Wayne County North Carolina Date of Issue: March 16, 2016 Bids Due: April 6, 2016 Time: 3:00 pm Request for Bid For 2 Type III E-450 Remounted Ambulances If you have received this Request for Bid from a source other than the Wayne County Purchasing Department, it is the responsibility of the proposer to ensure that all addenda have been received. Bidders can notify Noelle Woods by email at noelle.woods@waynegov.com to ensure that your company is added to the distribution list. However, it is still the responsibility of the proposer to ensure that all addenda are received prior to submitting a bid. Invitation to Submit Competitive Bids For County of Wayne 224-226 East Walnut St., Goldsboro, NC 27530 Ambulance(s) and Equipment DATE: March 15, 2016 Wayne County is soliciting competitive, sealed bids from qualified vendors for the purchase of Two (2) Ford E450 Cutaway Cab/Chassis, Triton 6.8L V10, Gas, 158” WB, 47A Ambulance Prep (2016) remounted ambulances for Wayne County Emergency Medical Services, 134 North John St., Goldsboro, NC 27530. Wayne County reserves the right to reject any and/or all bids and also reserves the right to accept the bid most advantageous to the County. Bid proposals shall be returned to Wayne County Finance at P.O. Box 227, Goldsboro, NC 27533, on or before 3:00 p.m., April 6, 2016. Late bids will not be accepted and will be returned unopened. The Ambulances that are scheduled for remount will be on display for all vendors to tour on Wednesday, March 23rd at 2:00 pm located at Station #6, 615N Madison Avenue, Goldsboro, NC 27530. This invitation is extended to all qualified vendors/manufacturers that are specifically in the business of building emergency medical vehicles and/or equipment. If you have any questions please submit them in writing to noelle.woods@waynegov.com. This invitation is issued by: Noelle Woods Purchasing Manager County of Wayne P.O. Box 227 224-226 East Walnut Street Goldsboro, NC 27533 Email: noelle.woods@waynegov.com Schedule of Events Applying to this Procurement Origination: March 16, 2016 Ambulance Tour Date and Time: March 23, 2016 at 2:00 p.m. Bid Due Date and Time: April 6, 2016 at 3:00 p.m. NOTICE TO BIDDERS: Bidders shall thoroughly examine any drawings, specifications, schedule, instructions and any other documents supplied as part of this invitation to bid. Bidders shall make all investigations necessary to thoroughly inform themselves regarding the content of the written specifications, drawings and instructions supplied herein. No pleas of ignorance by the bidder pertaining to the content of the specifications, drawings, schedule or instructions will be considered by the agency once the deadline for bid submission has occurred. Failure or omission on the part of the bidder to make the necessary examinations and investigations into the content of the specifications shall not be accepted as a basis for making variations to the spec. Failure or omission by the bidder to make all clarifications or explanations of exceptions and conditions that exist or that may exist hereafter shall NOT be accepted as a basis for making variations to the requirements of the agency or compensation to the bidder. SUBMISSION OF BIDS: Bids must be presented on the bid/specification forms attached to this RFB and returned in a sealed envelope, mailed or hand delivered to: Noelle Woods Purchasing Manager County of Wayne P.O. Box 227 224-226 East Walnut Street Goldsboro, NC 27533 Packages shall be plainly marked “Sealed Bid for Ambulance(s) & Equipment”.and submitted by the due date and time. You will be bidding on (1) remounted ambulance for our EMS department and (1) remounted ambulance for our Wayne Net department. ADDENDA: Any addenda to these documents shall be posted on the County’s website and will become a part of this RFB and the contract. No oral statements, explanations, or commitments by anyone shall be of any effect unless incorporated into the addenda. It is the responsibility of the Vendor to periodically check the County’s website before submitting a bid to obtain any addenda that have been issued. LIABILITY INSURANCE: Proof of current liability insurance shall be supplied. The proof of insurance shall be a standard ACORD certificate of insurance (COI) or equivalent. If Bidder is successful, the COI shall list Wayne County as a certificate holder, and evidence of products/completed operations insurance shall be provided for 5 year from the purchase date. The minimum amount of coverage shall be as follows: Commercial General Liability: Each Occurrence: $,1,000,000 Personal and Adv Injury: $1,000,000 General Aggregate: $1,000,000 Products - Comp/OP Agg: $1,000,000 Automotive Liability - Combined Single Limit: $1,000,000 Umbrella/Excess Liability: Each occurrence: $9,000,000 Aggregate: $9,000,000 Workers Compensation and Employers' Liability E.L. Each Accident: $1,000,000 E.L. Disease policy - Each Employee: $1,000,000 E.L. Disease - Policy Limit: $1,000,000 Specifications are as follows: Ford E450 Cutaway Cab/Chassis, Triton 6.8L V10, Gas, 158"WB, 47A Ambulance Prep (2016) Wheel covers, Phoenix, w/Braided Valve Extenders Fender Flares, Black Diamond Plate below Fuel & DEF Fill Housing New Diamond Plate Door Panels, Compartment Doors Mud Flaps, Rear New Perko Vent Covers, (2) - Polished Finish Replace all drip rails Reline shelves with ribbed rubber matting & stampro License Plate, Cast Recessed Tag Holder - Centered in Kick plate Drideck, All Compartments, Color: _Black_ Replace Flip up Rear Step w/Reinforcement Replace Diamond Plate Bumper Pontoon Covers Fender Flares, Black Rubber Rotary Latch, Left Hand Compartment (Trimark) Rotary Latch, Right Hand Compartment (Trimark) Weather Stripping / Gaskets, All Compartment & Entry Doors Compartment A, Batt, B1, B2, D, E, F, C/S Entry, (2) Rear Door Door Hold Open Devices, Repair/Replaced as Needed Skirt rails, Lower, Aluminum w/Extruded Rubber Insert Reflective Tape: White Check all door latches, handles and hinge Replace all exterior diamond plate trim Clean/repair minor laminate, plexi, upholstery chips Inspect/repair minor damage. Remove components. Custom Center Console for Switches, Radios, Etc. New Vinyl Clad Switch Panel for Switches, Siren, Etc. Powder Coat (Yellow) & Install Center Grab Handle Powder Coat (Yellow) & Install Entry Door "L" Handles Replace Upper & Lower Entry Door Panels w/Diamond Plate Install Norcold refrigerator left lower next to walk thru Flooring, Lonplate II Gunpowder #424TX, STD Replace Stainless Steel Thresholds, Floor Trim Install non-skid tape at C/S & Rear Entry Doors Cot Fastener, Stryker Dual Mount 6377-000-000 Safety Hook, Short, Stryker 6060-017 Replace ABS Trays w/ABS Gray, Action Area, CPR Back Rest, Telemetry Tray Siren, Whelen 295SLSA1, Hands-Free Siren Speaker, Whelen 100 watt Universal Mounting Bracket, Whelen WHELEN M9 SERIES LINEAR SUPER LED LIGHTS: Red, Amber, Blue, White with Clear Lens Split Color w/ Clear Outer Lens, Side-By-Side, Red/Amber Split Color w/ Clear Outer Lens, Side-By-Side, Red/White Flange, Chrome, Adapts M9 to 900 Series Mounting WHELEN 900 SERIES LIGHTS: Gradient Opti-Scenelight™, Super LED, Surface Mount WHELEN M7 SERIES LINEAR SUPER LED LIGHTS: Red, Amber, Blue, White Split Color w/ Clear Outer Lens, Side-By-Side, Red/White, Flange, Chrome NEW Flange, Chrome, Adapts M7 to 700 Series Mounting WHELEN M6 SERIES LINEAR SUPER LED LIGHTS: Red, Amber, Blue, White with Clear Lens Brake/Tail/Turn Amber Turn Back-up Light Flange, Chrome, Adapts M6 to 600 Series Mounting WHELEN 500 SERIES LIGHTS: Whelen 500 Linear Super LED, Red/Clear, Clear Lens Polished Aluminum Flange, 500 Series QC Inspection, Exterior Lighting/Electrical LIGHTS & MISCELLANEOUS: Clearance Light, CAST Amber LED, '9186-1500-20 Clearance Light, CAST Red LED, 9186-1500-10 Amber LED #67 Corner Cap, EL45012 Red LED #67 Corner Cap, EL45013 Shoreline, 20A Kussmaul Super Auto Eject, White INTERIOR LIGHTING & ELECTRICAL: Replace Hos Compartment eline HVAC & Install External Condensor Refrigerator, Norcold #DE0215T, 12v/110VAC Whelen LED Dome Light, 8", Round Hi/Lo PAINT/LETTERING/GRAPHICS: Paint, Module, OEM White (Summit White) Red/Amber DOT Reflectors (4-Red, 2-Amber) Lettering, Reflective Vinyl Package, STD Striping, Reflective Chevron Package, 3M, Partial Rear Window Perforation, Printed, Non-Reflective (Ea. Window) Roof Star, White Border, Installed OXYGEN, AIR, VACUUM SYSTEMS: QC Inspection, Oxygen Line Pressure Test (4 Hr. Minimum) **Must be able to continue Wheel Coach warranty that is current **Proximity to Wayne County may be a consideration *** The Wayne Net remounted ambulance must have 2 main oxygen Cylinders on their truck. This will be the only difference in the two trucks. BID FORM Bid No: Type III E-450 Ambulance_ Type III Ambulance I, (We), the undersigned, after reading and fully understanding the terms, conditions and Specifications of Invitation for Bid I ________________ agree to furnish two Remounted Ambulances Type III Ambulance(s) at a firm fixed price as specified below. Item No. Description Quantity Single Unit Cost Extended Cost 1 Type III Ambulance E-450-EMS ___ $__________ 2 Type III Ambulance E-450-Wayne Net ___ $__________ $_________ (contains (2) main Oxygen Cylinders) $_________ *Do not include taxes in bid price I hereby propose to furnish the goods and/or services specified in the Invitation for Bid. I agree that my bid will remain firm a period of up to 60 days in order to allow the County adequate time to evaluate the bids. I certify that all information contained in this proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this proposal on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract. I further certify, under oath, that this proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a proposal for the same product or service; no officer, employee or agent for Wayne County or any other person(s) interested in said proposal; and that the undersigned executed this Bid with full knowledge and understanding of the matters therein contained and was duly authorized to do so. It is distinctly understood that the Board of County Commissioners reserves the right to reject any or all proposals. COMPANY NAME AND ADDRESS PHONE: CELL: FAX: PRINT NAME & TITLE OF PERSON SIGNING: EMAIL: AUTHORIZED SIGNATURE: