: pltflr Iliad 3('?d Il loot wow?a lli('? g a Ili"ua gw? id airs ipi,(M3,3air II \IAA I ys:�w) °irls, 04-HA-1310 < I--ARCTIC WEDGE Front of Body pa iit VA(.° >> II"J N Il nu:w gurvnllllu ':;g Ilui llit Ili�::Nlluw . w of fliw? wow(?d gw? uS �,L ll'3J(? t to wwoigiiul(Nwu'iiuig ui aiiid w:wpprwwww:wll for Il igllit dUty Pw:w IIII1 rruu:N6fls A u�)diu cfioii iiui suz; uii:�J fII"Io\tw ) tN)m3dggu) u°iri �"y Ilji:w ury giiuuury °:;g. 04- -1000 I— 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 06-RR-1304 S -- CO OI� 11"ORIGINA710N POI I"'.-M-1A aompat ment 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) I 06-RR-13Z1 I-- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std I 06-RR-1301 I-- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet "I 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 09-ZZ-ZZZZ -- 02-141- 00 "0 S 0-0 om°apt(1..,R): 0 f,5"H x 00" Wx 10,,0" 1 00-F0-CC , < --M-3 Compartment Construction: Smooth Aluminum ILOS °ourrul �nulurrum��muml IIholakourrir: 125 IlUurruliuIIIUur1u SllIEX)�l: d 4:;Nu°ir°ups"�urvin�riu^u��l d �:�lllliu���:� ���I����'�Ilu..uu.ic.uuu��u.uuicu "w,II7��� � 00-130- 00 -- Compartment Door Panel:Diamond Plate 00-130-CF/163 S a -- Compartment Surface Finish: Speed Liner, Black-M-3 r1H',m..""IIIIIIIIII C'0 mn0'airb nl1rl'urnl IllllllIlooir to IIIIII'a piirllirl'm: Ill...liunlirrl'm: lad(. 00-130-CFNI I-- Component Finish(Shelf/Tray/Divider): Speedliner Black Each 0 02-BO-CC12 < I-- Compartment Ventilation- Compartment Ceiling O O O O PdTB II"l(I-)II wftll hhrii-u) (.1") IIid )s :flj o)tN) �l;�1 tN) ce hung Ilu:n"n:fll. 02-BO-CC12 X a Compartment Reinforcement Wall#0w M713 NH',m..""IIIIIIIIII Wall 02 to Illmlilir2l, foir II'°JJ(1lllilll IIII;I�ra kr2lt Illinstamlllllirrld 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-09B0 -- Compt Door Check:Double Action Gas Shock 1 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 1 004"`01 "1"1 10 S a Shelf, Fixed, Ext:.125 Aluminum, 2"Upward Lips 1 r ��.„.... ���. II��lm��m�IIL.......... III ui,��.u�.m.� .�hu2.11lf to Illmlu2. lIm"ouimm llallllll 01 to llafll 03 and aflllll Illmlil�r2l, allovm':,„, II3(1lllll0 IIIIIImadlma�r2l,lsm m.. 131111121f to Illmli lii,,S lii 1,lii d Ill...li urm lii d lad( 00-°l°S-1000 0 Divider, Veri'loal, From Fixed 0hell to Ceilling, alum, fixed l ....IIIIIP ..„. ..or�..p .�o :�.II IIIII� ..o^ �illll�"' ..o�e�..p .,i '" ..o �...m^^..m. �e�.II ..ire.�..II 1110����III.... Ill..luiouim.� .ui h.mi Ill:m . lluimiuio III uiam.� ���IlImIllll �.mi .uillluiuim�::� auimm.� .uim�. .ui .m.� lluimiuio III.... .11lli.�.mi IIl�uih::�Illm�. lliioliIde'ur h:m°ill Ill e Speed Ill....liiurme'd IIIIII'IIIIam:Illm 05-EL-4M24 S a --Light, Compartment:Maxxima LED 24", EA, ILOS 1 0 IIIIII' II�I�Nilllirl, r,lgil Illiih lllM Illmollllir2l, urlirril li.fliure'd ""IIIIIIIIII 10Ao III�I t IIL......�gIllml 0'1in C'1112l'liillliiu g Ilr,lo°Imur III'a)ooir,JVwmnlllmli 09-ZZ-ZZZZ -- 1 02-1141-114575 S �-_ 0-0 om°alnl'(FF(,,- 00 R, 0"f,,0,,,10'0" x 00" IA(o 0,,,,l,,O"L) I'0('' """"IIIIIIIIII I""Illmeire eoliillllll e aurm 0"at liic space liiurm l:Illie 1;m,',ii (,',iIrf l:Illie m:m°ulurmm� aui0urmm 'urm�: 00-FO-CCM5 < --M-5 Compartment Construction: Smooth Aluminum ILOS 1 Sode�3 and Il:3a.cl 125 NUurruli III U111ru SllIEX)h: d 4:;Nu°ir°ups"�urvin�riu^u��l IIh�NIilh:�:Nu°ir°u: .'l �"� 1`'�Ilu..uitir°uliu��u..uu°ir°u,5II7��� h °ourrul aulurru(:mural (°m?lillliumm;g 090 IlUurruuumUurru &lm()m:ml: 00-F0-1"ll°l03 -- Compartment Door Panel:Diamond Plate 1 00-130-C 145 S Compartment Surface Finish: Speed Liner, Black-M-5 1 N( I""IIIIIIIIII lam°illur�mnpaui lmor'urml: IIIIIIII (°111m°,ulul"h:m°ill IIIIII'le Speed Ill....liiurme'd IIIIII'IIIIam:lllm 00-130-C '1 I-- Component Finish(Shelf/Tray/Divider): Speedliner Black Each 0' 02-BO-CC12 < I-- Compartment Ventilation- Compartment Ceiling O O O O 1 11 II Il:h II'Jo II II lmiat dlianim(:mll wlfli h:lliir(N? (14") Ilmd(M3 m:nl[aowm h:llm(? Il irnh at lllm(? cmrullung Il(:?w ll. 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-09B0 -- Compt Door Check:Double Action Gas Shock 1 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 04-TS-1200 S s M- Shelf,, Fixed, E �I�w.125 Aluminum, Partial Widt0 0"lips upward m ��.„.... ,,. II��I m��m�IIL... III""'lii um.��r�,m:I s�m i�r���llf�' I�:m Illmi�i�r��,, �.r�;m m mm �m um.i�r�,m:I m:I m�����m:I��r�,ur I�:m "1 ��m 111 111 0'I m urm ��.m ursr��m urm.� .�0 a m.ii2 a 0 0 uro um. 1 d µ iii,m 0 fixiiirmr IIIrm°uilt(miiirmr m°uii'' See°.. .. Im r �� III smsiii ur'mg 04-TS-17N1 1 s I--Divider, Vert, Full compartment height, alum,Adj, Unistrut I I""Illmir„i2!,,ii2, h.mllllll Width siii2!crl o�ins o�f 4listrm,ml o; iim llmiii2!, Illmiiadlm:waflll Xljioiift 6" �fro; iiiin lop aiind Illmiilo��lto; iiiin aill (°hums liiurm 1:Iie u16iid6e (°uiil'l:Illrs, kiiii l:Illie adjjmrustniiieiii: )eletii2, IIL...... g1IIiI Ilh°°IIIolii2, liium mmo mm0mmurlmmmir,rml mmii2iiillliirmg fro:iiin Illlliimmlllm:ir2Im NH',m..""IIIIIIIIII l cgiii,mstabiilllii2, III':N,10m:2!ir to Illmiii2,, IIL..i2ft of III""'liiici2m:I III'alii1062!r 00-°I°°S-1400 Sr I--Divider, Vertical, Full compartment height, alum, Fixed I M' """"IIIIIIIIII ""'liixed diiViim eir 1:m`ui Ill3e 10" fir(°iii r WdlI #3 fixiiirmr staliimr m:lllmaliimr st(mimrage kiirwaird m°uiif m:I lii'v d it,it 04-TS-STR1 Sr I--Strap:2" Webb Seatbelt buckle chrome footman loops I I""Illrliis stirap is 1:m°uii Secure 1:1l1liiurlgs fixiiirmr uimmmmmsliiiiig srlllrliillle Ills sslllrliimullls liis liiurm uimmmmmlaiim°uiurm M' """"IIIIIIIIII ""'m iiiin Wdll !#1 1:m`ui III""'Nixed III':'Iliisliim eir 04-TS-STR2 1—2"Footman Loops:Locate back from jamb "I 05-EL-411418 Sr I--Light, Compartment:Maxxima LED 18", EA, ILOS I I1""""IIIIIIIII 1110m°u :rm 1110 ii Ill iii' Illr:Illr(°ilIe mre(mImruiiiurrrd M' """"IIIIIIIIII 11(°I uurmt m°u111111 Ceiiilllliiuiig 11Neam III':'Im (111111'Jaurmrlllr 09-ZZ-ZZZZ -- I 02-1141-114675 S M-6 sm°a1:)t(FFF'Wd),,m 1 " s 10 5" Wx 10,�0" I 1 00-F0-I"II°M6 < I--M-6 Compartment Construction: Smooth Aluminum ILOS I u°suri ulr�mu tluri um��rurtl II rutlaksuri ir: 120 Ilm.uuri'uli III m.uIII SllIEX)�t d �:;Nii,.ir°up��murvluum�u^ur�l d �:mwllliur��;a ��"����''mllii..uu.icuuur�ii.uuicu �w,llriu�s"I 00-F0- 00 I-- Compartment Door Panel:Diamond Plate I 00-130-CF/160 I-- Compartment Surface Finish: Speed Liner, Black-M-6 I 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): Standard 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-10AO I-- Compartment Door: SINGLE DOOR, 1-point Latch I 02-BO-09BO I— Compt Door Check:Double Action Gas Shock I 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 I II II II:I II`Jot(?: II ok? a"m?umtlmru mmd liu i u' ouri iipauturi ummiiit cmmlillliiig 09-ZZ-ZZZZ I-- I 02-M1-M775 I--M-7 Compt(RF): 67.5"H x 25.25"W x 21.0"(Below FL), 1/0 I 02-BO-CC08 I-- Compartment Door Panel:Diamond Plate I 02-BO-CCN5 S < M-7 Compartment Construction Below FloorLevel: Smooth Aluminum ILOS 1 u°suri iipaii tluri u(:rurtl 0O0 AU11111 111U11111 &lrmX)t 02-BO-CC08 I-- Compartment Door Panel:Diamond Plate I 00-BO-CF"l00 0 CompartinentSurface Finish Olmeed I..Iner, Flask -M-7 1 M' """"IIIIIIIIII Ikm°ul'ur�m pamlmmrsurml: III""'Illm°um°um 1:m°ui IIIIII'Ie Speed Ill....liiurmed IIIIII'Illlrmm:lllm 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): 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 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees I 05-EL-4M36 S s I--Light, Compartment:Maxxima LED 36", EA, ILOS I Ill""I""III'il'I IINkolir,, Nko IlliiIg, IM Illmdllir2,, urir2,mlw.flired mlm m..""IIIIIIIIII IIMo Ili.muml 111... g11M :mum Wallllll AE3 of IIW Commm0arbn1i2,,mml C'1i2!,rml1r2,,ured 11/22/2021 Job/Order No: Pro osal Pa e 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-ZZZZ I-- 02-1141-114888 1—M-8 Drawer(RF):None-Batteries Under Hood 02-M1-RA03 --Rear Access Doors:46 314" Wide x 60 518"High ZZZZ-ZZZZ -- ZZ-ZZ-ZZZZ -- WELDING -CELL 1 1 04-C" -Ct..A C C 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 10-130-0004 1—Painted Part-Painted Special color to match Body 0 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 --Wire/Hose Cover : Diamond Plate, Between Cab&Module 1 ZZ-ZZ-ZZZZ 1-- 1 04-AS-0382 < -- 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 S � -Bumper, Rear,-Medium Duty Style HD Alum F"rai eC A(14 1""all DP pontoon 1 cOvet 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 :w4,ull:wld:"Ih...II ' SIII II::wN W1 11 ll...l III1d;' II::wN",,i 04-C" -1300 --Dock Bumpers:Rubber 2 114"H x 16" W x 2" Thick 1 04-F1J,(RF20 < --Fenders, Rear.Rubber Extruded, Black 1 MTB#7215439 04-BW-DP01 --Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 04-F1J,(DP10 Rear Kick Plate:.125 Smooth Aluminum 1 04-BW-TA02 I--Recessed Tag Area:Smooth Aluminum 04-BW-TA04 I--Location: Centered in the kick plate 05-EL-44TN I-- Tag Light.Kinequip LED#132703C 04-BW-DP92 < --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-C" -1400 I—Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE 04-EA-1132 I--Mud Flaps Rear.Modular, Rubber AEV LOGO 00-C -3904 < I--Lights, Cab Step: 2"White LED, chrome flange mounted in box front, Whelen Ccfivate II aII Doors °onstlant Il lleot ZZ-ZZ-ZZZZ I-- 04-E -0900 (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 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 00-EL-18C0' < I--Front Center ICC Us: (3)AMBER Weldon LED No 9186-1500A 1 Switch w/Headlights. ZZ-ZZ-ZZZZ 1-- 1 05-EL-18R5 -- Rear Corner Cap LED ICC/Warning Lights: Warnings RED/AMBER 1 00-C"I"", 'I8C0 < I--Rear ICC Lts:(3)RED Weldon LED No 9186-1500R 1 Switch w/Headlights ZZ-ZZ-ZZZZ 1-- 1 06-SW-CC01 -- ICC Warning Lights Switched: Primary Only 1 ZZ-ZZ-ZZZZ 1-- 1 00-C"I 2310 Tail Lights, Whelen LED Combinations, ILOS, 1 00-EL�.19M4 S o I__Side Marker Lights PAIR: (2) RED LED, Whelen#TOROOMRR, � With Grouimmuimmii2t""l""GIll"Z(°'W uil NV° ""l""III';IIIII A011i.uuntli2,d o;iin Sidii2,, of IIIZii2,iur III';I'u m pli2,,ur Ill:Iloimtooins 05-EL-2314 S I-- Whelen 600 Series, Tail Lights VeiilliIcdll IIM(I iiuruurml:e^u;l '')urm III'liiuulllr III"Illate WAIlallr Illlli'luralllre ''U:111rrmuiaurd.""l""uruirn Ceiid:rir, aurmu;l III'ilac:r Illurmlllmmuiaird 05-EL-0201 I--Flanges: (6) Chrome for above 600 Series Tail lights-INCL 05-EL-2320 I--Stop/Tail, Whelen 600 Series, LED, Pair, Maximum Populated 00-CA-0000 --Back up, Whelen 600 Series, LED, Pair, Minimum Intensity 05- L-L 88 S TIromrom Wlmolomr 000,µ Smrluoo AMBER I EDIAMBER I"",C"IihSµ r"n-Progranifnable ILLS 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 00-C"I 40II"", Third(3rd)Brake Light:NONE 1 00-EL 4080 SCENE/FLOOD LIGHTS(Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights:(2) LED-24, Whelen 900 I u.°hrouriuu? Ilan g(?s for tllhrs Illil lht liar llUdu?d 06-EL-18LF --Left Flood Activate:Left Flood Switch I 05-EL-45T6 < --Right Scene Lights: (2) LED-24, Whelen 900 I u.°hrouriuu? Ilan 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 S I--Front Alley Lights: (2) Fire Tech Mini Brow(FT-MB-2.9-S-B) LED-Black I Housing blur roillllll r��u�� e iiirr,,iind a uimm�:mui,uumlion Illmiur��uckii2ts III' l"°"""II0111111'lWr'Il""l"""""III:uIVI"""IIIIII'l"""ul:l 0 l N """"""IIIIII; ".. """" Il��l����llll"""" IILuur�um l�u2,i:uh i i IIIIoui.ulpm�ll„i„,,, Sladlu: All1l1112!y III"""uIIIIrIur IIII0111,uurml„i2,ul l„"lurmul1u2,rai1ii2,all"ui Curcrluc "CIiu2,,uauiu2, °i :lair l'"I'lliIde l' iiii Alllllley III""""lii glllrl:o r°u�ur.m III':'l ui�ior�u�h� III':'o��o ur m l.. SN11""l""Cllh°°Ill llllllllll ll:'l III""""IIIIIIIIII III""'""l""AIII""""III""""Illlllllll Y A 1110111':) III" I(;llhi III""l""AIII""""III""""Illlllllll 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 00-HB-00CF S 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 < --Hella Relay Connector.Installed I (1) ( Cll���)S...Ip IIIIIIIIII L...I1.A g;°l,',g II:w11...LPu'lu...lp...11lll ll LA 05-HB-14PC I--AC Evaporator.Pro-Air(AC/Heat unit) w/dual fans-STD vertical 941 I 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 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 fadl ty for 2nd A( or,ipir(?ssor, Illirwudix?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-HA-030K Thermostat, Rear A/C, Digital, Kinequip ILOS 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, Check out, 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-M11-0801 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 09-MH-0802 IV Hook No 2: CPI Rubber IV 2008-1(Recessed Mount), ILOS 1 09-MH-08P2 I—LOCATION: Over head/chest area,secondary patient on SIB zz-zz-zzzz 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 05-1 13-6100 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 I—Front of Module SLED System-92"and wider(4) 05-LB-6648 I— Whelen, 900 Super LED, (4), (2) Red& (2) White 05-1 B-6897 Flasher for LED front of module:None 05-PH-LSOF Flanges: (4) 900-Chrome Flanges for lights above 05-PI I V1f 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-L V,f 3 Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable 1A TS 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 WNtii2, IlI iglht III' irirnairy )6�y 05-PA-LBOB I- Rear Light Bar: NONE 1 05-SY-01F INHELEN LED WARNING LIGHT SYSTEM-F-series LTD 05-FS-0710 S I—Flasher. None,All Super LED's Are Programmable- ����ast, Xteirnate Wllh��iii ea(flh fixtuire, ���aiii&iiiin III' II wifless(�illheii*�se sipe!(Jfied 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 00-0IiA( -- Warning Light SWITCH:PIS, center console, PARK secondary "'ulurnau diixiii s lx�ii se(xiuiurmu;Iaur0 liiurm III"'airk (°iir 11Neuuutirdll u IIhts lx�ii (,kii '')uuui: liiurm Ill:I'airk �'�� Q s!aur ...(°uurwaui�u; ...auuuur.ml';I auru.muur'mL,I ....u.';I ZZZZ-ZZZZ -- 05-PI, 1..,T00 (2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange � 05-PH-LSOB --Flanges: (2) Chrome, 5TIR6 Lights 05-PH-LTOJ --Lights:(2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS out I';Iuaurr #21 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'' h s lll'1 1110 #21 05-PM-LRN2 --Light, Whelen LINZ6, RED S-LED, Chrome Flange 0 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 ZZ-ZZ-ZZZZ -- 1 05-PH-LT4H --Add'I Side Warning Lights, :NONE 1 ZZ-ZZ-ZZZZ I-- 1 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-PI, 1..,. F1f 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 00-PL-LXF3 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 0 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 0 25-PH-LT84 --LED Lights:Programmable, Single Light 0 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-PI, 1..,. F'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 00-PL-LIJ51 --(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 05-PI, 1..,. 1 5 Light: Whelen 700, Super Split RED/WHITE LED/CLEAR LENS, Program 0 ILOS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 0 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 05-PL-LXY4 --LED Color for Above 700 Super LED:RED/WHITE 0 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 00-PL-LXF3 --Light: Whelen 900, Super RED LED/CLEAR LENS, Programmable ILOS 0 05-PL-LX00 --Lens color for Above LED Light to be: Clear 0 05-PL-LXZ2 --LED Color for Above 900 Super LED:RED 0 25-PH-LT84 --LED Lights:Programmable, Single Light 0 ZZ-ZZ-ZZZZ -- 1 00- 1 I UO2 S (0( Rear Warning 1.,,ts: Whelen 000,, (Super 1 ED), 1 °l°S 1 11/22/2021 Job/Order No: Pro osal Pa a 11 PART NO S DESCRIPTIONQTY 05-PH-LSOA I--Flanges: (2) 900-Chrome Flanges for lights above "1 05-PH-LSOF I--Flanges: (4) 900-Chrome Flanges for lights above 05-PH-LT6C U --Location:REAR, (2) aligned w/EACH upper window in RA doors. M ..s,'I:eurmu; °Zug"mi: )ur.m °1ssur at ° ssur Wiii&iiw ..evs�. led 0 1) 1117ed/ ,elllbeur oiin I';IIIIIa IIIu II J( IIII.... III.......oc,.u1�i2. �2) Au:tu:tutiourmaIII Wh�i2.III�i2.urm 900 IIIZi�r2.u.t III...igIIIuts Illurmlllu�oauru.i o�I Staurmu.taurui i00ii2.ur IIIZ�i2.aur 'led Ill....iiigllhts 05-PH-LT6C X x Location:REAR, (0( aligned m(l upluu.r Warning Lot hts on Rear �1 II NJ( I IIL....... �2) i2.l t a s ut �2) IIhZ i g III u t )s III Z iii2�a ur a1 IIhZ sir2,a u°Window IIL.,.sir2,�vm,m III �,"I) IIhZ i�r2,u:t �!kt �,"I) urm IIIIIIIIIIe:IIIm �"'1'�liiu;e M't""I""IIIIIIIIII L...(°i ate (2) Add liiiikiiiurmalll 117111hellleiii 900 I"led Ill....liig; h is Illurflllmu laird (°,iii''Staiiidaird Uppeir III"1eaur 'Zii2,u:t Ill...iglllu'tsm 05-PI I U'15 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 5 IATS 05-FS-1212 -- Opt A Programmable Lights Split Color- Color 1 Flashes Opposite Color 5 2 05-PL-LX00 --Lens color for Above LED Light to be: Clear 5 05-PL-LXZ7 --LED Color for Above 900 Super LED:RED/AMBER 0 ZZ-ZZ-ZZZZ -- 1 05-U5-LU70 --(1) Rear Center AMBER Warning Lt: Whelen 900, (Super LED) 1 05-PH-LSOH I--Flange: (1) 900-Chrome Flanges for light above 1 05-U5-LXF7 I--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-10AO I--Rechargeable Flash Lt. Streamlight, Yellow SL45108, installed 1 05-IL-10LO S l..ecallon:M-3 Uemparl'isent n Wall U 1 Above U"lsed Shelf Height M't""I""IIIIIIIIII 0(°Iuiid! III""'Illeslllmllllii'IIIImi:liiurm 11105 urm eIIIIII #1 Ilh°°III uiu urmislll AIIIb(ive III""'liixeu;i �"'1'�Ilhellff Ilh°°Illsliig; h t 05-IL-10P0 --Powered: 12v Constant Hot 1 05-00-0005 U I-- Customer Supplied Part(s) : Yes See account 1 1) One Radio Heads 2) One MIR Antenna w/Router 3) One 800 Mhz Antennas 07-00-0180 -- 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.". 05-15-0000 < Rechargeable Flash Lt. Streamlight, SL-20LP, Orange, Installed 1 LITE-SL20LP 05-IL-10LO U' �--l..ecal'lon: On Passenger Side e7 Center Console 1 05-IL-10PO I--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 05- M-S 15P --AEV Traumahawk Telematics Declined, Not required 1 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 05-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 Aodwullw:w pow(Nir odIis ar(? tk?d to th(?( has§s powwwu IIodIi,syst(:wuwi,u 06-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors AUst Mso u"up(?i at(?tIlww:w 1Modwullw:? �°�Iow(?r Door II.odIis Op llon(?d 06-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles 06-EC-05K0 -- ONLY the following doors shall have power door locks: 06-EC-051141 --Electric Door Lock: (M-1) Left Front Compartment 06-EC-05M2 --Electric Door Lock: (M-2) Left Middle Compartment 06-EC-05M4 --Electric Door Lock: (M-3) Left Rear Compartment 06-EC-05M6 --Electric Door Lock:Rear Access Doors 06-EC-05M7 --Electric Door Lock: (M-5) Right Rear Compartment 06-EC-05M9 --Electric Door Lock: (M-6) Right Rear, Forward Compt 06-EC-05N0 --Electric Door Lock: Curbside Access Door 06-EC-05N1 --Electric Door Lock: (M-7) Right Front Compt 05-EC-0800 Door Unlock Switch, Momentary, Exterior, hidden � id ..1111 a st:: llll::fion o Ili uicuuNg:w IIwN0011- II. od< °w5wwwitch k)� ::lliiuurv�:w uicu :y 11111c )::wS� ull<�:wlllihood:i of wunawuthoilz(A (:wintry(Nintry Into WflNodlE?. II3 walIw?dl1J1Ig INS Opf:iOul, i w.uo'ChaswNur f urtllh(Nir a guwhws to id IR5V oir chi :� ssss 1:: uIrufl�wwws for ::uIny oss of ww�:)Kck) oir contu)nts c"::ii.us�)d by wwowllawfaull ac w?ss 06-EC-0802 --Location:Front Grille/Bumper Area ZZ-ZZ-ZZZZ 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 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 05-RR-23C"f --Engraved LOGO:None 1 06-RR-2311 --Indicator Light: Halogen AMBER"Compt Open" light 1 06-RR-2312 I-- Flashing light:Activate w/ANY compartment door switch. 1 06-RR-2313 --Indicator Light: halogen GREEN "AMB PWR" light 1 06-RR-2314 I--Steady burn light: Activate with Conversion power switch 1 06-RR-2315 --Indicator Light: Halogen RED "Door Ajar" light 1 06-RR-2316 I-- Flashing light:Activate w/ANY Mod entry door switch. 1 00-FF-5555 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 11/22/2021 Job/Order No: Pro osal Pa a 13 PART NO S DESCRIPTIONQTY 07-RR-020F Add-on Console: Type 1 1 07-11 R-00 0 --Drink Holder: (2) In Add-on Console, Big Gulp Size 0 07-RR-02 6 I-Drink Holder Location:Middle 0 07-11R-0000 S --Note Book/Clip Board/1 ough Book Slot: Single-Full width by 0" side � 07-RR-02F3 I--Double removable Lexan Divider(s) 1 07-11R-0001 S a Customer Supplied Radio:Installed in Console(Reference Engineering �I 1110���I I�adkii IOullllll III"us IIIumsI.aIIIIIIs.u.I )um Ill..tuuas.0 &uu.Is (.ul C(,uums(,ullls (S . . III....uml,Iuums.s.uruuml,I III..)uaWuml,:I) 07-RR-2300 --Glove Storage: (3) Glove Box Storage Across Rear of add on console 1 07-RR-24A0 -- Console Finish:Black, Textured "Easy Grip" 1 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 06-EC-4300 Back-up Alarm: Standard 102DB 1 06-EC-43C0 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, 1 >> d �:Inciiii:fl swfth foir J�::ud< up no :ullll,::N�ua)d, yId"_�)VED I`roiriir.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 06-10-0250 Inverter: Vanner LIFESINE 1100 Pure Sine Wave, w 55watt 3 stage charger 1 06-EC-03AS --Portable Equip Charging Circuits:Included in Inverter 1 06-EC-03AA --PREWIRE LOCATION: (1)Cab Console, (1) Behind A/A 1 06-EC-03C9 --Portable Equip Pwr Source:Ignition and/or Shoreline 1 06-IG-03A0 --Battery Charger/Conditioner: 55A -Built into Inverter 1 06-IG-0003 I--Built-in Battery Charger:Enable- Wire to Batteries 1 06-1O-041..,7 Inverter Location:M-1A (ULF) Compartment 1 06-MC-0900 Low Voltage Indicator: Amber with Buzzer 1 COMMUNICATION RADIO(S) RELATED 1 RADIO POWER 1 06-EC-03A0 -- Radio Power No 1: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03B0 --Radio Power Source: Battery Switch Hot 1 06-EC-03G0 --LOCATION: Behind Passenger's Seat 1 06-EC-03A2 -- Radio Power No 2: 30A, Pos and Neg, 10 awg Wires 1 06-EC-03B0 --Radio Power Source: Battery Switch Hot 1 06-EC-03E0 --LOCATION: Behind Action Area Board 1 ANTENNA LEADS 1 06-RR-0100 --Coaxial Cable, No 1: Type RG-5811J, No connectors 1 06-RR-0100 < 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-01PO I--Port Plate:None-Access thru center upholstery panel 1 06-RR-01T1 --TERMINATION POINT: Behind Passenger's seat w/36"Tail 1 08-RR-1710 < Antenna Base w/Coaxial Cable:KE794#2 1 06-RR-0102 S a ORIGINA710N POI NI"'.-Roo7Oot7 No .1 �I Ill:10 u8 II�jjjq ro "I 06-RR-01 PO I--Port Plate:None-Access thru center upholstery panel 1 08-RR-1770 < Termination Point:Inside Center Console 1 08-11R-..1'100 S a ~(.1( 800 Mhz Antenna, Customer 0upplled prior to production, Installed 1 NOTE: Installed From Roof Port#2 to Terminate in Console 06-RR-1100 X ����� M , Customer Supplied�lied prior �� � uu�:auuuua auul 17aer�.au� 11 � 1 as to I:uaaduuai.®auu,, installed I M' ""I""IIIIIIIIII lurmsl:aIIIIIIed 4.8" III',,,M(Jr, fixiiiiin ialh e 800 1110111"mz Aii,ite,urmurma aiii,id 1181i II I""euruunm Iiirmate liiurm m.L..I C'u a lji urm 1112!t. I III m i�r2,, III"Zo iii,u ti�r2,ur"t8I I III III Ill�i i�r2,, II0 o iii,u urm ti�r2,u:I V i�r2,u8I 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:I IIL.,112.I I o I I:Ilhms U teIII Illhms 114'"'(IIw PI"Wlui re S I''uxuiura I:Ilhms IIIL uuleu 011iillllll IeirrinmIiurmate liiurm Illhms III:IIIsuluuu:alll OalllbmIiurmel:. 'III "ii I,ii a it qa `ii I 0"'')7" "I8954I) 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 06-50-0500 --Shore Line Inlet:20A Super Auto Eject, ILOS 1 06-SO-OOL1 --Inlet location:Aft of Left Front compartment 06-50-0805 < --Indicator Light, Shore line: Weather proof,power by SL, Red undicator lght ocat(?d a[,)ow?shor(? Iluur(:? linlk?t 06-SO-1010 -- Cover, White, Shore Line Inlet: 20A Super Auto Eject, ILOS ZZ-ZZ-ZZZZ I-- 06-SO-10TT < --Inpower Timer: VCM-05-01SF, Installed u( ..1111 I Ns ::fllows liN) ::� ulo u)rye':,U to Ilju:) we ir�)d to liN) Ilgtn inon switch Il111 Ilu�) a of sell dngi u111i ;N ffiu: 0 :IIt1 staite diurvCU t and liar u(Ndir(A any f:IlNs wfIlrodle 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 --LOCATION: Action Area, standard location 1 06-SO-1402 --Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ -- 1 06-SO-1402 -- 125 VAC Outlet, No 2: 15A, Hospital Grade, IVORY 1 06-SO-141-3 --LOCATION: RF ALS, (See Drawing) 1 06-SO-1402 --Outlet mounting ORIENTATION: Vertical 1 ZZ-ZZ-ZZZZ -- 1 06-SO-1403 -- 125 VAC Outlet, No 3: 15A, Hospital Grade, IVORY 06-SO-14L4 S -LOCA710 w Extended Action Area, (See Drawing) � 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical ZZZZ-ZZZZ -- 05-5O-" 3M4 5 -- 125 VAC W Dual USB &Power Light Outlet, No 4: 20A, Hospital Grade, White IATS UII1 1 uii"5 VAC' oiii.udii2,rts sha 111 Ill iii2,, III iadI( Illliiglhtir2,d whine power liis applII ,ir2,d to thir2, OiiiA111124. )ruelll 5A15V U�"'t'�III';I't fir(°uiu5 fir(°iweir Gr1i2!1ii2!n IIL..UIII';) power Illliiglllrt IIL.IIIir2,zvy diii,u'ty 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 'h tfiir2,,t 06-SO-14L1 S I OC 77ON: Curbside Above Timer, .see Drwffing t 06-SO-1402 --Outlet mounting ORIENTATION: Vertical "t ZZ-ZZ-ZZZZ -- t 06-SO-1100 "INTERIOR 12 Volt OUTLETS" 1 06-SO-10V5" -- 12 Volt outlets two separate single outlets 1 06-SO-10Y0 -- 12V Outlet, No 1:Power Point Single- Wire thru Med Isolator t 06-SO-11L1 --LOCATION:Action Area,standard location t 06-SO-1402 --Outlet mounting ORIENTATION: Vertical "t 06-SO-1910 --Power Source:Medical Isolator, Batt Sw Hot t ZZ-ZZ-ZZZZ -- t 06-SO-1102 -- 12V Outlet, No 2:Power Point- Wire thru Med Isolator t 06-SO-11L1 S LOCA710 w Extended Action Area, (See Drawing) "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 -- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-11L3 --LOCATION:RFALS, (See Drawing) 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-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 05-55-1315 Air Horn System:BUELL-F1 1 06-SS-1301 < --Air Horns ACTIVATION:Single Foot Switch/Solenoid Valve N t �N�:wl wttch IIocatu)d on du"n'w3irs urde 11/22/2021 Job/Order No: Pro osal Pa a 15 PART NO S DESCRIPTIONQTY 06-SS-1305 --Air Tank Mounted to Frame Rail 06-SS-1310 --Emergency Master Hot 06-SS-1340 -- Compressor:Buell#6540, 20% Oil less Intermittent Duty 06-SS-1347 I-- Compressor Location:M-1A Compartment 00- '-13 '0 < __Air Horn Location: Under Front Bumper, F-450 and F-550 2017+ " 011' II ...550 url"ua7 urv(N U11'(? 11R):E)SS CUt unto II3S xMai9c(? Air I"taurl"u. 06-SS-1321 --Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) 06-SS-1332 --Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) " 06-SS-13M0 --Air horn mounted system Standard chrome finish 0 CABINET SHOP -Modular 1 07-00-0180 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 1 07-00-MCOB Mica Colors: Gloss Beige 1530-01 ILOS 1 ZZ-ZZ-ZZZZ 1-- 07-00-PCON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07-0' -SEL�0 0t x Att Seat:EVS Comfoit 1880 �4F 10 deg Child Sa76't'�7 13eat� I°aepe Per4max � Flack "'Ileaii,Nless,. ""l""mule C'oiiI"nfoi slli2,inilC2us'fow"n, e,ulr4iinax IIIIII'Illla( lllr, 4-1 l: IIIIII'rllft SAIII""""IIIIIIIII;;'"'II'I 1110'' ""l""IIIIIIIIII' 41111111111IIII I 01W I7(' III':'Illllilllll III'... '' III117""l""AUIII':'n'IIIIIIIIII I'IIIIIIIIIIIA""l"" 07-SE-0001 S BASE:Swivel base for EVS Child Seat Option Handle on RIGHT std f (0( III'''I"(°IixliiIJIi(°111 III m �'III'IWIesI, III IIIII(°Iliulnaird (°,Iliulr 111117eaulrwaulrd,N '')urmlll0 H H 1110���llll"""" 1110(°u�uruurml: Al:l:s^ur°m�°iaur.mi: Seat l. III"""Ixes� ����,u i.11l"m . SeatIII':Ie�:ulll� ul.� 00 IIIul��°inure i:lll"m . ���s.el: III':Ieclllr, i:x°ui thlr dml' t III'""Il�n�l;;;: iii2I 11-SE-04A0 I--Attendant Seat,Armrest:None "I 07-AC-4401 XS AC CABINET:Evaporator, SI'd I ocallon Behind tl'Seaffbcing ReanAfard1 07-ZZ-ZZZZ 1-- 1 07-BH-4801 XS I"t" abinet, Fehind d'8eat- abinet "H"I( "lec Cali) Fbcing ReanAfard 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, J-trim opening 1 07-DR-OR04 --Hinge Orientation: RIGHT 1 07-HW-HIN1 --Hinge: 1 1/2"Stainless Steel Piano Hinge 1 07-HIM-S011 -Round Pull Latch:Non-locking- Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each I 07-ZZ-ZZZZ -- 1 07-BK-0001 0t < Bulkhead Cabinet 00 Ue er 'I"'hlk 'I"°hru Ins failed I I"�S, I o House orcol ridI q,.� "I NJ( l""III'':......'... Sta unml111r2!s ��� 1112!l,lr2l1l C'01llxnt1i2!top with a ;°II I" llIih o~iin all I'olixr sidiir2I, 07-WC-AS21 S �-- "I""7a.y: Siahiless Steel "I 714" )w"nl a III III 'f~n III"u or s l d Irrq,r ZZ-ZZ-ZZZZ I-- I 07-BK-0002 0t Bulkhead Cabinet 01 Above I°°alk 'I"°hru Ins failed I I"�S, 0tee Draein I 07-DR-1 X24 Door:Single Flip Up 318"Lexan I 07-DR-LZ20 --Hinges:Reel Torque I 07-HIM-S011 -Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each I 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 11/22/2021 Job/Order No: Pro osal Pa a 16 PART NO S DESCRIPTIONQTY 07-ZZ-ZZZZ -- 1 07-C -0300 CURBSIDE UPPER: Over SIB, Mods 1 07-01.1-0100 -- Cabinet K1, K2, K3: (3) Openings with flush dividers 07-DR-LX24 --Door:Single Flip Up 318"Lexan 0' 07-DR-LZ20 --Hinges:Reel Torque 0 07- W S011 --Round Pull Latch:Non-locking-Chrome Finish 0 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 0 07-ZZ-ZZZZ -- 07-ZZ-ZZZZ -- 1 07-C -0400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 S Oabinet l m (1( Opening With (0(Adj.shelves � 07-OR..7,O20 S Ooors, Oouble, Oeerlay OIeJed, 0/8"Lexan � 07-DR-LZ10 --Hinges: Stainless Spring Loaded 4 07-DR-OR05 --Hinge Orientation:(1) RIGHT and(1)LEFT 1 07-HW-FH04 --Full Height Extruded Handles for Tall Lexan Doors l 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish 0 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 0 07-ZZ-ZZZZ 1 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB S CaLlee'1', (4) Glove 01'1'orah eand(.1( Mask 01'1'or ge, 40"01ee'1'ion of RF ALS 1 eabinel`, 07-DR-LX06 S --Door. Overlay 0e, 0/8"Lexan- 4-g1oee and(.1( Mask dispense '1'hru l 07-DR-LZ10 --Hinges: Stainless Spring Loaded 0 07-HW-SX11 --Round Pull Latch:Non-locking-Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each l 07-ZZ-ZZZZ -- 1 07-RF-CADR --Check the specified Walk through Door type (Station 5) 1 07-RF-I148 0l < - Cabinet 1-1 Upper Left Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 07-DR-1..,.XXE Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 -- TRIM: U-shaped Door, J-trim opening 1 07-DR-OR00 --Hinge Orientation:LEFT 1 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 1 07-HW-KV70 < --Lock(KV-70): 112 turn pawl-Hinged Door 1 07-HW-SX12 S Round Pull Latch:Locking-Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 1 07-ZZ-ZZZZ -- 1 07-RF-1248 y' - Oabinet l-2: Upper Right 1 07- R-1A1O"10 S a Ooor. 0ingle Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21AO S °l""OIM: U-shaped Door, y 1'ru°a opening 1 07-DR-OR05 S Hinge 0��°1��."e�l'a�l'ion �1.�.OP l 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge y 07-HW-SO12 --Round Pull Latch:Locking-Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each 1 ZZ-ZZ-ZZZZ -- 1 07-RF-1348 y' - Oabinet l-3: Oustoin (Oeference 200F y7°'104( 1 07-DR-WD25 S --Door, Single Solid, Flush 1 07-CA-2100 --TRIM: U-shaped Door, J-trim opening 1 07-DR-ORO,4 --Hinge Orientation:RIGHT 1 07-HW-HIN1 --Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 --Round Pull Latch:Non-locking-Chrome Finish 1 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 07-RA-IOA1 --Outside Access: Thru M-7 (RF) Compartment door. 1 07-RF-0001 I--Interior MICA Color: White cabinet liner 1 07-TS-1200 --Shelf Track: Small alum Unistrut type 1 07-C -0608 S (3) Shelves:Adjusiable i°alea over subsirate Wigh Aluin "l"rim 1 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 07-RR-0048 Right Rear Cabinet: Cover over M-5compartment 1 07-ZZ-ZZZZ -- 1 11/22/2021 Job/Order No: Pro osal Pa a 17 PART NO S DESCRIPTIONQTY 07-SA-0000 1 07-SB-4401 S < 71 1J C BENCH: Set Back 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 07-SB-1101 S a 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 < --Drawer Slides:Full Extension, Detachable 130 LB capacity STD 18"long &Iu6)s uu si;:llllu) i Vu::wInc :II i;:t&u6) dell"fl ^u 18 l Ong 07-HIA4SO 1'1 --Round Pull Latch:Non-locking- Chrome Finish 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 07-SB-0999 --LOCATION:At head of Squad Bench, Roll out over step well 07-SB-1005 -- WASTE CONTAINER: 6 Quart 07-SB-1015 < --SHARPS CONTAINER: 2-Gallon Sharps(#CONT-311) ILOS (:°OII`J IL...311 ZZ-ZZ-ZZZZ I-- 07-SB-1001 --Storage Under Lid -Configure to M-6 Compartment Size 1 07-SB-6460 S -- Curbside.seating foot platform - Clogl flooring to match main floor � 07-SB-LID2 --Squad Bench Lids: Split-2-section 1 07-SB-LH00 --Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LHO3 --Lid Checks: Gas shock, Dual Action 2 07-SB-LHO7 --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-SB01 --Edge Trim, Lids: Band w/Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ 1-- 1 08-MH-1600 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 C' 7"O C BINE"I"S, A, 131 and C0 to be 7"hroo Equal Sections 1 07-TC-A644 S - Cabinet w 1 07-CC-DR50 Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07- A-3900 S a Dividets, (0)Adj 3116 m 0exao, w1 BS slotted track -EA cab l NJ( I""Illhlllll' Sc IIL..i2!ui n III'aiii,v idiir,r ""'ii,:llllll Iii2Illl,llllrl of Cabpi iurir2,t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 "l pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 S Cabinet F1w 1 07-CC-DR31 C' floors; Cabinet C f Secure I atch Restocking Sliding ICJ indoAf °l""op hinged 1 07- A-3900 S a Dividets, (0)Adj 3/16"0exao, w1 BS slotted track -EA cab 1 NJ( I""Illhlllll' Sc IIL..i2!ui n III'alii,vidir2,,rr III""'ii,:llllll Iii2Illl,llllrl of Cabpi iurir2,t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 "1 pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 S - Cabinet B2 1 07-CB-DR31 C' floors; Cabinel'C0 Secure I atch Restocking Sliding ICJ indoAf °l""op hinged l 07- A-3900 S a Dividets, (0)Adj 3/16"0exao, w1 BS slotted track -EA cab 1 NJ( I""Illhlllll' Sc IIL..i2!ui n III'alii,vidir2,,rr III""'ii,:llllll Iii2Illl,llllrl of Cabpi iurir2,t. 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 "1 pounds applied 07-RF-0007 --No Inside Access to Exterior Compartment 1 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 11/22/2021 Job/Order No: Pro osal Pa a 18 PART NO S DESCRIPTIONQTY 07-WC-0000 1 07-WC-4420 0t WALL C BI EI"'m o CO'"R 0teat mflE tended Action Area 1 07-WC-A441 S AcdonArea:Extended 07-WC- S21 0t < --A/A Tray: Stainless Steel, with 3"Back splash On Ml tall"(")`*Vd()s and haw) a II,()a ba Ili,spIa`h 07-WC-AA30 --Bio-waste/Sharps A/A:None ZZ-ZZ-ZZZZ I-- 07-WC-AABD --Action Area Board:Black Grip See Station No 6 for content 07-ZZ-ZZZZ I-- 07-WC-0000 -- Cabinet C:DELETE 07-WC-D014 S Cabinel' :DE1..,C..I..C. 07-ZZ-ZZZZ I-- 07-IA1C-C'O00 -- Cabinet E. DELETE 07-ZZ-ZZZZ I-- 07-WC-F641 S Cabineff: Custom(See 1rwffing) Off'' ""1""Illliiiiii u:all!rliiurmet III'"" 1:(`u1 be 10" III':)eep aurmm;l Illurmcirease I kiiil;llllrl:1!(`ii 07" IllurmsiiAe 07-CA-06BO S v - Shelves: (0( Fixed WILexan Lip 1 NJ( 1""Illliiiiii umurta a IIL..r ;uu.ae 111...10 ouur III!iiiiiadh III i uu.r u:l &llrii2llf 07-DR-LX02 S Doors, Dual, Overlay Hinged, 318"1..eaan-I G 07- W 0011 --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 0t a C1v1Cets, (0(Adj 0/16"0�exan, w1 BS slotted track -EA cab 1 II NJ( 1111. l lllr ur1�i2.1�i2. i2,;,uu n m ur Ill..)m 0 6i2.urs III Ia 111 o w III 1m~n 1ll.m,~n m ei S Wr�i2.111 l'. ....l lllr ur�i2.1�i2. i2 um n m e Ill:l l 0 6i2.ur s Ill ur IIO iii a°l u.l 111 i�i2� 1'"uI'Ieclikiiiurm aiii,id Ii llhmuiree Ill..eaaurm III':'lliivliim;eirs Alx! ive ""I(iiiiilr�"'t'Illh ellf Off'' ""1""Illliiiiii l(°It iiiirrm III':'lliivliim;lsm ""Ii""mrac:[r, ClliiIIIIII l"'t'Ilaift Illlii'lsllhmliiurid Ill....liilp aurmm;l Cuuust((iurrmemr ClliiIIIIII 'leurrm iivs Ill....liilr 1!(`ii Adjiii.ust III'::liii,106u2,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� Ir::wtoirs u°uii.s uu°iou..un IIJu:fl:;Nwa Itiu) Iop of Ilmiu:w si: �:ut. I III........ ::151 Y 90 08-SE-SB70 --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 08-00-OOCC Sub Floor, 314"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- 1 08-00-F1 3P Flooring:Loncoin II Flecks-#157, Moonstone(Gray) 1 08-00-FL01 --Flooring Main Edge:3"Recessed(112"deep) roll-up 1 08-AS-0001 < --Rear Threshold, Stainless, 6" Wide x Full Width at rear doors 1 nstMlll saftwt w:wllllowvwith doagonw:mll sIuol()s uroururlliJd tap() o w)rI:IlruwMrllrdld 08-AS-0006 -- 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 08-1°R-01tPL < 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-CR-00ON mass casualty kit not requested 1 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System 1 (';:°0ll1,flI`^J II)IL II:��)062S 11/22/2021 Job/Order No: Pror)osal Pa 19 PART NO S DESCRIPTION QTY CONN-WP2S 1 CONN-SOCKET 2 08-CR-1002 12v power feed location FRONT for Stryker power load 6390 h) T,? vdt k3ed wfll dirfllu)(J i31nd kxl thirough ffiu) hd�) foir Stryl<)r pow(Nir IIoad syst(Nin,ii II h(? Qvdt pow(Nir shMl 3E) 311'Wght thl'Wgh thE? ft001', Wuth II (?at shiln l, coulinl ) toir Ilu st::fll�)d 08-CS-OOPM Cot Position No 1:PRIMARY SIDE POSITION ONLY T,?" ju)hm)en Cd :::nd S/B 08-CS-2000 Primary Cot position under floor reinforcement nstMl 8liunch wud(? IIby 5 llong ,1/2" akfll'11l111UI111'11 at pilin,iiary cot po§fion (Pdirri :iry cot posflon oiNy II REV Slid) "ff CUSt011ll IIoc afion us d(?§r(?d, 111111USt ,x?sp(?dfi(?d Il,xflow 08-CS-3009 I- Cot mount set up for. Stryker Power-Pro 6506 08-CS-19A5 Cot Stop, Block: Stryker Power/Performance load. Install hook with kit zz-zz-zzzz 08-CS-19U1 I—Q Straint System: NONE 08-OS-04ST OXYGEN/AIR/VACUUM System: 08-OS-0401 I—Oxygen Outlet No 1: Amico Console-Ohmeda/Ohio Diamond Style 08-OS-040A I—LOCATION: Action Area 08-OS-0402 I—Oxygen Outlet No 2: Amico Console-Ohmeda/Ohio Diamond Style 08-OS-040A I—LOCATION: Action Area 08-OS-0403 Oxygen Outlet No 3:Amico Console- OhmedalOhio Diamond Style 1 08-OS-040D I-LOCATION: Curbside Wall, over the head of the SIB 08-OS-0914 S --Poriable Cylinder Rack: Triple Holder D Spring I oaded 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-1 1 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-1 32M 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 08-OS-2300 XS < (2) SCBA Bracket-Zico Model UN-6-30-2-SF 2 SCIIIIIIA up, i: spedfic Su IIJoflle IlwRefer to c&::flog to :::ssuire youir jd Ile wfll ffl� 08-OS-230R Collision Restraint Strap:ZICO No 1010-120-000 2 08-OS-23L1 S I ocallon:M3 Compartment on Wall 02 Evenly I S paced'F'roin I eh'to Right 2 zz-zz-zzzz 2 08-OS-35VY S Vacuum System: S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall #1 of Action Area (See Drawing) zz-zz-zzzz 08-ZZ-ZZZZ 1 TRIM / DOOR ASSEMBLY-CELL 5 09-00-002S I— Interior window and aluminum trim with standard satin finish-std 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-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 -- 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 < Grab Rail,, (3), 24"I '7°'S, Gray Antimicrobial O III...www`wwlilr2d �I) At C/S III....unIry Ill..lw,ww,wur at AIII...13 ��,.wlllwulurmll�.�, �I) w,wurm C/S and � I) 13I13 Illurmsww.Ill2. IIIZII2.i.wur Illl ur.mi:ul III':'l�°u�°uuls 09-C -0000 S --Door Panels:Mica over smooth alufn elwlwei/(,7l)h l"Ieelew/OInloo th Alufn Lower 1 09-AS-2530 S �-- Curbside I..eA(er Door Panel,-Sinoeth Alum I 09-E1-23"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-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 --Sliding Window Locking Pin: 1/4"with Lanyard 1 07-17IC-1.,PN3 < --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 < --Monitor Mounting:Bolted in place I II www`wwl oin llwwlll.uuml wwum III':I'Iwuww`Illw "7Oa� llll "'')f Acti n Curw�,a ..I""wwwaird A/A III';I'Iw,w;,uw, aiin:I Illlwwlll.uuml With Ceurmteir(`girl''IIIIII'lulna(llleet a IIIOliiurfliiurnwwuurn (`Iiii"10" l''xiiure AlA IIIIII'I(°Iiiix 07-ZZ-ZZZZ -- I 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 1 10-FN-0001 S < --Fan, (2) Speed, Patient Area, w/separate switch in A/A I S W w rt iiiiiw w"I II2q III"n o liu lin tii2d III"nPii2 iiiiiw l 'fan with g III.wa llyd N „....IIIIIII ���I IIL.......... IIO w;w lll.w urm l lIr2,,w:I to l hl ilr2,, urilr2,a r w:w l l hl ilr2,, a w lu w:w urm a urrr a Ill:w,w lw, to a 111 111 w:w x'a w l u w.w urm a ur ll2 a IllI to III wl iii urm,.I ll2 I. &iiwiil m 1O-EC-0701 < I--Refrigerator, Norcold 1.7 Cu Ft, 12VDC1125VAC, #NR740ss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD 10-EC-3200 S --0ocatlon O-O Cabinet I7eJer'l"'hlk 'I°°hru Window "I 11-YZ-0907 < --Non-Compliant to 3.11.3 J3058, cabinets Not Tested, to SAE J3058 No I Rating Ilwwlrlri Is no; Iw Vw w:I Io II"n058 ::till' nw:;NI IIwtw):;I. 11-ZZ-0903 < I-- CAAS Exception to C.11.3 Storage Compartments and Cabinets Design I An Illllxw=el ton has Ilb(hNin tMix?n to on(?of th(? Ielllle ing x<nw11ifiens, SUbir rwu7 1I IDoors sllrMlll rla ww� '.)o§ifiV(wll odi,www1 Ilalw=Ilrles that arw w1esliw::llned to uw url,uw:w in w=Ilosw:ww1 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 10-13-030f'7 0f Extended Action Area Light: 101f, LED, 0urface Mount 1 10-IL-02L9 S 1..,ight l ocation:Octtom of Oabinel'131 1 UPHOLSTERY-CELL 7 1 I 1-00-1.1O0 < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 -- Center Trough Upholstery Color: Color Key to Rest of Truck 1 ZZ-ZZ-ZZZZ -- 1 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 0f < --Anti Rust Spray, Detco:Installed on Unit "1 II.:u:IIIhasfing to III iIiuy "1 2 Xr2,Ilrosd: Can II ii1(1) : 111I12,, "53urayi112 1: (1 Ihassws i2.1 :re lh�I r,, :' 11 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 ,10 L'7'02 0 0f < Paint BELL.CU0f7.OM Custom Halfway Down Felt Including Cab 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 1 ZZ-ZZ-ZZZZ I-- 1 12-PT-6000 < --Paint Belt at Corner Posts- 118"Break 1 h(:: II a n 11:3( IItl Its to Ihaw? ::n 1/8" CUt ar:di,a (::::cIh corn(Nir Lost Ito sii n 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 13-O°l°°-f1 RIS < 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 1—*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ S < (3) Olacard Oo1yer 10"a .10", with Placardsl op Load,Aluminum "IT-7 din 1 style With Red Painted Placard Shipped Loose 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 1 KK-C"CCC Decals:KKK/DOT Pkg, -NONE/DELETE 1 13-RF-STAD --Decals: Star of Life for Mod Roof-NONE/DELETE ZZZZ-ZZZZ -- 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 **1 "*F'-550 4 x 2 Diesel(2021 FSA Coils°C (3) 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 0 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions pper clN E Main UfaCtUireir ALAtVioir zatbIrr�II:birlrn a � IVaI'IIAI'wIIl1FACTl.�RERIs 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 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 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 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 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 fi0d) II 0. I 4—n)fj "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 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 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 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: 172T1LWBFT 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 < 1--Ambulance Built to Star Of Life KKK-A-1882-F Certification, Latest Revision 1 Exceptions to be noted on final sticker. Vehicle Qua ntity ntit y(2 Vehicle) 1 00-91-0002 BODY NUMBER: 1 00-91-0005 1-- MICKEY BODY DUE DATE : 1 00-91-0003 CHASSIS VIN NUMBER: 1 55-91-5524 ACCOUNT MANAGER:Mikael Blevins 1 00-91-0027 S REF RENCE U I1 #w 200E 27154 1 00-91-0028 5' RE-WRI°I"" .D °I"" . m 2-22-2 I 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 55-91-5552 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 I 2tr u' 18,000 01-3U-0000 5' --Anti Rust Spray, Detco:Installed on Unit "I 01-FL-T106 -- Tire, SPARE.Matching, Random Make I 01-FM-T101 --Location: Shipped Loose I 01-TU-0112 S Jack and l ire I r.olsw Shipped Loose I 01-FM-4WH3 -- Wheel Finish:Polished SS Wheel Simulators(F-550) I 01-FM-DL01 -- Cab Door Locks:Power XLT-Auto Lock,Auto Unlock Standard I 11/22/2024 Job/Order No: 24OF 29102-03 Page 2 PART NO S DESCRIPTIONQTY 01-FU-0200 d --DEF Urea Surcharge, Emission Compliance Fill up 01-SZ-0006 < 1--, Backup Camera fixed system 872 Ford OEM install on module Type 1 F series 0[:W eaunneu.�nn with u o weathei, oll"nuelld, ad.11unetdJe Il:nooiitiioun, :')i'iq,)nlay! i'iunfo ttll:Il\l Iltnnwur'fio 06-EC-31G6 I-- Camera Color:as received May be black or gray color 04-SU-1101 --Ford OEM Front Suspension Coil Spring Std F-4501550 04-SU-1729 < --Liquid Spring Rear Suspension:F-4501550 2022+ 11y0 6 II if Oxy eun Il ft i'i, i'iun,tdled, tllneun ilf the 02 (1Agl)t Il:)oou i'i, ollneun, the II<uneelli'iun0 sugl)eii§oui nnwiillll uwot dununnlln unuitlill dooir° lio dosed' .In rtu 22211:' D2147lh°°24 01-TT-0208 < I-- ""DETAIL""Liquid Rear Suspension Decal Install �: u.lixu°to dellueeu°y, detnniill dgl)au°tunneunt lio to uunetdlll a Back II)eedl our the wtaoll"n: 04-SU-0 02 S < �--Kneeling Oat rew Enable SwitchLocated in CAB console and On NCR Filler Cabinet d ilollh 6ocaliouim elll"na66 Ill e witIhiiii uii,eaollh of auim afteuimdauiml staiiiidiiiiig ouim llll"ne gii,ouiiid, outs de the uienodde III:shallll Ill e irecessed firouien the wdll enuirface P1O" III 1"1hiree Way Swat lllni�uin0 04-SU-0612 --LOCATION: Sw panel on Face of CS cabinets near RA door 1 04-SU-0610 --Kneeling Feature:Activated by TRAILING rear access door l 04-SU-0651 --Exhaust system termination point: OEM Location, Rt Rear "1 04-SU-2022 < --Liquid spring controller shipped loose with completed unit l Dedeuµ to i'iun,tnnllll Mtlln CU tou wuouµ oun ai,i vaen l 04-SU-220Y --Liquid Spring Surcharge Jan 9 2024 "1 04-SU-03F6 --Rear Stabilize(Anti-Sway) Bar: OEM, Ford F-4501550 l ZZ-ZZ-ZZZZ 1 01-YO-0002 BODY Generation 10 l 01-XO-0002 < I--Body Certification Provided to Specification-Gen 10 1 The Body 2'iaiiunfnnetu iiiui0 0uownlln eeu°tlifliee that tllNs ftunnlljunllnnuiee Mowlwnllnnu. Iljody has Ilneeu~n noun,tuµwnn,ted of uT�ateuµfid mind Tuethods that unueet ouµ exceed the ,taiiidaii,d as uµedLJi,ed Iljy tune All°°°:V Geuneii'atlioun 1tt do(ty 211�)eeufliecatuoun of If°°elh a°u aii,y 2y, 2022 as II'.nunlh llliollnew�t. TII~ne Ihjody Ilnnnllll Ine IlJLJflt mind noun tuµwnn,ted to the SLfljiyOted nooilk oii'deaiµ mind the tfll:lf fleunei'atfioun 12 junlillwt etauintai'(10 nolitlhount exeell)tleu�w. ftu�w i y II:')eeiinntiiouno to the nook oir'dei tr° oir° eu~neunntiiou~n 10 JnnfilN ,taiiidaii, r, uTU t have wi,iitteun a Utlh011Zatfioun Ilwnuµfiouµ to Ilnody d dlileouµy to tfll :V Il,)y the tfll Body II°Eiig1iu~neeir° ouw Flilb 02-00-0002 XS 0 --Body Build Information "l ;iilod2Ili9nuuienlll eir ocou' iiit Maiiiiageiii,,14 Mflkael Pee uime Illnaeei�e""1`y e :2029 III�'oird, 550 9•a 2 111116'1 III'°'le0 Cdy, 193"WIll113, KI 1 "'1` uuilll o 111,Xeee6 C'teair S ue0euineuouinLL 999 III a dd dlll iuuuin2, 02-00-0003 < 1—ALL DIMENSIONS ON ORDER WILL HAVE A VARIABLE OF+ OR- 114" 1 6..tunlleee ellnedfied as nn unnliunliunnununn di'nneil§oil 02-F2_1 99 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 1— Compartment and Entry door Full length Stainless Steel Hinges std l 02-00-0050 d Perko Air Vent:Exterior, Used on Rear of Body for ExhaustOnly 1 02-BO-CC01 < -- Compartment Construction: STANDARD, Unless Specified Otherwise l 2fide, aiid Ilt3a ll<° 122 Il olli'i,Ilnonr' tfllwnuwui'iunwnuw II:'i°innuw ounnr If ll nfo Counnllnnnutunneu~nt Celilluun : .090 Aununnliuiununn Sheet 11/22/2024 Job/Order No: 24OF 29102-03 Page 3 PART NO S DESCRIPTIONQTY 02-BO-SFLO < I-- Compt Floors: Sweep-out, even with bottom doorjamb UiNeee SIl)edfied Ofiieir se. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BO-CC18 I-- Compartment Ventilation-Flap style#VT-2495-A01, STD 02-BC-0604 I-- Talk through, Cab to Mod Window(T1) With Sliding Window 2020+F 02-13D-0120 I--Body Drop: 6"Both Sides,Ahead of Rear Wheels 02-M1-CE05 I-- 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 02-BO-CESL I-- Curbside Entry Door(CSE) Location: Standard, Rearward of M-7 Compt if Optioned ZZ-ZZ-ZZZZ I-- 02-B3-MD64 -- Step Well, CURBSIDE Entry Door, 2-Step Diamond Plate 00-11 00dz < I--ILOS Lt, Step Well:3"Kin#4302S LED stainless steel surface mount housing iglif sIia l course oui Mfii 1;2 doouµ ouµ i'ifii uµfgJit Itoo r' sMtdi 00-I2-09 < I--IATS Light, Step Well:3"Kinequip#430204S, Chrome, LED � igllit sIia l course oui Mfii (;2 doouµ ouµ i'ifii uµfgJlt Itoo r' sMtdi ZZ-ZZ-ZZZZ I-- I 02-J0"I-J0"I20 S < �--J0-.,I Cr.ftii)t(LF) 22 III, 67.5" 22w"I20" IA( ,,f9.5 m I ef/g0"la or."ftipat,mtftient I 21Cw)ll ,III 21Nelldr dd a defiectoi, III ate Iljetweeii II\I 1 aiiid II\4 2 10 dNdd wateuµ ,II)Ia,III fi,ouru flee ooiq:)ai,fiYieui1 Ilouoeuo. 02-F0-I,"II,°M"I < I--M-1 Compartment Construction: Smooth Aluminum ILOS I 2fde, aiiid IIIadc 090 IlUuTi'iIIUIT &iee1. Coi,q:)ai,ti,Yiei u1 C&illuiig: .090 Auiyiliiuiyi 211geet 02-F0-I"CO8 I-- Compartment Door Panel:Diamond Plate I 02-130-IIImm'M I d I— Compartment Surface Finish: Speed Liner, Black-M-1 I OTT: Couiolll auii'luioeuiml F oouii,'lo Be dlll eed iuimed Pladl( 02-BO-CFNO I--Component Finish(Shelf/Tray/Divider): Standard "I 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 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees "I 05-EL-4M18 d I--Light, Compartment:Maxxima LED 18", EA, ILOS I I'"'B Note. No ligIM Illrio e ui e0uiii°ed OTT I�:1 i IIM Motiiiited ouim Ceffliiig Neaiii,,Ooouii,Jauiolll), 08-B1-02LI --Prep for 02 Lift:NONE "I 09-ZZ-ZZZZ -- I 02-B1-M1BB I--M-1a Compt(LF Upper): 72 HR, 17.56"Hx 22.125" Wx 19.5"D "I 02-F0-I,"II,°MO < I--M-1a Compartment Construction: Smooth Aluminum ILOS I 2fde, aiiid IIIadc 090 IlUuTi'iIIUIT &iee1. Coi,q:)ai,ti,rieui1 Celilluiig: .090 Auiyiliiuiyi &gee1 02-F0-I"CO8 I-- Compartment Door Panel:Diamond Plate I 02-F0- FMO d I— Compartment Surface Finish: Speed Liner, Black-M-1a "I OTT: Couiolll auii'luioeuiml F oouii to Ill e dlll eed Il:1 filed Pladl( 02-BO-CFNO I-- Component Finish(Shelf/Tray/Divider): Standard "I 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 I--Compt Floor: Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10AO I--Compartment Door: SINGLE DOOR, 1-point Latch 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 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, Td 1°° IhNde, Cellrfeu°er:1 12-ZZ-ZZZZ I-- 02-M1-M275 S 96-2 Compt(LFAfi)w 40.5" 40.751Af " 19.5" � 02-F0- M2 < I--M-2 Compartment Construction: Smooth Aluminum ILOS &(Jeo aur(1 deed 090 Auuerliuruuer &ieef (.orq,)airtereuri 113offouer° 105 ffllUITe'iIIUIT &ieof Corq:)aitryieurf Ceiilluur3: .090 Auuerliuruuer &ieef 02-F0-CCOB I-- Compartment Door Panel:Diamond Plate � 02-F0- F'M2 d I-- Compartment Surface Finish: Speed Liner, Black-M-2 O0E: Couialll auii'tuiomeuimt F oouii,'to Be dlll eed iuimed Plaoll4< 02-F0-CF '"f I--Component Finish(Shelf/Tray/Divider): Speedliner Black Each 02-BO-SWFL I-- Compt Floor: Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-10D0 --Doors, Compartment, DOUBLE DOORS(std) 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 04-TS-11D3 S e I--M-2 Shelf, Adjustable, Ext. .125Alum, 2"Upward lip 0"' III;LL dlllrelli to Ill e dlll eed III uuired 111114ad1( 04-TS-4010 I--Shelf Bracket: CPI 90 Deg with Slotted Holes 05-EL-4M36 S < I—Light, Compartment:Maxxima LED 36", EA, ILOS N2°°l" ,3 II14ote: II14o ug1M I de ure3Uired 140"1III : moullit 011M Ouir C6lluiiig II14eair III)ooir Jauimnlll 03-H -1313 d I-- Condenser, 12V: VALEO#25062, Dual Fan, Front of Module as Ill auii t of HWP 04- -1311 XS < I-- COOL BAR Front of Body, (5) - WARNING LIGHTS Pre-Drilled 9x7 #W: II Gf:: II NVA(.? 00 Woil<s for 900 i'iZe td Ili'gJllrf , d o II\40 0Ji'ifllr (.oureers,our Ih�Iaiigo �Jse of tie ere(lJe lio odljJeef to eur3liureeirliur3 a°eoliew aiii(J q�)C l)i-ovd foir° LiJllrf (linty TYll)e II II ryro<rd . 04-HA-1362 I-- Warning Lights installed on Condenser cover f 12-BO-0002 I--Painted Part-Painted White YZ Std 06-RR-13ZO I— Standard Conduit: 1-112"", with pull wire f 06-RR-1304 S CO 1fll"ORIGINA710N POI I"'.-M-1A compartment � 06-RR-13T3 -- CONDUIT TERMINATION POINT:Behind A/A Board(Panel) f 06-RR-13Z1 I-- Conduit#2 1-112""diameter, with pull wire, Type 1 units Std 06-RR-1301 I-- CONDUIT ORIGINATION POINT:Electrical Circuit board cabinet f 06-RR-13T2 I-- CONDUIT TERMINATION POINT:Behind Driver's seat 09-ZZ-ZZZZ I-- f 02-M1-M330 S 90-3 Compt(Li?) 0. .5"H x 33" Wx 19.5"D � 02-F0- M3 < I--M-3 Compartment Construction: Smooth Aluminum ILOS f &(Jeo aur(1 deed 090 Auuerliuruuer &ieef (.orq,)airtnreuri 1:3offouer° 105 ffllUITe'i111Uer &ieof Corgr)aitryieurf Celilluur3: .090 Auuerliuruuer &1eef 02-F0-CCOB I-- Compartment Door Panel:Diamond Plate � 11/22/2024 Job/Order No: 24OF 29102-03 Page 5 PART NO S DESCRIPTIONQTY 02-F0- FM3 5 -- Compartment Surface Finish: Speed Liner, Black-M-3 " OTE: Couiemlll auii'�luiemeuiml F oouii,to Be Speed filed Pladl( 02-F0-C 1 --Component Finish(Shelf/Tray/Divider): Speedliner Black Each 2 02-BO-CC12 < -- Compartment Ventilation- Compartment Ceiling O O O O 01!Td 1NOT[ hat elhaiiiid with 11hi-ee (4°") Il des djoee the hat at the eelilllilg Revd 02-BO-CC12 U Cof°ol:)ael`i°oeiil'FeliiJoeoei°oeiil' IA(all 52:4 713 NOTE: Wall #2 to Ill)e Refiffour°oed lour°SCBA Puiaolllwle Illuimela ed 02-BO-SWFL I-- Compt Floor: Sweep-out, even with bottom doorjamb. 02-BO-CC41 I-- Compartment floor thickness.125"standard 02-BC-1000 I-- Compartment Doors:DOUBLE DOORS, ILOS single 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees 04-°l"S-1"1J10 5' -- Shelf, Fixed, Ext:.125 Aluminum, 2"Upward Lips NOTE: Fixed slhe l to Ill e for°ouom Wall #1 to Wall #3 aiuhd will Ill)e M)oee SCBA Pur°adl(ele, NOTE: Shelf to Ill)e Speed II aimed P adl( 04-l.,l „1400 S e - Divider, Vettleal, Fmmom Fixed Shelf to Ceilllo5, alum, Fixed l 40"' III LL Illluaudeir to Ill)e froirn III axed dlllhelll to lleullumm5 amid llemmtemred firoirn Ill...elt to 1111u�lllm�: lloelydemr to Ill e Speed III ommed IIIIIVadl( 05-EL-411424 5 I--Light, Compartment:Maxxima LED 24", EA, ILOS 1 l'"'d Note. No ligIht hole ui e0uiii°ed OTE: Motiiiit I�:1 igIhl oiiii Ceiiiiiiig Neaiii,,dooms,Jamomlll 09-ZZ-ZZZZ I-- 1 02-M1-M575 S < 40-5 Compt(l?l?) 32 l?, 71w8125" x 22"Wx 21w0" �l 40"' III w 1"1hemre wHH 11 e auim 8" attc space um"m the top of the aouiemlll airtirreuimt 02-F0-1,"ll,°M5 < I--M-5 Compartment Construction: Smooth Aluminum ILOS l Me, aiiid Il ladc 125 AlUITn'iIIUunr Sheet Corq:)aitryieui1 dolloun: 125 Auuniliuiuuni Sheet (.orq,)airtnmeuii (.edillfiign .090 AIUITn'i111U'nr Sheet 02-130-dd05 I-- Compartment Door Panel:Diamond Plate 1 02-F0-Cd405 S < I-- Compartment Surface Finish: Speed Liner, Black-M-5 l 40°' III w llomrmlll am5mrremmt III ooir to Ill;le Speed III uuiied Illllladl( 02-130-11M 1 I—Component Finish(Shelf/Tray/Divider): Speedliner Black Each 3 02-BO-CC12 < I-- Compartment Ventilation- Compartment Ceiling O O O O l \l if l 140�If ° hat chaiiii dl mofi11h three (4") ides djoee the hat at the cefill iig Ileeedl. 02-BO-CC16 -- Compartment Door Ventilation-small punched half-moon Louvered Door l 02-BO-SWFL -- Compt Floor: Sweep-out, even with bottom doorjamb. "1 02-BO-CC41 I-- Compartment floor thickness.125"standard l 02-BC-10A5 -- Compartment Door: SINGLE DOOR, Forward hinged 2-point Latch 1 02-BO-09BO I-- Compt Door Check:Double Action Gas Shock l 04-EA-09B1 I--Door Swing Angle: Set to 90-100 degrees "1 04-TS-1200 S 0 --40-5 210el(, Fixed, dotw.125 Aluminum,inum, Partial Width 2"lips upward �l 40°' III I axed slhelfl to Ill e firomrm fixed dMdemr to WdH 113 um"m loirwamrd o0ace al)l piiroa 4,2" tjlp liii'"om m l)ottoilil of comomlll am"lmomemml. See dmi'a imm 11/22/2024 Job/Order No: 240F 29102-03 Page 6 PART NO S DESCRIPTION QTY 04-TS-17N1 S Divider, Vert, Full compartment height, alum,Adf, Unistrut full wifth sectioiiiis of Uiiiistii,tit oiiii Uie l)adk wall, About 6" fiii,,oiil:,n tq) aihd l)ottoilil aiid oiiiie uiiii flee ur6ddlle of the coirq3airtirneiiit foir the adjustirneii1t, Delete 11...i011ht Hole iiiii coiiillll)aii'tilileii it ceiiiiiiig fii,oilil Midkey, NOTE: AdJustW)1e Divideiii,,to Ill II:1 eft of Fixed Divideiii,, 04-1"S-1400 S < I—Divider, Vertical, Full compartment height, alum, Fixed P6O" III I owed d4deir to Ill 10" froirn Wall IV 1'1�3 firoirn staoir dhaoir stoirage foirwaird of divideii', 04-TS-STR1 S < I— Strap: 2" Webb Seatbelt buckle chrome footman loops lli s stirq) us to secuire ftiiigs firoirn urnoeuuir0 wtflle flee vdhlde us uiiii uiooflouir,, 60" III iroirn Wallll #1 to III axed I,XvWeir 04-TS-STR2 1—2"Footman Loops:Locate back from jamb 05-EL-4M18 S < I—Light, Compartment:Maxxima LED 18", EA, ILOS 11ll�,3 14ote: 14o I1u011ht h6e ure0Uired 14011 : IImoullit 01111 C6lluiii0 14eair Illlooir JaiiWl) 09-ZZ-ZZZZ I-- 02-Ml-M675 S 96-6 Compt(1?RFm(d): 17"Hx 10.5"Wx 19.5"D 02-00-CCM6 < I—M-6 Compartment Construction: Smooth Aluminum ILOS Skles aiid Back:: 090 Auryiliiuryi Sheet (I.orq,)airtryreiii 3o33oryr 125 AUIT'iIIUIT Sheet Corq:)aitryieiit C&lluiig:: 090 Auryililuryl Sheet 02-B0-1"COB I— Compartment Door Panel:Diamond Plate 02-B0-CFM6 I— Compartment Surface Finish: Speed Liner, Black-M-6 02-BO-CFNO I—Component Finish(Shelf/Tray/Divider): Standard 02-BO-SWFL I— Compt Floor. Sweep-out, even with bottom doorjamb. 02-BO-CC41 I— 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 04-EA-09B1 I—Door Swing Angle: Set to 90-100 degrees 05-EL-40N6 < I—Light, Compt, LED, M-6(RRF):Intertek Model No ZY-156-LEDC, ILOS �I\4 lf3 ote� 1 Nde, (I.eitered i'iii (1.oiyq,)airtyreiif c6i'iiig 09-ZZ-ZZZZ 02-1141-114775 1—M-7 Compt(RF): 67.5"H x 25.25" Wx 21.0"(Below FL), 1/0 02-BO-CC08 Compartment Door Panel:Diamond Plate 02-BO-CCN5 S < A6-7 Coinl)arl'ineiil'Coiisl'riicl'ioii BeloW Floor I evel: Smooth Aluminum ILOS &des aiid 113ar,c 090 AUIT'iIIUIT Sheet Corq:)aitryieiit C&lluiig:: 090 Auryiliiuryi Sheet 02-BO-CC08 I— Compartment Door Panel:Diamond Plate 02-B0-CFN5 S Compariment Sur face Finish: Speed I iner, Black -Afi-7 NOTE: Coilillll)aii'tilileiiit Flooiii,,to Be Slll)eed iiiiied Bladk 02-BO-CFNO I—Component Finish(Shelf/Tray/Divider): Standard 02-BC-10A5 Compartment Door: SINGLE DOOR, Forward hinged 2-point Latch 02-BO-09BO I— Compt Door Check:Double Action Gas Shock 04-EA-09B1 I—Door Swing Angle: Set to 90-100 degrees 05-EL-4M36 S < I—Light, Compartment:Maxxima LED 36", EA, ILOS 11ll�,3 14ote: 14o I1ug1ht IIh6e ure0Uired 14011 : IImoullit g1ht oiiii WdII #'3 of 11M7 Coirq3airtirneiiit Ceiiiteired, 11/22/2024 Job/Order No: 24OF 29102-03 Page 7 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I-- "t 02-1141-114888 1—M-8 Drawer(RF):None-Batteries Under Hood "t 02-M1-RA03 --Rear Access Doors:46 314"Wide x 60 518"High "t ZZ-ZZ-ZZZZ -- f ZZ-ZZ-ZZZZ -- f WELDING -CELL 1 54-P" -Pt"",A C C 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 t 2-05-5554 1—Painted Part-Painted Special color to match Body 3 ZZ-ZZ-ZZZZ I-- f 04-AS-06A1 Fuel Fill: CPI Housing with Drain 53 FGT0053-1-238 t 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,-McP®tri° Dully S'I;yte yt Atiri° P'sai°oeP uA(14" "I""3li P poiil'ooii f covers 51flII'10lh[ SIII''........III: Will""III°°1IllItOIII': 1� C'"1111 LL II'Pedouirn III)uty S'lyl4e III,,Iuirrmlll eiur aind Wullll Mount 1",Wundeiur III^ udk III5I[ate aind Wall unot Dausmage Kidk Plate fin Rear Eind Accident, 04-BW-FLMD < I-- Step, Center. 2"x 7"Grip strut, flip-up t 511tt':II NA& II:)Wll l II N Il30li::Y 54-P" -1355 C --Dock Bumpers:Rubber 2 114"H x 16" W x 2"Thick t 34-R1J(RF25 < --Fenders, Rear.Rubber Extruded, Black 1 MTB#7215439 04-BW-DP0l I-- Skirt Rails: Polished Aluminum Diamond Plate, Box style std 1 04- 1A(-DP10 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 < -- 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. 54-P" -1455 I—Running Boards:DP F-Series Modular-2 Door 2017+ 1 04-EA-1120 I--Mud Flaps Front:NONE t 04-EA-1132 I—Mud Flaps Rear.Modular, Rubber AEV LOGO "t 55-CP-3934 < I--Lights, Cab Step: 2"White LED, chrome flange mounted in box front, "t Whelen Acfivate by Cab IlDoors. Constaint p...Not. 11/22/2024 Job/Order No: 24OF 29102-03 Page 8 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I-- "I 04-G -0g00 (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-GP-18 3' < 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 05-El f8R3 < 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 05-B'L.. 2310 Tail Lights, Whelen LED Combinations, ILOS, 1 05-GP-19964 0I o I--Side Marker Lights PAIR: (2) RED LED, Whelen#TOROOMRR, I Wlith Giurouirnimet""I`GIII'IOM2 00"'I III LL II'Pouinted oin &dc of III'Ieaiur I,,,Iuirqpeir I5oin too uns 05-EL-2314 S I-- Whelen 600 Series, Tail Lights "I euirtical Mouinted Oin lell4( Plate WMh Bii,Mw Om.j'Illl)oaurd, Tuuirin Ceinteir, aind Badl( IinIll)oaiurd 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 05-B'L.. 2333 1—Back up, Whelen 600 Series, LED, Pair, Minimum Intensity I 05-PL-LX89 0I o �_ L urnsw (2) WOeIen 600,, S0per AMBER LEDIA1I BER LENS, Programmable I /I 0S Pirogiraua Steady Buuirin to ouii114( Mllh Tuuirin Siginals ZZ-ZZ-ZZZZ I-- I 05-EL-4300 Patient Area Turn and Stop Light Indicator: None 1 05-GP-I3DL Third(3rd) Brake Light:NONE 1 05-B'L.. 4580 SCENE/FLOOD LIGHTS(Whelen 900 LED-24 Series) 1 05-EL-45L6 < I--Left Scene Lights: (2) LED-24, Whelen 900 "I (.Ihrorne flainges for Ill i'i Ili'ighf i'iu ndbded 06-EL-18LF --Left Flood Activate:Left Flood Switch I 05-EL-45T6 < --Right Scene Lights: (2) LED-24, Whelen 900 "I (.Ihrorne flainges for Ill i'i Ili'ighf i'iu ndbded 06-EL-18RT --Right Flood Activate:Right Flood Switch and open CSE Door I 05-EL-46CQ S s --Front Alley(2) FireTech Mini Brow(FT-MB-2.9-FT-B) LED-Black I I""III TIIPIIIII25111 I IIIII QI"Y 2 11,1 uunalllh Ifoing eaali, IIII16aolll( III°°Iouso-ing I1 I P F°'I'"'1ABKIIT RB QTY 3• Bladl( uismot.jinthng Ill)iraollw'Is add aointiurd swul:alllh oin froint systeuirn cointiuroll Ill aunell P0O"'I III I Dire ""1"'ealllh II)odll Ile S'taalll( iey III ngllhts IBouinted l.,lundeiroeath Aircdc Wedge oin Buriseir B Passe ingeur Side for Alley Il:1 igllh'I s. S II°'I'"'CHEB IIL:1 EFT 5111...ET AND RIIIGI°°IT PIIL..EY 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-HD-OOFB S s AC(HVAC):VALEO HWP F-Series Ducted in Ceiling- Vert.bh seat, 2nd comp I With III ectii na Illhealeiur salNe ouinted Beliiund Illhe Atteindant Seat Base Fading Rear of Turm.jolll( uunelludes ealeiuuoiur aoindeinseiur, (lll uolll( aoindeinsoiu Ilalll)shed IIIIWIII'°5) aoindeinseiur 25062 11/22/2024 Job/Order No: 24OF 29102-03 Page 9 PART NO S condenser, DESCRIPTION QTY 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 f 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 f 05-HA-14B1 --Filter, Washable Carbon Pre-Filter "f 05-HA-15A0 --Ducted AC Delivery:insulated&foil wrapped, 10 registers "f 05-HA-14R0 --Hella Relay Connector.Installed "f 05-HA-2005 --Patient Ventilation System:4 inch Power Intake, 4 inch Power Exhaust STD f 05-HF-14C2 < --2nd AC Techni brkt& Comp Late 2024+Diesel Ford F+3rd party install f !OUN 130 [:or II ord II° Ihas§is Desd @2!anufactu refired on or I[: Tl[ ll� May 7074 SLflper duty II)i ,III II ngiine cIh i'i . , Bracket ireqU ires :)i-eventafive rna infenance to Ii)reserve warranty terryis Check the i chni'i dl ,rife for detai'ill . COU'...f f f 7f208A 10-HA-02ST I--AC Control:Heat or AC and Fan Speed selector switches "f 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 55-EC-0900 < -- Timer, Spring wound Constant Hot, Check out, 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-- f d9461y-5551 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 "f 094611-5552 --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 f ZZ-ZZ-ZZZZ I-- f 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-1 STD -- 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 55-2F-6155 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) f 55-1 B-6645 Whelen, 900 Super LED, (4), (2) Red&(2) White "f 55-2F-6897 --Flasher for LED front of module:None f 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 IATS 05-PL-LX00 I--Lens color for Above LED Light to be: Clear 2 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 55-PI 1..,Pt 3 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 -- t 05-LB-6900 S e --Alternative Lightbar Switching, Prim/Sec t tIII ICIII't III gllhte III ui ouinauiP/PecouimdauiP White igllhtsµ Pirfiiemairy Ouim 2 05-PA-LBOB I-- Rear Light Bar: NONE 1 55-PP-1..,71..,P WHELEN LED WARNING LIGHT SYSTEM-F-series LTD 1 55-FS-5515 S o Flasher:None,All Super LED's Are Programmable- "t teiurnate wftKiii eaelllh fixture, III'tauimdoirn III ash uiiimleee ofllheiurWse spedfied 999"a Ills gllhte III5iurogiurauier 't't'9 Actoiii III''Iaellh "700 Reair Ilkiteirseetiouim Il�:1 igllh'te Pirogirauiem #31 Actioiiii F asllh 05-FS-10P4 --Flash Pattern:None, Internal Light Head Flasher t 55-SIA(PP52 P -- Warning Light SWITCH:PIS, center console, PARK secondary "t Pirfiliemairy durelll)e'to eeeouimdairy iuim Pauiilk oir Neutiral, NOTE: All P eair Foir aird Faeiuimg Wairiiiiiiig Il:1 igllhte'to Go Out iuim Pauiilk ZZ-ZZ-ZZZZ I-- t 55-PI 1..,T05 (2) Grille Lights: Whelen 5TIR6, LED, Chrome Flange t 05-PH-LSOB --Flanges: (2) Chrome, 5TIR6 Lights "t 05-PH-LTOJ P --Lights: (2) Whelen 5TIR6, RED LED/CLEAR LENS ILOS "t Pirogirauiem#21 05-PL-LX00 I--Lens color for Above LED Light to be: Clear "t 05-PH-LT28 P --(2) Front Intersection, Whelen LINZ6, SLED, Chrome Flange "t PROOR R #2°1 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 -- t 05-PH-LT4H --Add'I Side Warning Lights, :NONE t ZZ-ZZ-ZZZZ I-- t 05-PL-LU30 --(1) Center Front Warning Light: Whelen 900(Super LED) t 05-PH-LSOH --Flange: (1) 900-Chrome Flanges for light above "t 55-PI 1..,.RP"t Light: Whelen 900, Super WHITE LED/CLEAR LENS, Programmable ILOS t 05-PL-LX00 --Lens color for Above LED Light to be: Clear t 05-PL-LXZ1 --LED Color for Above 900 Super LED: WHITE t 25-PH-LT84 --LED Lights:Programmable, Single Light "t ZZ-ZZ-ZZZZ -- t 05-PL-LU40 --(2) Front Warning Us: Whelen 900, (Super LED) t 05-PH-LSOA --Flanges: (2) 900-Chrome Flanges for lights above "t 55-PP-PRP3 --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 -- t 05-PL-LU50 --(4) Side Warning Us: Whelen 900, (Super LED) t 05-PH-LSOF --Flanges: (4) 900-Chrome Flanges for lights above t 55-PI 1..,.RP'3 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 11/22/2024 Job/Order No: 24OF 29102-03 Page 11 PART NO S DESCRIPTIONQTY ZZ-ZZ-zzzz I-- "I 05-R5-5I151 (2) Rear Intersection Lis : Whelen 700, (Super LED) IATS 05-PH-LS08 --Flanges: (2) 700-Chrome Flanges for lights above 05-PH-LT5A --Locations: (1) over each rear wheel well opening. 05-RI"", I"",. 15 Light: Whelen 700, Super Split RED/WHITE 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 ZZZZ-ZZZZ -- 05-PL-LU60 --(2) Rear Warning Lts: Whelen 900, (Super LED) ilos 05-PH-LSOA --Flanges: (2) 900-Chrome Flanges for lights above 05-PH-LT6A --Location:REAR, (1) in EACH Upper outer corner. 05-R5-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 ZZZZ-ZZZZ -- 05-RI I""U62 S (5( Reap~Warning I""ts: Whelen 900,, (�5tmer I ED), I �7"S�� I 05-PH-LSOA --Flanges: (2) 900-Chrome Flanges for lights above "I 05-PH-LSOF --Flanges: (4) 900-Chrome Flanges for lights above "I 05-PH-LT6C S e --Location:REAR, (2) aligned w/EACH upper window in RA doors. I 10O"1III : 2 III ell:amid 2 III'�t1 PlllM Ouim Ilh'1eaui at III''1eaui iiido ev6 1 III'�'1ed R 1 III'�ted/ uiamlll eui ouim 5aoli Side. 11ui oaeui dude Wk Ill)e III'�'1ed I",1ll)lll eui '�ted/ oiamlll eui III""o eui Paaoeuim eui° Side Will Ill e Red/ ii:,N)eur°Ull)lll eur "" Red II"""oweur° 05-PH-LT6C U o - Location:REAR, (2) aligned wl upper Warning Lot hts on Real, I 10O"1III 11w ocate 2 dd flouimalV hdeuim 900 III'�'1ed PlllMs Illoiiml oauid o1 Stauimdauid I"Illl 111 eui III''1eaui Red II''"""IIIMa. 05-R5-LV13 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 IATS 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 05-RI"", I"",U72 (1) Rear Center AMBER Warning Lt: Whelen 900, (Super LED) I 05-PH-LSOH --Flange: (1) 900-Chrome Flanges for light above I 05-RI"", I XF'7 Light: Whelen 900, Super AMBER LED/CLEAR LENS, Programmable ILOS I 05-PL-LX00 --Lens color for Above LED Light to be: Clear I 05-PL-LXZ3 --LED Color for Above 900 Super LED:AMBER "I 25-PH-LT84 --LED Lights:Programmable, Single Light "I 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 05-I5-1053 S �-- Location:M-3 Compartment On Wall 51 Above Fixed Shelf Oe1115t I 05-IL-10PO --Powered. 12v Constant Hot I ZZ-ZZ-ZZZZ -- 1 11/22/2024 Job/Order No: 24OF 29102-03 Page 12 PART NO S DESCRIPTIONQTY 06-00-0005 S 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) 07-00-0182 1— Custom design wood console included in Order 1 11-ZZ-090D < I-- 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.". 00-11.., 2000 <Rechargeable Flash Lt. Streamlight, SL-20LP, Orange, Installed 1 LITE-SL20LP 05-IL-10L0 S Location n Passenger 2tlJe of Center Console l 05-IL-10P0 --Powered: 12v Constant Hot "l 06-AL-47SU Hand Held Spot Light: None 1 06-AL-4900 < I-- Cab Spot Light: None 1 Not Require by KKK-F 06- A&S hl I--AEV Traumahawk Telematics Declined, Not required 1 06-BA-3F46 Batteries:2-Battery System- Type I OEM AGM Batteries FORD l 06-BA-3F5B I--Batteries: (2) Underhood(Type I)AGM l 06-BA-3FJ1 < I--Battery Make: (2) OEM l Battery Brand usnust u'natslh 06-BA-Q631 < I--Battery Switch: Cole Hersee 2484-16 Paddle, T1 center console l 27711 i t'.II.w Il...,OCI illGl2° Il:::)ilveiiµs" si'ide of center cab co nsde 06-BA-3FW4 --Batteries Wired:Parallel for higher amperage "l ZZ-ZZ-ZZZZ 1-- 1 06-Z' -056B PWR Door Locks:Module Doors-Full Mod T1 Ford 1 06-EC-050A I--Door Locks, Tied into OEM System Type 1 Ford l 06-EC-0512 < I-- OEM Key Fob:Included w/Chassis Unlock Mod Doors l Must dss sll)suats the t2!sddls Il:IsIowsu° Door Locks QlAisned 06-EC-05C9 --Door Lock Switches:Integrated in Interior Entry door Handles l 06-EC-05K0 -- ONLY the following doors shall have power door locks: "t 06-EC-05M1 --Electric Door Lock: (M-1) Left Front Compartment l 06-EC-05M2 --Electric Door Lock: (M-2) Left Middle Compartment "l 06-EC-05M4 --Electric Door Lock: (M-3) Left Rear Compartment l 06-EC-05M6 --Electric Door Lock:Rear Access Doors l 06-EC-05M7 --Electric Door Lock: (M-5) Right Rear Compartment l 06-EC-05M9 --Electric Door Lock: (M-6) Right Rear, Forward Compt "l 06-EC-05N0 --Electric Door Lock: Curbside Access Door l 06-EC-05N1 --Electric Door Lock: (M-7) Right Front Compt "l 06-EC-2300 < --Door Unlock Switch, Momentary, Exterior, hidden l NO i II: insidlllaflon of Ilfernots Door II ock SMtclh feature u'nay i'i ncreass Ili'ill<slli'ihood of y into ssllN y sll�ussll<ling fiNs sll:))ion, II°:)u�u°«;Ihascir further agrees is Il�udd u�uu�u��u�u �usu°us.s�. su�u'u'° s c. fll:;;1f suµ dlhaSSi'is uTallUfaCtUreiiµ Ihauµunr ess for any Ilsss of ardNde or co me nts Caused by uuNlawfd access. 06-EC-0802 --Location:Front Grille/Bumper Area l ZZ-ZZ-ZZZZ I-- l 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 I-- Circuit Protection, 12V: Blade Breaker- Manual-reset 1 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 --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 05-RR-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 05-llR-23S4 S a 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-23L0 -- Illumination strip LED for Front and rear switch panels 12v 1 ZZ-ZZ-ZZZY -- 1 07-RR-24AO I--Console Finish: Black, Textured "Easy Grip" 1 07-RR-24A5 --Wire Harness Routed Behind Driver's seat, No Cover Required 1 07-RR-020F Add-on Console: Type 1 1 07-RR-02 0 I--Drink Holder. (2) In Add-on Console, Big Gulp Size 2 07-RR-02 5 I--Drink Holder Location:Middle 2 07-llR-02R0 S n.":te Rn.":n.":klClip Board/1 ough Book Slot Single-Full width t2 by 6"wide f 07-RR-02F3 I--Double removable Lexan Divider(s) f 07-llR-2301 S < Customer Supplied RaDln.":w Installed to Console(Reference Engineering f Draw inq) NOTE: Radio Will be linstalled Oin Diriveir Sidi* of Coinsoie (See Eingiineeiriung Dirawiung) 07-ll R-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 05-EC-43R0 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 > f.a ncd SMtelln feu' ban,ll< will:) nwllarrn not a hewed, U Ns switch IIM US U 11311 rll fll\lClfll II:U firorn the deetirlicd ddsgnwii t:.AAS GVS 2.5 wi'illll unet Ilwweuµii,y'it ulnas exeel�,wti'ieun aS of Jnwlly 21, 2521 N N N N N N N 06-EC-GR0l Ground Straps, Module to Frame: (Qty 4) Braided 1 06-IA-0001 Converter, 125V to 12V: NONE 1 05-1C-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 --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 05-1C-041..,7 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-03A0 -- 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 -- 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 11/22/2024 Job/Order No: 24OF 29102-03 Page 14 PART NO S DESCRIPTIONQTY ANTENNA LEADS 05-RR-1710 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 OUIly...K724 line afll:)Mtlli edge Of ,a i lhj,ride entry door, centered ride t ride as near a II:) ,,i'illJe 05-RR-1772 < 1-- Termination Point:Inside Center Console "t \40 ully...11<794 06-RR-1809 -- Patient Area Radio : None 1 06-SO-0000 125V SHORE LINE AND OUTLETS 1 05-SO-0500 --Shore Line Inlet: 20A Super Auto Eject, ILOS 1 06-SO-OOL1 --Inlet location:Aft of Left Front compartment t 05-SO-0805 < --Indicator Light, Shore line: Weatherproof,power by SL, Red "t indcat r Ili'i311nt (located djove diore Ili'i ne i'iiN t. 03-S7-080 < I--Auto Eject Mounting Plate, Metal Painted "t Metd� 'nounfing 14::)11 ate to flit Auto ([°°.Ilea tYll)e dqordlnes, 12-BO-0002 I--Painted Part-Painted White YZ Std "t 03-S )-t0 t 0 -- Cover, White, Shore Line Inlet: 20A Super Auto Eject, ILOS t ZZ-ZZ-ZZZZ I-- t 06-SO-1400 -- **125 Volt OUTLETS** 1 05-SO-13 1 S 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 03-S )-t3N2 S -- 125 V W/Dual USB(1-A & 1-C) &Power Light Outlet#2: 20 A, White ILOS 1 05-SO-1453 I--LOCATION:RFALS, (See Drawing) t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical t 05-SO-13 3 S 125 V W/Dual USB(1-A & 1-C) &Power Light Outlet#3: 20 A, Hosp Grade "t White IA 06-SO-140 S LOCA710 w Extended Action Area, (See mewing) t 06-SO-1402 -- Outlet mounting ORIENTATION: Vertical "t ZZ-ZZ-ZZZZ -- t 03-S )-t 3N4 S -- 125 V W/Dual USB(1-A & 1-C) &Power Light Outlet#4: 20 A, Hosp Grade "t White IA 05-S -t412 S I OC 770N- Curbside,Above Tuner, see DraWing t 06-SO-1402 --Outlet mounting ORIENTATION: Vertical "t ZZ-ZZ-ZZZZ -- t 06-SO-1100 **INTERIOR 12 Volt OUTLETS** 1 03-SC-10 Z 12 Volt outlets two separate single outlets 1 05-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-- t 03-SC-1224 I-- 12VI USB Combo Outlet, No 2:- Wire thru Med Isolator ILOS "t 06-SO-11L1 S LOCA710 w Extended Action Area, (See cawing) 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 -- 12V Outlet, No 3:Power Point- Wire thru Med Isolator t 06-SO-110 I--LOCATION:RFALS, (See Drawing) "t 06-SO-1402 I-- Outlet mounting ORIENTATION: Vertical "t 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 I ZZ-ZZ-ZZZZ -- I 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-CC-1313 Air Horn System:BUELL-F1 1 06-SS-1301 < I--Air Horns ACTIVATION: Single Foot Switch/Solenoid Valve N "I [. oot w'itch Ilsocated on dilvers side. 06-SS-1305 --Air Tank Mounted to Frame Rail I 06-SS-1310 --Emergency Master Hot "I 06-SS-1340 -- Compressor:Buell#6540, 20%Oil less Intermittent Duty "I 03-CC-1347 I-- Compressor Location:M-1A Compartment "I 03-SS-13C2 Air Horn Location: Under Front Bumper, F-450 and F-550 2017+ I [. or II... 550 unay uµe(lLJre urecess CUt i'i nto&f 3S <da nce ...ffi'ir Darn 06-SS-1321 --Left Air Horn: 10"Buel Strombos Horn, Chrome, No 1061 (493 Hz) I 06-SS-1332 --Right Air Horn: 12"Strombos Horn, Chrome, No 1062(396 Hz) "I 06-SS-13M0 --Air horn mounted system Standard chrome finish 2 CABINET SHOP- Modular 07-00-0132 -- 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 07-00-II COB Mica Colors: Gloss Beige 1530-01 ILOS 1 ZZ-ZZ-ZZZZ I-- 07-00-PCON Polycarbonate Type/Color:Lexan- CLEAR Secure Latch 1 07-01-CC1.,7 < I--Att. Seat:EVS Comfort 1880P4B 10deg Child Safety Seat Taupe Per4max I Black Searn ess, taUa 1pe Cornfort seirlies foam, Ieuµ7rnax IIIIIack 7.Ipt Il36t 07-SE-0001 S < I--BASE: Swivel base for EVS Child Seat Option Handle on RIGHT std I (2) Ill5osutoin SwNd, III'oiurwaiurd or Illteaiurwaiurd, Oun y 001111 : IIMOUint Atteindaint Seal: III;Iase So I:Illhe Seal III';Iadl( us 30" Ill urouisr I:Illhe Seal III';Iadl( to tllhe Head of tllhe Cot. 11-SE-04A0 I--Attendant Seat,Armrest:None I 07-AC-4401 XS AC CABINET:Evaporator, SId I ocal'lon Behind A tl' 0eaffbcind ReanAfaxd' 1 07-ZZ-ZZZZ 1-- 1 07-BH-4801 SIC' I.C"Cabinei, Behind d Ceat- Cabinet "H"I(C'lec Cali( Fbcing ReanAfaxd 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, J-trim opening 1 07-DR-OR04 -- Hinge Orientation: RIGHT 1 07-HW-HIN1 -- Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HIM-S011 Round Pull Latch:Non-locking- Chrome Finish 1 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each I 07-ZZ-ZZZZ -- 1 07-BK-0001 S <Bulkhead Cabinet 32 Under 'I"'3Ik 'I°°hru Installed I I.S, 'l o House Norcold Friddge "I 00"'I III LL S'tauin less Sleell COLli teii1gl with a 3/4," ulp oin dll foL1111 sudes 11/22/2024 Job/Order No: 24OF 29102-03 Page 16 PART NO S DESCRIPTIONQTY 07-WC-AS21 Tray- Stainless Steel I 3/4" S: Oin allll fOUII sudes ZZ-ZZ-ZZZZ I-- I 07-BK-0002 0t Bulkhead Cabinet Jf Above I°°alk '7"'hru Installed I I"S, See Drawing I 07-DR-1"",.024 I—Door: Single Flip Up 318"Lexan I 07-DR-LZ20 I--Hinges:Reel Torque I 07-HIM SO11 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 I--Shelf Track: Small alum Unistrut type I 07-CA-0600 1— (1) Shelf:Adjustable with Alum Trim "I ZZ-ZZ-ZZZZ -- t 07-ZZ-ZZZZ -- 1 07-C -0300 CURBSIDE UPPER: Over SIB, Mods 1 07-C1J-1 109 I-- Cabinet K1, K2, K3: (3) Openings with flush dividers t 07-DR-LX24 I--Door: Single Flip Up 318"Lexan 3 07-DR-LZ20 I--Hinges:Reel Torque 3 07-HIM SO11 I--Round Pull Latch:Non-locking- Chrome Finish 3 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 3 07-ZZ-ZZZZ -- I 07-ZZ-ZZZZ -- 1 07-C -0400 CURBSIDE REAR:Rear of SIB, Mods 1 07-CU-K103 0t Cabinet 3 w (I( Opening with (2)Ad;shelves I 07-DR-1"",.022 C - 7lees3, Double, Overlay Hinged, 318"I",elan I 07-DR-LZ10 I--Hinges: Stainless Spring Loaded 4 07-DR-OR05 I--Hinge Orientation: (1) RIGHT and(1) LEFT I 07-HW-FH04 I--Full Height Extruded Handles for Tall Lexan Doors "t 07-HW-SO11 I--Round Pull Latch:Non-locking- Chrome Finish 2 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 2 07-ZZ-ZZZZ -- I 07-RF-4404 RF ALS Cabinet: Std T-1 1 07-CA-04AB C' Cabinet`, (4) Glove Cteeadeand(1) Mask Storage, 45 0eetlon of RF Al""C' I cabinet, 07-DR-LX06 C' -Door,- Overlay He, 318"I"elan-4-glove and(I( Mask diverse thru I 07-DR-LZ10 I--Hinges: Stainless Spring Loaded 3 07-HW-SX11 1—Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ -- I 07-RF-CADR I-- Check the specified Walk through Door type (Station 5) 1 07-RF-I148 d -- Cabinet 1-1 m fll:per l eh'Cabinet 1 NOTE: 1-1 is a small locking cabinet left of 1-2 cabinet 07-DR-LXX I--Door, Single Solid, Flush-Drug Locker 1 07-CA-2100 I-- TRIM: U-shaped Door, J-trim opening I 07- R-OR03 I--Hinge Orientation:LEFT "I 07-HW-HIN1 I--Hinge: 1 112"Stainless Steel Piano Hinge I 07-HW-KV70 < I--Lock(KV-70): 112 turn pawl-Hinged Door t tII 0(117...02A 07-HW-SX12 C I--Round Pull Latch:Locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each t 07-ZZ-ZZZZ 1-- 1 07-RF-I248 S Cabinet I-2w Upper Right 1 07-DR-1AID13 S Door,,- Single Flush Fitted 1 NOTE: Install Gas Shock on Door 07-CA-21A0 0t �-- '1"'RIM U-shaped Door, d trifn opening t 07-DR-OR05 S OInd ��e Oeleiallon: TOP I 07-HW-HIN1 --Hinge: 1 112"Stainless Steel Piano Hinge 2 11/22/2024 Job/Order No: 24OF 29102-03 Page 17 PART NO S DESCRIPTIONQTY 07-HW-SO12 --Round Pull Latch:Locking- Chrome Finish f 11-X0-0010 --Stowage rating label-Southco round latch 10 pounds applied each f ZZ-ZZ-ZZZZ -- 1 07-RF-1348 S Cabinet 1-3w Custom (Reference 200E 2 164) 1 07-DR-WD25 S Door, Single Solid, Flush 1 07-CA-2100 --TRIM: U-shaped Door, J-trim opening 1 07-DR- R04 --Hinge Orientation:RIGHT 1 07-HW-HIN1 -- Hinge: 1 1/2" Stainless Steel Piano Hinge 1 07-HW-SO11 --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-IOA1 --Outside Access: Thru M-7 (RF) Compartment door. 1 07-RF-0001 I-- Interior MICA Color: White cabinet liner 1 07-TS-1200 -- Shelf Track: Small alum Unistrut type I 07-C -0308 S (3) Shelves:Adjustable fnica over substrate with Aluni 't t,in) t 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 v 2I I7 C BENCH: Set Rack 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 07-SB-1101 S v 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 S Drawer Slides:Fall Extension, Detachable 130 LB capacity 13 1" t 07-HIM-S01 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-SB-0999 --LOCATION:At head of Squad Bench, Roll out over step well I 07-SB-1005 -- WASTE CONTAINER: 6 Quart I 07-SB-1015 S RPS CONIAIDU"R: Customer Installed/I OS 1 110111 ...E CUT" N DRAWER TO FAIT CO 5..311 AND CUSTOMER WI�11 11 NSTAU11... St°°i R S CCII�""i"" IIIII�IIII III'I ZZ-ZZ-ZZZZ -- I 07-SB-1001 -- Storage Under Lid -Configure to M-6 Compartment Size 1 07- -6460 S Curbside sealing foot plaffcri°v- Vinyl flooring to i°vatch i°vale floor l 07-SB-LID2 -- Squad Bench Lids: Split-2-section 1 07-SB-LH00 -- Hinge, Squad Bench Lid(s): Butt Style Hinges 1 07-SB-LH03 -- Lid Checks: Gas shock, Dual Action 2 07-SB-LH07 -- 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-SB01 -- Edge Trim, Lids: Band w/ Laminate and J-Trim Protection 1 ZZ-ZZ-ZZZZ -- 1 08-MH-1600 C --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 I OD C BI EI..rt, A, B1 and R2 to De 'I°'Uree Equal Sections 1 07-TC-A644 S Cabinel' : 1 07-CB-DR50 Doors; Cabinet Secure Latch Restocking Sliding Window Top hinged 1 07-D -3900 5 Dividers, (5(Adjcal 1 3/t0mm I.,esa��,µ WI ABS slotted track U. OTE: Six Il esain D:videirs Full Heigllht of Cdbfinet. 11/22/2024 Job/Order No: 24OF 29102-03 Page 18 PART NO S DESCRIPTIONQTY 11-XO-0016 --Stowage rating label Secure Latch Restocking Sliding Window 30 pounds applied 07-ZZ-ZZZZ 1-- 1 07-TC-B641 S Cabinet 131w 1 07-CC-DR31 C -Doors; Cabinel'C'I Secure batch Restocking Sliding WindoAf "I"bp hinged 1 07-X -3900 S < Dividers, (6)Adj 3116"3�exao, m(I BS slotted track -EA cab � 40" III LL Cua III"""eaauii 1111uoudeuie 16g1ht 04Calll)uuilet 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 pounds applied 07-ZZ-ZZZZ 1-- 1 07-WC-C641 S Cabinet F2w � 07-CB-DR31 C' -Doors; Cabinel'C2 Secure batch Restocking Sliding WindoAf "I"bp hinged � 07-X -3900 S < Dividers, (0)Adj 3116"3�exao, m(I BS slotted track -EA cab � 40" III LL Cua III"""eaauii IIIXuoudeuie 16g1ht 04Calll)uuilet 11-XO-0016 I--Stowage rating label Secure Latch Restocking Sliding Window 30 pounds applied 07-RF-0007 --No Inside Access to Exterior Compartment 07-ZZ-ZZZZ -- 07-ZZ-ZZZZ -- 1 07-W C-0000 1 07-I41C-4420 C' W I"",I C CINE"I""m No CPR Sea I'A<Extend'ed Action Area 1 07-WC-A441 S Action Area:Extended I 07-I,7,(C- C'21 C' < I__A/A Tray: Stainless Steel, with 3"Back splash I /II If: 0: 0111 aIII 111 i,ee ,ride aiiid have a uµeaii, II)ad< ,IJ a II n. 07-WC-AA30 --Bio-waste/Sharps A/A:None I ZZ-ZZ-ZZZZ I-- I 07-WC-AABD --Action Area Board:Black Grip See Station No 6 for content I 07-ZZ-ZZZZ I-- I 07-WC-CN01 0 Computer DraWee With I"lC; 4ndee e ®on Area I4"0"Af x 2"h inside I l 111 ui"oc uoale iiiiteiiioii, dfooeuime ouime 14,,5" w c 2" h c 15" d. The dui°aweui° <Ilha Ill)e eecuied wo llli ouiie 1) CIII imiiice III°touiiid III""oclll<uuiid III"""atdi "l"lieiue olhallll Ile a deaiu III"""eaauii hiiim ed coeeui° with a "uim eui hole ouim lolll of the slide out dui"a eui suiii"."ace "oui a wiii,,itiiiiig eu 14ace oeeui, the e�toui,ade aui,ea ""1"1he dui,a eui, auihd jauiclll aui,ea ehdaI V Ill e tuiIiuicuiced ouii aim"ji1,n oiitji1n uoo d uim . NOTE: Ce'leui°euimce 20OF 21104 4oui, Cuia eui II:1 ocaliouim. 07- W S0"1"1 S I--Round Pull Latch:Non-locking- Chrome Finish ILOS-10 lb rated 1 07-I41C-0003 -- Cabinet C. DELETE I 07-WC-D014 S Cabinet Cw CC3�C I"'C I 07-ZZ-ZZZZ I-- I 07-1A(C-0003 -- Cabinet E. DELETE 'I 07-ZZ-ZZZZ I-- I 07-WC-F641 S c Cabinet F. Custom (See Drawing) I 40" III;LL caul)uuiiet III'° to Ill e 12 w III':leelll auihd Illuiiciueaee 16glht to 27" Illuiiaude 07-CA-06BO C Shelves: (2( d"ICed W/I"",eaan I"",Ip 1 NOTE: Illiiiistall a 16"""ecauim 16""" III) ouim 2acllh Fixed CIIhe 4 7- S Coors, Dual, Overlay Hinged, 3/8"3eoae-LG 07-HIM S011 --Round Pull Latch:Non-locking- Chrome Finish I 11-X0-0010 I--Stowage rating label-Southco round latch 10 pounds applied each 1 0 d' 3116"1 eoan WI ABS slotted hack -C ca° " l I 07- -3900 � ��< Dividers, / µ NOTE: Clhiee II""ecauim C eideui'o Below Collouo CIIhe 4, 7"Ilhiii°ee II""ecauim C e deui'o Illuim Middle Sect ouii auihd "1""iii ee III"""eaauii Ill luoudeiu a A ove '1..olll CIIIiell4 140"1III w Ill:lottouic III':luoudeiu "1"lo,acll4< Wullll Staui Ill;lelll Vui d III a auihd Custouiceiu Wullll Il4euicoee III a 'to 11/22/2024 Job/Order No: 24OF 29102-03 Page 19 PART NO S Adjust Dividers. DESCRIPTION QTY 07-ZZ-ZZZZ I-- 08-SE-1704 --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 I/elli refractors urT,i uTOUIli idow the field) of the eat dl[ELT 1[. 151390 08-SE-SB70 --SIB: (3) Sec patient restraints-9"Sleeves Face of Bench 08-SE-SB76 I--SIB: (3) Sec patient restraints-5"Sleeves By Hinge 08-SF-0010 --Mod Single Color VAC Form Tombstone Backrest with Separate Headrest 08-S -0120 S Single Color Backrest and Headblock Single Colr.r'l"'aupe � 00-20-0072 --Per4Max Four-Point Seatbelts:Accept and Install Full Feature "l ZZ-ZZ-ZZZZ -- l ZZ-ZZ-ZZZZ -- l 07-ZZ-ZZZZ 1 CABINET SET-CELL 4- MOD 08-00-0002 S Sub-Floor, 112"Composite, ILOS 1 ZZ-ZZ-ZZZZ I-- l 0d-00-C1 P Flooring:Loncoin It Flecks-#157, Moonstone(Gray) 1 08-00-FL01 I--Flooring Main Edge:3"Recessed(112"deep) roll-up "l 08-AS-0001 < I--Rear Threshold, Stainless, 6"Wide x Full Width at rear doors l in idlll safety ydlle i'iih dago nail ,iuµfild)e neu II<i'id tq,)e over ilhre helld 08-AS-0006 I-- CIS Stepwell Threshold, Polished Diamond Plate l ZZ-ZZ-ZZZZ -- l 08-ZZ-ZZZZ -- l 08-CS-0001 COT MOUNT HARDWARE: (Full Size Mod) 1 03-CR-00PS C 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 08-CR-00CN mass casualty kit not requested "l 08-CR-09Q5 < -- Cable Extension for Stryker Powerload System "l CONN CO112112.2O2MK1.....11.. 2 08-CR-09SM --No Bolt On Stryker Antler Required. l 08-CR-1002 < -- 12v power feed location FRONT for Stryker power load 6390 "l The 12 vdt Feel wiill be di iilllled and Fey/ ill i,ough the ierql)laie []II ONT hide Fear° a Siuylkeir° ,)ewer Ileoad ,y:,iern l he 12vdt Il:)o er shdl be IJ11'O U ght ihu'Mgh the floor, Mth II Neat shrink eenneeieue lineiaIllled 08-CS-OOPL C I-- Cot Position No 1:PRIMARY CENTER POSITION, l aiun'lalin 12" Ilbe'l eein Col and S/E. NOTE: Illunstail Col Mouint Exactly Ceunleur,iin Fleeuii. 08-CS-2000 < I--Primary Cot position under floor reinforcement l in idlll 8 i'i nclh ride Il)y 5 Ilo n3 1/2"° MUuTi'iIIUIT uµdi n/euµeerneni at Iiw)riirnary cot Iiw)o i'ifiio n. 11/22/2024 Job/Order No: 24OF 29102-03 Page 20 PART NO S (Primary cot position only- REV Std) DESCRIPTION QTY **If custom location is desired, must be specified below. 08-CS-3009 I-- Cot mount set up for. Stryker Power-Pro 6506 "f 08-CS-19A5 I-- Cot Stop, Block: Stryker Power/Performance load. Install hook with kit "f ZZ-ZZ-ZZZZ I-- "f 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 55- 5'-5453 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 f 55- 5'-53 f4 5 --Portable Cylinder Rack: Triple Holder D Spring I oa5'o5' 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 -- Rack Location: Left Front, wall #2 near wall#3 1 08-OS-132M --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 55 S-2300 XS < — (2) SCBA Bracket-Zfco Model UN-5-35-2-5'Z" 2 l..ts a ,Ipedfiic,i'iZe Ibotfllo. Ilfofer to the 3111:0 Cafdbg to aSSUµo OUI' Ibotfllo Mll fit 08-OS-230R < I-- Collision Restraint Strap:ZICO No 1010-120-000 2 ..i.If f lf: ...1010 08-OS-23L1 - f.,oca'fog „m J43 Zom ao'icont on Wall Z"oonf2 paco5'Z''ooic I eft to Right ZZ-ZZ-ZZZZ -- 2 55- 5'-35VY 5 I-- Vacuum System: S-SCORT VX2 Self Contained, ILOS 1 Located: On Wall#1 of Action Area (See Drawing) ZZ-ZZ-ZZZZ -- f 08-ZZ-ZZZZ 1 TRIM/ DOOR ASSEMBLY-CELL 5 09-00-002S -- 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 -- Interior Release:All Entry Doors, with bezel Emergency Access 1 09-96H-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 11/22/2024 Job/Order No: 24OF 29102-03 Page 21 PART NO S DESCRIPTIONQTY 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 Oral Rail, (3), 24"1 2 Antimicrobial 3 09- -2603 1""B'", Ora ocated : (1) At C/S Eintiry Door at ALS Calllbfinet, (1) on C/S and (1) S/S linside Rear Illl ui"miauy III':looiue 03-C -2500 D Door Panels-Aflica over si000lh alum upper/1.1ph Center/Diocclh Aluin 1"",OA(er 1 09-AS-2530 S - Curbside Lower Door Panel: Smooth Alum 1 03-Ef-23131 < --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"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 1 09-DR-WT20 --Sliding Window Locking Pin: 114"with Lanyard 1 37-IJ,(C-LP 3' < --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 B --Monitor Mounting:Bolted in place 1 ocatioin: Mouint on Back Wall Of Action Area Towaird A/A Boa and Mouint WMh Cein eiur of III':1iuradkei a II'Muinuirn irn of 12" furoinn 11oa 07-ZZ-ZZZZ -- 1 07-ZZ-ZZZZ -- 1 09-ZZ-ZZZZ 1 ELECTRICAL Point to Point-CELL 6 10-FN-0001 B --Fan, (2) Speed, Patient Area, w/separate switch in A/A 1 Sm. irface uirno:. anted rne'tai fain witllh guaird, NOTE: Mouinted to tllhe urear of tllhe actioin airea Illboo to allow actioin airea Illboaird to III"filge down 10-B"C-2701 S Refrigerator, Rorcold '1 7 Cu Ft '12hDC#NR740ss Stainless Steel 1 Part No: REFR-NR740SS CORD-NORCOLD Constant Hot 10-EC-3200 S I ocallon:d-2 Cabinei'Under "1""alk 7"hru Window 1 10-EC-A100 --Accessory Load Manager:For Cooling Cabinet or Fridge 1 10-IL-02ST Action Area Light: 12V, LED, Surface Mount 1 10-IL-02L7 I-- Light Location: Action Area 1 "f0-11"", 03ST S Extended Acilon Area 1"",1g1:t: 12V, 1"",B"faµ Surface Mount 1 10-IL-02L9 S Light Location:Rr.":ttr.":m of Cabinet R.1 1 UPHOLSTERY-CELL 7 11-00-UCOA < Upholstery Color: Taupe, Vacuum Form, ILOS 1 Oberon MDA312 11-00-UC11 -- Center Trough Upholstery Color: Color Key to Rest of Truck 1 ZZ-ZZ-ZZZZ -- t 11-00-UT05 Uph Joint Type: Vacuum Formed -Seamless 1 11-SB-0005 Squad Bench seat cushion cut-outs: None 1 11/22/2024 Job/Order No: 24OF 29102-03 Page 22 PART NO S DESCRIPTIONQTY 11-SB-0003 -- 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 01-3U-0000 B --Anti Rust Spray, Detco:Installed on Unit "1 Puir°clllhasiung to Ilbuy 12 Aeirosol Cains NOTE: To be Slll urayed to Clllhassis Firairne Befoi e tllhe Body is Mouinted 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 12-1 C-G 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 12-PT-22E0 S Pahil'BB.I..,T CflS.l..OM: Custei°e Halfiffay 21oWil Belt including Cali and Heed 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 1 ZZ-ZZ-ZZZZ I-- 1 12-PT-6000 < --Paint Belt at Corner Posts- 118"Break 1 i he II ai'i nl 11:36t i'is 1e Ihave an 1/8"° CUt Iljack at each r,or neiiµ post 1e II<i'i n tira i'ifiio n. 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 12-P'f°'PRIS <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 --*Check front of W/O under chassis section for Add' items* 1 ZZ-ZZ-ZZZZ S --(3( Placard Holder, 12"s 12", Wi1h Placards 7"bp I cad, Aluminum "U" "1"rim 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 13-P"P-P"PPP Decals:KKK/DOT Pkg, -NONE/DELETE 1 13-PP-y I P Decals:Install 32"Star of Life on Mod Roof 1 ZZ-ZZ-ZZZZ -- t 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. 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-10A0 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 2222 **f 22"*C'°55d 4 x 2 Diesel(2021 FSA Conn C (3) 1 36-AA-0001 WORK ORDER STATUS: 1 00-90-0301 --For Confirmation 1 36-CO-0001 --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 CO zLu J pU O U 00 Lu W= W LU > Sw � O� U � Z J FW [If N LU J W w (7 LU O 0 w L O Z (� JQ z Q w m H U U oU �Z �? D Q Q o U zcn �z Z-1 pW U Ww o Z J O>LU J mZ W Z Cm) W JZ U Lu Q W UZ 72 0() LW � Hio'>U j Z J YNLL o LU p H F m m w 0 2 _J w Zz O z LU m W J - >WJ 1 -------------------------- 06 Lou�Z >U W0 -- LU O.I O J S LU J / O) W J U LL J \ O Wo Q ry >2LU a- >J a- Q w Q E w r QuJQ] U L J Z� 0 W w U� U � Z w d wH Z) QW �O _N U v W U J U Q 0 LU Q J EU j � 1 Oz o W w c�7 ry Z ~J Q -------------------- 0W W} 0.� W O-1 �J Z Z� W Q - W� �Z a =J O J W�� U li LU Z W U U wLU 0 0 �J z Z WU U� W Lu �LU W= LU Y� U U W m o J �J d Q J Ur Z m d= U U v U~ a- C o W V U m Z a` O w U U E. C7oo �E 0 � m (0 c c p Q O m Z N O O N a Ew w a?Q Una Oo � UU❑ CO zLu J IOOU O U UW 00 = W a' > Sw � O� U � Z W/� V N W W W N 2 W �� o J Q a O Q � o U Q K W Z 9 o C� z o� a U � of ry Q �2 O W -off pa of � W w o\w 0 0 a Q a� u Z (J O] Z J J Z Y W O qk V } zG QO Z ZN CID WU JW� d' cOFm H 0 O m m LU w m Qm0 >200U ow Whin O (.) Q O�Z w J J Q �(nW �� W J >=>00 w JJ� Qa Of 2� >�(O W in ow U� �U m J ° z p W J 11J O 4 4 O O ---------------- wJ J a - �06 Z W z �U �� � a Q W 1�� w n O ory 0 Q o W W ry J U) Z U, o U) oW Q ly WU O J - J W Q pLLF O U I U U O H H of W rn Q wo `l^� W J __ _________ _________ _________ _________ -- v > G aHD aHD - - w w a 2 } ow co w ` .: 1 FUE3 04 a J Z W a, O G __ H oU pogo o a m w D o� �\ a J W W wJ �Z Z-jW (n (� of w�J O �� CD �� wm� o zg a Q oU �U Z �a Z w m � J U m c O w W � wW 2 Y U a w x O S m W = W U � 0 m Z U a` O w U � U, > C700 0 E 0 � m (0 c c p Q O m Z N 0 O N a Ew W° Q Una O 0 UU❑ CO zLu J pU O U 0 00 Lu W= W a'> a W � O� U � nnn w �Z WW 0 W ry oDo Z� w a W � z =J W o ❑ � W LLI 9 M N W U LL Z o O = Q a M N U -2 ry u m Ur w i O O } } O Z ❑ H m m W Z_ U' Z W OR 3� � LLp U ❑m W oz CO ¢z C o� o6 W ❑W �z w� O �o a- w=❑ w� OOOO - ------ ------ --- W -� C/) o W OQ Q❑ N_ W c >LL ❑m (n z 02 ------ ---- -- J- ❑ m u Q� Q o° W LL W J I m F U cn Q w O w WW - — -1 —I - I mom°Q `---------------------------- - - - -- - LL C F U NC Z U N - m c ❑ o 8 Y a Ug N Z Z 0❑ c o Of w 8� Boa x ❑z LL >WJ �� � � �jR Q O O J Of �� Q o Z o_ x W❑ C) c O � E� a � w w ow >� Z ° Z j o= = O o O >❑ LL� oLL U�0 U Of w Q W �LL x V B m K _ _ �I K N rn rn rn rn N rn ___--___-__-_____ U❑ N Z W I mLL Z W O a> r N N r L(� W > J C W o m. G W ��I _______________________ W U z .� N ❑ ________ __ _____ _ O W Z W Ol r O r r W CO of Y� Q U g Q Q U O� CO §§ o_ /G [] � (} % / � \ \LL e m z \ LU ± �/ / ± § a 3 0 g ¥ QII � > a \ U) / w \ \ � \ ) \ ) Q ( _ _ � 0 I g = R } �/ co\ 0L3co \ � / \\ \ 2 m mm ƒ o - , \_ \ƒ \ \\ / S / / \ \ <_ \ \ § a e \ a2 SCO -J ± § � 6 / LU U) G $ \ �02 \ z CO 0 § / C\l ƒ cn k / � ƒ „ Lij , ! „ z „ 2 „ \ g � co � co „ m ®mR � , „ ) � 2 \ — � ® „ „ \� _ � ± ± ± >o 0 \ \ 0 L 2 / k Kite \ ƒ \ f LL e m Jz / / // � 04 e 00 / I ƒ \ � / ± 2 ¥ Lo 2 ƒ \ 0 /\ o I ƒ \ / � r i ƒ m F ��} c / _j ± \ /ƒ ~ f 0 \\ --- \ z w � b } L z \ _ $ % \ \ Lu / � z \ -J \ \ 0 / \ LU /0 @j > (&/ \ \ ± ; E / # ! [ �®4 [\+ zE )/) CO zLu J pU U W = w� w 0 w LL gZ _ OZ 0 O � oa O� mz W F m pa ZO O LU CO 0Z Z L o O- w w U CD LL O ry 2 =o O W a W w U 0 U �w � a H o LU 0a J F co U �,m= U o w�� CD I W co JU— J W> m M>� ~z =otS N O�� Of a0 z q� Zw W Y W F Z Q a Of 00 u �q = Z W Y c0 O 00 Of m N� ZQ 0- oa U)oo 0 Q r C J r QLU CO J Q' z IIId a 0 U) W d ry J U U m Z 0� Cl) F 0 z J J Z W O J LL 2 ZO a 0 U J N 1 Z J - 0�0 H O o C7 j z > Y �•. 0 0 oz , Z Li Li U)� W J Of 0 m Q cn-- ln m O J >Z_ o C� Q0 --- -- ---- ---- --- 0Q Z LL. Y Z co C)Z co O 0WWp 0O // /f Z 0Q �0 -= - d W JU V� 0 Of 2 N U) W 0 m a W U W ZQJ m c W 0W ZWZ E� W � o W J W d 3 U ----- ---- X J J U 0 Of (� W 0 W E. Z O d c > N= Of J p E ._ Ofof c o W Z- 0 OWN H 5 a H � a 2 E aw ww� U � o OEM UC9❑ CO zLu LU � O �w W 0 OO w �w > 0 > Z� O �� U 0w U � Z w W W w O a g o W w ________ o CD m0 N Z LUN Q LL -O W _ rn W J U) Q at m Z_ Q W w CD i W � Z Ol HU = D WI 0 F- H cN LU Q m C7 06 LU Q Q � a X W LUry Lei U) LU QD _ 0�U) LL] HW W O Z 0 OJ o< U) LL Z U O Ui 11 Uj � 0 In v) J o Q m J O � , J LU Q Y --- Z LUQ � w� � w zw cn � Ohm O < z Y co < Z Q Q H 0 W0 co co CO co ZLL co BOLL = O = OJO Q � Qz COOQ Z � WLU � W O U = m = a N w U m Z a` O v U E. a E0 m m � c c'p 3 m Z Nc o ONN a H w°� Uoa OE a) UC9❑ w CO W Z Lu C9 J 00 N2Z O U Lu w O = wa' 0 > 0-1W LL } 0� C) z Z o W N W W w Z W w o Z O W `: O ~ U z � o w� U �- m rn Z LUry LL o W Q u Y o Z F v 0 .. Z o m W o J w m � C coCOJ 0 W w D X o M Y w W ° 1¢i W w :e =w Wu C) Q J 0 °° ° mco > W °�Z o Qo00 ry M 2 D Q QD Oa LLI w Of U)W J W 2 Q W LLI O d J Q U .° U) e o O co ❑ H a OZ Q� �wLU �0 In Y O w m U) C) m F w Z D' o = J Z O nn O Z � _� C\jQW Oz 02 C) Z0ZZ of< o Z a2o=0 O NF W U Z a` O v U a E. 0.0 � 0E 0 r o - O W o 3 m C) 7 0 OU aHZ LLJ U o 0 OEM Uu9❑ ❑0 LU LL (ifU O � CO pp � LU X= U °, =U ❑0 LL cn ZJm¢ U Pa 0 LL,LL❑ o00 Z W L A Z EL O ry w W �3 O QLLJ LU N LU 0 O� d $Uz e'>cn =�� w o M wow aovYi DD Z U w w o WTo w ----- ---------- - ------------ o LU J _ Z Om Ow w -O O_ 0 _ - wLd Z~ ¢ m HZ� 7 = N it U OD>J LL Jo w LL>lk U } Z H ❑ 07 07 Of r w 3a o w °C7 ° ° Z °�a w ° ° o cn o m� F m3 U �LL W LU W Y LU 0 D �E 3 W (� 07 LL W x Z~ 0 a �, 6�zo w LLU z GZ Of ��d ppw OR = W ;OO Q1(n 5 JJ 5 mw Ow ¢ -a wv� a� cn Cn �O� `�„z C D W WQ� ® G LL 0 ��a Q J vI� 0° J o000 Ld m o000 . o000 0 --- W o�w o o w < BiJZ OH_4a m wOp J �z❑Z 0 v7 u (DJ w H F(/7w =LL'U C Z W J (/7=Z� w w c� � � m l� Lu (If � 0 a> (if J g U m 8 N Z O c C N Z C U p Z_'+- Q Q2, o E K E ❑ H� 0 ¢ a0 ZL m N O Oz OEw <-Z LL N W oz U �o U Oo � Z U O U �Z �rnrnrnrnN��zz P J JD �N Z� 000 Z �U 0 2iJ w >NN't NO NMa J w 6- lCl N lC1 N N a p� � U E E �? U U