Loading...
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