Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2007-184
'~A ~~ r
4c~'~-
CITY ®~ CLERI\IfO1VT
Office of the Fire Chief
To: Wayne Saunders, City Mana er
From: Carle L. Bishop, Fire Chief~~~
Date: May 22, 2007
Re: FD Engine 31
Wayne,
Attached you will find our research on manufacturer comparisons from KME, E-ONE
and American La-France.
I am recommending the purchase of the E-One engine from Hallmark Fire Apparatus
based on the comparison schedule in the amount of $262,450 and request that it be placed
on the 3une l2, 2007 council agenda for approval. The purchase of the Fire Department
Engine 31 is budgeted in the fiscal year 2006-20071ine item 10522-66400.
Please find proposal from Hallmark Fire Apparatus and competitive sealed bid
information from Hillsborough County Fire Department.
Thank you for your consideration.
439 WEST HIGHWAY 50 • CLERMONT, FLORIDA 3471 1
PHONE: 352/394-7662 • FAX: 352/241-4904
TI
A~renue • Jcala, rlorida 3447
;9-605 f Fay: 35~-62Q-30i~
FIRE APPARATUS PROPOSAL AND AGREEMENT
5-23-07 Revision "C"
To: City of Clermont Fire Depairtma~t
Apparatus Proposed: One (1) E-0ne CAR36 custaan built Rescue-Pumper built on an E-0ne Typhoon custom
4~oor chassis (Per factory carnponents list and Hall~latk Fire equipment list), NFPA 1901 2003
~P~-
• Apparatus Cost: S 263,652.00
• liIa>~Mark Supplied LetterviglStriping/GrouadLodders: 3,798.00
Apparatus Total: S 267;450.00
• Discount (S5,000.00)
• Adjnst~ Total: S 262,450.00 _~
• Total Contract Price: S 262,450.00 `~
Delivery: Approximately 240 calendar days after Pt of Purchase Order.
F.O.: Clermont, FL.
Terms of Paymeiat: C.fl.D., unless PrzPayman Discount Plan applies
Proposal Price Fapiration: 6-5-07 „ n
Dealer Auk
Typed/Printed: -
Title:
Date:
Proposal Accepted B~fGustomer;
Ty~~S~ignat~e n~~°~~s~-~/
Title: A ~,a /'~
Date: _1,/, l~~oa '7
w«rw.hall-r~arkfire..com
E-~~ail: info~u.h:~l!-markfire.cou±
~.:,€
'~
_ w. ^~
E vwce
Authorized Dealer
Engine 31 Manufacturer Comparison
E-ONE KME Am. La-Fr. Sutphen
ITEM #1 #1
Structural Warranty 10 10 10 10
Motor 330 425 400 400
Front axle rating 16,000 18,000 18,000 16,000
Rear axle rating 24,000 27,000 26,000 24,000
Front Brakes S-Cam S-Cam Q-Cam S-Cam
Wheels Steel Steei Aluminum Aluminum
pump location side side top side
pump size 1,250 1,250 1,500 1,250
tank size 750 1,000 1,000 750
ladder storage rear rear rear rear
Generator No No hydraulic No
Total Cubic Ft. Comp't. 244 278 223 241
Compartment Height 68" 68" 63" 66"
Compartment Layout -Leff 26" 29" 24" lower.
12" upper 27" lower.
12" upper
Com artment La out - Ri ht
p y g 26" lower.
12" upper 29" lower,
14" upper 24" lower.
12" upper 27" lower.
12" upper
Compartment Doors Roll-up Roll-up Roll-up Roll-up
Booster Reel No No Yes No
Scene Lights Yes No Yes Yes
delivery time 180 90 60 90
Extras included Foam
System
Features NOT Included EMS
Comp't.
Cost 259,950 262,344 263,663 268,471
Delete Booster Line N/A -4,208 N/A
Cost without booster line ~ 259,950 ~ 259,455 268,471
[IOARD OP COUM`f COMM15SiONERS
Staeey L Easterling
Pat Fnnk
Chris Harz
Jim Nomun
jan K. Place
Thomas Smtc
Ronda Sctnms
December 27, 2001
Emergency One, Inc.
1701 SW 37"' Avenue
Ocala, FL 34470
Office of the County Administrator
Daniel A. Kleman
Dcpury County Administrator
Patricia Dcen
Assistan[ Cosnry Administrators
Edwin Htmuker
Jimmie Keel
An[hony Shoemaker
SUBJECT: NOTICE TO PROCEED, Blanket Purchase Order Number BPCW02000033;
Emergency Vehicles and Ancillary Equipment
You are hereby notified to proceed with the performance of subject purchase order. All work
shall be completed in accordance with the terms and conditions of the endosed agreement.
The County's Project Manager for this Contract is Robert Hancock. Please coordinate all
activities associated with this project with him. Mr. Hancock may be contacted at (813) 272-
6600.
Sincerely,
~ ~~.
~~
John M. Benson Jr., C.P.M.
Procurement Supervisor -Commodities
Attachments: Purchase Order
Agreement
Cc: Robert Hancock, Administrative Chief
Post Office Box 1110 • Tampa, Florida 33641
.oat A~rmariue Aetiaa/Equa(Oppaassvt7 Employer
AFEE~'~€NT~ ~sET~~Fc_E~1
F~kLLSt~OR;Ci~C;H ,~C~Zl1~l~Y
A~i~Q; .
EIkItEt`~~ Y t7fVi=', r~l;C.
- -- - -.
~hi~.°Ganract "is, c~~ade~ar~d°e~itered: ~FCta~ 6~,':and, ll~tv.~e~n fide goacd~ af~~oc~n~!~ Carr[~rissaoneGSS~f
Kiils6d~o~g~i C~u~fy-~ F~rd~~, Vie: ~in~~ef catty".~o~ttty„~, Q~d,
Er~~~geyrG,1~ arc
:'f7-EY~i7~' iA~~~q~
~i~zetrraFl'eiit ""~o~i~for"Z_
-~- -
~P-.~PC~`s~'
--,---~.
1"f€e stucxt~Cr-acto'rsttat~ fesf~ ;air au~ii =.e~pe ~;i~ aoi~ .~ '~,~c~ i9r'
~~rspn~~ ~gwip~~= .~~~er~~,~~~~gr~er.e~. a~~~d~..aE~~~:~e.~~~~x
Ei~~afa ~e pie"aat1~+Q~~; i~ ~ai~c~ii~li ~4i~r=egcrec~s~ fi u''~r~.t~ie °_ ,
~fQJCd.~uii~ a Rd:~„~~e,~s, ~~g' r:TC?~rp~~;at~~ 6g~~acefe~eu ~rein~_ ~ ~ __ _
:: A~ _eri~::1;, ~fa~~ter~ti~if a7~ark
~3a~#3~N.E`rau~:e{ erne
~.~, . .
.._. :.
~• A'tt. aehici-rent=~}~;, kryitEsbar~q~:~tli.:~v~iif~~Pi~rc asit~ ~AEI~i,.~
FE-~f0'f3 Q`~ Pi=•R~Q(4`FkEC'E_
~'f~rs ~aee'r~:ta~:sE'ralt'~egi~t~Per~fo~a~vice upon ~i~=e'f~~c;Ei~r~ d~t~ ~~-~lc~ice ~Eas f~rac~ed~ and - -
~emaii~ in :e~c~,`~Ye. }? xea~~„ ~ujl_~ss~ t~ucn{ca~~e~~soo~ei: o~~eXt"e~ict~.~ ~ ~fliedE:-tn~ "~ ~ .
•~,gre~e~t
E03'T'FQ'A7 _TQE~€F1Ft=tom .
At.the sole' opti©a+ af;ttie ~ouaty, ~Ftii`s~grQ,~knent~a~. b>rre~ewed fnr,°am acfd~iorral :aye t`'I~ }tear
:per~od'~t ttre same,terr~s and.con~itioras. - _. .
C O I ~l P, E 711 S A T IO' I C f
Tk~e Courkty fs:to; pa~rthe Gon#r.•acforfar.tl7e p.eiforc~artce~.o~alf tfli~gs;ti~~cessar~ far, or cncid'e~tal.~
`to: tt~e° p~~rfcirr"na~ce of ~Yack as saC~#ortl~ 1n the: ~{~a#,e~ment:of Wa~~, l~ttaeFi'rne~# 1+; vuhPctt is~
'attached hEret~ arz~~inco~wrated #~~t eefe~eu~ce'he~eiri: The Contracto~'sh~~11' accept-tfiis::-arxiaui~.
;as full corr+p~ns~~ion ;far:al~ services ~,pravided,, and: ra.ateciaEs::fu~ished;-;f~rr. all ~c9sts; and:te, <xp.~nses
;incarred and :loss ar: ~dar~aage~s c~oyding ,arm o€'fhe< r~afure,of~the ~serutees pGOVi~ieds a~, from :any:
ui1i'eGeseer~©bstruction-or dtff euitces eneo~u~tersed ire tfie ~rovas~oo ai tles~ ser~sr,~s;;~far all- -
:expenses mcui=red'.tay or irr consequence :of-.the siaspens'r_c~a or discort~iiu•arrGe° of fhe•:prov[sign of
sarvic~, ~anc~ .forrnretl'artd faiff~fullyprar~ifietg'tCZe ~egeicfed~se~fces ~ :qtr e-~en~ wit #f`e totaF. -
crimp:ensatro~rsarixouat.payatPe urt`der t{,~#eT[ns•o# this•Ag~eernent:6e:exceed~d ui~('~ss a~kerrri~e
;authorized ~by ttre Gounty;in a ~mod~fieation, fo tE~isAgceeme~f:
F(1tdCl hJG
.f ;ands becbme unavailable, th? County reserves the right to terminate this Agreement upon nc
less than 24 hours written notice. The notice shah be delFvered by certified mail, return receipt
requested„ by telegram or in person. The County shall reimburse the Contractor foralf
authorized services provided prior to the issuance of this notice-.
rVrETHO?] OF PAYMEfVT/BILLINr'
Invoices and other. billing materials must con#ain of a.minimum thz Contractor's name, Federal .
Employer Identification Number (FIEN), the date of delivery and quantity of equipment pro:ided, cost for
the equiptrtent and al( other infomlat'son necessary fior a. proper pre-audit and. poshaudit thereof. The
Contractor shall. submit to the County, at the. time of invoice, a detailed {isting of 'all accessories
provided. Copies of ati invoices relating to the accessories provided shalt be attached to;the
listing. The County reserves the right to verify priezs by examination of Beater or disiribuiot's
invoices and to evaluate all purchases with respect to reasonableness of price.
All paperwork, inGuding invoices, documents, and obtaining:unit's title, to~be Conttaetor°s
responsibility. All necessary .paperwork, as above,, must accompany unit at delivery. Title,
application, and supporting documents are~fo be made out to "County of H.i1{sborougtt°, P.Q. Box
1110, Tampa,. FL 336Q1, and must be dated the delivery date of unit to .Hillsborough County.
Deafer to be responsible for and pay any penalties forlate title application.
The Gounty may deduct a 1~2°lo discount for prompt payment, should such payment be made
within 1 Q calendar days from receipt of a proper invoice.
PUBLIC EIIGTITY CRIMES STATEMENT
A parson or afniiafe who has beenplaced.on the convicted vendorii~st following a conviction for
a pub!"sc entity crime may not submit a bid on a contract to provide any goods orservices 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 an leases of real property to a public
entity, may not be awarded or perform work as a contractor, supplier, subcontractor, oc
consultant under:a contracf with any public entity, and may not fransact business with any public
entity in .excess of the threshold amount provided in Section 287.Q17, Florida$tafutes, `far
CATEGORY TWO. #or a period of 36 months from tFie date of being- placed on the convicted
vendor fist.
Additionally, pursuant to County policy, a conviction of a public entity crime may cause the
rejection of a bid, offer, or proposal. The County may make inquiries regarding alleged
convictions of public entity crimes. The unreasonable failure of a bidder, offerer or proposer to
promptly supply information in connection with an inquiry may be grounds for rejection of a bid,
offer or proposal. "
TERMINATION
Hillsborought County may rescind or terminate this Agreement at wilt upon at least 90 days prior
written notice to the Contractor.
TERMINATION FOR BREACH
Unless the Contractor's breach is waived, the County may upon 24 hours vrritten notice
terming#e this Agreement.for the breach. Waiver of a breach of any provision of this Agreement
will not be deemed a waiver of any other breach nor will it be construed to be a modification of
this Agreement.
-- ~
l~,fDE11~iNITY
The Contractor shall inder~,nify, hold harmless, and defend the County, its agents and'
employees from and against any and. a!1 liabilities, losses, claims, damages, demands, expenses
or actions, either at law or in equity, including court costs and attorneys' fees, that. may hereafter
at.any time be made .or brought by anyor7e on accoarrt of personal injury, property damage; loss
of monies, or other loss, allegedly caused or incurred; in whole ac in part, as a result of arty
negligent, wrongful, or intentional act or omission, or based on any act of fraud or defalcation by
the Contractor, its agents, subcontractors; ~a~ssigns, heirs; and employees during perfi7rmancz
under ti~i5 Agreement The`i=xtenfof t~h'ss indesnnificati.on shall not be [irt>ited in~any way as to the
amount or types of damages or compensation payalite to the Cotiinty an account-ofi any
insurance limits contained in.any insurance polic3( procured ar pro~ridedin connection wittt#his
Agreement In any and all claims. against the County or any of its agents or employees 6y any
employee of the Contractor, any subcontractor, heir, -assign, anyone directly or indir..ectty
emplojred by a'ny oftherri, oranyone'for whose acts any of them may be liable, the
indemnification obtrgation under this paragraph shalt not be limited in anyway as to the amount
or type of damages, compensation orbenef+ts,payable by ar~for Contractor or any subcontractor
under workers' compensation acts,, disability benefrt acts or otherempioyee bes;tefit ects.
CERTIFICATE OF INSURANCE /REQUIRED DOCUMElt(TATIQN
This Agreement is ~conti'ngent upon the Contractor furia'ishirig_ the County, where required•a
Certificate of fn~suranee and any other regurred documentation, within 16 days after Natificaticin
of Award.
STATEMENT OF ASSURANCE
During the performance of~this Agreement, tiie~Contractor herein assures the County .that tl;te
said Contractor is in cQmp[iance with Tit{e VII of the 1964 Civil Rights Act,. as amended, and the
Florida Civil Rights Act of 1992 in that the- Contractor-does not an the. gn,unds of race, color,
national origin, religion, sex; age, Iiariclicap or inarrta3 status, discriminate in.,any form or manner
against said Contractor's employees or app{cants for employment. The Confraatdr~understands
and agrees that this Agreement is conditioned upon the veracity of this, Statement of Assurance.
Furthermore, the. Contractor heFeir?: assures the Courtly that said ,Contractor viii comply with.Title
V1 of the Civil Rights Act of 1964 when Federal grant(.sj .is/are involved. Qther applicatzle. Federal
and State laws, executive orders and regulations prohibiting. the type ofi discrimination as
hereinabove delinea#ed are included- by this reference thereto. This Statement of Assurance
shall be interpreted to include Vietnam Era Veterans and Disabled Veterans within its protective
range of~applicabitity.
DRUG Fr?EE tNpRKPLACF
The Contractor assures the County it will administer, ~. go6d faith; a policy designed to. ensure the
Contractor is free from the illegal use, possession, or distribution of drugs or alcx?hoa. As part of such
policy, the Contractor wi11 require, as a condition of employmenrt, that each employee notify their
supervisor within free (5) days if they have been convicted under a cxirninal drug statute for activity
occurring at the' workplace or outside the woric~tace, iE the offense could be reasonably erected to
affectthe Contractor's function- The Contractor will, irl tum, immediately notify the County of the
occurrence as well as any and all corrective action taken. A criminal drug statute is any law, federal,
state, or lopl, which makes_cmlawful the manufacture, dstributron, dispensation, or possession of any
oontroiled substance or illegal drug.
AGREEMENT ALTERATIONS AND JUflJD1FICATIONS
This Agreement may be modified by mutual agreement of the parties. Such modifications shall
not be binding unless they are in writing and signed by the County and the Contractor.
f~ECrJRDS, DGCUI~~?E1VTS, AIVD RE°ORTS
The C:~ntractor shall maintain books, re~,ards, documents and other evidence of accounting
procedures and practicES which sufficiently and,propErly reflect all d"sr.ect and indirect costs of
any nature expended in the performaRCe of this contract TYiese records shall be subject at all
reasonable times. to inspection, reviev~, copying. andLor audit by personnel duly authorized by the
County and fiederal officials so authorized by larv, rule, regulation, oe contract. The Contractor
wilt retain all books, records, documents,. and..other materials relevant to this contras for five. (5)
years after settlement, and make them available for inspection by persons authorized under this
provision. The Contractor shall be responsible for any audit exceptsons ar disallowed. costs
incurred. by the Contractor or array of its subco~ttractors.
INA~I uER
A failure_.tiy either patty to exercise its rights under this.Agreement shall. cno# preclude that:party
from subsequent exercise of such rights and: shall not constitute a waiver of.any other ri~gh~s
under this Agreement unless. stated to be such in a writing. signed by an authorized
representative of. the party and~atfached to the original Agreement.
ATTORNEY FEES A~l1lD COSTS
If any trtigation is brought to enforce this Contract or any litigation arises out of any contract
term, clause yr provision, each party shall be responsible for its oven expenses, costs and
attorney fees.
GOVERNANCE
This Agreement shall be construed and interpreted in accordance with ttte laws .of tf1e. state of
Florida and the venue shalt. be irF-Hillsborough County, Florida.
ORDER OF PRECEDEIrICE
The items listed below are. incorporated ,by reference herein. In the.event.of an incansistericy in
this Agreement, unless othe[wis~e provided herein, the inconsistency shall be re.soived tip giving
preeredence ir- the following order.
1. Applicable Federal and Florida State S`iatutes artid Regulatiaris_,
2. The Terms and Conditions° as contained in-this Agreementt
3. Any other provision ofi this Agreement incorporated by'reference otherwise.
SEVERASlLlTY
If any provision of this Agreement or any provision of any documecrt incorporated by reference
shalt be held invalid, such invalidity shall not affect the other provisions of thisRgreemec~t which
can be given effect without the invalid .provision, or. part thereof if such remainder conforms to
the terFns and requirements of applicable law and the intent of this Agreement, and to this end
.the provisions of this Agreement are declared to be severable.
Q
PROJECT MANAGED,
T#'ie Project Manager for the Contractor is: ~'he Project Manager far the ~Gounty ;s:
Hallmark Fire Apparatus, Inc.. Hillsborough County Fire Rescue
Jim Hal( Chie; Robert F. tiancoc4r
3731 N.W. 2~5~' Avenue 2708 East Hanna dive.
Ocala, FL 34475. T anlpa, FL33n'f0
Phone; 352-629-63.05, 800-524-6072 Phone; 8'i3-272.-6600.
FAY.: 352-629-2018 FAX:: $13-272-6092
E-mail: FireTrucks aol.com E-mail: HancockR Hitlsborau hGount~/.or
ALL. WRITINGS C0IVTAINED HERE1lV
This Agreement sets forth in full al! the terms -and- conditions agreed upon by thin parties. Any
other agreement, representation,. or understandings, .verbal or otherwise, regarding. the:.subject
matter of_ttlis AgreemEnt shall be deemed to be null and void and: of no farce and' eff, ect.
whatsoever.
!NWITNESS WHEREOF, .tire parties have executed this, Agreement.
ATTEST: RICHARD AKE COUDil'Y: HttLSBOROUGE{ COUNTY
GLERIS OF CIRCUIT COURT FLORIDA
BY: ~ ~°: ROPoOA
DEPUTY CLERK m , L •=
BY:
CFdAtR ,BOARD OF COUNTY COMIiAISSIONERS
EONTRLICTOR
r
AUT RIZED SIGNATURE
~A v` 5~M
PRINTED NAME
ItIGF ~~S`t~Ent ii nlaC~ A~GcttR~! 5-•tz~,S'
TITLE
~(a~EMRF,E~ P 2-C~O ~
GATE
Fiie Approval Oate
Dept
Contracts
B~S•.i ODFCO!!4•!'i'(CJi•-~!~tl;;ti;:'.~ri::,
N#LL3(30r~tOl;G#~# CUt1s~.TY Ft~3F?!OA
S
Actx~la~rt_~~rF~I~f3T t3F r3~sPON~1Mi~rr. !~ a caf?P~fz.~ F iC1i~
STATI= CF Y ~f3ll ;~Ca.: COUNTY OF ! S~ ;.~ u'"L~.
The foregoing instrument was acknowledged b ore me thig
it ~s:. - Ot By ~. j ~. ~ 4~--
(Date} (Name of officer or agent,: title. of officer or agent)
of l"~~~~~,flt~,~- ~~ , ~,!!`~,• . a ~ ~1~1 ~..- .corporation,
(N me corporation acknowledging) (Sfate or place of incorporation)
on behalf of the corporation, pursuanito the. powers confen'ed. upon said. officer or agent by the corporation. l;e/site
personally appeared before. me at the time of notarization, and is personaNy known to me or~fias produced
as identifieafion and did certify to have knowledge of the matters stated
(Type ofi Identification) t
in the foregoing instrument and eert~ed the same:to be true in all respects.
Subscribed and-sworn to (or affirmed) before me this 4 ~- (p _ 0
(~ ~, , (Dade) ~,~., suzrwr~.alDn~,a
~~' \ ~~l'~./"``~ Commission Numbe '~~x ~Ye~iSStoNilec~a2s~s
(D a >ylotary Si at re and Notary Seal} ~ ~~•.~~~~ T,u,~~u
3~~r~. ~~~~~ Coranirssian Expitati _
(Name of Notary typed, pr+nted or stamped}
_ ACKNOWLEDGEME{VT r3F RESP'Oiti1DENT, 1F A i?`ARTNERStftP
STATE pF - GOUNTY OF
The foregoing instrument was acknowiectged before me:this
i3y
(Date}.. (Name of acknowledging partner or agerrt}
partner{or agenfi) on behalf a partnership. H.e/she personalty
appeared before fine at the tlcne of notarization; and is personally known to me or has produced
as identification and did certify to have knowledge of the matters stated
(Type of ldentificatlan}
in the foregoingins~rument and certified the same•to be true in all respects.
Subscribed-and sworn fo (or affirmed) before me this
~~~
Coinmissidn Number
(Official Notary Signature and Notary Sea(}.
(Name of Notary typed, printed or stamped}
Commission Expiration Date
ACKNOWLEDGEMENT OF RESPUNDEiVT_, IF AiV INDIVIDiIaL
STATE OF COUNTY OF
The foregoing Instrument was acknowledged before me this
Sy ~ _
(Date) ~ (Name of acknowledging)
who personally appeared' before me at the time of notarization,.and is personalty known to me or has produced
as identification and did cartify to have knowledge of the matters stated
('i ype of identification)
in the foregoing~insti-ument and certified the same to be true in all respects.
Subscribed and sworn to (or affirmed} before me this
(Date)
Commission Number
(Official ~dotary Signature and Notary Sealj
Commission Expiration Date
(Name of Notary typed, printed or stamped}
~_
Attachment 4
Statement of Work
1) The County estimates that the. resulting expenditures~resulting from this. contract wilF not
exceed $27,5s}O,Otst3.04•focthe performance of all things necessary for or incidental to-the
performance of work as-set fcsrth in the Stafemeaf of Work and in accordance with the_ Fee
Schedule. There is na cabligation on the part of the County to purchase. any set or minimum.
amount of fire apparatus or special application vehicles during. this contract period.
2) The County reserves the right to dev-ate. from this contract and procure the itern{s}from
another source should it be deemed. ih the best interests. of the County.
3) This agreement shall be exEended to other State, .County, 11Aunicipality or Special Fire.
Districts, under the same conditions, forthe same contract price, and for. the sartte effective
period.
4) PURCHASING COUNCIL: REFERENCE LAWS O.F FLORfDA 69-11 i2 AND .69-11.19. This.
agreement shall be extended to the~Govemmental Qurchasing Council of'Hiitsboraugh
County, under the same,conditions, for the:same contract price-,. and for the same effective
period, to atf public entities in HilCsborough County, (SEE ATTP;CHItAENT 4}
a) Arty Hittsbarough County pulit"sc eniity may elect fo utilize this. agreement at their option_
All Hillsborough County public entities will issue theirown purchase orders and
coordinate the delivery Igcations and quantitieswith the successful bidder(s).
b) Hillsborough County~overrim-ent will not b_e~resDonsible for. arhv transactio~s~ fJetween t
agreement. Alt terms, prices and oond~ions .of this agreement will apply between the
Contractor,. and;any other Hillsborough County public entities :utilizing this: agreement.
NOTE: THE QUANTITIES ESTIMATED=~IN TFIISAGR~EEMENTARE..FOR
.HILLSBOROLjGH COUNTY ONLY.
5) The County shall issue a Btartket Purchase Order.to cover any suppliesor:services to be
famished under this agreement The using department(s) wilt then issue Release Purchase
arde~s against the 8ianket Furctrase Order on an as needed basis. The Contractor shall
deliveronly on a Rete~se Purchase~Orxier...Such Qcders shall be issued.,from date:of.the
award through the expiration of'the agreement
fi) Atl shipments by the Contractor must be F.0.8 Ikstination, unless otherwise authorized in
writing by the County.
~ Contractor shall deliver the equipment to the County, ready for service, within the following
schedule:
a) Tanker: 240 days after receipt of :order..
b) Pumper: 180 days after receipt of orcter.
c) Aerial Apparatus (Elevating Platform, Ladder Trucks, etc); 210 days after receipt ofi order.
d) Ambulance: 180 days after receipt of order.
e) Special Application Vehicle: 240 days after receipt of order.
t) delivery for equipment utilizing commercial chassis will be quoted on a per order basis..
Attachment 1, Scope of Work 7
~) f~lanuals:
a) Contractor shall include with the initial delivery of each model year vehicle the follGwing
Three (3} Compact Discs (CD} that contain at a minimum;
i) Technical and Service Manuals. for Cab and Chassis,
ii} Technical and Service Manuals for'1/ehicle Body,
iii} Parts Manuals for Gab, Chassis. and.Baciy, and
iv) pperators Manuals.
b} Three (3) sets of printed manuals shat! be provided with each vehicle ordered; to a
maxstnum of -Four (4) sets per order of tike vekticles.
c) A copy of manufacturers preventive maintenance schedule skim{ 6e provided with each
vehicle.
9} Specificatiac~s.:
a) Alt: Equipment prAV.icled shall Fneet al( requirements. of the. latest edition of t~(HTSt~, .
FMUSS,; State of. Florida, and NF.PA_ .
ti:7 All~vehictes ancG equipment:fiarnished-shat! be manufactucer's latest txtodeC.
c) Appurtenances and/oraccessories famished shall conform to best Rractice know"tb the
fire fighting. or special application:trada~in° design., .c{uali~y afi'warkmanship and rr-aterial,:
and be. subject to the s.pecifi~cations:provicied`f(ir at the time~the ocd'er'is pl""aced.
d) All vehicles: ftafnished..stlall 4~e constructed vsiith due consi~es-ation~ta the. eq~:iptnertt's
intended use:and per€ormance characteristics, including but not.limited to load
distribution, such:that they: wi11'operate under'alt conditions.~weather, .errviiosiinental;
load, etc.) in conformity wittrthe Couciiy`s specifications arrd all:applicab(e federal„ state,
and local laws:
1 ~) The fire apparatus. andapecial application: vehicles shall lie as semtrled, serviced, adjusted,
and demonstrated to the satisfaction of'the Cotirrty that the ege~ipment.is m-perfect
mechanical condition. Corifractor is responsible for the completeconstruction aryd assembly
of aH vehicles and equipment components.
11)Pre-Construction and Inspection Visits:
a} The Contractor shall. provide all transportation, lodging and meals,for..up to three (3)
members of f-liilsborough County to travel to-the vendors' mancifactyring facility- fiat which
the vehicte is being constructed}, for a total of three (~) visits. The transportation, lodging..
and meals shall include air transportation (County~~opfion~, rental~car~(County option),
lodging anei meals {2 nights per'trip) for up to three. (3) personnel 7oundtrip from Tarnpa.
The Contractor shall coordinate with the County trip arrangements at least~twv~ (2}. weeks
prior to the scheduled visit The. three (3) visits: are as follows:
i) Apre-construction meeting to completely review the.specificatlonsond drawings
prior to the vehicle assembly/construction commencing.
ii) Amid-production meeting at the ~k5-55°k completion stage to inspect and verify
integral specification compliance far wiring, integral component system
installation, etc. prior to progressing to final completion.
iii) A final inspectianlperformance test The vehicle shall.be 100% complete and
ready for delivery. The County will perform a Etna{ inspection and full performance
test of the vehicle -and all integral systems. The Contractor sfiaU provide the
technical information and representatives} necessary to allow far a complete and
Attachment 1, Scope of Work 8
thorough conformance meetingiinspection. Any and. al(tnird panty certifications
shall be available for revieyu at this meeting. If the vehicle is found to be not ready
any additional trips shall be at the expense of the' vendor with no additiona! cost to
Hillsborough County.
b) Any costs associated with the above Pre-Construction and Inspection Visits thaf: will bQ
charged to the County must be:
i} Clearly icCentified~~on the apparatus stripper (line item det`a'il}, Contractor to :use
item numbers':2~000.:0.0_1D "Inspection Tiip" and 2 X0,0 01 00 "Pre-build
Conference" to indicate these costs on the. apparatus stripper.
u) Invoiced~separafely.
1 Z}Vehicles and equipment will be~ accepted only after altrequirements for delivery have bean
met. Delivery of vehicle(s~, and' equipment to the County does not constitute acceptance for
the purpose of payment. Final .acceptance and autfiorization of pay_merit stiatl` tie given only
after a thorough inspection .indicates that the delivered vehicle(s)' or equipment rrteef
speeifications. and the .conditions. Should the delivered vekticles or equipment differ in any ,
respect from the specifications,. paymsr~t will be~withhetd until sucfi time as the~COntractor
comp[etesalt necessary eorr-ective~ aCtiQn.
13) Statement of Warranty: All warranty repairs covered by these requirements shat! indude all
parts, mateiats•, labor and gther'expenses.roquired to complete the repair to the satisfaction
of the County.
a} 1 Year Standard: The.apparafcss manufacturer shall. provide a full one year standard
.warranty. Alt co;ttponenfs manufactrared by the apparatus:rrarSUfaetureF.shauld~ tie covered
against defects In materials or workmanship: for a one year period: Ail components covered
by separate suppliers. sack as engines (minimum ~ year/1'00,000 rriiies), trahsmissions
(minimum 2` yearlunlimited rniies), aides {minimum 1 year}, tires, .and' batteries shall maintain
the. fnrarrarrty as provided by the .component.suppiier. A copy of the warranty document shall
be provided: with the vehide:
b} lifetime Frame: The apparatus manufacturer shall provide a:fuil !'rfefime frame warranty. This
warrantyshall cover all apparatus manufaeturerdosigned-frame. and.frame.mernber-sagainst
defects in maferials or workmanship for the I'tfetime of the covered apparatus. A oopj!.ofthe
warranty document Shall be provided=with the vehicle,
c} 10 Year1100,000 Mile Structural: The apparatus manufacturer shaft provide a comprehensive
10 yearl10.0,000 mile structuraf°warranty. This~warranty shalF cover all structural components
of the. cab and/or body manufadured by the apparatus manufacturer against defects in.
materials or workmanship for 10 years or 100,000 miles, whichever occx.rrs first. Excluded
from this warranty. are;all~ hardware, mechanical. items,. eledrica! items, or paint~finishes. A
copy of-the warranty document shall be provided with the vehide.
d) Lifetime Polypropylene Tank The apparatus manufacturer shall provide a full 1'rfetime
polypropylene tank warranty. This warranty shall cover atI defects in materials or
workmanship of the' polypropylene tank for the lifetime of the covered apparatus. A copy of
the warranty document shaft be provided with the vehicle.
e) 10 Year Stainless Steel Plumbing Components: The apparatus manufadurer shall provide a
full 10 year stainless steel plumbing components warranty. This warranty shall cover defects
in materials or workmanship of apparatus manufacturer designed foamlwater plumbing
system stainless steel components for 10 years. A copy of the warranty document shall be
provided wi#h the vehicle.
Attachmerrt 1, Scope of Work 9
f) 10 Year Pain= and Lifetime Corrosion Perforation: TRe apparatus manufacturer shall pra~~sde
a full 10-year paint and lifetime corrosion perForation.warranty. This warranty shall cover paint
peeling, cracking, blistering, and corrosion.pr..ovided the vehicle is used in a normal and
reasonable. manner. Paint shall be covered 't00°!° for 10 yearsand corrosion perforation s hail
be covered 100% for the. life of the vehice. A copy of the wan'anty document shall be
provided- with the vehicle.
g) Qvar-~r Protection Plan Custoat Chassis .Pumper Aerial,. Tanker, and Rescue Tbuo .(2) Year
Standard ~IVarranty. The appari=tus ~manufacturershall prcvide-a full sepnd:yearextension
on the siandard warranty. Aii components coveted :in ttie manufacturer's statement of
warranty shai) be covered for. "a tataC of~twenty-faun months from delivery of the apparatus. Ali
componen#s covered by separate suppliers such as engines (minirnum 5 yearl100,000
miles), transmissions (minimum 5~ year/unlimited miles), aides and brakes (minimum 1 year),
tires, and ba+teries sflafi maintain the warranty as provided by the carnponent• supplier as
tong as they meetthe minimums stated. A copy of the wan-arity extension document(s) shall
be provided with ttie vehicle.
143 Warranty Work:
a) The County desires to become a factory authorized repair facility for warranty work AN
necessary training and expenses associated with this.authorization shai( tie provided to
the County at no charge.
b) The Contractor shall reimburse the County for warranty work performed .by the Cowr-ty at
the rate indicated on the Fee Schedule.
c) Contractor shall provide on-site assistance for unresolved warranty work as required.
Attachment 1, Scope of Work 10
R:tfacFmenf 2
Fee Schectuie
The County is to pay the Contractor for the performance- of all things necessary for or incidental to
the performance of work as set forth in the Statement of Work, and in accordance with this Fse
Schedide.
The. Gontractiar shat) .fum%sh the County fire. apparatuses, emergency vel~iicies and ancillary
equipment in accorda;~ce with the Scope ofWork at the,pricing indicated below:
Item Description: unit Price
1. ~ Vehicles pealer net
Options Deafer net
Accessories, including freight charges
(The term accessaties as. used herein- describes the basic
equipment which in esser-ce becomes 3 part of the
apparatus. Examples of which would include;. radios,
intercom?hearing pfo#eetian system, deck gun/ground 12% above Dealer ~fet
.monitor, ladders, intake valve, hydrant valve; adapters,
supply hose, booster hase,.;aard'.suction hoer,. etc.
Examples of items which would not fall under this
provision are; Sett Gantained Breathing Apparatus,
Personal Profedive Equi meat, etc...
2. Perceritege of Discounts and/or Incentives ta~Dealer 1~50~°
credited to Coun
3. Reimbursement Rate for Warrant Work $55.00 er Haur
Attachment 2, Fee Schedule Page 1i
tittachment ;~
Insurance Requirements
Contractor wil! maintain throughout the period. of this.corrtract General Liability Insurance with a
combined single limit for bodily injury and. propeFty: damage of no less than $2,000,,OOQ per
occurrence and with an annual aggregate limit for Prpducts/Completed Operations Liabiiity.of no
less Phan $4,0OO,OGQ. The policy will be issued by an insurer, on a form and with a deducfible all
of which are acceptat~te to the County. County wll be Warned as an addifional insured on the
policythcvughoutthe period ofi this contract. '
Affarhnt~ant d (ncurmnco C?on~~irnmontc A?nP 17
~:ttachiTtertt ~
1-11ilEs~araugtl County Governmental Purchasing Caul~Gii
Ctty of Tampa liittsbcrau9h County Schott Board
~,ro E. Jackson St, F_ O. Sax 3=x02
Tampa, FL 33602 Tampa, FL33E01-3408
Joan McDonnell, Purchasing Director William 6orrer, Purchasing Supervisor
po24Q.~ci.tampa,fl.us Hank Morbach, Principal Buyer (Altemate)
Kendai Capaz, Purchasing Mgr, (Alternate) Phone: (813} 272-4327
polS~ci.tampa.f(.us FAX: (813j272-4007
http:!/vrww.ci.tampa.fl,us Bll.Borrer~sbhc,kl2.fl.us
Phone: (813} 274-8353 http://www.ideas-classraom.org
FAX: (613) 2745355
City cf Plant City Hi{Isbgrough Community College
P, O. Drawer C P. O. Box31127
Fiant City, F L 33564 Tampa, FL 33631 ~t 27
Phil Watdon, City, Manager Paul Johnson, Purchasing Manager
Bob Bedell (Alternate)
Phone: (813) 757.-9144 pjohnson@hcc.cc.fl.us
FAX: (813) 757154 Vonda Melchior
pwaldt ~ix.netcom.com Melchior~hcc.ce.fl.us
httn:L/www.ci.niant-citv.Fl.us Terry Fryman
Phanx: (8.13) 253.7060
FAX: (8'13) x...-,';-7664
City of Temple Terrace Hittsborough Cautrty Purchasing Ge9t.
Mr. Kim D. Leinbach ~'I E Kennedy Bivd., 18th Fioor
City Manager P. O. Box 1110, Tampa, FL33601-1 11 0
11250 N. 56th St. Luca F. "Lu" Banks, Director
P. O. Box tf~30 Lynne Fitimon, Purchas~g Manager
Temple Terrace, FL 33667 Phone: (813) 272570
(813) 959-7100 FAX: j8t3) 272-6290
FAX: (813} 989-7185 FOD: (813} 272-5938
h2Fp:!lwww.tempieterrace.com fillmonl~htllsboroughcourtty.org
Clerk of Circuit CouK Hel{sboraugh County Sheriff
601 E. Kennedy Btvd: 13th Ftoor P. O. Boz3371
P.O. Box 1110 Tampa, FL 33601-3371
Tampa, FL 33EOi Carolyn Hendrickson, Exec. Buyer
Jackie Bums, Genera( Manager I Phone: (813) 247-8054
Joy Caruso, Buyer tAiternme) FAX: {813) 247-090T
Phone: (813) 276100 Ext7721 sterfita~hcso.tampa.fl.us
FAX: (Bi3) 272-5521 httpl/www.hcso.tampa.fl.us
E;cpressyray quthority HIIlsborough County State Attorney
412 E. Madison, Suite BDO South Annex Tower nth Floor
Tampa, FL 33602 Tampa, FL 33602
Shari Callahan Elvin Martinez, Jr., Administrator
shari~ithcea.org Geraldine Battle
Patrick McCue, Executive Director battle~Qsaol3th.cam
Mary Halt, Asst. Directar (Attemate) Phane: (813) 274.1998.
Phone: (813) 272740 FAX (813) 272-7t7i4
FAX (813) 273-3730
Hills. Area Regional Transit Authority Property Appraiser
4305 E.21 st Avenue 601 E. Kennedy Bivd., lfith Floor
Tampa, FL 33605 Tampa, FL 33602
John Clark, Procurement Manager Mike Codk, Asst Deputy Prop. Appr.
Phone: (813) 623-5335 Brandon 5picala, Storekeeper (Alter.)
FAX: (813) 6641119 Phone: (813) 276~83i
BittekeE~Hartline.org FAX: (813) 2725519
Lakat®Hartiine.org custsenr~proppr,ca,hilisborough.fl.us
http:llpropappr.co.hillsborough.fl.us
4-tiitsborough County Aviation.AUttwrity Supervisor of Elections
P. O. Box 22287 601 E Kennedy Bivd., 16th Flovr
Tampa International Airport Tampa, FL 33602
Tampa, FL 33622-2267 Donna Schomer, Purchasing Agent
Doue Hanlon, Purchasing Manager Phone: (813) 27b-274
Richard Frensley, Buyer (Alternate} FAX: (813) 272-7043
Phone: (813) 870-$730 http:!/vnvw.votehilisborough.org
FAX: (813) 875-6570
dhanlon~tampaairportcom
City, of Tampa Housing Authorty
o0ii-South Rome Ave.
Tampa, FL 33607
Denise Surles, Director
Andrew Persaud; Purchasing Agent
Pfiane: (813) 253-0551 Ext. 315 or
Phone: (8i3) 253-05x1 Ext. 315
FAX• (813) 251-4522
Tampa Palms Community Dev. Dist.
18311. Tampa Palms Bivd VV
Tampa, FL 33647
John Daugirda
Phone: (813) 5775933
Fax: (813) 577-6571
cddtampa@.+gte.net
Tampa Port.Autliority
1101 Channttside Drive
Tampa, FL336a2
David Webb; F'~scaf Analyst
Phone: (813} 905-7878
FAX: (81 $} 5051x1 f59
iswenson tam oaoorl.com
Tampa Sports Authority
4201 N. Date Mabry Hwy.
Tampa, FL 93607
Joseph Haugabraok; Purchasing Director
Phone: (813) 350-6500 ext, tiE10
FAX: (813} 673-4'308
hauga bje~ mai t.state.fl. us
Tax Culiector
601 E. Kennedy Btvd.,.l4th Floof
Tampa, FL 33602
Dawn Antinori, Senior Manager
Phone: (813) 30T-8222
FAX: (813) 307-6521
a ntinoriQhctc.co.hiUsborough.fl:us
The Ctuldren's Board of Hills. County
1205 E. 8th Avenue
Tampa, FL336o5
$II3 Jones, Sr_ Manager
Phahe: (813) 229-2884
FAX: (813) 2i8-3'1 ~
bjones~chitdrensboard. arg
Hillsborough County Pucchasing Council bids may be available to alt chartered nutnicipat-rties, local public agencies,
boards, and other authorities existing in Hiitsborough County,
Attanhmont d 3-iillchnrnnnh (:n~anty P~~rrhacinn f:nnnril patio i'2