HomeMy WebLinkAboutCity of Tamarac Resolution R-99-331Temp. Reso #8829- 11 /8/99
Page 1
Revision #1 — 11/18/99
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-99- 3 3
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA; AUTHORIZING THE PURCHASE
OF ONE RESCUE VEHICLE FROM AERO PRODUCTS
CORPORATION BASED ON THE CITY OF JACKSONVILLE
BID, SC-0384-98; AUTHORIZING AN EXPENDITURE OF
FUNDS AT A TOTAL COST NOT TO EXCEED $140,000.00
THROUGH A LEASE PURCHASE PLAN; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
Whereas, the City has indicated a desire to increase emergency medical
transport services; and
Whereas, the Fire Department needs one additional vehicle to meet the desired
level of service; and
UI
Whereas, the current rescue vehicle design has proven to be very functional;
Whereas, the Aero Products Corporation has offered to extend the terms and
conditions of the bid awarded by the City of Jacksonville (exhibit #1) to the City of
Tamarac; and
Temp. Reso #8829- 11 /8/99
Page 2
Revision #1 — 11 /18/99
Whereas, funding for the vehicle in an amount not to exceed $140,000.00; will
be obtained through the use of a lease purchase plan; and
Whereas, the FY 00 Budget appropriated sufficient funding to meet the lease
purchase payments; and
Whereas, it is the recommendation of the Fire Chief and the Purchasing and
Contracts Manager that this purchase be awarded to Aero Products Corporation; and
Whereas, City Code §6-155 allows the Purchasing Officer the authority to utilize
contract prices from other governmental agencies; and
Whereas, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the City of Tamarac to authorize the purchase of one rescue vehicle.
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this
resolution.
SECTION 2: The purchase of the rescue vehicle from Aero Products
Corporation utilizing the City of Jacksonville Bid # SC-0384-98, in an amount not to
exceed $140,000.00, a copy of said bid attached hereto as Exhibit #1, is hereby
authorized.
SECTION 3: Funding for this purchase will be from the appropriate Fire
Department account entitled "Motor Vehicles".
1
Temp. Reso #8829- 11 /8/99
Page 3
Revision #1 — 11/18/99
SECTION 4: That the appropriate City Officials will obtain a lease purchase
agreement and the budget is amended to accept the capital lease as appropriate.
SECTION 5: That all resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 6: If any clause, section, other part or application of this Resolution is
held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not effect the validity of the remaining portions or applications of this
Resolution.
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of L, 1999.
JOE HREIBER
MAYOR
ATTEST:
dt"La?-16-a
CAROL GOLD CMC/AAE
CITY CLERK
HE Y ERTiFY that I have approved this RESOLUTION as to form.
EMIVH1E=LL S. KRAFT
CITY ATTORNEY
DWI:
DW.*
0W49
CITY OF JACKSONVILLE, FLORIDA
ADMINISTRATION AND FINANCE DEPARTMENT
PROCUREMENT A SUPPLY DIVISION
OVED BY:
Jacquie H. Gibbs, Chiaf
BILLING/DELIVERY INQUIRIES TO:
RICHARD MILLER (904)381-8471
BUYER JAMES BRIDGES (904)630-1188
VENDOR
AERO PRODUCTS CORPORATION
PO BOX 1707
T
ITEM
Awam PURCHASE ORDER PQ 002473
FBID/CONTRACT NO
114 K NW_lll Q DELIVER 01 MAR 99
DATE 12/22/98 TERMS NET 30
SANFORD FL 327721707
FOB DELIVERED
DELIVER TO
ADMINISTRATION/FINANCE DEPARTMENT
FLEET MANAGEMENT DIVISION
2581 COMMONWEALTH AVENUE
JACKSONVILLE FL 32254
BILLING/DELIVERY INQUIRIES TO:
RICHARD MILLER (904)381-8471
QUAN UOIPRICE EXT AMT
10986.0
1 1999 FREIGHTLINER RESCUE AS PER CITY BID I 9IUNIT 144,554.00
INTERIOR & EXTEFIOR ec PFa SPFCS CITY eIO k3: 0=4-S3 1 1 ,
DEPT:FIRE AGENCY:52242 VALUE FROM 311
BASE PRICE $131486.00
CUMMINS ENGINE CREDIT-2930.00
2 VECTRA SIREN SYSTEM 1100.00
CURB SIDE (STEP DOWN) 250.00
THERMAL ENGINE FAN 378.00
BACK-UP CAMERA 1100.00
SECOND A/C COMPRESSOR 1365.00
3 (4) FOUR ALUMINUM RIMS 712.00
CHALLENGER ALTERNATOR 420.00
REAR SWAY BAR 625.00
r LIGHT .00
TOTAL $13455454.40
4 VALUE FROM 311
UNIT NUMBERS 3773, 3780, 3789, 3791, 3792, 3803, 3812,
3815, 3816, 2476, 2155
CONTACT: BOB IVEY PH N800-292-2376
5 OPERATING HOURS ARE 7:30AM TO 3:OOPM MONDAY THRU FRIDAY
FLEET MANAGEMENT EMPLOYEE WILL ONLY BE RESPONSIBLE
FOR SIGNING FOR DELIVERY RECEIPT OF VEHICLE(S).
NOT FOR INSPECTION.
is
DESCRIPTION
SPECIAL BILLING INSTRUCTIONS
INVOICE IN TRIPLICATE TO
GENERAL ACCOUNTING DIVISION
117 W. DUVAL ST., SUITE 375
.00010
.00010
.00010
I ..
i
I
I
.00010
TOTAL
MANUFACTURER'S FEDERAL
EXCISE TAX EXEMPT NO:59-89-0120K
FLORIDA STATE SALES AND USE TAX
EXEMPTION NO: 26-08-107377-54C
SUBJECT TO TERMS AND CONDITIONS
0 1
0 1
I[•=
C
1,210,986.6 1
CI i (, OF :ACKSONVILLE, FLORIDA
ADMINISTRATION AND FINANCE DEPARTMENT
PROCUREMENT AIA SUPPLY DIVISION
APPROVED BY:
�J,ui, H. Gibbs_, Chief
BILLING/DELIVERY INQUIRIES TO:
RICHARD MILLER (904)381-8471
BUYER JAMES BRIDGES (904)630-1188
E�Khibit 1
Temp. Reso, 88-91
PURCHASE ORDER PQ 006371
BID/CONTRACT NO SC-0384-98
✓�Ks N����� p DELIVER 120 DAYS
DATE 1/29/99 TERMS NET
FOS DELIVERED
VENDOR DELIVER TO
AERO PRODUCTS CORPORATION ADMINISTRATION/FINANCE DEPARTMENT
PO BOX 1707 FLEET MANAGEMENT DIVISION
2581 COMMONWEALTH AVENUE
SANFORD FL 327721707 JACKSONVILLE FL 32254
CONTACT TEL--1 0 BILLING/DELIVERY INQUIRIES TO:
BOB IVY RICHARD MILLER (904)381-8471
ITEM DESCRIPTION QUAN I UOI UNIT PRICE EXT AMT
1 1999 HAZ-MAT RESCUE UNIT (AS PER SPECS) I 1 UNIT I 146,554.00 I 146,554.0;
CITY BID #SC-0384-98 INTERIOR/EXTERIOR AS PER SPECS.
DEPARTMENT: FIRE AGENCY 52242
UNIT H3962-2481 (BOX)
BASE PRICE
$131486.00
2 (CR) 275 HP CUMMINS INSTEAD CAT MOTOR
-1680.00
FOUR (4) ALUMINUM RIMS
712.00
CHALLENGER ALTERNATOR
420.00
BACK-UP CAMERA
1100.00
SECOND A/C COMPRESSOR
1365.00
3 THERMAL ENGINE FAN
378.00
REAR SWAY BAR
623.00
CURBSIDE DROP DOWN STEP
25 .00
MAP LIGHT
48.00
VECTRA SIREN SYSTEM
1100.00
4 COLEMA14 ROOF MOUNT A/C PWR A/C
1050.00
8,000 WATT DIESEL GENERATOR
7200.00
180" MODULAR BODY
1000.00
THREE (3) KWIK-RAZE MODEL 1700 QTZ LIGHTS
1500.00
TOTAL
$146554.00
5 THERMAL ENGINE FAN
378.00
REAR SWAY BAR
625.00
CURBSIDE DROP DOWN STEP
250.00
MAP LIGHT
48.00
VECTRA SIREN SYSTEM
1100.00
6 OPERATING HOURS ARE 7:30AM TO 3:OOPM MONDAY
THRU FRIDAY
FLEET MANAGEMENT EMPLOYEE WILL ONLY BE RESPONSIBLE
FOR SIGNING FOR DELIVERY RECEIPT OF VEHICLE(S).
NOT FOR INSPECTION.
SPECIAL BILLING INSTRUCTIONS
INVOICE IN TRIPLICATE TO
TOTAL
MANUFACTURER'S FEDERAL
EXCISE TAX EXEMPT N0:59-89-0120K
FLORIDA STATE SALES AND USE TAX
EXEMPTION NO: 26-08-107377-54C
146,5,E 0
I
4
a
a
ri o
o Q
W�
W
a
o U
a
Vy1 � W
o
L
y;
o0
z
ce.
..1 W
GC W w
:;
,ITV OF JA..CKSONVILLE, FLORIDA
,C7,11,4ISTRATION AND FINANCE DEPARTME N ,
,ROCUREMENT ANIal SUPPLY DIVISION
\PPROVED BY:
0�rjacq',ie H. Gibbs, Chief
TILLING/DELIVERY INQUIRIES TO:
CECIL MCKINNEY (904)381-8275
3UYEER .TAMES BRIDGES (904) 630-1188
IENDOR
AERO PRODUCTS CORPORATION
PO BOX 1707
SANFORD FL
SC038498
TEM DESCRIPTION
okc.,","P
A
Q
n
DATE 6/10/98
PURCHASE ORDER PO 092705
BID/CONTRACT NO
DELIVER PER BID SPEC
TERMS NET 30
FOB DELIVERED
DELIVER TO
ADMINSTRATION/FINANCE DEPARTMENT
FLEET MANAGEMENT DIVISION
2581 COMMONWEALTH AVENUE
327721707 JACKSONVILLE FL 32254
1
1999 FREIGHTLINER RESCUE AS
PER CITY Sic.!5.
EXTrnrnel!l4TFQTPIP• AC PFP SPFCR.
CITY BIO N SC-0384-98
DEPT: FIRE ACCT N 52242
VALUE FROM: 311
UNIT N 3373 & 337S
2
BASE PRICE
131,486.00
OPTION PACKAGE:
•CUMMINS ENGINE (CREDIT)
2,930.00
RADIO HEAD SET (3 WAY)
2,800.00
♦VECTRA SIREN SYSTEM
1,100.00
3
+ CURBSIDE STEP (DROP DOWN)
250.00
•THERMAL ENGINE FAN
378.00
*BACK-UP CAMERA
1,100.00
*SECOND A/C COMP.
1,365.00
4
&FOUR (4) ALUMINUM RIMS
712.00
*CHALLENGER ALTERNATOR
420.00
*REAR SWAY BAR
625.00
vMAP LIGHT
48.00
TOTAL
$137,354.00
SPECIAL BILLING INSTRUCTIONS
INVOICE IN TRIPLICATE TO
GENERAL ACCOUNTING DIVISION
117 W. DUVAL ST., SUITE 375
BILLING/DELIVERY INQUIRIES TO:
CECIL MCKINNEY (904)381-8275
QUAN I UOI UNIT PRICE EXT AMT
2 EACH 137,354.00 274,708.00
4
0
0
0
TOTAL
MANUFACTURER'S FEDERAL
EXCISE TAX EXEMPT NO:59--89-0120K
FLORIDA STATE SALES AND USE TAX
EXEMPTION NO: 26-08-107377-54C
SUBJECT TO TERMS AND CONDITIONS
0 .00
10 .000
274,708.00
0
3.28 Cab Featu lia +.
The cab shall be installed on rubber mounts. There shall be
O.E.M. installed left and right hand grab rails. The hood and
fenders shall be one piece molded fiberglass with a painted
stationary grille. The cab doors and ignition shall be keyed
the same. There shall be dual padded sun visors.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.27 ==Jncr Circl P.
The bidder shall supply with the bid proposal a "turning
circle" diagram showing the SAE turning radius, curb to curb
diameter and the wall to wall diameter. These dimensions shall
be shown in feet and are to be for the chassis wheelbase
Proposed in the bid. Bids not meeting this requirement cannot
be accepted. NO EXCEPTIONS.
3.28 Massi-s Specificationg
The bidder shall include with the bid proposal a chassis
specification "check sheet" for the "�cific,, chassis bid to
meet these specificationq. This check sheet shall be on
Freightliner letterhead and list the Freightliner factory
option codes for the equipment specified.
This requirement is to prevent any confusion or delay in the
purchase or delivery of this chassis. Bids not meeting this
requirement will not be accepted. NO EXCEPTIONS.
3.29 Ereiglatlinor & Manufacturer de o - Provide separate
prices for the options listed below:
Sections 3.5 thru 3.28 shall be considered the base unit. List
the increase or reduction in cost of the items below.
a. FL-60 two (2) door cab: +/0 $ 2290.00
b. FL-60 four (4) door cab: G/- $9;;;; nn
c. FL-70 two ( 2 ) door cab with air brakes: +,G $ 1547.00
d. FL-70 four (4) door cab with air brakes: +&- $ 3508.00
e-
Cummins
5.9
liter
- 210
HP
engine:
+,Me $ 3420.00
f.
Cummins
5.9
liter
- 230
HP
engine:
+,G $ 2930.00
• g.
Cummins
5.9
liter -
275
HP
engine:
+1GS 1680.00
17
SUBJECT: EMERGENCY MEDICAL CARE VEHICLE
_ BID NO. SC-0384-98
DATE OPENED MARCH 25, 1998
GENERAL GOVERNMENT AWARDS COMMITTEE
KIND BASIS OF CONTRACT: SUPPLY CONTRACT FROM DATE OF AWARD THROUGH OCTOBER
30, 1998 FOR FLEET MANAGEMENT/
FIRE/RESCUE
BASIS OF AWARD: BY ITEM
Number of Bids Invited: 10 Number Received: 1 BID Other: 4 NO BIDS
SUMMARY OF BIDS AND RECOMMENDED ACTIONS:
RECOMMEND AWARD TO LOW CONFORMING BIDDER, AERO PRODUCTS CORP., IN THE TOTAL
ESTIMATED AMOUNT OF $525,944.00, PLUS OR MINUS ANY OPTIONS.
ATTACHED ARE: TABULATION SHEET AND LIST OF OPTIONS
LETTER OF RECOMMENDATION FROM USER
LETTER OF PROTEST FROM WHEELED COACH
c
BUYER: - RESPECTFULLY SUBMITTED { �.GrJCr•S
CLAIRE NOW IN, SR. BUYER A UIE H. GIBBS, CHIEF
PROCUREMENT & SUPPLY
Concurrence By: R. L. ELLIS, FLEET COORDINATOR/SUPERVISOR/TSF/JFRD
(ALL AWARDS ACTIONS SUBJECT TO AVAILABILITY OF FUNDS)
ACTION OF AWARDS COMMITTEE ON RECOMMENDATIONS ABOVE DATE: APR 2�4.QB
ME" ERS POVING MEMBERS DISAPPROVING OTHER
ACTION OF AWARDING AUTHO ITY Date: APR 2 4 1998
Approved Disapproved: Other:
0-
SIGNATURE OF AUTHENTICATION "/ GIB
Does your bid comply with this requirement?'
YES c x )
NO ( )
8.1.2
The Nsecond stager manufacturer shall supply the weight rating
nameplate
as required by NFPA 1901, paragraph 3-1.2. In
addition the Bidder shall include in the Delivery Manual a
weightcertified cale receiptshowing the final finished
weight of the vehicle and its spermanents equipment as
specified in this specification.
Does your bid comply with this requirement?
YES (x )
NO ( )
8.1.3
Backup alert alarm; audible warning device activated when the
vehicle is shifted into
and/or moving in reverse. This alarm
shall meet the requirements of NFPA 1901, paragraph 3-3.5.8.
Does your bid comply with this requirement?
YES ( x )
NO ( )
8.1 4
Harkings Data —plates, Warra= No The ssecond
stage■ (Final) manufacturer's caution plates and identification
plates shall be conspicuously installed for all equipment
furnished requiring such notices.
Does your bid comply with this requirement?
YES
NO ( )
8.2
QR jona Provide separate prices for the
equipment listed below.
8.21
Electric Door locks modular body - install electric locks on
all doors except the electrical compartment. Provide three
(3) remote controllers, three (3) hard
wired switches.
8.22
Install Intec Rear Vision Camera & Monitor. Monitor CVM110 <a
Camera
CVC110 with metal bracket.
$ jinn -no
8.23
Install Vanner 1000TUL inverter: $_ Sg0_00
8.24
Install Coleman Roughneck 13,500 roof mounted AC with 5,600 BTU
heat strips. $ or
8.25
Install 8,000 watt diesel generator with all required
operational required accessories. $
8.26
Additional cost of 1702 modular body. S 500.00
h. Caterpillar 7.2 liter - 275 HP engine: +/6 $305.00
i. Caterpillar 7.2 liter - 250 HP engine: +�Q $ 2175.00
J . Caterpillar 7.2 liter -- 230 HP engine: +jG $ 2740.00
k. Allison MD-3060pR 50/50 transmission: (+/- s 4770.00
1. Allison AT--545 transmission: +jG s 3320.00
m. Telma Driveline Retarder: S_ 5300'.00
n. Smart Brake: V ` $ 1675.00
o. Anti Lock Brakes: (+ +- $ 889.00
p. Rear -sway bar: �_ $- 625.00
q. Challanger 290A alternator Q+/- $- 420.00
r. Leece Neville 250A #4854 with rectifier: a- $ 375.00
s. Second engine mounted AC compressor: +Ir- s 1365.00
t: Vogel chassis lubrication system: +a-- $ 650.00
U. Rockwell Super Saber 1b00/1200 air dryer: (De- $ 38��
v. Thermal engine fan clutch: (Sr- S 378.00
w. Motorized and heated cab mirrors: O+ r- g 420.00
x. Spare wheel and tire: (2)1- $ 370.00
Y. Alcoa aluminum wheel: Cost per wheel $ 178.00
Z. BF Goodrich Velvet Ride system: a- $ 3990.00
aa. Electric cab windows: +�- $ 285.00
bb. Electric door locks on cab doors: +�+- $ 475.00
cc. Full optional Freightliner Warranty 5 years & 250,000
,1
miles. 'To include Caterpillar Motor, Allison Transmission,
and all selected components and cab: a- $ 6920.00
4.0 ELECTRICAL SYSTEM AND COMPONENTS.
4.1 Elect Sv tem. The emergency medical rescue vehicle's
electrical system shall be equipped with, but not limited to
18
III SUBMIT AN ORIGINAL AND ONE (1) COPY
•
•
BID SPECIFICATIONS
3
•;
CITY }OF JACKSONVILLE
JACKSONVILLE, FLORIDA
EMERGENCY MEDICAL CARE VEHICLE
BID NO. SC-0384-98
OPENING DATE: FEBRUARY 25 1998
TIME: 2:00 P.M.
PLACE: New -City Hall Third Floor Conference Room
PRE BID CONFERENCE: N/A
CITY OF JACKSONVILLE
PROCUREMENT AND SUPPLY DIVISION
JOHN DELANEY JACQUIE GIBBS
MAYOR CHIEF, PROCUREMENT & SUPPLY
8.27 Additional cost. of 1801 modular body. $ 100�0.0,0 0
8.28 Manual aluminum pull & drop step under curbside entry door.
$ 250.00
8.29 Federal 12M littlite map light mounted in cab. $ 48.00
8.30 Three (3) position Fire Com Model 3010 Radio Intercom System
$ 2800.00
8.31 Stryker KRUGGEDB Model LX with mattress, IV pole, and cot
fastener. $ 2450.00
8.32 Ferno Washington Model 35A+ cot complete. $ 1846.00
8.33 Ferno Washington Model 93 ES cot complete. $ 2100.00
8.34 Three (3) Kwrik-Raze Model 1700 Series Alpha lights. $ 1500.00
8.35 Price reduction by deleting the extended cab compartments when
choosing a two (2) door FL-60 or FL-70 chassis. $-2800.00
8.36 Vectra 3000-1 Siren System. $1100.00
9.0 PREPARATION FOR PAINTING, COLOR, AND MARKINGS.
9.1 �
Nola 1901 and - An required in paragraph 6-3.1 0te
paragraph 3.16.1 of KKR-A-1822D the ambulance
shall have all exposed metal surfaces not chrome plated,
stainless steel or bright polished aluminum diamond"plate
thoroughly cleaned, prepared and painted in the colors required
by this specification.
Does your bid comply with this requirement?
YES ( )
NO ( )
9.1.2 The exterior body -paint and priming.components to be used are
to be Sikkens brand. The final Isecond stages manufacturer's
painted components shall have a paint film not less than 1.25
mils. thick and a minimum total thickness of 4 mils., including
primers. The final film of painted surfaces shall be smooth
and uniform, free of grit, streaks, blushing, runs, sagging,
blisters, afish-eyesx, lorange peels, pinholes, or other
surface irregularities.
Does your bid comply with this requirement?
YES ( g )
NO ( )
9.1.3 The painted exterior sheet metal of the rescue body shall be
capable of withstanding 250 hours of salt spray tested in
accordance with ASTM H 117-64. The specimen used for the salt
0
spray test shall be run through all steps of the cleaning and
65
E
Bid No. SC-0384-98
PUBLIC ENTITY CRIMES STATEMENTS
% person or affiliate who has been placed on the State of Florida convicted vendor
list following a conviction for a public entity crime 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 a public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business
with any public entity for a period bf thirty-six (36) months from the date of being
placed on the convicted vendor list. "
C�
•
DEPARTMENT OF ADMINISTRATION AND FINANCE Bid No. SC-0384-98
Procurement and Supply Division
SUBMISSION OF BIDS
Bids submitted in advance of the time set for opening should be delivered to the Procurement and Supply Division
Third Floor, New City Hall, 117 West Duval Street, Jacksonville, Florida 32202. Bidders may also submit bids t
the bid opening session but must be submitted PRIOR to the time set for opening. Bidders are fully responsible fc
delivery of bids. Reliance upon mail or public carrier is at bidder's risk. LATE BIDS ARE NOT CONSMEREI
QPEkTING PROCEDURES
Due to the large number of bids to be opened, and the numerous items contained in some bids, such bids will not b
tabulated at the bid opening. Bids may be reviewed by arrangement with the respective buyer.
BID TABULATION AND AWARD RECOMMENDATION
Bidders desiring a copy of the tabulation sheet and the award recommendation must include a stamped, sel
addressed envelope with their bid. If a copy of the tabulation sheet is desired prior to award, then two stamped, sel
addressed envelopes must be included.
BID RESULTS OR AWARD RECOMMENDATIONS
WILL NOT BE GIVEN BY TELEPHONE
A LABEL IS ENCLOSED FOR YOUR CONVENIENCE IN RETURNING BID PACKAGE. PLEASE B
SURE TO INSERT THE BID NUMBER AND DUE DATE OF THE BPD WHEN USING THTS Ift1l
FAILURE TO DO SO WILL RESULT IN YOUR BID BEING RETURNED UNOPENED.
5. Complete service manuals including complete wiring
diagrams.
AWARD:
The City of Jacksonville will use the following criteria in
determining the low and best in the interest of the City
bid, and the subsequent recommendation of award of same.
1. Life of equipment costs shall be estimated to arrive at
the overall cost of equipment. Fleet Maintenance repair
records shall be examined to be able to estimate the cost
of equipment over the expected life cycle and low bid,
per se, shall not in itself constitute the basis for
award. When Fleet Maintenance experience can substantiate
costs, the total anticipated expenses may be utilized to
determine the actual low bid over the expected life of
the equipment.
2. Warranty -- terms and conditions of warranties offered
shall also be evaluated in computing the total cost of
equipment over expected life cycle. Where longer and
more comprehensive warranties are offered and it is
obvious that said warranties represent savings to the
City, this factor may offset an apparent lower offer by
another bidder.
3. Manufacturer's and dealer's history in correcting
manufacturing defects oh similar vehicles previously
purchased by the City.
4. Manufacturer's and dealer's history in supplying parts on
a timely and continuous basis.
5. Frequency of repair requirements on similar vehicles
previously purchased by the City.
6. Manufacturer's recommended service intervals for the
model unit bid to these specifications, shall also be
evaluated in computing the anticipated cost of equipment
over the expected life cycle. Where less services are
required and obviously represent savings to the City,
this factor may offset an apparent lower offer by another
bidder.
7. To other than the apparent low bidder, when such factors
as exceptions to specifications exist, extended warranty
of services that may make another the "evaluated" low.
8. An inspection of the parts and service facility by an
official of the city, reveals prospective vendor
incapable of furnishing same.
9. A price comparison of commonly used original equipment
parts for the make/model bid, based on -retail versus
discounts offered to the City, becoming part of the
total bid.
10. Standardization of the fleet in order to avoid
duplication of parts stocking and additional mechanic
training requirements.
PAGE-2
HID NO. SC-0384--98
TERMS AND CONDITIONS
EMERGENCY MEDICAL CARE VEHICLE .
TERMS:
The vendor bidding on these specifications shall be
responsible for the entire bid package. The vendor bidding
shall be solely responsible for all warranty claims, parts
availability, warranty pick up, etc. The intent of these
specifications is to insure single source responsibility for
all equipment proposed by the bidder.
WARRANTY:
Vendor to pick up and transport (at his expense) all
warranty work, within 24 hours of being notified. As soon as
warranty work is completed, vendor (at his expense) will
deliver unit back to 2581 Commonwealth Avenue.
MANUALS:
All manuals shall be in the form of neatly bound books, with
durable covers, and shall be properly identified with the
manufacturer's name, model, and serial numbers of the
equipment. Where components or equipment of several
manufacturers have been used in assembling the unit, the
manuals shall include operating, maintenance, repair manuals
and parts lists of all manufacturers covering all of the
components used. Where th6 vendor or manufacturer uses �.
components manufactured by others in building equipment
which he sells under his own trade name or others, he shall
furnish the part numbers and full data of the original
manufacturers of all components used, as well as the part
numbers he may assign to these components as being part of
his product. CD rom disks or micro film will be accepted.
PRE -DELIVERY:
Shall include:
1. Align front end.
2. Balance all tires.
3. Tune and adjust engine to proper operation.
4. Correct lubricant and oil levels.
5. Careful check to assure perfect operation of all
mechanical features.
6. Thoroughly clean vehicle.
7. Provide proper antifreeze according to manufacturers
recommendations.
DELIVERY:
Successful bidder shall upon delivery
Management Divisions, Central Garage,
Avenue:
1. Furnish a complete priced invoice.
2. State of Origin.
3. Manufacturer's statement of exact
4. Application for Title DMV Form 40.
to the Fleet
2581 Commonwealth
warranty.
•
PAGE-1
r.1
•
1.0 SCOPE, PURPOSE AND APPLICATION. :
1.1 Sc.opeThis specification covers a new commercially produced
surface emergency medical care vehicle(s), herein after
referred to as the ambulai��cationvehicle.
shall be defined as a
compliance with this specthe
standard ambulance. This n e1Designle aCriteria ofll be in cthe Naord
requirements of the Ambula
Highway Traffic Administration, U.S. Department of
Transportation Washington, ecificationThis �KKK-Ac1822Dteffective
sed
on the Federal Ambulance Speof
Ng,vember 1 1 94.- In ad ditiambulanceesthe hallmmeet theFherein
Specification KKK A-1822D then
referenced requirements 901tef ectivehe aFebrua y l Fire Protection
Association's pamphlet 1 aratus. Reference
governing the design and safety of fire aPP livable
numbers used in this specifaearefer
othe Federalp
paragraphs of either NFPA pamphlet 1901or
Specification KKK-A-1822D.
1.1.2 use. The purpose of this document is to provide minimum
specifications and test ters thatfor ineetsethenneedsuand desires
of an
emergency medical care vehicle
of this Agency. It establishes essential criteria for the
design, performance, equipment, and appearance of the vehicle.
that is i accorda ce w
t'ona 1 reco ni ed 'de lines .
tion
1.2 ClassifigAtion. This species=eavehic1ecalls ltoistin accordancfollowing
type of emergency medical c
with paragraph 1.2.1 of Federal Specification KKK-A-1822D•
Type I - Conventional Truck, Cab -Chassis with modular
ambulance body.
Class 1 - Two rear wheel driven (4X2)-
1.3 General. This is an engineer,
design, construct, and deliver
type specification and itnlofesimilarforhequais lAgency
to write out vendors or manufacturers
equipment .of the types sPscw=ittenlaroundshould
specificnoted
needshowever
that this specification i rice will not be the
this department. Because of than fact, price
award shall be
major consideration in making
'ven to the vendor whose bid comes closest to meetin these
s ecif'cations at the most com oetitive r'ce.
1.3.1 This Agency reserves the right to increase equipment quantities
that are specified by the xCall to Bidet as well as those items
specified under paragraph 8.2 of these specifications. who
In
addition other interested public governmental a9 might arisE
elect to do so may purchase under any contract that
as a result of these specifications.
1
ACCEPTANCE:
Receipt of a vehicle shall not be an indication that the
vehicle received is acceptable. Final acceptance and
authorization of payment shall be given only after a
thorough inspection by a qualified City Fleet Maintenance
official reveals that the vehicle(s) has been delivered in
accordance with bid specifications. Suppliers are advised
that in the event that the delivered vehicle(s) differs in
any respect from specifications, or has not been
manufactured using good and quality manufacturing practices,
then payment will be withheld until such time as the
supplier takes necessary corrective action.
TRAINING:
Mandatory training of City personnel shall be provided as
required by the successful low bidder at no charge to the
city.
•
much single source responsibility as possible for equipment
Is proposed by the Bidder.
2.2 Prices and PgyMents. All bid prices shall be on a F.O.B.
destination and accepted basis, at the Purchaser's specified
location. These prices shall be complete and include the
specified warranties.
2.2.1
Payment shall be made in accordance with these specification
and the Bid Proposal submitted by the Bidder. Payment will be
made upon acceptance of the vehicle(s) and equipment specified
under these specifications.
2.2.2
All bid prices and conditions must be specified in the bid
proposal.
2.2.3
Bid prices shall be valid for at least 60 days from the date of
the Bid Opening, or as otherwise specified in the bid proposal.
2.2.4
Full payment will be made as each unit is received, inspected,
and found to comply with procurement specifications, free of
damage and properly invoiced. All invoices shall bear the
purchase order number. Payment will be made in accordance with
the terms specified in the bid proposal.
f
2.3
Bid Evaluation. Bids received shall be evaluated by the
Purchaser. This evaluation will be based as a minimum on the
following criteria:
2.3.1
Completeness of the proposal, i.e., the degree to which it
responds to all requirements and requests for information
contained herein. Bidders are directed to pay particular
attention to Section 13.0 of these specifications. ThLis
estionnairno will be a major tool in the evaluation of the
'd Proposals and as a final checklist for.accepting the
finished_ vehicle.
2.3.2 Manufacturing and delivery schedule.
2.3.3 Contractor's demonstrated capabilities and qualifications.
2.3.4 Contractor's past performance on similar Bid Proposals.
2.3.5 Contractor's design and engineering reliability factors.
2.3.6 Contractor's maintainability considerations and
recommendations.
2.3 7 Bidder's logistical and service support.
• 2.3.8 Bid Proposals taking total exce tion to these specifications
cannot be considered and will not be acce ted.
3
1.3.2 Site(s), of Work. The vehicle(s) and its equipment shall be An
delivered F.O.B. to this Agency. Prices shall be quoted -on a
delivered, and accepted on a one -by -one basis. Vehicles
manuf ctured outside of the United States will of be
considered.
1.3.3 Examination of Specification. Each Bidder is required before
submitting his proposal, to be thoroughly familiar with the
requirements contained herein. No additional allowances will be
made because of a lack of knowledge of these requirements. It
is the responsibility of the successful Bidder to ascertain if
any components of this specification are unsafe or do not meet
the required standards of applicable state law or those of NFPA
1901 or Federal Specification I=-A-1822D. Should there be any
unsafe or poorly designed criteria contained herein, the Bidder
shall thoroughly explain them to the Purchaser in the Bid
Proposal.
1.4 Definitions. The following definitions shall apply with regards
to these specifications:
1.4.1 Purchaser: The end user of the equipment specified or the
applicable purchasing Agency.
1.4.2 Contractor: The individual, firm, partnership, manufacturer or
corporation to whom the contract is awarded by the Purchaser
and who is subject to the terms thereof. For bidding purposes
the Contractor, Vendor, and Bidder are synonymous.
1.4.3 Equal: Shall be taken in its general sense and shall not mean
identical. These specifications are for the sole purpose of
establishing minimum requirements for the level of quality,
standards of performance and design and is in no way intended
to Pr9hibit the bidding of any.manufacturer's item of actual
mgLterial.
NOTE: The Purchaser shall be the s e judge of equality and
this decision shall be final.
1.4.4 Manufacturer: The If' st sta eI manufacturer is the original
equipment manufacturer (O.E.M.) who built the specified chassis
and it's components. The lKsecond_stages manufacturer is the
company who will produce the modifications to the O.E.M.
chassis and deliver the final product to this Agency.
2.0 SPECIAL CONDITIONS.
o bid sha be -considered unless the Bidder can meet the
special conditions stated herein.
2.1 Bidders Responsibility and oualifigations. The manufacturer o
the equipment bid shall have in operation a factory adequate
and devoted to the manufacture of the vehicle(s) herein
specified. The intent of this specification is to ensure as
2
•
•
materials that are required to correct any and all
deficiencies. It is not the intent of this requirement that
items such as light bulbs, filters, tires, brake linings,
windshield wiper blades, etc. are to be covered. Sample of
this warranty shall be submitted with the bid.
2.5.1 Since it is the purpose of these specifications to provide a
modular body that will provide many years of service, the
Manufacturer of the vehicle(s) bid shall warranty the
structural integrity of the modular body for a period of at
least 20 years.. This warranty shall be in writing and shall be
included with this Bid Proposal.
2.5.2 The "second stage" manufacturer shall provide a five (5) year
warranty on the vehicle's electrical system. This warranty
excludes the O.E.M. or "first stage" chassis manufacturer's
electrical system. A sample of the "second stage" electrical
system warranty shall be included with the Bid Proposal.
2.5.3 The "second stage" manufacturer shall submit with the Bid
Proposal copies of the three (3) warranties described above.
These shall be binding on the successful Bidder over the
service life of the emergency medical care vehicle. Diddera
who fail to meettbig_Keguirement sh ll not be considered as
responsive. 4
2.5.4 Within one (1) business day after receipt of a verbal or
written notification that warranty and or service contract work
is required, the successful Bidder shall respond verbally, and
immediately follow up by letter to the Purchaser with a
statement of intent to show where and when the warranty service
shall be accomplished.
2.5.5 Bidders shall state below the location of the ambulance
manufacturer's nearest service facility and parts depot to the
Purchaser's location.
Address: Medicmaster
ilITiwi�T s .. -
Sanford, Florida 32771
Phone: _ ( 800 )
2.5.6 Additional warranty
might provide above
specifications may
paragraph 2.3.7 as
292-2376
or logistical services that the Bidder
and beyond the requirements of these
be listed below. These may be used as per
additional basis for a Contract Award.
Mobile service as required
61
2.3.9 Bid Proposals that do not comply with the prescribed method
take exceptions listed in paragraph 2.7 will be rejected
without further consideration.
2.3.10 This Agency seeks the highest level of safety, quality
assurance and liability protection. To insure that these
desires are met the herein referenced portions of NFPA pamphlet
1901, Federal Specification KKK-A--1822D and Ford Motor
Company's MQVMH (Qualified Vehicle Modifier) program shall be
considered as the minimum acceptable elines. These
standards shall be applicable regardless of the Ifirst stager
chassis manufacturer specified herein. The Bidder shall submit
documentation that the Isecond stager vehicle manufacturer is a
current member of the Ford QVM program. Bids not neetincr this
reggirement gAnnot.be accepted.
NOTE: In performing the evaluation, only information contained
within the Bidder's written proposal will be considered.
2.4 Contract Award. The Purchaser reserves the right to increase
the number of vehicles or equipment specified under this
contract. If awarded, the Bidder agrees that additional public
governmental agencies may purchase under the same terms and
prices afforded by any contract arising from the bid award.
2.4.1 The Purchaser has the right to waive any informalities,
irregularities, and technicalities in procedure. 0"
2.4.2 The Purchaser reserves the right, before awarding this
contract, to require a Bidder to submit evidence of the xsecond
stager vehicle manufacturer's qualifications as it may deem
necessary, and may consider any evidence available to it of the
financial, technical, or other qualifications and abilities of
said manufacturer, including ast perfoMance on contracts of
this type with other agencies. The Purchaser shall be the final
authority in the award of this bid.
WARRANTY INFORMATION
THE SUCCESSFUL BIDDER SHALL PROVIDE SINGLE POINT WARRANTY
SERVICE. THE AMBULANCE MANUFACTURER SHALL COORDINATE ALL
REPAIRS AND NECESSARY PARTS FROM INDIVIDUAL COMPONENT
SUPPLIERS USED TO BUILD THIS AMBULANCE.
NO EXCEPTION ALLOWED
2.5 Warranty. The successful Bidder shall provide a
60-month/250,000 mile warranty on the vehicle which covers
defective parts and/or components, the improper choice of
materials, parts and/or components, improper design or
engineering and poor or improper workmanship or quality cont
techniques. This warranty shall cover the complete vehicle and
shall include any and all costs for labor and parts or
4
conditions.
s
2.8 Delivery. Since delivery proposals by the Bidder will weigh
heavily in the determination of award of bid, the delivery
schedules that are submitted by the Bidder and agreed upon by
the Purchaser shall automatically become binding upon the
successful Bidder.
2.8.1 Penalty Clause: The successful bidder after award of contract
has five (5) working days to supply proof of chassis order.
The Freightliner job order number ( last six numbers of future
VIN) shall be supplied. The Freightliner delivery date of the
chassis to their dealer shall be supplied within 15 working
days. Proof of delivery of chassis to ambulance manufacturer
dated delivery slip) shall be supplied. From that delivery day
the ambulance manufacturer has 135 calendar days to deliver the
finished unit. Starting with day 136 & $125.00 per day late
fee will be assessed manufacturer.
2.9 Bid Guaranty. Bid Proposals shall be accompanied by a Certified
Check, Cashier's Check, or Surety Bond in the amount of five
(5) percent of the total price of the bid. The Bid Surety shall
be made payable to this Agency and conditioned upon the
successful bidder accepting the award and submitting an
acceptable Performance Bond. In the event of failure or refusal
to comply, the Bid Surety may be forfeited as liquidated
damages because of such failure or default.
2.10 Failure to deliver any part of the order to the terms above may
be considered by the Purchaser as a breach of contract, in
which case the vehicle(s) and equipment may be rejected and the
Purchaser has the right to require forfeiture of the full
amount of the Performance Bond as liquidated damages.
2.10.1 Any Bonds issued shall be by a Company that is authorized to do
business under the laws of this State, with the following
qualifications as to their management and financial strength.
2.10.2 The Bonding Company shall have a general policyholders rating
of not less than XA+91, and the amount of any required Bond
shall not exceed five (5) percent of the reported policyholders
surplus as reported in the latest edition of Best's Key tin
Guide, published by Alfred M. Best Company, Inc. The attorneys -
in --fact, who sign the Bonds, must file with the Bonds, a
Certified copy of their power of attorney to sign such Bonds.
2.11 Indemnification and insurance. The Contractor shall indemnify
and save the Purchaser harmless from any and all claims,
liability, losses, and causes of actions which may arise out of
the fulfillment of this agreement. The Bidder shall pay all
claims and losses of any nature whatever in connection
therewith, and shall defend all suits, in the name of the
7
•
2.5.7 Warranties shall begin at the acceptance of the vehicle(s) by
the Purchaser.
2.6 Materials and „WorlManship. All equipment furnished shall be
guaranteed to be new and of current manufacture, meet all
requirements of this specification, ana be in an operable
condition at the time of delivery.
2.6.1 All parts shall be of high quality workmanship, shall be in
production at the time of bid, and no part or attachment shall
be substituted or applied contrary to the manufacturer's
recommendations and standard practices.
2.6.2 All workmanship shall be of quality and performed in a
professional manner so as `to insure a safe and functional
apparatus with an aesthetic appearance.
2.7 Technical Information/Excetatns. Bidders must furnish all
information requested in the spaces provided in this
specification. Bidders shall provide all necessary information
requested by these specifications. Spaces will be marked to
indicate whether or not the Bidder complies with that
paragraph. Any exceptions taken shall be listed in Section
12.0, paragraph 12.1. The Bidder, when listing exceptions or
Xclarificationsm, shall reference these specifications by the
proper paragraph number. In addition Bidders will respond to
Section 13.0 - xQuestionnaires, Section 14.0 - fDocumentsm, and
Section 15.0 -- ■Samplesn.
NOTE: Bid P o osals failing to meet the reguirements of this
paracrr-aph will t b considered.
2.7.1 Bidders shall supply with the bid response at least two (2)
complete sets of proposal drawings, descriptive literature and
complete specifications covering the vehicle offered. The
drawings supplied must be at least IDN size. Bid Proposals nngt
meet' this re-quirement will be rejected.
2.7.2 The Purchaser reserves the right to increase the number of
vehicles ordered. In addition the Bidder agrees that if
awarded a contract based on these specifications he will exte
said contract to any public governmental agency that might wish
to purchase additional equipment at the same terms and
:i
questions are answered in the spaces provided and all
information requested is submitted.
2.14 Sub -Contracts. This Agency is extremely concerned with
purchasing the ambulances) from a manufacturer who can provide
the necessary parts, service and warranty after the sale. With
this in mind, the vehicle shall be constructed, with the
exception of the chassis, by the Prime (second stage
manufacturer) Contractor.
2.14.1 This requirement applies to all major components of the
vehicle. Major components would include items such as: the
modular ambulance body, interior cabinets, electrical wiring
harnesses, paint, and other related items.
2.14.2 This no sub -contractor clause will apply to any type of sub-
contracl;, lease, rental or any other similar arrangement. The
Bidder may be required by this Agency to prove compliance with
this requirement. No exceptions will be allowed to this
requirement since the Purchaser will not accept the above
mentioned warranties (2.5) from a fragmented source.
2.15 Familiarity, with Laws. The Bidder is presumed to be familiar
with all federal, state, and local laws, ordinances, code
rules, and regulations thqLt may in any way affect this
contract. Ignorance on the part of the Bidder shall in no way
relieve him from responsibility.
2.16 ire-Awgrd Clarifications. In the event a clarification is
requested on the contents of this specification, the question
shall be addressed in writing to:
Randy Ellis, Supervisor Tactical Support Unit
Jacksonville Fire Rescue Department
561 Forest Street
Jacksonville, Florida 32202
(904) 630-0926
2.16.1 Clarifications or corrections to these specifications shall NOT
be valid unless they are in written form and signed by the
Administrator of this Agency or his assigned authority.
2.16.2 When a bidder requests a clarification, a copy of the request
and this Agency's reply will be forwarded to all bidders.
2.17 Pre --Construction Conference. The successful Contractor shall be
required, prior to manufacturing the vehicle(s), to have a Pre -
Construction Conference at the site of his choosing with
representatives of this Agency to finalize all the construction
details. If the Bidder requires the conference to be held at a
location other than that of the Purchaser, the Bidder shall at
his expense provide transportation, lodging, and meals, etc.,
for two (2) people designated by the Purchaser. If this meeting
is to occur at a location more than 300 miles from the
0
Purchaser when applicable, and shall pay all costs and
judgments which may ensue thereafter.
2.11.1 Since these specifications describe an emergency vehicle that
may be used under adverse conditions, this Agency seeks to
reduce its future liability exposure, therefore, all Bidders
responding to these specifications shall submit the proper
Certificate of Insurance. This shall certify that the
Msecond staged manufacturer of the vehicle bid has in force
product liability insurance in the min M= amount of five
million dollars ($5,000,000.00) This insurance shall have been
issued by a company that is rated at least NA-141 as reported
in the current edition of Best's Keytin G11ift, published by
Alfred M. Best Company, Inc.
2.11.2 Bidders failing to submit proof of the.above insurance
require3�ent cannot be accepted and their Bid Proposal will be
rejected.
2.12 Patents and Royalties. The Bidder, without exception, shall
indemnify and save harmless the Purchaser and its employees
from liability of any kind including cost and expenses for or
on account of any copyrighted, patented or unpatented
invention, process or article of manufacture or used in the
performance of the contract, including its use by the
Purchaser. If the Bidder uses any design, device or materials
covered by letters, patent or copyright, it is mutually agree .
and understood 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.
2.13 Proposal in Reply to -Specifications. Any exceptions to these
specifications must be itemized. They shall be referenced by
paragraph number and listed under Section 12, paragraph 12.1 of
this Bid Proposal. Should the Bidder require additional space
for his reply he may attach an additional page(s) into the
response at that point. Details concerning the exceptions or
1clarificationss must be clearly explained. Each exception will
be considered by the Purchaser as to t e degree of impact and
total effect on their bid. If specification sheets are
referenced, they shall be included as a part of the Bid
Proposal.
2.13.1 NOTE: Bidders are reminded that these specifications call for a
vehicle(s) and equipment that meet the specific needs of this
Agency. Price alone is not the primary factor in a bid award.
With that in mind Bidders are encouraged not to take exceptions
to this specification but to engineer their product to meet the
requirements of this Agency.
2.13.2 When submitting their Bid Proposal, Bidders must return all
pages of these specifications as part of the Bid Proposal as i
will form the contract between the contractor and the
Purchaser. caution should be taken by the Bidder that all
8
. represented in their respective manufacturer's current
technical data. Data shall be limited to specifications -and
technical materials identical to that furnished to the
authorized company representatives. The vehicle's components
and equipment need not be the products of the same
manufacturers.
•
•
3.3 Katgrials. Materials used in the construction shall be new and
not less than the quality conforming to current engineering and
manufacturing practices. Materials shall be free of defects and
suitable for the service intended.
3.4 Vehicle operation, Performance. and Physical Characteristics.
The following is a description of the Cab -Chassis that will
meet the minimum requirements of this specification and it is
expressed as minimums.
3.4.1 The Bidder shall submit certifications that the vehicle type
being supplied to this Agency is in compliance with the
following requirements of KKK-A-1822D and NFPA 1901.
Federal Specification KKK-A--1822D:
1.
Paragraph
2.
Paragraph
3.
Paragraph
4.
Paragraph
5.
Paragraph
6.
Paragraph
7.
Paragraph
3.4.4, Vehicle Performance.
3.4.5, Brakes.
3.4.6, Speed.
3.4.7, Acceleration.
3.4.8, Gradeability.
3.4.8.1, Gradeability at Speed.
3.4.8.2, Minimum Low Speed Gradeability.
National Fire Protection Association Pamphlet 1901:
1. Section 9-10, Road Tests.
These certifications shall be from an independent testing
laboratory and not from the vehicle manufacturer's engineering
staff. The Bidder shall submit these certifications prior to
the Purchaser's acceptance of the vehicle or at time of
delivery. They do not need to be submitted with the bid
response.
3.5 Manufacturer and Model Year.
The Cab -Chassis meeting the requirements of this specification
is a 1998 Freightliner.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.6 Model Type.
11
Purchaser's location the transportation shall be by a
commercial air carrier. Private or corporate aircraft cannolb
be used.
2.18 Eufomance Test and Reggirements. The vehicle(s) shall, at the
time of delivery, conform to the minimum requirements of the
latest standards covering vehicles of this type. This shall
include federal, state, and local requirements.
2.18.1 All vehicles delivered under this Contract shall conform to all
Federal Motor Vehicle Standards in effect at the time of
delivery.
2.19 ,&nti-Collusion Statement. By signing this bid, the Bidder
agrees that his bid is made without any understanding,
agreement or connection with any other person, firm or
corporation making a bid for the same purpose and that his bid
is in all respects fair and without collusion or fraud.
3.0 TECHNICAL REQUIREMENTS - CAB -CHASSIS.
3.1 General Vehigular Design, Types. and Floor plan. The emergency
medical care vehicle and the allied equipment furnished under
this specification shall be the manufacturer's current
commercial vehicle of the Type and Class specified. The
ambulance shall be complete with the operating accessories a�
specified herein; furnished with such modifications and
attachments as may be necessary and specified to enable the
vehicle to function reliably and efficiently in sustained
operation. The design of the vehicle and the specified
equipment shall permit accessibility for servicing, replacement
and adjustment of component parts and accessories with minimum
disturbance to other components and systems. The term Xheavy--
dutyx as used to describe an item, shall mean in excess of the
usual quantity, quality, or capacity, that is normally supplied
with the standard production vehicle or component.
3.1.2 The ambulance shall be a Type I, Class 1, and shall be a
chassis furnished with a two (2) door conventional cab.
Chassis cab shall be suitable for subsequent mounting of a
modular (containerized), transferable modular body conforming
to the requirements of this specification.
3.2 Y—ehigle Components, Ecruipment, and Accessorie . The emergency
medical care vehicle, chassis, modular ambulance body,
equipment, devices, medical accessories and electronic
equipment to be delivered under this contract shall be standard
commercial products, tested and certified, to meet or exceed
the requirements of this specification. The vehicle shall
comply with all Federal Motor Vehicle Safety Standards (FMVSS)
and Federal Regulations applicable or specified for the year
manufacture. The chassis, components, and optional items shalto
be as represented in the manufacturer's current technical data.
Also the ambulance body, equipment, and accessories shall be as
10
Brakes shall be Bendix hydraulic disc with non -Asbestos pads
and linings. The brake system shall have an auxiliary hir
supply. This shall be a Holset 10.3 CFM QE type air
compressor. One steel air reservoir with check valve shall be
supplied. A Berg auto drain valve shall be installed on the
wet tank.
Parking brake to be air actuated, Rocker switch operated.
Does your bid comply with this requirement?
YES ( A )
NO ( )
3.11 Electrical.
The vehicle shall be supplied with four (4) Group 31, 12 volt
batteries. The Leece Neville 4864JB alternator shall be rated
at 270 4mps. The turn signal switch shall be self cancelling
with integral headlight beam control and 4 way flasher. The
turn signal flasher shall be a thermal unit. The chassis
electrical system shall have automatic reset circuit breakers.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.12 Engine. t
The engine shall be a Caterpillar series 3126 7.2 Liter diesel.
It shall be rated at 300 horsepower at 2400 RPM. The engine
shall be equipped with a rail mounted Donaldson 1 stage air
cleaner. The following accessories shall be provided;
a. Oil filter.
b. Perry Water filter
C. Fuel filter
d. Twin Electric cooling fans for engine
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.12.1 A block heater wired to the vehicle's shoreline system shall be
provided.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.13 Transmission.
The vehicle shall be supplied with an Allison MD-3060P, 6 speed
transmission. The transmission controls shall be a dash mounted
touch pad with the PTO enable on the "mode" button.
Does your bid comply with this requirement?
13
The model type required is a FL-60 Extended cab and chassis
with lambulance prep packageX option #AP. Cab to be factory
painted Dupont #NO612 Red Imron 5000 3.5 > DIAMOND XTx red <.
The cab roof shall be OEM white ( inside drip rails and over).
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.7 Trim L2ve.1.
Trim level shall be "custom" in gray vinyl. The floor mats
shall be black insulated rubber.
Does your bid comply with this requirement?
YES ( x )
NO ( )
3.8 G.V.W.
The Gross Vehicle Weight rating shall be 20,000 pounds
Does your bid comply with this requirement?
YES (� )
NO ( )
3.9 Axles and Suspepsi,gN.
The chassis provided shall have a 1922 wheel base. Heavy duty
front springs with heavy duty gas pressurized shock absorbers.
Front axle shall be rated at 8,000 lbs. capacity. The rear
axle shall be rated at 13,000 lbs. capacity. Rear axle ratio to
be 4.30. Both front and rear axles shall have Chicago rawhide
oil seals.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.9.1 Rear suspension shall be a Hendrickson HAS--120 air ride rated
at 12,000 lbs. The suspension shall contain a cab mounted
"dump" valve actuator for the air suspension system. A second
actuator shall be install in the rear of the patient
compartment.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.10 Brake-S.
•
12
Between the driver's and passenger's seat there shall be
provided a control console. This console shall house the siren
control, battery selector switch, gauges and switches as
required herein. There shall be a clear area provided for the
installation of radio control heads.
Does your bid comply with this requirement?
YES ( )
NO ( )
3.18.1 At the rear of the center console at the cab rear wall there
shall be storage for map or run report books.
Does your bid comply with this requirement?
YES ( x )
NO ( )
3.19 I st a is and Gauges.
The vehicle shall be provided with Freightliner gauge package
#8 with the following gauges as a minimum:
1. Voltmeter (showing total voltage)
12. Ammeter (300 amp shunt type)
3. Temperature 4
4. oil Pressure
5. Fuel Level
6. Engine hours
7. Panasonic AM/FM stereo radio
8. Air pressure gauge
This shall include low oil pressure, low water level, and high
water temperature warning buzzer. A dash mounted air
restriction warning light shall be supplied.
Does your bid comply with this requirement?
YES
NO ( )
3.20 Mirrors.
The vehicle's exterior mirrors are to be 7" x 16" stainless
steel. Adjustable bolt on 8" spot mirrors shall be attached.
Stick on spot mirrors are not allowed. A interior windshield
mounted rear view mirror shall be installed. Mirror to be
positioned to view patient compartment.
Does your bid comply with this requirement?
YES ( X )
NO ( )
0 3.21 Bumper.
Front bumper is to be a 12" high chrome steel bumper. Bumper
is to be three (3) piece with collapsible boxed ends.
15
YES ( X )
NO ( )
3.14 Fuel and Exhaust.
•
The vehicle shall be equipped with a 75 gallon fuel tank. A
Racor fuel water separator shall be supplied.
Does your bid comply with this requirement?
Yes( X )
NO( )
3.14.1 The exhaust system shall be the O.E.M. manufacturer's standard.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.15 Air Conditioning and Heater.
The vehicle shall be equipped with factory air conditioning
with cooling package and Heavy -Duty Idown flowX radiator.
The heater shall be the manufacturer's standard with cut --off
valves located in the engine compartment.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.16 Glass.
The cab -chassis shall be equipped with the chassis
manufacturer's standard tinted glass supplied as part of their
Air Conditioning Cooling Package. The glass provided shall meet
all the requirements of KKK-A-1822D and those of the Federal
Motor Vehicle Safety Standards.
Does your bid comply with this requirement?
YES ( x )
NO ( )
3.17 Seats.
The cab -chassis shall be equipped with bucket seats with lap
and shoulder belts. These shall be Bostrom model 910 air ride
seats for both driver and passenger. These shall be covered in
gray, embossed vinyl. Each seat to have two (2) fold down arm
rests.
Does your bid comply with this requirement?
YES ( X ) .
NO ( )
3.18 Instrument Console.
14
. 3.26 Cab Features and Equipment.
The cab shall be installed on rubber mounts. There shall be
O.E.M. installed left and right hand grab rails. The hood and
fenders shall be one piece molded fiberglass with a painted
stationary grille. The cab doors and ignition shall be keyed
the same. There shall be dual padded sun visors.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.27 Turning Circle.
The bidder shall supply with the bid proposal a "turning
circle" diagram showing the SAE turning radius, curb to curb
diameter and the wall to wall diameter: These dimensions shall
be shown in feet and are to be for the chassis wheelbase
proposed in the bid. Bids not meeting this requirement cannot
be accepted. NO EXCEPTIONS.
3.28 Chassis Specifications Check List.
The bidder shall include with the bid proposal a chassis
specification "check sheet" for the "specific" chassis bid to
meet these specifications. This check sheet shall be on
Freightliner letterhead and list the Freightliner factory
option codes for the equipment specified.
This requirement is to prevent any confusion or delay in the
purchase or delivery of this chassis. Bids not meeting this
requirement will not be accepted. NO EXCEPTIONS.
3.29 Freightliner & Manufacturer -Added Options: Provide separate
prices for the options listed below:
Sections 3.5 thru 3.28 shall be considered the base unit. List
the increase or reduction in cost of the items below.
a. FL-60 two ( 2 ) door cab: +/0 $ 2290.00
b. FL-60 four (4) door cab: Q/- $ti295 nn
c. FL-70 two ( 2 ) door cab with air brakes: +,G $ 1547.00
d. FL--70 four ( 4 ) door cab with air brakes: &- $ 3508.00
e. Cummins 5.9 liter - 210 HP engine: +/e $ 3420.00_
f. Cummins 5.9 liter -- 230 HP engine: +,G $ 2930.00
• g. Cummins 5.9 liter - 275 HP engine: +/0 S 1680.00
17
Does your bid comply with this requirement?
YES
NO ( )
3.21.1 Two (2) frame mounted tow hooks shall be installed. These
shall be accessible through original O.E.M. bumper holes. Two
(2) frame mounted chrome plated tow eyes accessible through
access holes in the rear kick plate shall be provided.
Does your bid comply with this requirement?
YES ( X )
NO ( )
3.22 Tires a 'ms.
The vehicle shall be equipped with Michelin PXZU-4, 245/70R,
19.5 inch, 14 ply radial tires. The wheels shall be 19.5 inch,
steel. HP-8 disc.
Does your bid comply with this requirement?
YES
NO ( )
3.23 Horns.
3.24
3.25
4
The O.E.M. manufacturer's dual electric horns shall be
provided.
Does your bid comply with this requirement?
YES (7( )
NO ( )
Windshield Wipers.
Dual electric wipers with washer and mintermittentl feature
shall be provided. A 2.5 gallon windshield washer reservoir
shall be included.
Does your bid comply with this requirement?
YES ( X )
NO ( )
Steering Wheel.
The chassis manufacturer's tilt and telescoping steering wheel
column shall be provided. Power steering shall be a Ross TAS-
40 unit.
Does your bid comply with this requirement?
YES (SC )
NO ( )
16
the following: ur 4 12 volt, Group 31 batteries,
generating, starting, lighting, ignition, visual and. audible
warning systems, specified electronics equipment and devices
including master consoles located in the cab and crew
compartment and other specified accessory wiring. The
electrical systems and equipment shall comply with all
applicable FMVSS, including Federal Motor Carrier Safety
Regulations (FMCSR) and shall also conform to all the
applicable SAE recommended standards and practices, whether or
not specifically referenced in this document while complying
with the sub -paragraphs herein. All electrical and electronic
components shall be selected to minimize electrical loads. All
electrical system components and wiring shall be readily
accessible through access panels for checking and maintenance.
All switches, indicators, and controls shall be located and
installed in a manner that facilitates.,easy removal and
servicing. All exterior housings of lamps, electronic devices,
and fixtures shall be corrosion resistant and weatherproofed.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.1.1 The electrical system functions shall be distributed by use of
printed circuit boards that use easily replaceable heavy duty
circuit board mounted automotive relays and automatic or
manually reset -able circuit breakers. The circuit breakers
shall have the same foot print as standard automotive ATC or
ATO fuses. Each relay will be operable in the Normally Open or
Normally Closed position. An LED will indicate which relay is.
operating. Each circuit will have an LED indicator light
illuminated when the power to the input is on, power from the
circuit breaker to the relay is on, or power from the relay to
the appliance is on. Should either the relay or the circuit
breaker fail, a flashing red LED mounted in the cab console
will signal the presence of a fault. Each circuit board will
have its own red LED which will illuminate if a fault is
present in that circuit board. Each module will have solid
state noise suppression. The circuit board will be designed to
prevent damage to the board if the polarity is reversed during
hookup or testing. A separate diagnostic port shall be
included for an off the board high amperage circuit. This
shall contain two LED indicators for the relay and circuit
breaker operation. The circuit board shall have a sequencer
and load manager module if desired by this Agency. Each relay
shall be able to be activated by positive, negative, or both
inputs to the relay coils. The system shall allow for
individual power to each relay contact input. All major
electrical components including the circuit boards shall be
located in a watertight compartment with exterior access
located behind the action area. NO E CEPTiONS.
Does your bid comply with this requirement?
YES ( )( )
19
Cltt]
4.1
h. Caterpillar 7.2 liter - 275 HP engine: +/6 $ 305.00 ' M
i. Caterpillar 7.2 liter - 250 HP engine: +,6 $ 2175.00
j . Caterpillar 7.2 liter - 230 HP engine: +IG $ 2740.00
k. Allison MD-3060PR 50/50 transmission: Q+/- S 4770.00
1.. Allison AT-545 transmission: +,O S 3320.00
m. Telma Dri.veline Retarder: %+V- s 5300.00
n. Smart Brake: +S- $ 1675.00
o. Anti Lock Brakes: +�- $889.00
p. Rear.sway bar: +�- $ 625.00
q. Challanger 290A alternator C+y- $ 420.00
r. Leece Neville 250A #4854 with rectifier: +�- $ 375.00
s. Second engine mounted AC compressor:-- S 1365.00
t. Vogel chassis lubrication system: +K- $ 650.00
u. Rockwell Super Saber 1000/1200 air dryer: +�- $ 385.00 0
v. Thermal engine fan clutch: (+'- S 378.00
w. Motorized and heated cab mirrors: a- S 420.00
x. Spare wheel and tire: (+/- $ 370.00
y. Alcoa aluminum wheel: Cost per wheel - ®/_ $ 178.00
z. BF Goodrich Velvet Ride System: (+/- $ 3990.00
as . Electric cab windows: (+ /- $ 285.00
bb. Electric door locks on cab doors: ( - $ 475.00
cc. Full. optional Freightliner Warranty 5 years & 250,000
miles. To include Caterpillar Motor, Allison Transmission,
and all selected components and cab: +'- $ 6920.00
ELECTRICAL SYSTEM AND COMPONENTS.
Electrical System. The emergency medical rescue vehicle's
electrical system shall be equipped with, but not limited to
18
a direct current rating of 125 percent of maximum current for
which the circuit is protected. To confirm compliance to this
requirement the Bidder shall submit with the bid certification
from an independent testing laboratory that the electrical
system has been tested to and complies with paragraph 3-3.1.4
of NFPA pamphlet 1901. In addition the certifications shall
confirm compliance to paragraph 3.7.2.1 of KKK--A-1822D.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.1.7 All electronic devices and equipment installed which produce
RFI, shall have the proper filters, suppressers or shielding to
prevent electromagnetic radiation and the resultant
interference to radios and other medical electronics. These
suppression devices shall meet the requirements of NFPA 1901,
paragraph 3-3.1.2. Certification from an independent testing
laboratory shall be supplied with the bid that the electrical
system has been tested and is in compliance with paragraph
3.7.12 of KKK-A-1822D.
Does your bid comply with this requirement?
YES (?c )
No ( )
4.2 Warn' Indicators. The electrical system shall incorporate an
LED warning light panel located in the cab control console. It
shall provide indicator lights for showing a,U vehicle open
doors and the location of each open door. This light panel
shall be -in the form of a map of the vehicle's exterigr
compartments. In addition there shall be a red warning light
and buzzer incorporated in the door open circuit to be
activated when the vehicle is placed in drive or reverse when a
door is open. This light shall meet the requirements of both
NFPA 1901 and KKK-A-1822D.
Does your bid comply with this requirement?
YES ( ;K )
NO ( )
4.2.1 A battery selector indicator light shall be provided. It will
be a GREEN light meeting the above description. When the
vehicle's battery switch is in the NONX position this light
shall indicate that the batteries have been selected.
Does your bid comply with this requirement?
YES ( X )
NO ( )
. 4.3 Wiring Installation. The ambulance body and accessory
electrical equipment shall be served by circuit(s) separate and
distinct from the vehicle chassis circuits. All wiring provided
21
NO ( )
4.1.2 The Bidder shall submit with the bid response a complete
electrical load analysis worksheet. This is required so that
this Agency can determine if the vehicle's electrical system is
overloaded. The Bidder shall point out if the system is
overloaded and suggest correction methods. Bids not meeting
this requirement cannot be accepted. NO,EXCEPTIONS.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.1.3 The driver and crew compartment control consoles shall be
constructed in a way that the switches•and gauges are easily
serviced. They shall be accessible through service panels.
These panels will be secured in the closed position in a
positive manner, yet can be easily opened for service. The
control console's gauges shall be internally illuminated.
Does your bid comply with this requirement?
YES( X )
NO( )
4.1.4 The driver and crew compartment control consoles shall
incorporate heavy duty rocker switches. These switches shale
be internally lighted to indicate when they have been
activated. The legend shall be the descriptive functions of
the switch incorporating a two stage back lighting LED system.
Low intensity to be controlled by the vehicle headlight switch
rheostat. High intensity to be controlled by switch
activation. The switch legend shall only be lighted when the
systems Imasterg control switch is activated.
Does your bid
comply with this
YES ( X )
NO ( )
requirement?
4.1.5 All exterior housings of lamps, electric devices and fixtures
shall be corrosion resistant and weather proofed. Electrical
fixtures attached to the sides of the rescue vehicle below the
75 inch level shall be near flush mounted, not to protrude more
than two (2) inches, except for such items as spotlights and
speakers.
Does your bid
comply with this
YES (X )
NO ( )
requirement?
4.1.6 As required in NFPA 1901, paragraph 3--3.1.4 wiring circuits
shall be provided with properly rated low voltage over curreo
protective devices. Such devices shall be readily accessible
and protected against excessive heat, physical damage and water
spray. Switches, relays, terminals, and connectors shall have
T
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.3.3 Circuit connections shall be made on barrier style terminal
blocks utilizing binding post screws for positive mechanical
connections. To minimize the potential for wiring shorts and
voltage drops all wiring terminals shall be tin plated,
annealed, ETP copper with a nylon high heat insulation. The
wire terminal shall be a closed brazed multi --grooved wire
barrel with a funnel wire insulation grip. This is to insure
uniform compression of the conductor wire and provide Nstrain
reliefX for the conductor. These wire terminals shall be
machine crimped.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.3.4 The use of NScotch--Locks type fasteners are = ACCERIASLE. To
insure minimal voltage drop and secure connections ISO splices
shall be allowed in the wiring harness.
Does your bid comply with this requirement?
YEb ( X )
NO ( )
4.3.5 All wiring installed by the Isecond stager manufacturer
carrying a load of more than 5 amperes shall be a minimum of 16
AWG. To insure a strong ground path and reduce voltage drops
all Bgrounds wires shall be of the same size as the opowers
wire required for the circuit. All cables larger than 10 AWG
shall have the terminals mechanically crimped and solder dipped
with 60% tin solder to insure minimal voltage drop and
resistance to corrosion.
Does your bid comply with this requirement?
YES
NO ( )
4.3.6 The various wiring installations as supplied with this vehicle
shall be of the automotive XharnessX design. For ease of
identification and future replacement these harnesses shall be
engineered and manufactured in the following sections.
1. Engine compartment harness.
2. Driver's control console harness.
3. Electrical component panel harness.
4. Main module harness.
S. Chassis rear lighting harness.
These five (5) harnesses are minimums, please explain on the
lexceptionsm page (12.1) if the vehicle you are bidding
23
by the ambulance manufacturer shall be copper and conform t9b
all the SAE J1292 requirements and shall have type GXL 'tttcross
linked€ high temperature polyethylene or better insulation
rated to 300 degrees Fahrenheit and conforming to SAE J1127 and
J1128. Documentation from an independent testing laboratory
that the wire used by the Isecond stagem ambulance manufacturer
is in compliance with this requirement shall be submitted with
the Bidder's proposal. Bids not meeting this requirement
cannot be accepted.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.3.1 The wiring shall be permanently color coded to identify wire
function. Wires shall, be permanently heat ink embossed with
both number and function codes. The function code shall be the
Idescriptives name of the circuit served. The number code
shall be the exact purpose of that circuit. This number code
shall be completely referenced in a detailed wiring schematic
provided with the vehicle. The function and number code shall
be embossed at a minimum of 4 inch intervals the entire length
of the wire. The wires leading to the switch consoles shall
utilize a multi -conductor cable of a minimum 18 AWG. The wires
in this multi -conductor Cable shall be color coded and showrw
the wiring diagram.
Does your bid comply with this requirement?
YES ( X )
NO ( )
SPECIAL NOTICE TO BIDDERS: Wiring code numbers that are paper
or plastic which are glued or otherwise attached to the wire
are not considered by this Agency to be permanent and will not
be accepted.
4.3.2 Wiring shall be routed in conduit or high temperature looms
with a rating of 300 degrees Fahrenheit where necessary to
protect it. All added wiring shall be located in accessible,
enclosed, and protected locations and kept at least six inches
away from the exhaust system components. Electrical wiring and
components shall not terminate in the oxygen storage
compartment except for the oxygen controlled solenoid,
compartment light, and switch plunger. Wiring necessarily
passing through an oxygen compartment shall be routed in metal
conduit. All conduits, looms, and wiring shall be secured to
the body or frame with insulated metal cable straps in order to
prevent sagging and movement which results in chafing,
pinching, snagging, or any other damage. All apertures on the
vehicle shall be properly grommeted and sealed for passing
wiring and conform to SAE 1292. All items used for protectii�
or securing the wiring shall be appropriate for the specific
application and be standard automotive, aircraft, marine or
electronic hardware.
Pxa
laboratory that the electrical system is in compliance with
this requirement shall be submitted with the Bidder's proposal.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.5 Ian,t' System. Shall be as per KKK-A-1822D.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.6 Windshield wipers and washers. Shall be as specified. under
paragraph 3.24 and those requirements of Kim{-A-1822D.
Does your bid comply with this requirement?
YES (x )
NO ( )
4.7 Horns. The chassis manufacturer's dual electric horns shall be
furnished.
Does your bid comply with this requirement?
YE6 (K )
. NO ( )
4.8 Fgctrical Generating System. The ambulance shall be equipped
with a OEM installed Leece Neville 270 ampere alternator.
Does your bid comply with this requirement?
YES ( )
NO ( )
4.9 Engine High -Idle Speed Control Automatic. The vehicle shall
he equipped with a High -Idle Speed Control. It shall be preset
so that, when activated, it will operate the engine at the
appropriate RPM. This device shall operate only when the master
switch is in the BONN position and the transmission is in
XNEUTRALM or XPARK1. The device shall disengage when the
operator depresses the brake pedal, or the transmission is
Placed in gear, and automatically re-engages when the brake is
released, or when the transmission is placed in neutral or
park. Interface with electronic engine speed controls.
Does your bid comply with this requirement?
YES ( X, )
NO ( )
4.10 Ammeter. The electrical system, shall incorporate a center
scale ammeter which is capable of indicating a current of 300
amperes to or from (charging or discharging) the quad
batteries. The ammeter shall incorporate an external shunt
25
contains more. This Agency is extremely concerned with the
availability of future replacement harnesses. With this'i.n
mind, the manufacturer of the ambulance bid shall not sub-
contract the construction of these harnesses.
SPECIAL NOTICE TO BIDDERS. This requirement is made to insure
this Agency of the manufacturer's ability to control, warranty
and replace the aforementioned harnesses in a timely manner.
Does your bid comply with this requirement?
YES
NO ( )
4.3.7 All battery cable added by the conversion manufacturer shall be
3/0 AWG battery cable with SGX insulation as required by the
Ford QVM Program. OEM battery cable being used as supplied by
the manufacturer may stay as supplied.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.3.8 The successful bidder shall deliver with the finished vehicle a
complete set of "as built road map style" electrical diagrams.
sam le of the re fired drawings are available from Rand
g1lis. Eve electrical com onent in the electrical r
late shall be under each component. Laminatea arawin s caDiea
to the unit shall be in the electrical comoartment.z Should the
vehicle not have these drawings and labels at delivery it will
be rejected until requirement is met. Bidders shall submit
with their bid package a sample set of the wiring schematics
that would be provided with the finished vehicle. Bids not
meeting this requirement shall not be accepted. NO EXCEPTION.
4.4 Wiring Criteria. All wiring devices, switches, outlets, etc.,
except circuit breakers, shall be rated to carry at least 125%
of the maximum ampere load for which the circuit is protected.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.4.1 A service loop of wire or harness shall be provided at all
electrical components, terminals, and connection points. All
low power relays shall be mounted for ease of serviceability.
All high current diodes shallbe heat sink mounted. One spare
15 ampere circuit breaker shall be provided for future use. A
solid state electronic flasher shall be heat sink mounted to
the panel for control of the flashing warning light system. All
wiring between the cab and module shall be connected to a
terminal strip(s) or circuit boards. All connections and
terminals provided shall comply with SAE J163, J561 or J928 as
applicable. Documentation from an independent testing
24
from an independent testing laboratory that the electrical
system is in compliance with this requirement shall be "
submitted with the Bidder's proposal.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.13 Battery Charger or Conditioner. Power Source PC;45A.
Does your bid comply with this requirement?
YES ( )< )
NO ( )
4.14 Intern4l 12 Volt DC Power. The patient compartment shall be
furnished with a 12 volt DC, 20 ampere capacity, separately
protected circuit, with three (3) outlet receptacles. This
circuit shall also include a (low voltage drop) ISchottkyX
diode to isolate medical equipment batteries from any
electrical loads that the remainder of the ambulance electrical
system may impose.
Does your bid comply with this requirement?
YES
NO ( )
4
4.14.1 The Schottky diode shall be; heat -sink mounted, and have an
inverse voltage rating of at least 45 volts, and also be rated
to carry the maximum short circuit current until the circuit
breaker opens. The diode shall be physically located in an
accessible location and be electrically connected between the
circuit breaker and the Raction walla mounted receptacle.
Does your bid comply with this requirement?
YES O( )
NO ( )
4.14.2 The receptacles shall be a cigar lighter type with protective
caps.
Does your bid comply with this requirement?
YES
NO ( )
4.15 Master Module Disconnect Switch or Device. This switch or
device shall be located on the driver's compartment console and
permanently marked. It shall be rated to carry at least 125%
of the circuits maximum current without the use of solenoids.
Does your bid comply with this requirement?
. YES (7C )
NO ( )
RA
which does not exceed 200 millivolts at maximum current.
The ammeter and shunt shall have a combined accuracy.of.
' 0
approximately 10 percent of the full scale reading. The ammeter
shall be located in the driver's control console. The shunt
shall be protected against physical damage, weather and road
spray and shall be mounted in an easily accessible location
which shall minimize the length of the power cables.
Does your bi4d comply with this requirement?
YES ( X )
NO ( )
4.11 Voltmeter or Voltage -Monitor. The vehicle shall be equipped
with a voltmeter to monitor system voltage. The voltmeter
connection shall be direct to eliminate erroneous readings from
connection voltage drops. This voltmeter will be mounted in the
driver's control console next to the afameter. It shall be back
lighted with its brightness controlled by the headlight
rheostat. The voltmeter shall patch the ammeter in both style
and readout.
Does your bid comply with this requirement?
YES (x )
NO ( )
4.12 tte System. The vehicle shall be supplied with four (4)�
volt, Group 31 batteries. Two (2) of the batteries shall be
the OEM batteries with a combined minimum cold cranking ampere
rating of 1600 CCA. These batteries are to remain in the
original O.E.M. location. Two (2) additional batteries shall
be provided. They shall be Group 31 batteries rated at 950 CCA
each with a reserve of 185 minutes each.
Does your bid comply with this requirement?
YES ( )
NO ( )
4.12.1 The four (4) Group 31 batteries shall be securely mounted in a
slide out battery tray. This tray shall be located as a part
of the driver's entry step. This compartment shall be vented to
prevent excessive heat build up. The tray slides shall be
rated to support a minimum of 500 pounds. To minimize voltage
drops associated with excessively long cable runs, battery
storage behind the rear axle is not acceptable.
Does your bid comply with this requirement?
YES ( K )
NO ( )
4.12.2 There shall be furnished a Cole--Hersee #M284 battery selector
switch. This switch shall be mounted on the left side of th
driver's console. The battery system shall be wired in
accordance with Federal Specification KKK-A-1822D per modified
figure 5 drawing for diesel engine applications. Documentation
F
shall be easily accessible for service and maintenance. It
shall not interfere with any function or feature of the O.E.M.
dash.
The switches and gauges will be in a overhead panel. The
switches left of the OEM radio. The gauges in angled to driver
bezels right of the OEM radio.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.20.1 There shall be an area provided at the rear of the console for
the storage of map books and other related items.
Does your bid comply with this requirement?
YES ( )
NO ( )
4.21 Patient Compartment Controls. All switches and controls for
the patient compartment, including those for the heat/air unit,
shall be located on a service panel in the action area. These
switches shall be of the same design and construction as found
in the driver's control console. These switches shall not be
activated unless the RMASTERH switch in the driver's console is
in the NONX position.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.22 Marking of Switches Indicators and Control 11eviggs. All
switches, indicators and control devices supplied by the
€second stager manufacturer shall meet the requirements of
paragraphs 4.1.4 of these specifications.
Does your bid comply with this requirement?
YES
NO ( )
4.23 Electromagnetic Radiation and Suppression. Electrical
components, electronic equipment and devices used and installed
on the ambulance, in addition to all sub -systems (chassis,
warning systems, etc.), shall be electromagnetic radiation
suppressed, filtered, or shielded to prevent interference to
radio and telemetry equipment aboard the vehicle and
surrounding area. The RFI of the completed ambulance shall not
exceed the maximum limits of SAE J551. Electrically operated
medical equipment furnished shall comply to MIL-STD-461,
Electronic interference characteristics requirements for
aeromedical equipment.
Does your bid comply with this requirement?
29
4.16 115 Volt AC Utility Power. The vehicle shall be furnished h
a 2-wise plus ground 1.15 volt AC wiring system that is'sepa e
and distinct from the vehicle's 12 volt DC wiring system(s).
The 115 volt AC electrical system, including wiring and
associated equipment, shall comply with Article 551 of the
National Electrical Code. This system is to be used while the
vehicle is on standby for powering maintenance devices, medical
equipment battery chargers, and any other device(s) deemed
necessary -by this Agency. The 115 volt system shall incorporate
a ground fault interrupter (GFI) device and a 15 ampere circuit
breaker which can be used as a XMASTERX 115 volt disconnect
switch. The GFI and circuit breaker may be an integral unit.
All of 115v AC electrical system components are to be listed by
a nationally recognized testing laboratory, and are to be
recognized by OSHA under Appendix A to 29 CFR 1910.7.
Documentation of compliance to this requirement from an
independent testing laboratory shall be submitted with the
Bidder's proposal.
Does your bid comply with this requirement?
YES ( X )
NO ( )
4.17 Utility Power Connector. Shall be two (2) Kussmaul
Auto Ejects. One (1) is for standard shoreline use,
second is for a patient dompartment heater.
Does your bid
comply with this
YES (X )
NO ( )
requirement?
WP--20 Super
and the
•
4.18 electrical 115 Volt AC Receptacles. Four (4) Duplex outlets.
Does your bid comply with this requirement?
YES( )
NO( )
4.19 Generator For On --Board 115 VAC Power.
Not required.
Does your bid comply with this requirement?
YES( X )
NO( )
4.20 Instrument Consoles.
Between the driver's and passenger's seat there shall be
provided a control console. This console shall house the siren
control, battery selector switch, and rear camera monitor.
There shall be a clear area provided for the installation ce
radio control heads. It shall be constructed to match the
lines, contours and color of the cab interior. The console
28
upper corner areas of the ambulance body below the horizontal
roof line, with the single clear light mounted midway between
the two front facing red upper corner lights. The single amber
light shall be mounted midway between the two rear facing red
upper corner lights. These warning lights shall not be
obstructed by doors or other ancillary equipment. The red
1grillel lights shall be located at least 30 inches above the
ground and below the bottom edge of the windshield and be
laterally separated by at least 18 inches, measured from center
line to center line of each lamp. All warning lights furnished
shall be mounted to project their highest effective intensity
beams on the horizontal axis.
Does your bid comply with this requirement?
YES ( Y( )
NO ( )
6
5.2.2 To meet the above requirements the ambulance shall be equipped
with the following lights in the specified locations:
ALL BULBS SHALL BE LINEAR TYPE
1. The ambulance shall have two (2) Whelen Engineering series
97S RED strobe lights on each side of the modular body (total
of 4).
4
2. There shall be four (4) Whelen Engineering series 97S lights
on the rear of the modular body. Two (2) with red lens & two
(2) with amber lens.
3. There shall be one (1) Whelen Engineering series 73S AMBER
strobe light on the rear of the modular body between the two
RED 97S lights.
4. There shall be two (2) Whelen Engineering series 97S RED
strobe lights on the front of the modular body.
5. There shall be one (1) Whelen Engineering series 97S Amber
strobe light on the front of the modular body between the two
RED 97S lights.
6. In the grille of the cab -chassis there shall be two (2)
Whelen Engineering series 97S RED strobe lights with polished
flanges.
7. In the front fenders of the cab -chassis the shall be one (1)
Whelen Engineering series 73S RED strobe light located on each
side (total of 2). These lights shall have polished flanges.
8. Forward of each rear wheel well on the modular body shall
be a Whelen Engineering series 73S RED strobe light located on
each side (total 2). These lights shall have polished flanges.
9. The strobe warning light system shall use two (2) Whelen
31
YES ( r( )
NO ( )
5.0 VEHICLE LIGHTING REQUIREMENTS.
5.1 Vehicle Exterior Lighting. The basic exterior rescue vehicle
lighting shall comply to FMVSS Standard No.108 and the
requirements herein and include: amber front and rear
directional signals and hazard warning lights, front, rear and
side marker lights, backup light(s), clearance lamps, emergency
warning lights, floodlights, and spotlight(s). The rear side
marker light shall be a minimum of 3x and shall also function
as a turn signal indicator as described in Federal
Specification 1CKK-A-1822D. Documentation of compliance to
FMVSS No. 108 from an independent testing laboratory shall be
submitted with the Bidder's proposal.
Does your bid comply with this requirement?
YES ()< )
NO ( )
5.1.1 The vehicle's brake lights, tail lights and rear turn signals
shall be Whelen Engineering series 64H with twist -lock, field
relampable assemblies. The turn signals shall have an amber
arrow guide lens. These three light assemblies shall be
installed in a polished Aluminum trim ring. The shall be set
as brake/tail--red, turn arrow -amber and back up lights.
Whelen 73H amber guide arrows in Cast Products angled housing
shall be positioned to the rear of the wheel wells. They shall
be interfaced into the turn signal system.
Does your bid comply with this requirement?
YES ( X )
NO ( )
5.2 Vehicle Emergency Light;incr Systems. The emergency lighting
system must provide the vehicle with 360 degrees of visual
warning conspicuity as required in paragraph 3.8.2 of KKK-A-
1822D. The system must display highly perceptible and attention
getting signals that function in a model system and convey the
message in the PRIMARY MODE - XClear the Right-of-Wayx and in
the SECONDARY MODE - NHazard, Vehicle Stopped on Right-of-WayX.
Does your bid comply with this requirement?
YES ( X )
NO ( )
5.2.1 The basic warning light system shall contain twelve (12) fixed
red lights, one (1) fixed clear light, and one (1) fixed amber
light. These lights shall function in a dual mode system as
shown in paragraph 3.8.2.2 of KKK-A-1822D and meet the physic
and photometric requirements as described in that paragraph.
The upper body warning lights shall mounted at the extreme
30
. 5.5 Tests Warning Light System. To confirm that the vehicle Is
warning light system complies with the requirements of these
specifications, NFPA 1901 and those of Federal Specification
KKK--A--1822D, documents shall be provided from an independent
testing laboratory that will certify that the vehicle meets
these requirements. These certifications do not need to be
supplied with the bid response but shall be provided to the
Purchaser prior to final acceptance of the vehicle.
Does.your bid comply with this requirement?
YES ( X )
NO ( )
5.6 Elood and Loading,,,,Lights (Exteriorl. Flood and loading lights
shall be not less than 75 inches above the ground and
unobstructed by open doors. Floodlights shall be located on the
left and right sides of the ambulance, and be firmly fastened
to the reinforced body surfaces below the roof line. The
lamp(s) H-V shall be projected downward at an angle of 13
degrees from the horizontal plane.
Does your bid comply with this requirement?
YES ( X )
NO ( )
5.6.1 The lighting on each side of the ambulance shall consist of two
(2) Whelen Engineering series 97H halogen lights with a 13
degree internal optical lens (total of 4). Floodlight switches
shall be located on the cab console, and control each pair of
side scene lights independently.
Does your bid comply with this requirement?
YES ( X )
NO ( )
5.6.2 There shall be two (2) Whelen series 73H lights with a 26
degree internal optical lens. Loading light(s) shall
automatically be activated when the rear door(s) are opened and
shall be incorporated with the FMVSS backup lighting system.
Does your bid comply with this requirement?
YES ( X )
NO ( )
5.7 Spotlight. A hand held spotlight shal
minimum 400,000 candle power lamp. Th
i
33
Engineering model UPS--188C & one (1) Whelen Engineering mod
UPS 94C power supplies.
10. Unit shall have head light flashers using a Whelen
Engineering UHF-2150 flasher.
11. Two (2) Federal Model 2250 three pod View Points shall be
mounted on the cab roof. Pod set up to be RED-95FPM <> CLEAR-
175FPM [> RED-95FPM.
Does your bid comply with this requirement?
YES ( X )
NO ( )
5.3 Photometric and Physical Recruirements. Each emergency light
shall flash on/off 75 to 80 times per minute and have a minimum
of 20 sq. inches of illuminated viewing area. The warning
lights shall, project a beam spread of at least 5 degrees up and
5 degrees down, and at least 45 degrees left and right of H-V.
Each light shall produce a gradual gradient of effective
intensities from the H-V to all the extreme test point
coordinates as shown below. The effective intensities shall be
determined in accordance with the Illumination Engineering
Society's (IES) guide for calculating the effective intensity
of flashing lights.
t
Does your bid comply with this requirement?
YES ( )
NO ( )
5.4 Hardware. Construction. switching Arrangements. The emergency
lighting system shall be comprised of components and devices
that comply to the general requirements and tests of SAE J575g,
J576d and J551. Warning lights shall be firmly fastened to
reinforced body surfaces. All switches, connectors, and wiring
shall be rated to carry a minimum of 125% of their maximum
ampere load.
Does your bid comply with this requirement?
YES ( K )
NO ( )
5.4.1 All emergency light switches shall be labeled as specified in
paragraph 4.1.4 of this specification. The PRIMARY/SECONDARY
mode switch(s) shall have an indicator light(s) to show the
driver which mode is activated. All warning light control
switches shall be located in the driver's control console. The
emergency light switches shall be wired and arranged to provide
the warning light signal modes and combinations as specified in
Table I of KKK-A-18220, page 19. .
Does your bid comply with this requirement?
YES
NO ( )
32
but must be supplied prior to final acceptance of the vehicle
by this Agency. "
Does your bid comply with this requirement?
YES ( k )
NO ( )
5.9.3 In the attendant's work/action area there shall be provided tw
(2) 19" long incandescent, twin bulb, 12v DC light. This
light shall be controlled by a switch on the either the light
itself or the attendant's control console.
Does your bid comply with this requirement?
YES ( x )
NO ( )
6.0 CAB -BODY DRIVER COMPARTMENT AND EQUIPMENT.
6.1 Driver Is'Compartment Cab -Body Structure. A fully enclosed
driving compartment with seating capacity for not less than tw
(2) persons shall be provided. This cab shall meet the
requirements of paragraph 3.9.1 of KKK-A-1822D.
Does your bid comply with this requirement?
YES ( x )
+ NO ( )
6.2 Cab-Bod Provisions. The emergency medical care vehicle cab
shall meet the requirements of paragraph 3.9.2 of KKK-A-1822D.
To reduce future liability to this Agency the Bidder shall
submit prior to the delivery of the ambulance certifications
from an independent testing laboratory that the vehicle being
bid meets these requirements.
Does your bid comply with this requirement?
YES ( X )
NO ( )
6.3 Cab Compartment Driver and Assistant Seat. The cab shall be
provided with bucket seats with lap and shoulder harness for
both driver and passenger. The seats shall be frame constructe(
with cushioned springs or foam rubber, padded and upholstered
to provide maximum riding comfort. The seats shall be covered
with a fire --retardant, washable, artificial leather or plastic
nonabsorbent material.
Does your bid comply with this requirement?
YES
NO ( )
6.4 Controls and operating Mechanism. All cab controls and
operating mechanisms shall meet the requirements of paragraph
3.9.4 of Federal Specification KKK-A-1822D.
35
Does your bid comply with this requirement?
YES (,X )
NO ( )
5.8 Vehicle Interior Lighting. The basic interior ambulance
lighting configuration shall be designed to minimize electrical
loads and include: a driver's compartment dome light,
instrument panel lights, master switch panel and console
light(s). Lighting shall be designed and located so that no
glare is reflected into the driver's eyes or his line of visior
from the switch control panels or other areas that are
illuminated while the vehicle is in motion. The patient
compartment dome lighting shall be sufficient at the stepwell,
and the control panel shall be clearly visible or separately
illuminated.
Does your bid comply with this requirement?
YES ( x )
NO ( )
5.9 P tient Compartment Illumination. The patient compartment
shall be provided with eight (8) overhead Mdual-intensityX
halogen lights. There shall be four (4) lights located over
the Xprimaryl patient area and four (4) over the squad bench.
These lights shall be mounted into the patient compartment d
liner and protrude miniially into the patient compartment. tie
supplied lights shall have Idual--elements bulbs for two (2)
levels of illumination. The IlowX or Idiml level, shall be
provided for the patient's comfort.
Does your bid comply with this requirement?
YES
NO ( )
5.9.1 The attendant shall be able to control these lighting levels
from the patient compartment console. These dual levels shall
work together or differ from side to side. This light level
shall not be rovided by the use of a rheostat, but by Xrockerl
type switches found in the attendant's console. When either
the curb side or rear door(s) are opened, the four (4) lights
over the PRIMARY patient shall light automatically. The lights
over the squad bench shall not light to conserve power.
Does your bid comply with this requirement?
YES ( X )
NO ( )
5.9.2 Any system using either rheostat controlled lighting or
fluorescent lighting shall be unacceptable and shall not be
considered. Patient compartment lighting shall meet the
requirements of paragraph 3.8.5.1 of i{KiC--A-1822D.
Certifications shall be provided by an independent testing
laboratory of compliance to this requirement. These
certifications do not need to be included with the Bid Proposa:
34
6.6.2 Fasteners used on the vehicle shall be nickel plated stainless
steel. Exterior trim pieces may be aluminum. They shall be
is "machine" thread screws not "sheet" thread screws. The
fastener's threads shall be coated with Locktite to prevent
loosening from vibrations. The manufacturer shall provide
nylon washers underneath the screw heads to protect against
corrosion from electrolysis. Ferrous steel fasteners even if
plated or coated shall not be acceptable. Should a vehicle be
delivered without the fasteners described above it will -he
rejected. NO EXCEPTIONS.
Does your bid comply with this requirement?
YES
NO ( )
6.7 Override Front Bumper Guard. Not required.
Does Iyour bid comply with this requirement?
YES ( )
NO ( )
6.8 Fenders. There shall be provided on the vehicle, fender
extensions over the dual rear tires. They should be designed to
provide protection against wheel wash. They shall be of rubber
construction to provide protection to the ambulance.
4
Does your bid comply with this requirement?
YES ( )
NO ( )
6.9 Engine Hood. The engine hood and cowl shall be fitted to
prevent precipitation, heat, odors, and noise from entering the
interior of the cab and body. Cab compartment hood shall open
sufficiently for easy access to engine components requiring
routine maintenance.
Does your bid comply with this requirement?
YES ( X )
NO ( )
6.10 Cab Patient compartment Access. There shall be a rubber
accordion type bellows connecting the cab to the modular box.
It shall be constructed of a rubber based flexible expandable
one piece bellows on four sides.
Does your bid comply with this requirement?
YES ( x )
No ( )
7.0 vEHICLE BODY AND PATIENT AREA.
37
Does your bid comply with this requirement? •
YES (>C )
NO ( )
6.5 Outside Rear View Mirrors. The vehicle shall, be equipped with
West Coast style exterior mirrors. They shall be firmly secures
vibration less rear view mirrors, having a combination wide
angle mirror system. The mirrors shall have the largest usable
reflective area practical for the vehicle totaling at least 12E
square inches per vehicle. All four mirror heads shall be
independently adjustable and all hardware shall be of polished
metal.
Does your bid comply with this requirement?
YES (}C )
NO ( )
6.6 Bumpers and Steps. The chassis manufacturer's standard chrome
bumper shall be furnished on the front of the cab. The rear
bumper and step assembly shall be a single unit constructed of
4 inch steel X CN structural channel and .125 inch thick
aluminum diamond plate. The center step of the bumper assembly
shall be designed to allow it to XflipX up out of the way for
easier loading of the patient. This step shall be of open grate
material to meet the requirements of =-A-1822D. The hinge
provided for this step bhall be stainless steel piano hinge
with a center pin diameter of at least .250 inch. This bumper
assembly shall be bolted to the chassis frame. There shall be
at least one inch clearance between the bumper assembly and the
rear of the modular body. Above the bumper assembly and below
the rear doors, there shall be a full length riser of polished
aluminum diamond plate for a protective kick panel. Two (2)
large heavy duty dock bumpers shall be installed.
Does your bid comply with this requirement?
YES ( x )
NO ( )
6.6.1 For additional protection to the modular body, there shall be
provided contoured diamond plate stone guards on the front and
rear corners of the body.
Does your bid comply with this requirement?
YES ( X )
NO ( )
36
7.4.1 Width: The width of the patient compartment, after the
installation of the cabinets, shall provide at least 63 inches
between the left and right wall and at least 44 inches between
the left wall and the face of the squad bench.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.4.2 Hight: The patient compartment shall provide at least 72
inches of height over the primary patient area measured from
floor to ceiling.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.5 Body, G6eral Construction. It is the intention of these
specifications to require that the ambulance's modular body be
of all aluminum, welded construction. The exterior of the body
shall be constructed of aluminum sheet with a alloy and temper
of 5052 H32 for strength, ease of welding and corrosion
resistance. All frame members shall have alloy and temper
strengths of 6063-T6. All extrusions used in the manufacture
of the modular ambulance body shall have been designed
specifically for the manufacture of emergency vehicles. No
• Matandardit or Istockil catalog extrusions shall be used in the
manufacture of the ambulance body. The Bidder shall submit a
signed affidavit that the extrusions used in the body meet this
requirement. All frame and structural members shall be MIG
(metal arc inert gas shielded) welded together to form a droll
cages. No rivets, screws, adhesive or other mechanical
fasteners shall be used for the attachment of any structural or
frame member used to form this Aroll cage[.
Does your bid comply with this requirement?
YES ( x )
NO ( )
7.5.1 Corner and Side Wall Assembly. The corners of -the modular body
shall be constructed of an extruded hollow aluminum shape. The
cavity of this hollow shape shall be no larger than necessary
to provide a solid connecting point for the horizontal
structural members. Its design must allow for a minimum of six
(6) inches of continuous weld where each horizontal structural
member abuts the corner extrusion. This extrusion shall have z
minimum wall thickness of .125 inch. The corner extrusion
shall have at least one (1) internal wall gusset of at least
.188 inch high and .125 inch wide running the entire length of
the extrusion. This requirement is to reduce the possibility
of the extrusion bending, twisting or suffering other
deformation when impacted or otherwise stressed.
Does your bid comply with this requirement?
WM
7.1 Pody_Accommodations_. The ambulance body and patient
compartment shall, be sufficient in size to meet the
requirements of this specification and those of paragraph
3.10.1 of KKK--A-1822D.• The interior layout shall be such that
a technician can administer life support treatments to at least
one person during transit.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.2 Cab and Body -Access Between Compartments. The ambulance and
body bulkheads shall have an aligned opening of at least 640
square inches for visual and voice check of conditions in the
patient's compartment.
Does your bid comply with this requirement?
YES ( x )
NO
7.3 Emergency Medical Technician EMT Seatin . Seating for the
attendant shall consist of a contoured NEVS Childs Safety Seats
bucket seat. It shall be heavily padded to provide both comfort
as well as protection to the attendant. This seat shall be
mounted on a storage cabinet and shall be provided with a seat
belt for -the attendant.`The seat shall have an adjustable tom}
to allow movement for attendants of different size. While t�
seat shall be mounted to a storage cabinet, it shall be
attached in such a way that the seat is connected to the floor
structurals by means of steel braces. The seat shall NOT be
attached to the cabinet only. Should the unit be delivered and
not meet the above requirement it shall NOT be accepted. This
seat and it's installation shall be per the requirements of
FMVSS.
Does your bid comply with this requirement?
YES ( )
NO ( )
7.4 Patient Compartment Interior Dimensional Parameters. The
patient compartment of the ambulance shall meet the following
as minimum requirements:
Lprmth: Length measured from the bulkhead to the inside edge
of the rear doors at the floor shall be at least 153 inches.
There shall be at least 25 inches and not more than 30 inches
of clear space at the head of the primary patient, measured
from the face of the backrest of the attendant's seat to the
forward edge of the style 1 cot.
Does your bid comply with -this requirement?
YES ( X )
NO ( )
38
i
this center spine extrusion and the outer roof rail extrusions
to form the roof sub -structure.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.6.1 The perimeter roof rail extrusions shall be constructed of an
extruded hollow aluminum shape. The cavity of this hollow
shape shall be no larger than necessary to provide a solid
connecting point for the horizontal structural members. Its
design must allow for a minimum of six (6) inches of continuous
weld where each horizontal structural member abuts the corner
extrusion. This extrusion shall have a minimum wall thickness
of .125 inch. A drip rail shall be included as an integral
feature of this extrusions design. A drip rail that is
screwed, taped, riveted or otherwise mechanically fastened to
the roof extrusion is not acceptable.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.6.2 The lateral roof bows, shall be 21 X 21 square aluminum extrude(
tubing with a minimum gall thickness of .125 inch. The
extrusion shall be designed so that each of its four (4) walls
incorporates an integral wall gusset of at least .125 inch higi
and .125 inch wide running the entire length of the extrusion.
This requirement is to reduce the possibility of the extrusion
bending, twisting or suffering other deformation when stressed
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.6.3 To ensure full weld penetration the extrusion shall have a 45
degree Xweld bevelm on all four corners of the extrusion. Thi
Xweld bevel# can be part of the extrusion design or manually
ground off the extrusion prior to assembly. In either case th
extrusion's wall thickness shall be a minimum of .125 inch at
all surfaces. Extrusions with 90 degree corners are not
acceptable.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.6.4 These structural members shall be located so that the roof ski
is supported on 141 centers. The roof bows shall interconnect
with the roof rails and the center ispinex and be continuousli
• welded at all contact points: In no case shall a lateral roof
bow span more than 45 inches.
Does your bid comply with this requirement?
41
YES (X )
NO ( )
7.5.2 The side assembly shall be reinforced with square aluminum
extruded structurals on an average of 12 inch centers. These
structural members shall be 21 X 21 extruded tubing with a
minimum wall thickness of .125 inch. The extrusion shall be
designed so that each of its four (4) walls incorporates an
integral wall gusset of at least .125 inch high and .125 inch
wide running the entire length of the extrusion. This
requirement is to reduce the possibility of the extrusion
bending, twisting or suffering other deformation when stressed.
These structurals shall be MIG (metal arc inert gas shield&d)
welded together to form the body Iroll cages.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.5.3 To ensure full weld penetration the vertical wall extrusions
shall have a 45 degree Xweld bevels on all four corners of the
extrusion. This Nweld bevell can be part of the extrusion
design or manually ground off the extrusion prior to assembly.
In either case the extrusion's wall thickness shall be a
minimum of .125 inch ate all surfaces. Extrusions with 90
de ree corners are not'acce table. .
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.5.4 The skin covering the front, side and rear walls shall be
aluminum sheet with a alloy and temper of 5052 H32 for
strength, ease of welding and corrosion resistance. Where the
skin contacts the corner extrusions or the roof rail extrusion
it shall be MIG (metal arc inert gas shielded) welded. The
skin shall be attached to the vertical and horizontal wall
structurals with VHB (Very High Bond) adhesive to minimize
rigidity in the wall assembly. In no case shall screws, rivet
or other mechanical fasteners be used to attach the skin to
these structural members.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.6 Roof Assembly. The roof's sub -structure assembly shall consis
of four (4) perimeter roof rail extrusions, lateral roof bows,
longitudinal center spine and interconnecting corner caps. Th
roof's sub -structure shall have a center longitudinal ext c
0
running parallel to the side -roof rail extrusions. This cc e
Ispinel extrusion shall have alloy and temper strengths of
6063-T6. It shall measure at least 8 inches wide but no more
than 10 inches wide. The lateral roof bows shall be welded tc
40
structures and exterior compartments. All critical load points
shall be reinforced with 1/2 inch plate gussets. The floor
structural members shall be placed on a combination of 8 inch
and 12 inch centers.
Does your bid comply with this requirement?
YES
NO ( )
7.8.1 The lateral and longitudinal floor structural members shall be
29 X 21 square aluminum extruded tubing with a minimum wall
thickness of .125 inch. The extrusion shall be designed so
that each of its four (4) walls incorporates an integral wall
gusset of at least .125 inch high and .125 inch wide running
the entire length of the extrusion. This requirement is to
reduce the possibility of the extrusion bending, twisting or
suffering other deformation when stressed.
Does your bid comply with this requirement?
YES (.X )
NO ( )
7.8.2 To ensure full weld penetration the extrusion shall have a 45
degree zweld bevels on all four corners of the extrusion. This
Xweld bevels can be par4 of the extrusion design or manually
ground off the extrusion prior to assembly. In either case the
extrusion's wall thickness shall be a minimum of .125 inch at
all surfaces. Extrusions with 90 degree corners are not
aAccertable,.
Does your bid comply with this requirement?
YES
NO ( )
7.8.3 Under the floor sub -structure there shall be applied a moisture
barrier of .050 inch thick aluminum skin. Over this moisture
barrier there shall be 2v high density closed_ cellfoam black.
Above the foam block shall be hi high density acoustic
insulation laminated to_a top floor of 314 inch 7 321y marine
-grade plywood. This shall be securely anchored to the sub-fraME
by 1/4 inch X 2 1/2 inch floor screws. The flooring shall
extend the full length and width of the patient compartment or
body (including the space under the cabinets).
Does your bid comply with this requirement?
YES
NO ( )
7.8.4 High Density 21 Closed Cell Foam Block Insulation. Every void
on the curbside wall, streetside wall, forward wall, rear wall,
floor, and ceiling shall be completely filled with tight
. fitting blocks of this foam. -The standard reflective
insulation will then cover the block foam with the exception o-
the floor.
43
YES ( ;K )
NO ( )
•
7.6.5 The roof skin shall have a alloy and temper strength of 5052
H32. The roof skin will be fully seam welded where the skin
contacts the center Ispinel extrusion and the two (2) parallel
roof rail extrusions. The skin shall be attached to the
lateral, roof bows with VHB (Very High Bond) adhesive to
minimize rigidity in the roof assembly. In no case can screws,
rivets or other mechanical fasteners be used to attach the skin
to the lateral roof bows.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.6.6 To provide additional strength and to resist crushing, the
finished roof structure shall incorporate a scrowng or 'roll"
so that the center of the roof is at least 1. 3/4 of an inch
higher than the sides. In addition to providing extra
strength, this Worowng or "roll" shall prevent water from
standing on the modular roof. This shall be accomplished
without weakening the roof members by bending or in . Any
construction technique used that reduces the strength of the
roof members is not acceptable. NO EXCERTMON.
Does comply our bid with this requirement?
Y P Y
YES
NO ( )
7.6.7 The corner caps shall be designed to interlock with the roof
perimeter and vertical corner extrusions and roof sheet. The
corner caps shall be formed of aluminum and made from matched
metal dies to assure a smooth and pleasing appearance. To
further enhance the structural integrity of the modular body
all contact points between the corner assembly and the roof
perimeter shall be fully welded.
Does your bid comply with this requirement?
YES
NO ( )
7.7 The exterior of the body shall be finished smooth and shall
present a modern and aerodynamic appearance and shall embody
provisions for doors and windows specified herein.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.8 Floor. The floor shall be at the lowest level permitted by 0
clearances. The floor structure shall consist primarily of 2
X 2 X .125 inch structural box section of 6063-T6 aluminum. The
finished assembly shall be securely welded to the wall
«a
modular body that will provide many years of service the
manufacturer shall warranty the modular body structure -for a
period of at least 20 years. This warranty shall be in writinc_
and shall be included with the Bid Proposal. Bidders who fail
to meet this reggirement shall not be considered as res onsivf
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.11 Vehicle Body Structure. All parts of the exterior rescue body
shall, where applicable, be of welded construction. Where
fasteners are used in such area as hinge attachment, hardware
attachment, etc., the fasteners shall be stainless steel, self
tapping, Inachine thread screws. These- fasteners shall be
nickel plated and have Locktite or a similar coating. A nylor.
washer $hall be placed under the head of each fastener to
prevent contact between the stainless steel and the aluminum
body surface. Rivets, sheet metal screws, plated or coated
ferrous steel and other mechanical fasteners are not
acceptable. Ep EXCEPTION.
Does your bid comply with this requirement?
YES ( X )
4 NO ( )
7.11.1 There shall be metal tapping plates welded to the body or
framing to provide firm securing for installed equipment and
devices (cabinets, benches, partitions. cylinders holder(s)
etc.). They shall be bolted in place.
Does your bid comply with this requirement?
YES
NO ( )
7.11.2 In addition to the drip rail found in the roof extrusion there
shall be a drip rail provided over each exterior compartment
door. These drip rails shall be attached in such a manner as
to provide quick and easy replacement. They shall not be
riveted or screwed in place. They shall be bright or polished
finish.
Does your bid comply with this requirement?
YES ( 5e )
NO ( )
7.11.3 The vehicle shall be provided with lower body rub rails. The
rub rails shall be along the lower edge of the module skirt.
They shall be made of aluminum channel with a heavy --duty
removable rubber insert. These shall provide a pleasing
• appearance as well as providing impact protection to the lowe7
body area.
Does your bid comply with this requirement?
45
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.S.5 Due to an increased concern over carbon monoxide penetration
into the patient compartment, it is imperative that the entire
underside of the modular body be sealed. All hollow corner
structurals shall, be sealed with removable plates screwed to
fittings in the vertical extrusion.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.8.6 Floor Coverincrs and color. The floor covering shall be a
vinyl m4terial with a high PVC conteht. This covering shall
be of a color that matches and compliments the color scheme of
the interior and shall extend up the side walls 3 inches for
ease of cleaning. On the main wall, squad bench and side door
cabinet the floor will be recessed into the cabinets.
(Armstrong Seascape Smoke)
Does your bid comply with this requirement?
YES ( X )
4 NO ( ) �-
7.9 Stepwell side door). The curb side door stepwell shall be
automatically lit when the side or rear doors are opened. The
stepwell shall be finished with highly polished aluminum
diamond plate. The stepwell will have two steps.
Does your bid comply with this requirement?
YES
NO ( )
7.10 Structural Load Testing. The modular ambulance body as a unit
shall be designed and built to provide impact resistance. The
body shall be of sufficient strength to support the entire
weight of the Ofullyl loaded vehicle on its top or side if
overturned, without crushing, separation of joints, or
excessive deformation of roof bows or reinforcements, body
parts, doors, floor members, inner linings, outer panels, rub
rails or any other structures. As proof that the modular
ambulance body meets the above criteria, the Bidder shall
furnish along with his bid certifications from a inde endent
testing laboratory that the body he is bidding meets the Stati
Load Test Code for Ambulance Body Structure, AND Standard 001.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.10.1 Since it is the purpose of these specifications to provide a
C'V
7.14 Door Latches Hinges, and Hardware. When the doors are opened
the hinges, latches, and door checks shall not protrude into
the access area. All crew compartment doors as well as exterior
compartment doors shall employ the same type locking hardware.
All door latches, hinges, and hardware shall comply with the
requirements of FMVSS 206. Certifications from an independent
testing laboratory shall be provided confirming compliance to
FMVSS 206. All hardware shall meet the following requirements:
7.14.1 The locking devices shall be FMVSS approved, two position
rotary locks. There shall be two (2) such locks at both top and
bottom (when applicable) of each door. These locks shall lock
onto a XNaderg type pin with wheadX found in the door frame.
This pin shall pass through the door frame and into a threaded
steel receiver assembly. This pin shall be adjustable and both
it and its receiver shall be easily removable for replacement.
The door frame shall be milled so that the pin's receiver can
be replaced by the removal of only two screws. Locking systems
that do ndt allow for this feature are not acceptable.
Does your bid comply with this requirement?
YES ( x )
NO ( )
7.14.2 The door handle shall beya flush upaddlem style handle of
highly polished chrome plated steel construction. On the
patient compartment rear and side entry doors, the inside
handle shall be equipped with an inside door lock. All exterior
storage compartments and patient compartment entry doors shall
be lockable with the same key. The locking system shall be
actuated from the locking handle by ,adjustable stainless steel
Rush rods. These push rods shall have threaded ends for ease
in removable or replacement. Locking systems using cable and
u le s are not acce table. NO EXCEPTION.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.14.3 All exterior rescue body doors shall be equipped with rubber
gaskets. The gasket shall be of a dense closed cell type
material forming an extruded bulb (hollow) design. This gasket
shall fit onto the door frame extrusion and be unbroken around
the full perimeter of the opening. Any locking system that
allows the locking mechanism to break the crasket integrity is
unacceptable. NO EXCEPTIONS.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.14.4 All exterior modular body doors shall be attached using a full
length stainless steel piano hinge with a pin of at least .250
inch in diameter. To prevent undue stress on the door hinge,
47
YES ( x ) L 0
NO ( )
7.12 Body Mounting. The mounting system shall be a uniform load
bearing platform mount with a continuous rubber isolator which
is encapsulated by the floor sill structural member. A one
inch thick rubber isolating mount spacer shall be installed
between the frame and the module structure to dampen the
vibration transmitted from the road. The mounting system used
cannot cause any chassis frame deformation. The modular body
shall be attached to the vehicle chassis via a minimum of
twelve (12) Lord bushings using hardened steel bolts. These
bolts shall carry a manufacturer's strength rating of at least
a Grade S. NO EXCEPTION.
Does your bid comply with this requirement?
YES (x )
NO ( )
7.13 Doors. The doors for the emergency medical care vehicle's bodl
shall be constructed of an extruded aluminum frame with a 3/161
panel face. These extrusions shall have a alloy and temper
strength of 6063-T6 and have a minimum wall thickness of .125
inch. To ensure ease of future replacement a Span formedl
style door is not acceptable.
with this requirement?
Does your bid comply �
YES ( X )
NO ( )
7.13.1 The exterior door skin shall have a alloy and temper strength
of 5052 H32. The interior door skin shall be bright aluminum
diamond plate. The overall door thickness shall be at least 2
inches but shall not exceed 2.25 inches. This limit is
required to maximize interior compartment depth.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.13.2 The emergency medical care vehicle's body shall have a double
door opening for access into the patient compartment. These
rear doors shall cover a clear opening of not less than 63
inches high and 43.5 inches wide. These rear doors shall be
provided with Cast Products "Grabber" door hold opens. The
curbside entry door shall provide an opening of at least 30.5
inches wide x 72 inches high. This door shall be fitted with
dual spring reciprocating hold open/closure device. The push
rod of this assembly shall be of stainless steel.
Does your bid comply with this requirement?
YES ( >C )
NO ( )
46
• laboratory shall be provided that compliance to paragraph
3.15.2(C) of KKK-A-1822D has been met.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.15 Wheel Housings. There shall be a splash shield between.the
body wheel housing and the wheel(s) extending over the top of
the tires to the bottom of the body side skirting. It shall be
constructed of .1.25 inch aluminum sheet construction and be
welded in place. The wheel house openings shall allow for tire
chain usage and easy tire removal and service. The wheel
housings shall be undercoated or rustproofed.
Does your bid comply with this requirement?
YES ( A )
NO ( )
7.15 Windows, There shall be at least two (2) windows in each of
the three (3) patient compartment access doors. The window
frame shall be of an extruded aluminum design with a protective
anodized finish. Each door will have one upper (1) sliding
window with screen & one (1) lower fixed glass. All glass!
have MEDIUM TINT. These windows shall have a minimum overall
dimension necessary to meet the requirements of paragraph
3.10.14 of KKK-A-1822D.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.17 Insulation. The entire ambulance body around the patient
compartment; sides, ends, roof, doors and floor shall be
insulated to enhance the environmental criteria specified in
paragraphs 3.4.2 and 3.13.1 of Federal specification KKK-A-
1822D.
Does your bid comply with this requirement?
YES ( }c )
NO ( )
7.17.1 The Isecond stage manufacturer shall supply an insulating
material that is non-flammable with a Class A, Class 1 fire
rating. It shall be certified to meet the smoke and
flammability requirements of FMVSS 302. Certification from thf
insulation manufacturer that the insulation meets these
requirements shall be furnished with this bid. Bids not
meeting this recruirement cannot be acce ted.
Does your bid comply with this requirement?_
YES ( )C )
NO ( )
!rJ
the door frame extrusion shall be designed to help support t4
hinge. The Bidder shall describe below how the design bid will
help support the hinge.
contains a reviver slot to help support the door.
7.14.5 ALL BIDDERS please take special notice to the above described
system. Because of increased safety concern, no other locking
system will be acceptable. There shall be provided
certifications from an ,independent testing laboratory that the
supplied system has been tested and complies to AMD Standard
002 as required in paragraph 3.10.9 of KKK-A-1822D.
Does your bid comply with this requirement?
YES (x )
NO ( )
4
7.14.6 There shall be grab handles provided at the curbside entry
opening into the patient compartment. There shall be one (1)
on each side mounted vertically inside the opening. These
shall be a minimum of 24 inches long. on each rear door,
mounted horizontally below the window opening there shall be
another grab handle at least 10 inches long. All grab handles
shall be so designed as to provide a safe hand hold. They
shall incorporate a ribbed, nonslip metal, surface. The ribs
shall be close enough together for a good gripping surface but
not so close as to prevent easy cleanup if soiled or bloodied.
The grab handle design shall be such that it is impossible for
the grab handle to turn in its support bracket. Certifications
shall be supplied with the bid that the grab handles have been
tested to and have passed the requirements of Federal
Specification KKK-A-1822D.
Does your bid comply with this requirement?
YES (x )
NO ( )
7.14.7 The overhead grab rail in the patient compartment shall be of
the same design and construction as described above. The grab
rail shall run the full length of the patient compartment at
its center. The grab rail's support brackets shall fit into a
track in the ceiling. This shall be designed to prevent an
twisting or loosening of the grab rail. The grab rail shale
designed to be recessed into the ceiling. To prevent possible
head injuries it shall not protrude into the patient
compartment. Certifications from an independent testing
48
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.19 Interior_Stowage Accommodations. The interior of the patient
compartment shall provide but not be limited to a minimum
volume of 30 cubic feet of enclosed storage cabinets,
compartment space and shelf space, which shall be conveniently
located for medical supplies, devices or other equipment. All
interior cabinets shall be fully lined inside with white
plastic laminate. Carpet, wood, or other linings are
unacceptable. As required by paragraph 2.7.1 of this
specification two (2) "D" size drawings of the proposed
ambulance design shall be provided with the Bid Response. Bids
not meeting this requirement cannot be. properly evaluated and
will not be considered responsive. Adjustable shelves to be
.1881 aluminum using mini Unistrut adjustable track.
streetside wall: Front to Rear
Ton Row - Three restocking cabinets with sliding glass
Middle Row - Access door to exterior compartment #4 & access
door to oxygen cylinder.
401W drawer under rear action area section.
Right Front storage Cabipet:
TOE,-- Solid top hinged door with gas struts
Center - Outside hinged door with plexi inserts
Bottom - Dual inside/outside open M cylinder storage area
Squad Bench:
Dual, tilt -out 2 gallon biowaste storage forward end
Single tilt -out quart needle container center aisle face squad
bench
Squad saver bar deceleration barrier on wall by door
Dual lid hold opens
Curbside Wall,: Front to Rear
Two (2) 33 �1 cabinets with sliding doors
Rear Wall End Squad Bench:
Two (2) stacked cabinets hinged doors with plexi inserts.
Above top cabinet a 1500 watt electric heater wire to
shoreline.
Does your bid comply with this requirement?
YES (x )
NO ( )
7.20 Location of Medical Egnipment and Supplies. The equipment and
supplies necessary for airway care, artificial ventilation,
oxygenation and suction shall'be within easy reach of the
technician at the head of the stretcher.
Does your bid comply with this requirement?
51
7.17.2 The insulating material used shall be of a non -settling type
It shall be resistant to fungi and bacteria growth. To
eliminate health hazards associated with airborne fibers a
composite fibrous material such as fiberglass shall not be
used.
Does your bid comply with this requirement?
YES
NO ( )
7.17.3 The insulation material used shall be installed so as to create
an unbroken thermal, acoustical, and vapor barrier throughout
the walls, ceiling and floor of the patient compartment. This
barrier shall have a minimum insulation R-value of 14. Any
insulating system that allows an exposed metal structural to
transfer heat or cold into the crew compartment is not
acceptable. All exterior modular body doors, compartment or
access, shall be similarly insulated.
Does your bid comply with this requirement?
YES (x )
NO ( )
7.17.4 Sound Deadening Insulation: The patient compartment floor
shall have a one quarters inch high density material laminate
to the under surface of the floor, Over top of both wheel
wells, and below the curbside entry stepwell. This shall seWe
as a sound deadening barrier for the patient compartment.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.18 Interior Surfaces. The interior of the patient's compartment
shall be free of all sharp projections. Exposed edges and
corners shall be broken with a radius, chamfered or shall be
covered with a highly polished stainless steel trim piece.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.18.1 The finish of the entire patient's compartment, including
storage cabinets and equipment, shall be impervious to soap and
water, disinfectants, mildew and shall be fire resistant as per
FMVSS 301. Upholstered cushions shall be a minimum of 35 ounce
upholstery material. They shall be assembled in such a fashion
seams. T This shall be done to reduce areas where contaminat
fluids can collect. The color of the interior shall be chose.
by this Agency from samples provided by the successful Bidder.
50
compartment. This inside access section shall have 2
adjustable shelves. inside access section separated by -vertical
wall from rest of compartment. Forward upper section two (2)
adjustable vertical dividers. Transverse backboard storage to
compartment #1 761L -- 209W -- 20XT divided into three (3)
sections.
Does your bid comply with this requirement?
YES ( x )
NO ( )
7.21.7 Extended Freightliner cab compartments - Two (2)
Shall have interior dimensions of 581H - 211W - 25/141D. Each
compartment to have a ROM door with lock. Roller drum to be
positioned high as possibley to allow maximum opening. Install
a hN solid aluminum pull out tool board on each rear wall.
Each tool board to have brackets for a SCSA - fire extinguisher
- axe - pry bar. Two (2) heavy duty coat hooks to be installed
in each compartment.
Does your bid comply with this requirement?
YES
NO ( )
7.21.8 Extended Freightliner cob compartment. The area behind the
streetside battery box under the extended cab section shall
have a space available compartment. Compartment to have a drop
down door & Matte Flex lined floor.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.21.9 The exterior compartments shall be lockable with one key
fitting all. They shall be equipped with the handle and door
locks as described in paragraph 7.14. Each exterior compartment
shall be automatically lighted when the door is opened and
shall activate the Icompartment door[ open warning light on the
driver's console.
Does your bid comply with this requirement?
YES ( y )
NO ( )
7.21.9 All exterior compartments shall be finished with .1251 bright
finished diamond plate.
Does your bid comply with this requirement?
YES
NO ( )
53
YES ( X ) .
NO ( )
7.21 Exterior Storage Accommodations. Compartment numbering begins
on the street side of the body behind the driver's area.
7.21.1 Compartment 1. Shall have interior dimensions of 75" high x
24" wide x 22" deep. Two (2) adjustable shelves in upper
section. Transverse back board storage to compartment #6 761L
- 201W - 20XT divided into three sections.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.21.2 Compartment 2. Shall have interior dimensions of 40.25" high x
45.5" wide x 22" deep. There shall be one (1) center divider
in this compartment. Walls in rear section to be lined with zx
marine plywood covered with black ABS plastic. Forward section
to house strobe power packs & battery charger.
Does your bid comply with this requirement?
YES ( X )
4NO ( )
7.21.3 Compartment 3. Shall have interior dimensions of 32.75" hiox
45.5" wide x 6" deep. This compartment shall house the
vehicle's electrical system.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.21.4 Compartment 4. Shall have interior dimensions of 60.25" high x
37.75" wide x 22" deep. There shall be four (4) adjustable
shelves in this compartment. One (1) vertical divider. Zico
IHM cylinder bracket in rear corner.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.21.5 Compartment 5. Shall have interior dimensions of 31" high x
33.5" wide x 22" deep. This compartment shall have two (2)
adjustable shelves & one (1) center divider.
Does your bid comply with this requirement?
YES
NO
7.21.6 Compartment 6. shall have interior dimensions of 75.87" high
37.75" wide x 22" deep. There shall be inside access into thi:
52
•
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.22.1 Exterior Compartment Fixtures. For descriptive purposes the
following requirements apply where said fixtures are required
in an exterior compartment by this specification:
7.22.2 Shelf. Unless specified otherwise a shelf shall be made of
.125" thick smooth aluminum plate. The shelf shall have side
walls of 1.5" high. If required to be adjustable the shelf
shall have the necessary hardware installed to fit the
specified Uni-Strut track required. The shelf shall be rated to
support 250 pounds.
The exterior and interior of the shelf shall have a finished
sanded :'swirl" pattern. The outside face surface shall have a
MDAN finiph.
Does your bid comply with this requirement?
YES ( 7C )
NO ( )
7.22.4 Roll Out Tray. Unless specified otherwise a tray shall be made
of .125" thick smooth aluminum plate. A tray shall have side
walls of 2.75" high. If required to be adjustable the tray
shall have the necessary hardware installed to fit the
specified Uni-Strut track required.
The roll out tray shall be rated by the second stage vehicle
manufacturer to support at least 500 lbs. This rating shall
allow no more than .250" deflection when loaded with 500 lbs.
and fully extended. This Agency desires a durable product that
will be as service free as possible. With this in mind the
Bidder shall submit with the bid certifications from an
independent test laboratory that the roll out tray meets this
requirement. Bids not meetnc;__this reauirement_sh-allbe
considered unresponsive.
The exterior and interior of the shelf shall have a finished
sanded "swirl" pattern. The outside face surface shall be
polished smooth.
Does your bid comply with this requirement?
YES ( 7C )
NO ( )
7.22.5 Pull Down - Tilt out Tray. Unless specified otherwise a pull
down tilt tray shall be made of .188" thick smooth aluminum
plate. Said tray shall have side walls of 2.75" high. If
required to be adjustable the pull down tilt out tray shall
have the necessary hardware installed to fit the specified Uni•
Strut track required.
55
7.21.10 The exterior compartments shall be formed of .125 inch acl
diamond plate aluminum. They shall be of all welded
construction. They shall be welded the full lencrtth.of their
seams and be completely water tight. xSpotl welded seams are
not acceptable. The floor of the exterior compartments shall
be of the Asweep outz or flush style. Compartments that have a
"lip" at, the floor line are not acceptable.
Does your bid comply with this requirement?
YES ( ?( )
NO ( )
7.21.11 The exterior compartments and curbside entry stepwell shall'
incorporate supports underneath their floors for additional
strength. These floor supports shall be placed on an average
of 12 inch centers. These structural members shall be 21 X 21
extruded tubing with a minimum wall thickness of .125 inch.
The extrusion. shall be designed so that each of its four (4)
walls incorporates an integral wall gusset of at least .125
inch high and .125 inch wide running the entire length of the
extrusion. These supports shall run from the outside body side
frame under the compartment floor and up to the floor sub-
assembly. 4
Does your bid comply with this requirement? 0
YES ( X )
NO ( )
7.21.12 Compartment Vent System. All exterior compartments shall
vented. The vents will be install in the lower walls of the
compartment. Vents shall have a rubber baffle to prevent dust
and dirt from entering. Baffles will have a metal grate cover
The compartment size will determine the number of vents needed
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.22 Adjustable Shelf Track. Wherever there is a requirement for
adjustable shelves, trays, tool boards, etc. in an exterior
compartment the Bidder shall supply Uni-Strut brand track.
This track shall be unpainted, galvanized steel. Painted stee-_
track is not acceptable. Aluminum Uni-Strut is not acceptable.
This Agency requires very heavy loads on its shelves and trays.
Because of this a soft metal like aluminum is not acceptable
for the track.
The shelf track shall be fastened through the compartment wall
skin and into the above described extrusions. Since this
material is available to all Bidders there shall be NO
EXCEPTIONS this requirement.
54
frame of the compartment shall be hinged. This hinge shall
allow the entire face of the compartment to swing upwards for
full access into the compartment. The compartment face shall
have a holding device to keep the compartment face closed
unless manually opened.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.23.2 Where specified there shall be adjustable shelves in the
cabinets. The cabinets shall be of a combination of 3/4 and 1/2
inch Birch and AC Fir grade plywood and shall be covered on all
surfaces and edges with a high grade plastic laminate. This
Agency shall choose the color scheme from samples supplied by
the successful Bidder. Fiberglass, metal, plastic, or particle
board cabinet construction s all„be unacceptable. These
cabinets shall be firmly anchored (bolted) to the mounting
plates found in the ambulance structure.
Does your bid comply with this requirement?
YES ( y{ )
NO ( )
7.23.3 Inside the head of the squad bench there shall be containers
for the disposal of infectious waste materials. This shall
include a XsharpsX type container for needles and syringes. An
infectious waste container shall also be supplied. This
container shall so designed as to allow removal of its trash
bag from the curbside door entrance.
Does your bid comply with this requirement?
YES ( K )
NO ( )
7.23.4 The oxygen compartment shall be designed and function as
described in paragraph 3.11.3 of Federal Specification KKK-A-
1822D. There shall be provided certifications from an
independent testing laboratory that the oxygen system has
passed the oxygen system pressure test and to AMD Standard 003,
Oxygen Tank Retention System. These certifications do not have
to be submitted with the bid but must be provided to the
Purchaser prior to delivery of the vehicle.
Does your bid comply with this requirement?
YES
NO ( )
7.24 Scruad Bench Seats and Backrests. Shall be as specified in
paragraph 3.11.4 page 23 of Federal Specification KKK-A-1822D.
• There shall be two(2)gas shock type Ahold open€ devices for the
squad bench lid.
Does your bid comply with this requirement?
57
A pull down tilt out tray shall be so designed as to slide
of the compartment and tilt down towards the user for easy
access to the equipment stored there. The tray shall be easy
to operate and slide back into the locked position when pushed
up on.
The interior surface of the tray shall be DA sanded smooth.
The exterior of the tray shall have a finished sanded "swirl"
pattern.
Does your bid comply with this requirement?
YES ( X )
NO. ( )
7.22.E EXterior Com art ent Lighting. The full vertical & horizontal
top openings with have Class 1's Krystal lights installed.
Does your bid comply with this requirement?
YES
No ( )
7.22.7 When the compartment is opened these lights shall be
automatically lighted. To prevent unnecessary power drain the
ambulance's electrical system shall be so designed that only
the light in the compartment that is opened shall light.
Systems that activate lights in compartments that are close
are not acceptable. NO EXCEPTION.
Does your bid comply with this requirement?
YES ( x )
NO ( )
7.22.7 All compartment bottoms will be lined with red Matte Flex front
beveled edges. All shelves will have black ribbed rubber
lining.
Does your bid comply with this requirement?
YES ( A )
NO ( )
7.23 Storage Compartments and Cabinet Design. Storage cabinets,
drawers, and kits shall be easily opened, but shall not come
open in transit. Where specified the storage cabinets shall
have shatterproof Plexiglas doors set in an extruded anodized
aluminum frame. This frame will incorporate a replaceable trac}
section. The Plexiglas used in these compartments shall be at
least 3/16 inch thick.
Does your bid comply with this requirement?
YES
NO ( )
7.23.1 Where Plexiglas sliding compartments are utilized the outer
56
NO ( )
7.29 Qxycren, Main Supply and Installation. The ambulance shall have
a hospital type piped 'oxygen system capable of storing and
supplying a minimum of 7,000 liters of medical oxygen. The
cylinder controls shall be accessible from inside the patient
compartment. The oxygen cylinder pressure gauge shall be
visible from either the attendant's seat or from the squad
bench. The oxygen shall 'be piped to three (3) self sealing Ohic
adaptable oxygen outlets located in the action area and
curbside wall. Electric controls - manual by --pass - regulator
- High pressure gauge shall be provided.
Does your bid comply with this requirement?
YES
NO ( )
7.30 The XH1 oxygen cylinder shall be secured in its compartment in
Zico QRGH'Bracket. Certifications from an independent testing
laboratory that the oxygen cylinder restraint to be used has
been tested to and passed the requirements of KKK-A-1822D.
Does your bid comply with this requirement?
YES (7C )
4 NO ( )
7.31 In the action area next to the oxygen outlets there shall be
installed a oxygen system line pressure gauge. This gauge
shall read the outlet pressure "in line" between the cylinder
pressure regulator and the oxygen outlets. This gauge shall be
labeled OXYGEN LINE PRESSURE.
Does your bid comply with this requirement?
YES
NO ( )
7.32 Suction Aspirator, Primary Patient. The ambulance shall be
supplied with an on board vacuum aspirator. The unit shall be
SSCOR panel mount regulator and gauge with a 1200 cc Bemis
canister with a stainless steel holder. The vacuum shall be
via an installed 12 volt DC suction pump. The on/off switch is
to be in the attendant's console. The pump shall be a Thomas
model #907 CDC-22. NO EXCEPTIONS.
Does your bid comply with this requirement?
YES ( aC )
NO ( )
7.33 Environmental Systems. The vehicle shall be equipped with a
complete climate environmental system, to supply and maintain
. clean air conditions and a comfortable level of inside
temperature in both driver and patient compartments. The
various systems for heating, ventilating, and air conditioning
may be separate or combination systems, which shall permit
59
YES (y( )
NO ( )
7.24.1 The squad bench shall be equipped with a locking device. This
device shall secure the squad bench lid to prevent accidental
opening during a roll over. The locking device shall
automatically secure the lid upon closing without any
additional action by the unit's personnel.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.25 Seat Safety Belts and Anchorages. Shall be as specified in
paragraph 3.11.6 of Federal Specification KKK-A--1822D. The
seat belt retractors used in the patient compartment shall be
of the linertial reelm type. They shall be installed so that
routine cleaning and maintenance is easily accomplished. The
seat belts' for the squad bench shall have both the retractor
and the receiver vertically mounted to eliminate loose
components interfering with cleaning. There shall be provided
certifications from an independent testing laboratory that the
seat belt system has been tested and complies with this
requirement. These certifications do not have to be submitted
with the bid but must be provided to the Purchaser prior to
acceptance of the vehicle.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.26 Litter Fasteners and Anchorages. Shall be as specified in
paragraph 3.11.7 of Federal Specification KKK--A-1822D. A
Stryker Model 6361--30-10 cot fastening system shall be
installed.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.27 Patient Restraints. Shall be as specified in paragraph 3.11.8
of Federal Specification KKK-A--1822D.
Does your bid comply with this requirement?
YES
NO ( )
7.28 IV Holders for Intravenous Fluid Containers. shall he as
specified in paragraph 3.11.9 of Federal specification KKK-A-
1822D. Install two (2) Cast Products fold down IV hooks & two
(2) Perko hooks.
Does your bid comply with this requirement?
YES ( )( )
58
shall have a five (5) year warranty. The warranty will be
the ambulance manufacturer, and not with the supplier of a
associated environmental equipment. The warranty shall cov
all labor and material's needed to effect repairs. Repairs
be made at the Jacksonville Fleet management Facility. Fl
Management personnel or employees/agents of the successful bidder will make needed repairs. Repairs will be made wit- 24 hours of notification of a problem.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.36 HeatjXg Criteria. The hot water heater shall provide 35,0c
BTUs of heat. A 1500 watt electric heater shall be installs
the patient compartment.
Does your bid comply with this requirement?
YES ( >( )
NO ( )
7.37 Air Condit ionin Criteria. The air conditioner shall be
located near the ceiling in close proximity to the patient
compartment's center line. It shall be rated at a minim=
cooling capacity of 27,700,BTUs. The air conditioner's Z.
shall have a minimum free air flow of 465 cubic feet per mir
(CFM). The air flow under load shall be at least 325 cubic
feet per minute at one (1) inch static pressure. The Biddex
shall provide test documentation with the Bid Proposal of
compliance to the BTU and CFM requirements described above.
This documentation shall come from an independent testing
facility.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.37.1.The second stage manufacturer shall provide an auxiliary air
conditioner condenser with a capacity of at least 45,000 BTU.
This condenser shall be installed under the vehicle and not
the cab roof or body front.
Does your"bid comply with this requirement?
YES ( x )
NO ( }
7.37.2 The patient compartment's air conditioning shall be distribut
throughout the compartment via multiple air vents. These ver
shall be placed so as to provide wide distribution of air
conditioning throughout the patient's compartment. There she
61
independent control of the environment in each compartment h
ambulance shall be equipped with heating, ventilating,�andmwr
conditioning systems that can be made to collectively operate
using recirculated air and ambient air and shall be capable of
maintaining interior temperature within the established comfor
zone of 58 degrees Fahrenheit, to 78 degrees Fahrenheit, when
operated between 0 degrees to 95 degrees Fahrenheit ambient.
The air systems shall, be high volume capacity with low velocit
delivery for minimum draft circulation while providing a
positive pressure within each closed compartment. Positive
pressure may be attained through the fresh air ventilation
system either apart from, or as an integral part of either the
air conditioning system, or in combination with any of all
three. Environmental system components shall be readily
accessible for servicing at the installed location(s).
Connecting hoses for heating and the air conditioning system
shall be supported by rubber insulated metal clamping devices
at least every 12 inches. The driver and patient compartment
environments shall not in any way be dependent upon each other
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.34 Driver's Compartment Environmental__Ecmipment. The driver's
compartment shall be furnished with a hot water, fresh air
high capacity, heavy-duty heater, with dual defrosters, an
dehumidifying air condition system. Systems shall provide
outside air and variable mixtures as desired, circulating
conditioned air through the compartment in compliance with the
environmental criteria specified herein.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.35 PAtient Compartment Environmental Equipment. The patient
compartment shall be heated, ventilated, and air conditioned t
comply with the criteria specified herein. The air flow
selector switch shall provide a high, medium and low setting.
This switch shall be a common switch for both the heater and
the air conditioner. These environmental control switches
shall be immediately accessible to the attendant while seated
in the primary attendant seat located at the head of the
primary patient. Systems that require the attendant to leave
this seat or unbuckle the seat belt are unsafe and therefore
not acceptable.
Does your bid comply with this requirement?
YES (}C )
NO ( )
7.35.1 Environmental System Warranty: The heating and air
conditioning system installed by the ambulance manufacturer
the centerline of the patient compartment roof. The port shall
provide at least 4" x 4" opening and be marked as specified in
paragraph 3.7.11 of KKK-A-1822D. The antenna cable shall be a
RG/58U or equal. Approximately 18" of extra cable shall be
provided at the antenna base (port) and at least 3 feet at the
radio storage area with a PL-259 connector soldered to the end
of the cable.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.41 Driver Alert System. Install a alert system consisting of a
loud buzzer near the driver, and a large button in the rear
action area.
Does your bid comply with this requirement?
YES ( X )
NO ( )
7.42 Siren --Public Address System. The ambulance shall be equipped
with a Whelen 295HFS2 electronic siren. This siren shall have a
built in silent speaker test mode. The speaker system shall be
two (2) Cast Products model SH2O15 series speakers installed in
the center section of the vehicle's front bumper. Speakers to
be wired in parallel. There is to be no exception to this
requirement as this product is available to all bidders. This
Agency will not accept ANY grille installed speaker system due
to radiator air flow restriction. NO EXCEPTION. The system as
installed shall meet the minimum requirements of paragraph
3.14.6, page 34 of Federal Specification KKK-A-1822D.
Does your bid comply with this requirement?
YES ( 2( )
NO ( )
7.43 Air Horns. Two (2) Grover Model 1510 Emergency Stuttertone Air
Horns shall be provided. One (1) shall be mounted each side on
the engine cowling. One (1) floor switch & one (1) dash button
shall be provided.
8.0 ADDITIONAL SYSTEMS, EQUIPMENT, ACCESSORIES, AND SUPPLIES.
8.1 Standard Mandatory -Miscellaneous EauiRment. Unless otherwise
precluded elsewhere in this specification, the ambulance shall
be equipped with but not limited to the following:
8.1.1 Fire Extinguisher: Two (2) ABC dry chemical multi -purpose,
minimum 5 lb. unit in a quick -release bracket. This
extinguisher shall be shipped loose with the vehicle unless
mounting instructions are provided by this Agency during the
pre --construction meeting.
63
be a minimum of eight 8
compartment. O ( ) air vents in the Patientis
attendant's seat atethe se oheane dlofvthe ent prima hall be over the
vents shall be over the prima P' patient. Thrc
be over the squad bench area. patient. Four (4) vents
ll be desigr
give full control over the air flow edirection vents aincludin th
ability to cut the air flow off. system th
shall be properly insulated to preventacondensationual duct att u
outlets. cond'tionincr sv_qt-Am� he
oes your bid comply with this requirement?
?
YES ( x )
NO ( )
7.37.3 In addition to compliance with the BTUs and CFM documents
certifivations from an independent testinglaboratory that
t
heating and cooling system is in compliane with �' that
4.4.2 (item O) of KM-A_1822D. These certificationsadoano
have to be submitted with the bid but must be not
Purchaser prior to acceptance of the vehicle, provided to :
Does your bid comply with this requirement?
YES ( x )
NO ( )
7.37.4 12y fan A 12V fan with a metal base shall be centea
iolocated in the action area. ll
Does your bid comply with this requirement?
YES , ( X' )
NO ( )
7.38 Patient Com artment Sound Level Criter'a. meet the
requirements of paragraph 3.13.8 o
A-1822D. f FederalShall specification K
Does your bid comply with this requirement?
YES (x )
NO ( )
7.39 C mmun.cat'o s EcWipment.
radios and three 3 Install two (2) customer supplied
One ( ) antennas. Install tow (2) power BUSS's.
(1) in the front center console & one (1) in the rear
action area.
Does your bid comply with this requirement?
YES ( X )
NO { )
7.40 Antenna Cable and Mountin
wlate The ambulance shall be provi
With a ground
Plate, antenna opening, and three (3) coaxiato
lead-in wire from the radio storage/mount area to a temporaril
sealed antenna port. The antenna and or mounting shall be on
62
8.27 Additional cost of 1801 modular body. $ 1000.00
8.28 Manual aluminum pull &'drop step under curbside entry door.
$ 250.00
8.'29 Federal 121 littl.ite map light mounted in cab. $ 48.00
8.30 Three (3) position Fire Com Model 3010 Radio Intercom System
$ 2800.00
8.31 Stryker RRUGGED1 Model LX with mattress, IV pole, and cot
fastener. $ 2450.00
8.32 Ferno Washington Model 35A+ cot complete. $ 1846.00
8.33 Ferno Washington Model 93 ES cot complete. $ 2100.00
8.34 Three (3) Kwik-Raze Model 1700 Series Alpha lights. $ 1500.00
8.35 Price reduction by deleting the extended cab compartments wher
choosing a two (2) door FL-60 or FL-70 chassis. $-2800.00
8.36 Vectra 3000-1 Siren System. $1100.00
9.0 PREPARATION FOR PAINTING, COLOR, AND MARKINGS.
4
9.1 Co r Pa nt and Finish. As required in paragraph 6-3.1 of
NFPA 1901 and paragraph 3.16.1 of KKK-A-1822D the ambulance
shall have all exposed metal surfaces not chrome plated,
stainless steel or bright polished aluminum diamond plate
thoroughly cleaned, prepared and painted in the colors requirE
by this specification.
Does your bid comply with this requirement?
YES ( }! )
NO ( )
9.1.2 The exterior body paint and priming components to be used are
to be Sikkens brand. The final Isecond stageX manufacturer's
painted components shall have a paint film not less than 1.25
mils. thick and a minimum total thickness of 4 mils., includir.
primers. The final film of painted surfaces shall be smooth
and uniform, free of grit, streaks, blushing, runs, sagging,
blisters, Ifish-eyesX, morange peelm, pinholes, or other
surface irregularities.
Does your bid comply with this requirement?
YES
NO ( )
9.1.3 The painted exterior sheet metal of the rescue body shall be
. capable of withstanding 250 hours of salt spray tested -in
accordance with ASTM B 117-64. The specimen used for the salt
spray test shall be run through all steps of the cleaning and
65
Does your bid comply with this requirement?`
YES ( X )
NO ( )
8.1.2 The Isecond stagem manufacturer shall supply the weight rating
nameplate as required by NFPA 1901; paragraph 3-1.2. In
addition the Bidder shall include in the Delivery Manual a
certified weight scale receipt showing the final finished
weight of the vehicle and its Xpermanentx equipment as
specified in this specification.
Does your bid comply with this requirement?
YES
NO ( )
8.1.3 Backup alert alarm; audible warning device activated when the
vehicle is shifted into and/or moving in reverse. This alarm
shall meet the requirements of NFPA 1901, paragraph 3-3.5.8.
Does your bid comply with this requirement?
YES (yC )
NO ( )
8.1.4 Kgrkincrs, Data Plates warranty Notice Etc. The Illsecond
stageg (Final) manufactdrer's caution plates and identific ion
plates shall be conspicuously installed for all equipment 46
furnished requiring such notices.
Does your bid comply with this requirement?
YES.
NO ( )
8.2 optional Equimment pricing: Provide separate prices for the
equipment listed below.
8.21 Electric Door locks modular body - install electric locks on
all doors except the electrical compartment. Provide three
(3) remote controllers, three (3) hard wired switches.
8.22 Install Intec Rear Vision Camera & Monitor. Monitor CVM110 <>
Camera CVC110 with metal bracket.
8.23 Install Vanner 1000TUL inverter: $ 990.00
8.24 Install Coleman Roughneck 13,500 roof mounted AC with 5,600 BTU
heat strips. $10S0 00
8.25 Install 8,000 watt diesel generator with all required .
operational required accessories. $ 7200.00
8.26 Additional cost of 1701 modular body. S 500.00
64
10.1 Ho kmans i . Defective components shall not be furnished.
Parts, equipment, and assemblies, which have been repaired or
modified to overcome deficiencies shall not be furnished
without the written approval of this Agency. Welded, bolted,
and riveted construction utilized shall be in accordance with
the accepted standards of the industry. Component parts and
units shall be manufactured to definite standard dimensions
with proper fits, clearances, and uniformity. The general
appearance of the vehicle shall not show any evidence of poor
workmanship.
Does your bid comply with this requirement?
YES ( X )
NO ( )
10.1.2 The following shall be cause for vehicle rejection at time of
delivery:
I. Rough, sharp, or unfinished edges, burrs, seams, sharp
corners, joints, cracks, and dents.
2. Non -uniform panels. Edges that are not radiused, beveled,
etc.
3. Paint runs, sags, orange peel, Ifish eyesm, etc., in
addition to items listed in paragraph 9.1.2 of this
specification and any other imperfection or lack of
complete coverage. `
4. Body panels that are uneven, unsealed, or contain voids.
5. Misalignment of body fasteners, glass, viewing panels,
light housings, other items with large or uneven gaps,
spacing, etc., such as door, body panels, and hinged
panels.
6. Improper body design or interface with the chassis that
could cause injury during normal use or maintenance.
7. Improperly fabricated and routed wiring or harnesses.
8. Improperly supported or secured hoses, wires, wiring
harnesses, mechanical controls, etc.
9. Loose, vibrating, abrading body parts, components,
subassemblies, hoses, wiring harnesses or trim.
10. Interference of chassis components, body parts, doors,
etc.
11. Leaks of any fuel, vacuum, or fluid lines, (AC, coolant,
oil, air, etc.)
12. Noise, panel vibrations, etc.
13. Sagging, non --form fitting upholstery or padding.
14. Incomplete or incorrect application of undercoating or
• rustproofing.
15. Inappropriate or incorrect use of hardware, fasteners,
components, or methods of construction.
16. Incomplete or improper welding.
17. visual deformities.
18. Lack of uniformity and symmetry where applicable.
19. Unsealed appurtenances or other body components, -gaskets,
etc.
67
treating process, including priming. The painted specimen
shall be scored from corner to corner using a sharp .kni.
After the test, the specimen panels shall exhibit no fare
and not more than 1/8 Inch rust or blister creepage from the
scored lines. The Bidder shall submit certifications from a
independent testing laboratory that the Xsecond stages
manufacturer being bid has been tested for compliance and do
comply with this requirement.
Does your bid comply with this requirement?
YES ( x )
NO ( )
9.1.4 Pai t Color and Design. The final paint color and design sha
match existing vehicles in this Agency's fleet.
Does your bid
comply with
YES ( x
NO
this requirement?
9.1.5 Emblems „and Markings. The ambulance shall be lettered and 5
addition to this requirement a decal package meeting the
requirements of paragraph 3.16.4 of KKK-A-1822D shall be
provided.
Does your bid comply with this requirement? r
YES ()C )
NO ( )
9.2 Undercoating. Unless the ambulance is rustproof ed,. the vehic_
shall be undercoated for sound deadening, corrosion, and stonE
damage protection. A commercial, sandless, petroleum base
undercoating or other materials providing equivalent
protection, shall be applied to the underbody and under chass:
sheet metal surfaces to a thickness of 1/16 to 1/8 inch. The
following areas shaLI.Xemain free of -undercoating material:
d iye shafts, drain holes, lubrica-tign points,
engine/trangnisgion oil Rans, fuel tanks. ea castings,
sus ens'on components, heat shields, heat diffusing devices
catal tic converters and areas 12 inches or 1 ss f o the
exhaust system s as well as other areas s ecif ically excludE
by the chassis m nu acturer. The following areas do not
require coverage: chassis frame, underside of engine
compartment hood, underbody surfaces in excess of 1/8 inch
thickness, areas inaccessible without removing vehicle fuel
tank (s), or other major components.
Does your bid comply with this requirement?
YES (7C )
NO ( )
10.0 QUALITY ASSURANCE PROVISIONS.
•
L.J
YES ( >( )
NO ( )
S.
D. Exterior Mounted Devices Tested :for Temperature Conditi,
KKK--A-18 2 2 D ( 3.4.2 )
Does your bid comply with this requirement?
YES
NO ( )
E. Cooling System.
KKK-A-1822D (3.6.4.5)
Does your bid comply with^this requirement?
YES ( X )
NO ( )
F. Electrical Systems and Components.
KKK-A-1822D (3.7 to 3.8.5.2)
Does your bid comply with this requirement?
YES ( X )
NO ( )
G. Electrical Generating System.
KKK-A-1822D (3.7.6 through 3.7.6.3)
Does your bid comply with this requirement?
YES ( X )
NO ( )
H. Electromagnetic Radiation and Suppression.
KKK-A-1822D (3.7.12)
Does your bid comply with this requirement?
YES ( )
NO ( )
I. Warning Light and Siren System(s).
KKK-A-1822D (3.8.2 to 3.8.2.5, and 3.14.6)
Does your bid comply with this requirement?
YES (x )
NO ( )
J. Tests of Ambulance Body Structure.
.•
In addition, any deviation from the requirements of this
specification, unless previously approved by this Agency, to
affects form, fit, function, durability, reliability, safety,
performance or appearance shall be cause for rejection.
10.2 s o sib'lit for s ect'on andTests.' The Bidder is
responsible for the performance of all inspections and test
requirements specified herein. The Bidder may use his own or
any other facilities suitable for the pre -delivery and
acceptance inspections unless disapproved by this Agency. This
Agency reserves the right to perform any of the inspections and
tests set forth in this specification where such inspections
are deemed necessary to assure supplies and service conform to
the specification and contract. The Bidder shall provide this
Agency's inspection representatives with instruments and all
such assistance as they may find necessary.
Does your bid comply with this requirement?
YES ( X )
NO ( )
11.0 TESTS.
11.1.2 The following performance tests on the emergency medical rescue
vehicle, items, systems, and equipment shall be submitted on a
Type model of the ambulance manufacturer bid. Thg complete iit
docu ent from an independent testing laboratory shal.1 be
,submitted to the Purchaser prior to final delive o t e
vehicle. The paragraph numbers referenced below are those of
the National Fire Protection Association's pamphlet 1901 and
Federal Specification KKK-A-1822D.
A. Ambulance Physical Dimensions.
KKK-A-1822D (3.4.11 through 3.4.11.7 and 3.10 to 3.11.4)
Does your bid comply with this requirement?
YES ( x )
NO ( )
B. Vehicle Weight Distribution.
KKK-A-1822D (4.4.3 and 4.4.3.1.)
Does your bid comply with this requirement?
YES (� )
NO ( )
G. Road Test and Performance Tests.
KKK-A--1822D (4.4.4)
Does your bid comply with this requirement?
•
M.-
Q. Painting, Color, and Marking.
KKK-A-1822D (3.16 to 3.16.4)
Does your bid comply with this requirement?
YES (7C )
NO ( )
R. Manuals and Handbook.
KKK-A--1822D (3.20 and 6.8)
Does your bid comply with this requirement?
YES ( x )
NO ( )
12.0 EXCEPTIONS.
12.1 Listing of Exgentions to Specifications. ANY exception(s) or
clarification(s) taken to the requirements of these
specifications shall be explained in full and referenced by
paragraph number. Attach an additional page or pages if more
space is needed.
4
None
13.0 QUESTIONNAIRE.
The following information is requested by this Agency as a
final check list. Its purpose -is to help prevent any
misunderstandings or confusion in regards to the requirements
of this specification and your response to it. All Bidders mu!
respond in order for their bid to be considered complete. Bid:
71
KKR--A-1822D (3.10.5 and 3.10.9)
Does your bid comply with this requirement?
YES ( X )
NO ( )
K. Patient Compartment Interior Surfaces, F14VSS 302.
1KK-A-1822D (3.10.7)
Does your bid comply with this requirement?
YES (X )
NO ( )
L. Oxygen System and Tests.
M-A-1822D'(3.11.3, 3.12.1, and 3.12.1.1)
Does your bid comply with this requirement?
YES (x )
NO ( )
M. Litter Fastener and Anchorage Test.
KKK-A-1822D (3.11.4)
Does your bid comply with this requirement?
YES (?C )
NO ( )
N. Suction Aspiration System Test.
KKK-A-1822D (3.12.3 and 3.12.4)
Does your bid comply with this requirement?
YES ( X )
NO ( )
O. Environmental Systems Tests.
1=--A-1822D (3.13.1 to 3.13.7, and 3.6.3.2)
Does your bid comply with this requirement?
YES ( X )
NO ( )
P. Patient Compartment Sound Level Test.
KKK-A-1822D (3.13.8)
Does your bid comply with this requirement?
• YES ( X )
NO ( )
70
YES ( ) NO ( )
13.13 Are the electrical connections machine crimped?
YES ( )4 ) NO ( )
13.14 Does the manufacturer of the rescue vehicle bid make use of
IScotch-Lochl type connectors in the wiring harness?
YES ( ) NO (yC )
13.15 Does the ground wires used meet the size requirements of
paragraph 4.3.5?
YES (')( ) NO ( )
13.16 Does your bid meet the requirements of paragraph 4.3.
regarding wiring harnesses?
YES ( x ) NO ( )
13.17 Does the Asecond stagel manufacturer provide a 6 inch service
loop of wire as required by paragraph 4.4.1?
YES ( X ) NO ( ) 4
13.18 Is the alternator to be provided meet the -requirements of
paragraph 4.8?
YES ( �O NO( )
13.19 Does the battery system meet the requirements of paragraph
4.1Z? -
YES ( X ) NO ( )
13.20 Does the vehicle's 115 volt AC shoreline power system meet the
requirements of paragraph 4.16?
YES NO ( )
13.21 Does the vehicle's lighting system meet the requirements of
paragraph 5.2.1?
YES NO ( )
13.22 Does the spot/flood light to be supplied meet the requirements
of paragraph 5.7?
YES ( x ) NO ( )
13.23 Is the modular rescue body in compliance with the requirement:
of paragraph 7.5?
73
not meeting this requirement shall not be considered.
r' r to f' al acce tance by this A e
13.1 Have you listed in the Bid Proposal under paragraph 2.5.3 th
nearest service center and parts depot?
YES ( X ) NO ( ) •
13.3 Does the chassis you are bidding meet the requirements of
Paragraphs 3.5 through 3.25?
YES ( )4 ) NO ( )
13.4 Does the vehicle's cab control console meet the requirements
paragraph 4.20?
YES ( )( ) ' NO ( )
13.5 Have you included with your bid the electrical load analysis
work sheet as required in paragraph 4.1.2?
YES ( )� ) NO ( )
13.7 In the rescue vehicle you have bid, do any Isecond stage
manufacturer supplied switches carry more than 15 ampere
YES ( )e NO ( X )
13.8 Does the rescue vehicle you are bidding meet the electronic
radiation suppression requirements required by paragraph 4.1.
YES ( )( ) NO ( )
13.9 Have you met the requirements for an exterior compartment
ROPENA indicator panel as described in paragraph 4.2?
YES ( )( ) NO ( )
13.10 Does the rescue vehicle you have bid have the GXL across
linkeds wiring as required by paragraph 4.3?
YES ( )( ) NO ( )
13.11 is the electrical wiring provided permanently color coded,
number coded and Ifunctiong coded as required by paragraph
4.3.1 of these specifications?
YES ( -C ) NO ( )
13.12 Does the Isecond stageX manufacturer use barrier style Atil
blocks and wire terminals as described in paragraph 4.3.3?
72
700 Aero Lane
S nford Florida 32771
13.38 Dollar value of inventory at service center or parts depot.
I. $ .1- Q00 LQQQ.,02+.
13.39 Direct phone number and contact person at the service center or
parts depot
Rob Crews
Contact person.,
13.40 Does the service center, parts depot, or local dealer provide
full warranty service support for the rescue vehicle bid?
YES ( )< ) NO ( )
14.0 DOCUMENTATION CHECKLIST
The following checklist is provided as a convenience so that
the Bidder does not fail to include these required documents in
the bid response. Bids_ not meeting these requirements will not
be accepted. Required documentation include the following:
14.1 Test documents as required in .section 11 of these
specifications.
Have you included this in your bid response?
YES ( X )
NO ( )
14.2 Certification from the Ford Motor Company that the Xsecond
stages vehicle manufacturer is a current member of their NQVMX
program as required by paragraph 2.3.10 of this specification.
Have you included this in your bid response?
YES ( X )
NO ( )
14.3 Written 20 year modular structure warranty as required by
paragraph 2.5.1 of this specification.
Have you included this in your bid response?
YES (yC )
NO ( )
14.4 Bid Guaranty as required by paragraph 2.9 of this
specification.
75
YES ( ) NO ( )
13.24 To provide additional strength is the modular body's roo
10
XcrownedX as required in paragraph 7.6.6?
YES ( )( ) NO ( )
13.26 Does the rescue vehicle bid meet the requirements of paragral
7.14.1 and 7.14.2 with regards to the door hardware?
YES ( )C ) NO ( )
13.27 Do the exterior storage compartment and patient compartment
doors meet the requirements of paragraph 7.13?
YES ( X ) NO ( )
13.28 Are the grab handles to be supplied in compliance with
requirements of paragraph 7.14.6?
YES ( )( ) NO ( )
13.29 Does the insulation used in the modular body meet the
requirements of paragraphs 7.17, 7.17.1, 7.17.2, 7.17.3 and
7.17.4?
•
YES ( %( ) NO ( )
•
13.31 Does the rescue vehicle bid meet the exterior compartment
requirements of paragraph 7.21?
YES (' ( ) NO ( )
13.32 Does the rescue vehicle's compartment floors contain the
structural supports as described in paragraph 7.8.1?
YES ( X ) NO ( )
13.33 Location of the rescue vehicle manufacturer's factory.
FLORIDA 32771
13.34
How
long
in
this
location?
6
years
13.35
How
long
has
the
company been
in
business? since 1978
13.36 If bid by a dealer, how long has the dealer been a factory
authorized agent
N/A
13.37 Location of the manufacturer's or dealer's parts depot
service center
74
14.11 A sample of the wiring diagram or schematics that will be
included with the finished vehicle. These are to be samples
but "as built" drawings must be submitted with the finished
vehicle or it will be rejected.
Have you included this in your bid response?
YES ( X )
NO ( )
14.12 Electrical load analysis as required quired in paragraph 4.1.2.
Have you included this in your bid response?
YES
NO ( )
15.0 SAMPLES CHECKLIST
.
The following items shall have a sample submitted with the bit
response for review by this Agency. Samples shall be
sufficient in size or quantity to allow proper review by this
Agency. Samples Hil nbe returned to the Bidder. DILS-111at
meeting this e i ement cannot be acts ted and those bids w'1
e rejected as non -compliant.
15.1 Modular body insulation as required by paragraphs 7.17, 7.17.1
7.17.2, 7.17.3 and 7.1744 of this specification.
. Included (�( ) Not included ( ) r
15.2 SXL or GXL wire used by the Xsecond stages manufacturer. This
should be labeled per the requirements of paragraph 4.3.1 of
this specification.
Included ()( ) Not included ( )
15.3 A small section of wire loom as described in paragraph 4.3.2 o
this specification.
Included 0( ) Not included ( )
15.4 A loom grommet as described in paragraph 4.3.2 of this
specification.
Included (y ) Not included ( i
• 15.5 Wire connector as described in paragraph 4.3.3 of this
specification.
Included ()< ) Not included ( )
15.6 A small section of the Bidder's proposed corner extrusion as
Is described in paragraph 7.5.1 of this specification.
Included ()( ) Not included ( )
77
Have you included this in your bid response?.
YES ( )
NO (?( )
14.5 Proof of insurance as required by paragraph 2.11.1 of this
specification.
Have you included this in your bid response?
YES (rC )
NO ( )
14.6 Documentation that the extruded structural, members used in the
Xsecond stages modular body manufacturing process meet the
requirements of paragraphs 7.5 of this specification.
Have you included this in your bid response?
YES ( X )
NO ( )
14.7 Documentation that the Isecond stager manufacturer has used SXL
or GXL cross linked wire in the vehicle conversion as required
by paragraph 4.3 of this specification.
Have you included this in your bid response?
YES (K )
NO ( )
14.8 Documentation that the insulation proposed meets the
requirements of paragraphs 7.17, 7.1.7.11 7.17.2 and 7.17.3 of�
this specification.
Have you included this in your bid response?
YES ( X )
NO ( )
14.9 Documentation, required by paragraph 3.27 regarding the turning
circle of the chassis.
Have you included this
YES ( )C
NO
in your bid response?
)
14.10 Documentation required by paragraph 3.28 regarding the
• submission with the bid proposal of a Freightliner chassis
option worksheet on the chassis you are bidding.
Have you included this
YES ( X
NO
in your bid response?
)
.7
76