Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-034Temp. Reso #8103 Page 1 Revision #2: 1 /20/98 Revision #3: 2/04/98 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98- 3 9 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA; APPROVING THE PURCHASE OF ONE RESCUE VEHICLE FROM AERO PRODUCTS CORPORATION BASED ON THE METRO-DADE FIRE RESCUE BID, 5472-4/01-OTR, AT A TOTAL COST NOT TO EXCEED $119,432.00; 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 the desired level of service; and and 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 Metro -Dade Fire Rescue (exhibit #1) to the City of Tamarac; and Temp. Reso #8103 Page 2 Revision #2: 1/20/98 Revision #3: 2/04/98 Whereas, the total cost of the vehicle is $119,432.00; and Whereas, the City will obtain financing through a lease purchase plan; and Whereas, the FY 98 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: That Aero Products Corporation is awarded the bid for the purchase of one rescue vehicle based on the Metro -Dade Fire Rescue Bid # 5472-4/01-OTR not to exceed $119,432.00. SECTION 3: That the appropriate City Officials will obtain a lease purchase agreement and the budget is amended to accept the capital lease as appropriate. SECTION 4: That all resolutions or parts of resolutions in conflict herewith are Temp. Reso #8103 Page 3 Revision #2: 1 /20/98 Revision #3: 2/04/98 hereby repealed to the extent of such conflict. SECTION 5: 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 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this // day of !�� , 1998. 611 SCHRIEBER MAYOR _ ATTEST: PATRICIA MARCURIO ASSISTANT CITY CLERK AHEE, BY CERTIFY that I have approved this RESOLUTION as to form. IT CHELL RA T CITY ATTORNEY Coding: Words in stFUskthF9wgI4 are deletions from existing law; Words in underscored type are additions. RECORD OF COMMISSMAYOR t ON VOTE DIST 1; -S�R- E COMIA, McKAYE DIST 2: VI N10S IN D I S T 3; COMM. 5UI_TANOF — DISTAI,C©MM. R0RFRTe CONTRACT AWARD SHCQ'T 1' mrRrm 1 BID NO.: 5472-4/01-OTR EMERGENCY MEDICAL CARE VEHICLES CONTRACT PERIOD: 06/01/97 thru 05/31/98 COMMODITY CODE: 929-39 PART #1: VENDORS AWARDED FEIN: VENDOR: STREET: CITY/STATE/ZIP F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: 59-1897336 Aero Products Corporation 700 Aero Lane Sanford, Florida 32771 Destination 1% 20 Days Net 30 250 to 300 Days A.R.O. (407) 330=5911 (407) 330-9920 PART #2: ITEMS AWARDED (Previous Bid No. N/A) OTR YEARS: (4) Four Emergency. Care Vehicle, Type I, per Bid Specifications, Freightliner 1997 FL60 Extended Cab Chassis 19211, Wheelbase 100' Cab to Axle, Module Body 160" Lenght X 96" Width X 72" Headroom @$124,817.00. Option 1- $1,626.00 credit per vehicle. Option 2- $1,175.00 for raised roof cab per unit. Option 3- $2,400.00 Linex Interior of patient compartment per unit. PART #3: AWARD INFORMATION (XX)BCC AWARD DATE: 5106197 BIDS & CONTRACTS RELEASE DATE:5/22/97 ADDITIONAL ITEMS ALLOWED: NONE SPECIAL CONDITIONS: N/A TOTAL CONTRACT VALUE: $1,210,000.00 USER DEPARTMENT FIRE AGENDA ITEMS #: N/A OTR YEAR: Original DOLLAR AMOUNT ALLOCATED $1,210,000.00 ENIOR PROCUREMENT AGENT: J. CARLOS PLASENCIA, CPPB 0C 5c_c '0. 4d.a-m.a/ METROPOLITAN DADE COUNT'' P-` NO. 5472-4/01-OTR SECTION 2.0 SPECIAL CONDITIONS EMERGENCY MEDICAL CARE VEHICLES 2.1 PURPOSE. TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid is to establish a contract for the purchase of Rescue Ambulance Vehicles in conjunction with the County's needs on an as needed when needed basis. 2.2 RACE ETHNICITY GENDER CONTRACT MEASURES: This contract includes Participation Provisions for Certified Black Business Enterprises (BBE's) and/or Certified Hispanic Business Enter- prises (HBE's) and/or Certified Women Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal solicitation. 2.3 PRE -BID CONFERENCE (RECOMMENDED): A pre -bid conference will be held on August 20, 1996 at 9:30 A.M., ill N.W. ist Street, 18th Floor in conference room no. 18-3 to discuss proposed specifications. It is recommended that a representative of the firm attend in order to become familiar with the bid specifications. Bidders are requested to bring this Invitation To Bid package to the conference, as additional copies may not be available. 2.4 TERM OF CONTRACT AND PRICE ADJUSTMENTS: This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division. The contract shall remain in effect for twelve (12) months. The County shall have the option to renew this contract for an additional two (2) years on a year to year basis. Continuation of the contract beyond the initial period is a County pregrogative; not a right of the bidder. If the County and the successful bidder mutually agree this contract may be extended for two (2) additional years after the first two option years for a total of 5 years. At the conclusion of the sixth month and twelfth month of each year of this contract's life a price adjustments will be applied to the acquisition price of the equipment and any requested option prices tendered by the bidder. This price adjustment will be equal to the percentage change of the "Unadjusted percentage change" in the Producer Price Index for Capital Equipment, as it has changed from the original implementation month of this contract to the most current printed index available on the last day of each price adjustment point month. At all other times the prices offered under this contract are fixed and firm except that the bidder may offer incentive discounts from established pricing at any time during the life of the contract. Page 1 METROPOLITAN DADE Ce- TY '10 NO. 5472-4/01-OTR 2.5 Intentionally Omitted 2.6 METHOD OF AWARD FOR TWO STEP BIDDING Bidders will submit their Proposal s 2 � ) in two ( ) parts simultaneously. These two parts will consist of the Technical Response Section and the Pricing Response Section of this Bid Solicitation. The two parts will be submitted in separate envelopes, each plainly labeled with the Bidder's name and address and the Section contained. The envelope distributed to you (marked with a red dot) is to be used for the Pricing Response Section. 1. The Technical Response Section will contain all applicable requirements of this Bid Solicitation and all technical material the Bidder is required/wants to submit as part of their Technical Proposal. 2. The Pricing Response Section will be submitted in the envelope furnished with the Red Dot and must be sealed prior to submitting this bid solicitation. Upon the opening of this bid solicitation a Technical Section evaluation period of approximately four (4) weeks will commence. At the conclusion of this evaluation period all proposers will be notified by mail of the result of that evaluation. Upon the mailing of that notification a ten (10) day protest period will commence. Any protests made under this provision must be in accordance with Article 1.7, Section A, or the Invitation to Bid. Upon the conclusion of the protest period or the resolution of any such protests. Bidders will be advised of the opening date for the Pricing Response Section. Failure to submit bids in accordance with the requirements of this bid will result in the bid being rejected as non -responsive and the bid will be considered. 2.7 Intentionally Omitted 2.8 Intentionally Omitted 2• SPECIAL CONDITIONS FOR BIDDING MOBILE E UIPMENT A. BIDDING EQUAL PRODUCTS, NO SUBSTITUTION COMPONENTS, MANUFACTURER'S CATALOGUES/BROCHURES AND PRODUCT DEMONSTRATIONS: 2.9.1 Manufacturer's name, brand name and/ or model number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of quality, standards of performance and design required. They are in no way intended to prohibit the bidding of other manufacturer's brands of equal or similar material, quality, design and standards of performance, unless the wording NO SUBSTITUTION is used. When an equal or similar is product bid, the bidder will furnish with the Bid Proposal the factory information sheets (specifications, brochures, etc.) that show the product meets the required specifications; however, the bidder may be given the opportunity Page 2 METROPOLITAN DADE COUr— r ') NO. 5472-4/01-OTR to submit the information sheets to the County during the bid evaluation period. At such time the bidder shall be given fifteen (15) calendar days to submit the information. Failure to meet this requirement may result in that bid being rejected. The is County shall be sole judge of equality or similarity and its decision shall be final. 2.9.2 When NO SUBSTITUTION is used in combination with a manufacturer's name, brand name and/or model number, that named item is the only item that will be accepted by the County. 2.9.3 Manufacturer's standard information sheets, catalogues, brochures and all* supporting documentation submitted must show the product meets the required specifications. Bids that are submitted with standard product literature which offer technical data or product descriptions indicating the item or product bid does not meet the required specifications must be accompanied by a letter on the bidder's company stationary identifying those differences and describing how compliance with the required specifications is to be accomplished. Failure to comi)lv with this re uirement ma result in that bids re'ection for not meetin the s ecifications. * Photographs and pictures illustrations that are part of standard product literature will not be used in determining product compliance with these specifications. 2.9.4 After the Bid Proposals have -been evaluated by the County, the low bidder as stipulated in Section 2.6 of these specifications, may . be required to demonstrate the equipment which has been proposed for evaluation by and at no cost to, the County. The purpose of the demonstration is to observe the equipment in an operating environment and verify its capability, suitability, and adaptability vis-a-vis the performance requirements stipulated in the bid. If a demonstration is required, the County will notify the bidder of such in writing and will specify the date, time and location of the demonstration. If the bidder fails to perform the demonstration on the date stipulated in the notice, the County may elect to reject the bidder's proposal or to re -schedule the demonstration, in the County's best interest. The County shall be the sole judge of the acceptability of the equipment in conformance with the Bid Specifications and its decision shall be final. 2.9.5 The equipment used for the demonstration will be the same as the manufacturer's model identified in the bidder's proposal. Accordingly, the equipment used in the demonstration shall create an express warranty that the actual equipment provided by the bidder during the contract period shall conform to the equipment used in the demonstration. Should that equipment be new, not previously demonstrated and conform with all bid specifications and requirements, the County reserves the right to purchase that equipment upon successful completion of the demonstration and approval of the Board of County Commissioners. Page 3 METROPOLITAN DADE COL It .D N0. 5472-4/01-OTR B. EQUIPMENT FURNISHED 2.9.6 The equipment furnished by the bidder shall be new and the most recent model available. Demonstrators are not acceptable. Any optional components that are required in accordance with these Bid Specifications shall be considered standard equipment for the purposes of this solicitation. Any optional components that are recommended by the vehicles' manufacturer for the _application intended must be included and will be considered standard equipment for the purposes of this solicitation. The application and usage of all components, sub -components or partsin accordance with their manufacturers' recommendationsasswell as the recommendations of all associated component manufacturers. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete and ready to work unit. The silence of specifications on any point shall mean that only the finest commercial practices of the industry shall apply and all interpretations of Bid Specifications shall be so governed. The unit shall conform to all applicable O.S.H.A., State and Federal requirements and standards, and D.O.T. regulations. All components and included craftsmanship are to be in accordance with current S.A.E. standards and recommended practices. The engineering, materials and workmanship shall exhibit a high level of quality and appearance consistent with or exceeding the industry standards. • 2.9.7 The equipment and features required are listed in the bid specifications. The County may, after delivery and acceptance of the initial equipment order, make changes to the required equipment or equipment options supplied provided; such changes are mutually agreed between the bidder and the County, and, all changes in per unit pricing are no more than the change in per unit documentable cost to the bidder, and, that the net amount of any such changes is no more than five (5) percent of the per unit price originally bid. Bids requiring a pre -construction conference, or, the construction and approval of a prototype unit, will be considered in satisfaction of the initial equipment order provision of this paragraph. C. BIDDER STATUS 2.9.8 Bids will not be accepted for evaluation which are submitted from sources other than the vehicle's manufacturer or fabricator, or, an approved dealer thereof. The County may require the successful bidder to furnish authenticating documentation of such status. At such time the bidder shall be given fifteen (15) calendar days to submit the information. Failure to meet this requirement may result in that bid being rejected. 2.9.9 When the bidder is the equipments' manufacturer or fabricator, an approved service facility capable of performing warranty repairs and supplying needed parts must be located in D Broward County. The Service facility will be subject to GSA/Fleet ade or Management Divisions' review and approval. Page 4 METROPOLITAN DADE COUP' ' - D NO. 5472-4/01-OTR When the bidder is an approved dealer of the manufacturer or fabricator they must be the operator of a service facility capable of supporting the proposed sale and have a service facility capable of performing warranty repairs and supplying needed parts located in Dade or Broward County. Service facility will be subject to GSA/Fleet Management Division of review and approval. D. WARRANTY REQUIREMENTS 2.9.10 The successful bidder shall supply and be responsible for the equipment's warranty. This warranty must cover the entire unit and have a minimum term from equipment acceptance of twelve (12) months or 2,100 operating hours or 12,000 miles, whichever comes first. When equipment or component manufacturers provide a warranty with coverage in excess of that stipulated herein, that additional coverage shall not be diminished by the requirements of this paragraph. The administration of delayed in-service warranty starts is specifically included. 2.9.11 The bidder shall be responsible for promptly correcting any warranted deficiency, at no cost to the County, at a warranty service center that meets the criteria stated in paragraph 2.9.9 within five calendar days after the County notified the bidder of such deficiency verbally or in writing. If the bidder fails to honor the warranty and/or flails to correct or replace the defect within the period specified, the County may, at its discretion, notify the bidder in writing that the bidder may be debarred as a County bidder and/or be subject to contractual default if the corrections, replacement or repairs are not completed to the satisfaction of the County within five (5) calendar days of receipt of notice. If the bidder fails to satisfy the warranty within Ahe period stipulated in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for the work or items; either through a credit memorandum or through invoicing. 2.9.12 The successful bidder and/or their local service representative may be required to enter into an Original Equipment Manufacturer parts and service supply agreement at any time during the useful life of the equipment furnished. This maintenance support agreement would be to supply parts, repairs and service at the County's discretion. By the submission of this bid the bidder agrees to enter into such agreement at the County's discretion, with parts and labor pricing at rates no higher than industry standard. E. DELIVERY AND PAYMENT 2.9.13 All prices are to be quoted F.O.B. destination. Deliveries are . authorized at Fleet Management located at 6800 S.W. 87th Avenue between the hours of 8:00 A.M. and 2:00 P.M. weekdays. Contact Page 5 METROPOLITAN DADE COU"TY 7D NO. 5472-4/01-OTR Tom Blanke at (305) 271-8165 forty eight (48) hours prior to delivery. 2.9.14 Delivery is required within the number of days stated by the bidder within the Bid Proposal. In no case may this date be later than 330 days from the date that the County department orders the equipment by sending a printed Purchase Order to the awarded bidder. All deliveries are to be made in accordance with good commercial practice. All equipment delivered must be in full compliance with bid specifications and requirements, and must be in excellent condition ready to work. Upon verification of compliance with these requirements the County will accept the delivered equipment. See paragraph 2.9.16 for delivery defected correction requirement. 2.9.15 Upon failure to deliver the equipment in accordance with good commercial practice, excellent ready to work condition, and full compliance with bid specifications and requirements to the County within the time stated by the bidder with their Bid Proposal, the bidder shall be subject to charges for liquidation damages in the amount of 200.00 for each vehicle and every calendar day that each unit of the equipment delivered acceptably. This charge for liquidation damages is in addition to other remedies and timetable requirements listed in paragraph 2.9.16 below. 2.9.16 The bidder shall be responsible for promptly correcting any equipment delivery deficiency, at no cost to the County, within ten calendar days after the County notifies the bidder of such deficiency in writing. If the bidder fails to correct or replace the defect within the period specified, the County may, at its discretion, notify the bidder in writing that the bidder may be debarred as a County bidder and/or be subject to contractual default if the corrections are not comploeted to the satisfaction of the County within ten (10) calendar days of receipt of notice. If the bidder fails to satisfy the delivery requirements within the period stipulated in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County either through,a credit memorandum or through invoicing. 2.9.17 The County shall issue payment within twenty (20) days after completion of items A. and B. below: A. The delivered unit is successfully inspected for compliance with all specifications and requirements and is accepted (including delivery of the required manuals). B. All documentation described in the Purchase Order has been received as stipulated therein. F. PARTS, REPAIRS AND TRAINING MANUALS 2.9.18 The successful bidder shall supply the County with a minimum of Page 6 METROPOLITAN DADE CCU' " 'O NO. 5472-4/01-OTR C, six (6) each; a comprehensive training manual which describes the appropriate use of the equipment purchased, and, a comprehensive repairs and parts manuals which identify the component parts and which describe the appropriate process for repairing the equipment purchased. Additionally, six (6) wiring schematics that identify the location of electrical components on the vehicle. G. PRE -CONSTRUCTION CONFERENCE: 2.9.19 The successful bidder shall be -required to conduct a Pre -Construction Conference for five (5) County officials designated to represent the County prior to the manufacturing or assembly of the equipment which is specified in this bid solicitation. The bidder may select the location of this Pre -Construction Conference subject to concurrence by the County. Any costs incurred by these County officials in conjunction with the Pre -Construction Conference will be bourne by the County. 2.11 INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER The successful bidder shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the contract. 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 County when applicable, and shall pay all costs and judgments which may issue thereon. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 Intentionally Omitted 2.16 Intentionally Omitted 2.17 Intentionally Omitted 2.18 Intentionally Omitted 2.19 Intentionally Omitted 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: J. Carlos Plasencia at (305) 375-1084. Page 7 METROPOLITAN DADE COU' 0 NO. 5472-4/01-OTR E C� J DESIGN: SECTION 3.0 TECHNICAL SPECIFICATIONS EMERGENCY MEDICAL CARE VEHICLES Modular Type I walk-through with a minimum interior module height of six (6) feet and a maximum clearance height of nine (9) feet four (4) inches meeting "Federal Specification for Ambulance #KKK-A-1822D" (LATEST EDITION) Class 1, floor plan "A", and the requirements of the the Metro -Dade Fire Department as contained herein. In those areas where the Dade County Specification conflicts with the Federal Specification, the Dade County requirements will prevail. Refer to the attached conceptual drawings for approximate dimensions and design configurations. 3.1 CAB 3.1.1 Freightliner FL 60, extended cab (no substitute) 3.1.2 A third seat in the cab, Zico fold down type, shall be mounted on an approved track system. This seat will slide out of the way in order to travel from the cab to the patient compartment. The seat shall slide into a pocket on the curbside of the rear wall of the extended cab. The entire seat assembly shall lock in both the stored and in service positions. A three point seat belt shall be provided and installed for the flip up seat. 3.1.3 The extended cab shall have an exterior compartment on the street side (Extended cab #1). This compartment shall be approximately 4811H x 2111W x 27"D. There shall be a Robinson (no substitute) roll -up door on the exterior and the interior of this compartment. Two (2) coat hooks shall be mounted in the compartment. The exact dimension shall be determined at the pre -construction conference. 3.1.4 The curbside of the extended cab shall have an interior storage cabinet for the storage of paper supplies/(Extended cab #2). The approximate size of the compartment is 2711H x 28"W x 23"D. The exact dimension shall be determined at the pre -construction conference. 3.1.5 A four (4) slot diagonal organizer approximately 1511W X 2011H shall be mounted on the rear wall of the extended cab over the storage cabinet. The exact dimension shall be determined at the pre -construction conference. Page 8 METROPOLITAN DADE COU► "D NO. 5472-4/01-OTR 3.2 CHASSIS 4j 3.2.1 DIMENSIONS The cab/chassis shall have a wheel base that is approved by Freightliner for this application. 3.2.1.1 The rear axle shall have a ratio to provide positive gradeability to 70 MPH. 3.2.1.2 The rear axle shall have dual wheels and 245/70R x 19.5 tires. 3.2.1.3 The front axle shall have wheels and 245/70R x 19.5 tires. 3.2.2 FACTORY OPTIONS The following factory options shall be provided on the cab and chassis: 3.2.2.1 Rear air suspension with two (2) leveling dump valves. 3.2.2.2 One matching, mounted and balanced spare tire and wheel, not mounted on the vehicle (245/70R x 19.5) 3.2.2.3 Tilting and telescopic steering wheel. 3.2.2.4 Automatic reset circuit breakers. 3.2.2.5 Four wheel air disc brakes with anti -lock system. 3.2.2.6 Low oil pressure, high coolant temperature warning light and buzzer. 3.2.2.7 Challenger 310 Amp alternator (no substitute) shall be provided. 3.2.2.8 Intermittent windshield wipers with wet arm windshield washers. 3.2.2.9 Halogen headlights. 3.2.2.10 230 hp 8 5.9 Turbo charged in -line 6 cylinder Cummins engine. 3.2.2.11 A dash mounted air cleaner restriction indicator. 3.2.2.12 All cooling system and heater hoses shall be silicone with appropriate stainless steel clamps. 3.2.2.13 Allison World MD 3060 PR six speed automatic transmission with output retarder. The output retarder shall be programmed in the performance mode. Submit with the bid proposal an unflagged SCAAN printout verifing the performance of the Allison MD-3060-PR Transmission with the critera listed below: Page 9 METROPOLITAN DADE COUP-Y 'D NO. 5472-4/01-OTR 1. Use a fully loaded gvw of 17,500 pounds. 2. Actual rear axle bid. 3. Frontal area of 72 square feet. 4. Clutch fan, air compressor, power steering, air conditioning and the alternator are engaged. 5. A drive line efficiency of 94.74%, a tyraction limit limit coefficient of .7000, a road factor of 1.000, an air resistance coefficient of .8000 and the transmission and tires specified. Use six (6) tires on the ground and the drive axle weight (rounded to an even thousand) shown on the fully loaded weight. 3.2.2.14 Seventy five (75) gallon capacity fuel tank on the passenger side not extending beyond the rear of the cab. 3.2.2.15 Tow hooks, two (2) front and two (2) rear tow eyes shall be mounted to frame rails 3.2.2.16 Manual door window operators. 3.2.2.17 Driver's convenience group. 3.2.2.18 Custom interior trim. 3.2-2.19 Engine hour meter integral with tachometer. 3.2.2.20 Automatic transmission oil temperature gauge. 3.2.2.21 Steel disc wheels (Budd type). 3.2.2.22 Racor fuel filter/water separator with heater, sight glass, 30 micron filter and dash mounted drain indicator light. The filter shall meet the engine manufacturers' recommendations. 3.2.2.23 The vehicle shall be equipped with factory air conditioning with cooling package and heavy-duty "down flow" radiator. 3.2.2.24 The heater shall be the manufacturer's standard with brass 1/4 turn cut-off valves located in the engine compartment. 3.2.3 ADDITIONAL FEATURES The following additional features shall be provided: 3.2.3.1 A 12 volt D.C. clock with hour, minute & seconds displayed constantly. The clock is to be wired straight to the battery and mounted in a location to be determined at the pre -construction conference. 3.2.3.2 Brass heater hose hardware. Page 10 METROPOLITAN DADE COW -Y 'D NO. 5472-4/01-OTR 3.2.3.3 Three complete sets of keys. 3.2.3.4 Barrier type air conditioner output hoses. 3.2.3.5 The side windows and a three inch strip across the top of the windshield shall be tinted with 3M Scotchshield #SH435NEARL 50% neutral gray film (no substitute). 3.2.3.6 "Vanner" model #73-46 (no substitute) engine high -idle speed control or an equal. 3.2.3.7 "Monsanto Rain Guard: mud flaps #MDF-4321 (no substitute) for the rear wheels that just clear the ground with the air bags deflated. 3.2.3.8 One "Little Light" model #L-5/12 (no substitute) flexible neck map light with red lens and rheostat switch. Mounting location to be determined at the pre -construction conference. 3.2.3.9 A.D.O.T. approved back-up alarm. 3.2.3.10 Full rubber floor mat in the cab. 3.2.3.11 Two (2) high back air -ride Bostrom seats #910 (no substitute) with three point seat belts.. 3.2.3.12 Provide closed cell insulation in the cab to limit sound levels to a maximum of 82 db. . 3.2.3.13 The exhaust pipe is to terminate on the driver's side just in front of the rear wheel, angled down and back at approximately forty-five degrees. The 9 pipe should extend no more than one ethan one inch out from the body. 3.2.3.14 Provide and install a "Purair UV Germicidal System" (no substitute) Model #EMS-500 UV-1 do in the patient compartment. The exact location to be determined at the pre -construction conference. 3.2.3.15 Vogel (no substitute) centralized chassis lubricating system #KFK-3 shall be provided, installed and fully operational. 3.2.3.16 Cab doors, exterior compartment doors, and the patient compartment entry doors shall have electric door locks. There shall be four (4) controllers for the locks. 3.3 MODULE BODY CONSTRUCTION The body shall be 160 inches in length, constructed of 1/4 inch 6061-T6 structural aluminum extrusions, 6063-T-5 2" x 2" tubing, aluminum castings, and 5052-H32 aluminum .125 sheet. Structure assembly and sheet mounting shall be accomplished by 3 inch skip welding. All butt welds shall be continuous on at least three sides (example 6 inches of weld minimum on 2" x 2" square tubing. Sheeting must be securely bonded to all Page 11 C� J METROPOLITAN DADE COUNT" P'9 N0. 5472-4/01-OTR structural components that it comes in . contact with. Compartment seems shall be completely welded to provide structurally strong watertight compartments. Maximum substructure spacing shall be 12 inches center to center. Non -toxic closed cell foam insulation shall fill all the hollow areas between all structural members in walls, floor, and ceiling of the body. The closed .cell foam shall be covered with 1/4" Reflextex foam. The wheel wells shall be lined with lead lined foam to minimize road noise. There shall be a walk through between the cab and patient compartment: A rubber bellows shall join the cab and body.. The interior of the walkway shall be finished to match the cab interior. 3.3.1 ROOF The roof shall be arched 1 1/2" to 2" to increase strength and prevent the pooling of water. 3.3.1.1 One single piece of 1/8" sheeting shall cover the roof. 3.3.2 CORNER CAP Cast aluminum top caps shall be.provided which interlock with the roof and vertical support structures. 3.3.3 FASTENERS Threaded fasteners shall be stainless steel. Non -threaded fasteners may be stainless steel or aluminum. 3.3.3.1 Wherever possible through bolting shall be used. 3.3.3.2 One half inch (1/211) thick metal tapping plates shall be welded to the body or framing when mounting equipment, benches, brackets, partitions, cabinets etc. 3.3.2.3 Self -tapping fasteners shall not be used except when necessary for securing trim, moldings, scuff plates and lighting fixtures. 3.3.4 RUB RAIL A black hard rubber rub rail shall be provided at the lower edge of the body on both sides. 3.3.4.1 The rub rail shall be constructed of "Tech Sales Engineering" part #TSE-7344 (2 1/4" X 2" X 1" drometer-70) (no substitute) mounted in a stainless steel "U" shaped channel, pop -riveted to the body at six (6) inch intervals. A 1/8" thick rubber washer shall be used at each fastener between the body and the stainless channel. Page 12 METROPOLITAN DADE COI' -Y TD NO. 5472-4/01-OTR 3.3.5 TRIM RAIL A black hard rubber trim rail shall be mounted along the module sides with pop -rivets at 6 inch intervals to prevent damage from adjacent vehicle doors. The trim rail configuration shall be approved ,at the pre -construction conference. 3.3.6 FENDERS Black curved rubber fender extensions shall be provided over the rear wheels. 3.3.7 DRIP RAILS 3.3.7.1 Extruded aluminum drip rails of sufficient depth to protect upper compartment joints from water shall be provided over all doors. 3.3.7.2 Drip rails shall be continuous over adjacent compartments and doors. 3.3.7.3 Drip rails shall be mounted on a marine quality, non -hardening bedding compound and be fastened by pop -rivets a 6 inch intervals. 3.3.8 DOORS -ALL Exterior doors shall be full pan, flush mount construction using .125" aluminum face skin with an inner pan of channel construction. (See attached brawings) 3.3.8.1 All -doors shall be lockable from the exterior with a "Hurd" #1250 cylinder (no substitute). 3.3.8.2 Easy access to the lock body shall be provided by a removable panel bn-the interior of the door. 3.3.8.3 Doors shall be attached to the body with slotted stainless steel piano hinges with a minimum pin diameter of 1/4 inch. The hinge mounting shall permit in field horizontal and vertical adjustment. 3.3.8.4 Hinges shall be attached to the door and frame with stainless steel bolts. 3.3.8.5 Hinge pins shall be staked at both ends. 3.3.8.6 Triple ribbed, closed cell foam gaskets shall be secured around the entire perimeter of each door and on the body frames where the doors make contact, to provide a double sealing system. Page 13 METROPOLITAN DADE COW—` 'D NO. 5472-4/01-OTR 3.3.8.6.1 Gaskets shall be secured by applying 3M weather stripping adhesive #08001 (no substitutions) to the entire surface of the gasket back and the surface to which it is being applied. 3.3.8.8 Alternate floor construction methods will be considered upon written request and presentation of a working model prior to the Pre -Bid Conference only. 3.3.8.9 Compartment doors shall be latched with Eberhard #M-206 (no substitute) slam latches mounted in the inner pan channel. 3.3.8.10 Latches shall be activated by a 6 inch stainless steel bent "0" ring handle. The street side "D" ring handles shall operate with a left turn and the curb side "D" ring handles shall operate with a right turn. 3.3.8.11 All exterior compartment doors shall be equipped with Cleveland #2395-AA (no substitute) closure devices. 3.3.8.12 Side entry doors shall be equipped with "Hansen" #430000547 (no substitute) closure devices with heavy duty springs. 3.3.9 EXTERIOR COMPARTMENTS Note: Please submit a list of actual dimensions bein ro osed. 3.3.9.5 Exterior compartments shall be located per the attached drawings. 3.3.9.5.1 Exterior compartment #1 shall be located street side front. Approximate interior dimensions 8411h x 21"w x 20"d One. (1) internal divider 10.5 inches from the front wall with one (1) shelf 20 inches from the compartment floor. There shall be a second shelf the full width of the compartment approximately 48" above the floor. The top section of compartment shall have inside and outside access. One (1) vertical sliding tool board, with mounting brackets for SCUBA shall be mounted in the 25" space between the two shelves. Two (2) Zico or equal brackets shall be provided and installed in compartment on sliding tool board. A "M" cylinder bracket shall be mounted in rear half of compartment #1. Two (2) aluminum "M" oxygen cylinders shall be provided, one (1) mounted in the bracket and one (1) shipped loose in the vehicle. 3.3.9.5.2 Exterior compartment #2, located street side forward of wheel well. Approximate interior dimensions: 4111h x 5011w x 20"d. Roll out trays: two (2) in bottom of compartment. The two (2) trays shall be mounted on top of each other and be full width of the compartment. The top tray shall have mounting brackets for "Hurst" power unit and "Hurst" JL-27 spreader. A divider shall be placed eighteen inches from the front wall of this tray. One (1) slide out/tilt down tray shall be mounted in the Page 14 METROPOLITAN, DADE COUNT" °TO NO. 5472-4/01-OTR top of compartment. This tray shall befull width and full depth. 0 3.3.9.5.3 Exterior compartment #3 located above wheelwell street side. Shall be a drawer with approximate interior dimensions of 10"h x 40'W x 19"d. 3.3.9.5.4 Exterior compartment #4 located street side rear of wheels. Approximate interior dimensions: 3011h x 3311w x 19"d. Three (3) Zico SCBA brackets shall be provided and installed in compartment #4. 3.3.9.5.5 Exterior compartment #5 located rear kick plate compartment. Approximate interior dimensions: Full width between the frame rails and as deep and high as possible. 3.3.9.6 Exterior compartment #6 located curbside rear. Approximate interior dimensions: 84"h x 1711w x 1911d. One (1) divider centered in compartment. Two (2) adjustable shelves forward of divider. 3.3.9.7 Exterior compartment #7 located curbside behind wheelwell. Approximate interior dimensions:,20"h x 1611w x 19"d. 3.3.9.8 Exterior compartment #8 located curbside above the wheel well shall be a drawer with approximate interior dimensions of 10"h x 68% x 19"d. 16 3.3.9.9 Exterior compartment #9 located curbside in front of entry door. The compartment shall have three (3) adjustable shelves. Approximate interior dimensions: 30 w x 2711d x 6211h. There shall be a Robinson (no substitute) roll -up door for access to compartment #9 from the patient compartment., 3.3.9.10 Seven (7) "Buddy System" Model #FD-2 or equal cylinder mounting fixtures shall be mounted at locations to be determined at the pre -construction conference. 3.3.9.11 All interior surfaces, shelves and trays in exterior compartments shall be finished in "Line -Ex" #XS-350 (no substitute). Color to be determined at pre -construction conference. 3.3.9.12 The floors and bottoms of trays in exterior compartments shall be covered with Turtle Tile or equal. 3.3.10 DOORS The curbside entry door shall be forward hinged with an approximate opening clearance of 30 inches wide x 77 inches high. 3.3.10.1 Latching shall be accomplished with Eberhard (no substitute) series 400 rotary latches and Nader pins, actuated on the ! exterior by an Eberhard (no substitute) paddle handle Page 15 METROPOLITAN DADE COUP—' _9 NO. 5472-4/01-OTR #25-4975-SS51 and the interior by a recessed, manually lockable (without a key per FMVSS) device. 3.3.10.2 The interior door skin shall be attached with aluminum 0 POP -rivets at 6 inch intervals. 3.3.11 REAR LOADING DOORS The two (2) rear doors shall provide a clear opening of approximately 70 inches high by 47 inches wide combined. The maximum load height shall be 30 inches. 3.3.11.1 A full length double gasket seal shall be provided where the two doors meet. 3.3.11.2 The street side door shall close first and provide the jamb face, gasket and latch striker for the curb side door to close upon. 3.3.11.3 The curb side door shall provide the outermost seal at the contact edge with the street side door. 3.3.11.4 Latching shall be accomplished with Eberhard (no substitute) series 400 rotary latches and Nader pins, actuated on the exterior by an Eberhard (no substitute) paddle handle #25-4975-SS51 and the interior by a recessed, manually lockable (without a key -per FMVSS) device. 3.3.11.5 CP1 grabber type hold open devices shall be mounted on each door at a location that will preclude the door from contacting other components (lights, drip rails etc.) 3.3.11.6 A stainless steel threshold shall be installed in the rear entry door. 3.3.11.7 A sturdy folding style rear step/bumper with end skid plates shall be installed in the rear bumper per KKK-A-1822-D, #3.9.6 and 3.15.3-21. The design of which will be approved at the pre -construction conference. The folding part of the step must stay in the up position when put there. 3.3.12 WINDOWS 3.3.12.1 Six tempered safety glass windows shall be provided (glass shall meet current D.O.T. specifications) as follows: 3.3.12.2 Each entry door shall contain a 17 112" x 17 3/4" two piece horizontally sliding window with exterior screen mounted in aluminum extrusions in the upper quadrant. Exact location to be determined at pre -construction conference. 3.3.12.3 Each entry door shall contain a 17 1/2" x 12 1/2" fixed window mounted in aluminum extrusions in the lower quadrant. Exact location to be determined at pre -construction conference. Page 16 METROPOLITAN DADE COUVv --0 NO. 5472-4/01-OTR 3.3.12.4 All windows shall be tinted with 3M Scotchshield #SH345NEARL 50% Neutral gray film (no substitute). 3.3.13 FLOOR 3.3.13.1 A floor capable of withstanding a distributed load of at least 150 p.s.i. shall extend the full length and width of the patient compartment. All structural butt welds shall be continuous on at least three sides with 6 inches of weld minimum. 3.3.13.2 An aluminum moisture shield of not less than .50" shall seal the interior from the elements. 3.3.13.3 A layer of 3/4 inch seven (7) ply marine grade plywood shall be securely fastened to the structural framing on top of the moisture shield. 3.3.13.4 Special reinforcement plates shall be through bolted per AMD standard #004 for anchoring the ambulance cot mounting hardware. 3.3.13.5 Finish floor covering shall be seamless, one piece, bacteriostatic, ""Marley"" safety flooring or approved equal applied the full length and width of the module floor and extending 3 inches up the adjacent walls. 3.3.13.6 A one inch (111) cove molding strip shall back the areas where the finish floor makes 90 degree transitions. 3.3.14 BODY MODULE M OUNTING The modular body shall be mounted to the chassis incorporating an .outrigger system with rubber isolation mounting "doughnuts" that will allow the body and the cab to flex together, maintain minimum floor height, and isolate the body from road vibration. 3.3.14.1 Mounting shall be accomplished in a manner that will not -void the chassis warranty. 3.3.14.2 The body module shall be attached to the chassis frame with a minimum of eight (8) grade "eight" bolts. 3.3.14.3 A ten (1011) inch black accordian bellows Star Class (no substitute) #ED 5388 shall be provided between the cab and body. 3.3.15 INTERIOR CABINETRY The storage cabinets shall be constructed of 3/4 inch exterior grade plywood. The cabinets shall be covered on all surfaces with plastic laminate. All street side interior compartments shall have a minimum of 18.25 inches of usable depth (see attached conceptual drawings). Page 17 METROPOLITAN DADS COUN' [ NO. 5472-4/01-OTR 3.3.15.1 The cabinets shall have 1/4" clear plexi-glass sliding doors. 3.3.15.2 To better facilitate cleaning and restocking of the cabinets the plexi-glass doors shall be in a frame that swings up on a stainless steel piano hinge. This frame opening shall be the size of the interior compartments and shall have gas shocks to stay open and positive lock closed.'.. 3.3.15.3 Adjustable shelves with an infinite adjustment system shall be provided in all interior cabinets. 3.3.15.4 There shall be an attendant seat against the street side wall. When sitting in this seat the left leg of the attendant shall be even with the pivot point of the stretcher when the patient is raised to the sitting position. One set of seat belts shall be provided and installed for this attendant seat. 3.3.15.5 The back rest for the attendant seat shall be hinged to the wall so it can be folded down and make a continuous shelf with the action area. The back of the back rest shall be finished in stainless steel the ''same as the "Action Area". 3.3.15.6 The "Action Area" shall be finished with stainless steel sheeting and contoured to facilitate cleaning. The action area shall have a stainless steel backsplash all the way up to the underside of the interior cabinets. The backsplash shall be one piece with the action area. 3.3.15.7 The squad bench seat/lid shall be fitted with cup brackets for 0 mounting a ""Ferno Washington" Model 11 stretcher. 3.3.15.7.1 The squad bench seat/lid shall be hinged with a full length piano hinge with 1/4" pin. The seat/lid shall be latched both in.the opened and closed position. 3.3.15.7.2 A "Sharps" disposal box and access door incorporating a one hand operation design shall be provided in the left front section of the squad bench. 3.3.15.7.3 The squad bench shall be 18 inches high. 3.3.15.7.4 Three (3) sets of seat belts shall be provided and installed on the squad bench. 3.3.15.8 There shall be a rear facing, pedestal mounted, attendant seat at the forward left corner of the patient area. It shall adjust back and forth six inches on the pedestal and have lap seat belt. This attendant seat shall rotate 180 degrees towards the curb side entry door. 3.3.15.9 A radio console shall be mounted in the cab to hold two (2) Fire Department radios. This console shall be ventilated in order to cool the radios. Page 18 METROPOLITAN DADE COuMfY ,ID NO. 5472-4/01-OTR 3.3.15.10 Successful bidder shall supply all the interior cabinets with Adapto plastic bins. 40 3.3.15.11 A locking controlled drug box shall be provided and installed in the patient compartment. The approximate dimensions of the box are 10"1 x 10"w x 4"d. This drug'box is to be keyed with a "Million Key Locks" (no substitute) lock. All drug boxes are to be keyed differently. .The exact location of box to be determined at the pre -construction conference. 3.3.16 ELECTRICAL SYSTEM In addition to the electrical system requirements of KKK-A-1822D, section 3.7, the following criteria shall be satisfied: 3.3.16.1 Wiring shall be "Dupont Hypolon Crosslink" or equal SAE. -grade SXL type wire conforming to SAE J1128. 3.3.16.1.1 All wires shall be color coded, and have the circuit number and function, heat stamped into the insulation. This stamp shall repeat every six inches. 3.3.16.1.2 A solid state electrical management system shall be provided, "Wired Right" or "CLASS.I" systems are acceptable. This system shall be accessible from an exterior compartment on the street side of the unit (electrical compartment). This door shall be . keyed alike on all trucks and the key shall be different from the rest of the compartments. 3.3.16.1.3 All wiring shall be run point to point with no intermediate connections (ei. terminal blocks, crimped or soldered connections). 3.3.16.2 Four (4) group 31 950 CCA batteries shall be supplied in place of the batteries supplied by Freightliner Corporation. For ease of maintenance they shall be mounted on "Grant" rollers in a corrosion proof tray under the cab on the left side. The tray shall have a positive locking mechanism to hold it in the closed position. The running board/step shall be mounted to this tray so the whole assembly rolls. 3.3.16.3 A Pollack (no substitute) on -off switch shall be used to isolate the batteries from all circuits except those specifically noted to be energized all of the time. This switch shall be located in the can in easy reach of the driver. 3.3.16.4 All electrical system components and wiring shall be easily accessible for repair and replacement. 3.3.16.5 Electrical components shall be selected to minimize current consumption. Page 19 METROPOLITAN DADE,COUNT' BI 10. 5472-4/01-OTR 3.3.16.6 There shall be a Vanner BRC-12-1800 (no substitute) 1800 watt/80 amp. inverter/charger wired directly to the batteries. When plugged into shorepower it will charge the batteries. When unplugged from shorepower it will, when turned on, make the shoreline receptacles 110 volt. 3.3.16.7 All components that produce radio frequency interference (R.F.I.) shall be shielded, filtered or suppressed to comply with the maximum allowable limits of "SAE J55111. 3.3.16.8 Switches shall be "Carling" with silver cadmium oxide contacts with internal indicator lights or equal. 3.3.16.9 Switches, switch labels, and gauges shall be back lighted. 3.3.16.10 Batteries shall be connected with crimped, solder dipped terminals and #000 (minimum) stranded copper cable routed over the frame members and supported to prevent chaffing. 3.3.16.11 The voltage meter shall be "T.S.D.", (no substitute). 3.3.16.12 Exterior compartment lights shall be flush mounted and parallel wired for independent operation. 3.3.16.13 Three RG-58 coaxial cables shall be routed to 3/8 inch roof antenna sites from cab control console and the action area. 3.3.16.14 Two (2) two inch (2") flashing red "Door Ajar" warning lights shall be provided in the cab. One for the exterior compartment doors and one for the entry doors. 3.3.16.15 A control console shall be provided in the cab to control warning devices, lighting, heating, and air conditioning. 3.3.16.16 A panel shall be provided in the action area to control the air exhaust system, left and right dome lights, action area lights, suction and fans. 3.3.16.17 Exterior clearance lamps shall be Trucklite 19002R and 19002Y (no substitute) 3.3.16.18 All circuits with a load over 5 Amps shall be ground switched and relay controlled. 3.3.16.19 Electrical components shall not be mounted under the cab hood. 3.3.16.20 Circuit safety interruption shall be accomplished through terminal blocks that will accept automotive plug-in fuses, and manually resetable circuit breakers. 3.3.16.21 All vehicles shall be wired identically. 3.3.16.22 All emergency lighting and warning devices shall be controlled through a circuit sequencer. Page 20 METROPOLITAN,DADE Cr. 'TY 8ID NO. 5472-4/01-OTR 3.3.16.23 Two (2) 110 volt duplex house receptacles shall, be provided in the ALS compartment #9. One (1) on the forward wall 1/3 down from the top and one (1) on the forward wall 1/3 up from the bottom. 3.3.16.24 One (1) 110 volt receptacle duplex house rece p p shall be provided in the action area. 3.3.16.25 A 20 amp Kussmal #WP-20 (no substitute) auto eject shall be provided on the front left of the body for shorepower. The exact location will be determined at the pre -construction conference. 3.3.16.26 All 110 volt receptacles shall be wired to the shoreline power and the onboard inverter. . 3.3.17 EMERGENCY LIGHTING Emergency lighting as stipulated in items 3.3.17.1 thru 3.3.17.10 shall be positioned during the pre -construction conference consisting of -the following: 3.3.17.1 Two (2) Federal View Point pod model #FV 2250 (no substitute) on the cab roof. 3.3.17.2 Two Whelen 810S (no substitute) with flange one (1) red and one (1) clear shall be provided on the cab grille. 3.3.17.3 Four (4) Whelen 508S (no substitute) with flanges shall be provided for intersection lights. Two (2) red and two (2) clear. 3.3.17.4 Eight (8) Whelen 810H (no substitute) six (6) red and two (2) amber. 3.3.17.5 Three (3) Whelen 810S (no substitute) two (2) red and one (1) front center amber. 3.3.17.6 An "ETM" (no substitute) wig wag headlight flasher system. 3.3.17.7 A Collins model #CL 12 (no substitute) hand held spot light with momentary switch shall be hard wired in the right front seat area. This light shall hang on an automatic positive locking hook. 3.3.17.8 One (1) Whelen USP-188C (no substitute) and one (1) USP-52C (no substitute) shall be provided. 3.3.17.9 Four (4) Whelen 810 H "Opti-Scene" (no substitute) two (2) each side with clear lenses. 3.3.17.10 Two (2) Whelen 508H-26 degree (no substitute) on rear for load, back-up and scene lights. Page 21 METROPOLITAN DADE'COUNT' B_ NO. 5472-4/01-OTR 3.3.18 PATIENT COMPARTMENT ILLUMINATION 3.3.18.1 Two banks of four "dual -density" halogen lights shall be recessed in the patient compartment headliner (four over the primary patient are and four over the squad bench), controlled by a "double throw" rocker switch in the action area console. The second light from the front in the left row of lights shall be in an amiable high intensity spot light. 3.3.18.2 A "Xantec" 12" (no substitute) 12 volt fluorescent light shall be provided in the action area. 3.3.18.3 Two step -well lights shall be provided for the rear entry doors and one for the curb -side entry door. Note: All step -well lights shall be illuminated when any of the three doors are opened. 3.3.19 LOADING DOOR WIRING 3.3.19.1 The rear loading lights shall be activated by an automatic rear door switch, a switch in the cab control console, and when the vehicle is shifted to reverse gear. 3.3.19.2 An automatic resetting switch shall be positioned to the inside right of the right door to deactivate the automatic door switch. This switch shall not affect the back-up light operation. 3.3.19.3 A switch to control the rear air bag suspension system shall be positioned in the door frame structure in a manner that will permit deflation upon demand and automatically actuate the..inflation cycle when the left -rear door is closed. 3.3.20 OXYGEN AND SUCTION SYSTEMS In addition to the requirements of KKK-1822-0, section 3.12, the following shall be provided: 3.3.20.1 Three (3) "NCG" self sealing outlets; one each in the action area, over the patient cot, and forward curb -side wall of the squad bench. 3.3.20.2 Two (2) oxygen flow meters shall be provided and installed in the outlets. The system shall be pressured and flow checked. 3.2.20.3 Two aluminum "M" cylinders (one mounted in compartment #1, one shipped loose). 3.2.20.4 One "Rico R/S 4" 12 volt powered aspirator (no substitute) with a "NCG" quick connect vacuum outlet with check valve shall be provided in the action area. Page 22 METROPOLITAN DADE C. 'TY BID NO. 5472-4/01-OTR 3.2.20.5 Oxygen hoses shall be run in conduit to facilitate in -field replacement. 3.2.21 ENVIRONMENTAL SYSTEMS In addition to the general requirements of KKK-A-1822D, section 3.13; The vehicle shall be equipped with a complete climate environmental system which will 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 must be separate, which shall permit independent control of the environment in each compartment. The ambulance shall be equipped with heating, ventilating and air 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 comfort zone of 68 degrees Fahrenheit, to 78 'degrees Fahrenheit, when operated between 8 degrees to 95 degrees Fahrenheit ambient. The air systems shall be high volume capacity with low velocity 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 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. 3.2.21.1 The driver's compartment shall be furnished with a hot water, fresh air high capacity, heavy-duty heater, with dual defrosters, and 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. 3.3.21.2 The patient compartment shall be heated, ventilated, and air conditioned to 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. 3.3.21.3 A Hoseline (no substitute) #UNT-4191 shall be provided with an under truck auxiliary condenser unit #CND 4191 (no substitute). The air conditioner shall be located near the Page 23 METROPOLITAN DADE COUNTY BIL 0. 5472-4/01-OTR ceiling above the walk through in close proximity to the patient compartment's center line. The cold air shall be ducted through the ceiling of the patient compartment to ensure equal cooling through out the patient compartment. A minimum of eight (8) vents shall be provided in duct work. This A/C unit shall have its' -.own compressor with no connection to the O.E.M. A/C unit. 3.3.21.4 The return air grill shall be stainless steel. 3.3.21.5 A return air filter shall be provided for both the front and rear A/C systems. 3.4 WARNING DEVICES 3.4.1 One Whelen WS 295 HFRS-1 1001200 watt (no substitute) siren is to be mounted in console in the cab. 3.4.2 Two (2) Grover (no substitute) Stuttertone air horns,.one ten inch and one twelve inch, actuated by a 12 volt solenoid controlled air valve, shall be mounted behind front bumper cutouts. All horn mounting bolts shall have self locking nuts. 3.4.2.1 The air horns shall be controlled by one "Compact" (no substitute) line master #491-S floor mounted switch on the driver's side and one dash mounted push button switch on the passenger's side. 3.5 PATIENT COMPARTMENT E UIPMENT The following equipment in addition to KKK-A-1822-D requirements, shall be mounted in the patient compartment. 3.5.1. A "Ferno-Washington" (no substitute) Model 28 stretcher with mattress, three straps and mounting hardware shall be provided an installed. 3.5.1.1 Ferno-Washington (no substitute) #175-4 mounting hardware shall be installed to mount a Model 29-M stretcher in addition to the hardware specified for the Model 28. 3.5.1.2 The necessary hardware shall be installed in the floor so the Ferno-Washington Model #29 stretcher may be center mounted and mounted to the extreme left side of the patient compartment. 3.5.1.3 The necessary hardware shall be installed in the floor so the Ferno-Washington Model #93-ES stretcher may be center mounted and mounted to the extreme left side of the patient compartment. 3.5.2 Two (2) "Cast Products" (no substitute) swing -down IV holders. is3.5.3 One (1) "Power Group" (no substitute) "Life -Pack 10" holder. 3.5.4 One (1) "Power Group" (no substitute) "Apcor" telemetry holder. Page 24 METROPOLITAN DADE r-"NTY BID NO. 5472-4/01-OTR 3.5.5 Two (2) "Kidde" (no substitute) ten pound ABC fire extinguishers. 3.5.6 Two six (6) inch, 12 volt fans, Bergstrom, part #756360 (no substitutions). 3.6 METAL FINISH AND PAINTING Metal surfaces shall be prepared and painted to the requirements of KKK-A-1822-D, section 3.16.1 and .treated per the following: 3.6.1 All metal surfaces shall be primed and painted except those that are aluminum diamond plate, stainless steel or chrome plated. 3.6.2 All metal to metal surfaces shall be sealed with a marine quality, non -hardening bedding compound. 3.6.3 Any metal surface that has a protective coating that is burned, ground or abraded during the manufacturing process must be recoated after assembly or before painting. 3.6.4 Areas where metal plates are to be mounted must be primed and painted prior to the mounting of the plates. 3.6.5 Grinding and drilling wastes shall be removed from all 3.6.6 surfaces prior to mounting of plates, fixtures or fittings. The cab and module shall be rust/corrosion proofed with MIL-16173-D grade 1 material in all boxed -in areas, body compartment undersides, cab doors and fender wells. NOTE: Material shall not be applied to the engine, engine compartment, wheels, wheel wells exhaust system or drive train components. 3.6.7 Exterior surfaces including the door jambs and wheels but excluding the cab and body roof shall be painted with "Dupont Imron" #7744-U-ALT 2 or an equal which will be approved at pre -construction conference. 3.6.8 The cab and body roof shall be painted "Dupont Imron" 817-U or an equal which will be approved at pre -construction conference. 3.7 REFLECTIVE LETTERING AND MARKING 3.7.1 Lettering shall be 4 inch "Helvetica Medium" reflective "Scotchlite" (no substitute) dark green applied over a 4 1/2" inch black to form an 1/8 inch black border around the 4 inch green letter. 3.7.2 One -hundred fifteen (115) letters will be required in a configuration that will be determined at the pre -construction conference. Page 25 METROPOLITAN DADE'COV' v -D NO. 5472-4/01-OTR 3.7.3 The edges of all letters shall be sealed with a clear epoxy coating. 3.7.4 Four (4) Dade County Fire Department seals (provided by Dade County) shall be applied at locations to be determined at the pre -construction conference. The seals shall be encapsulated and sealed around the edge to prevent peeling. 3.7.5 A six (6) inch white "Scotchlite" (no substitute) stripe shall be applied to the sides and rear of the vehicle. - 3.7.6 An inch and a half (1 1/2") dark green "Scotchlite (no substitute) stripes shall be provided on the sides and rear of the vehicle. 3.7.7 Two (2) 1" white "Scotchlite" (.no substitute) stripes shall be provided on the sides and rear of the vehicle. 3.7.8 See attached drawing for proposed striping. Exact configuration will be determined at the pre -construction conference. 3.8 QUALITY ASSURANCE PROVISIONS 3.8.1 A current certificate of compliance with Federal Standard KKK-A-1822-D (latest edition) from an independent testing laboratory is required with the bid proposal. 3.9 MANUALS 3.9.1 The following service manuals, parts manuals, and electrical schematics shall be provided: (a) -Cummins Engine - Service, troubleshooting and parts manuals (b) Transmission - Service, troubleshooting and parts manuals (c) Freightliner - Service, troubleshooting and parts manuals (d) Freightliner - Electrical schematics and troubleshoot-ing manual (e) Successful bidders - As built body electrical schematics to include its interface with the O.E.M. wiring. 3.9.2 One (1) set of manuals shall be provided with each vehicle and an additional six fire shop. (6) sets shall be provided for use by the 3.10 OPTIONS 3.10.1 Freightliner FL 60 (no substitute) 2 door cab. 3.10.2 Freightliner FL-60 (no substitute) extended cab with raised roof. Page 26 METROPOLITAN DADE CDl'"—Y ?D NO. 5472-4/01-OTR E r] • O �ggz C� O a t!� CKU Q cn C W U cI; Page 27 METROPOLITAN DADE'COL Y ;D NO. 5472-4/01-OTR m m 4 U n. O � \z l \ c %% m _ OF O �Q �� z 0 U.I METROPOLITAN DADE COUl. _.D NO. 5472-4/01-OTR W �3 Q� o> �z w< X G W Paae 29 rirrr.r.rr�rrr METROPOLITAN DADE COl l 'D NO. 5472-4/01-OTR ■ KI • I n Page 30 C� METROPOLITAN DADE,COU' "TD NO. 5472-4/01-OTR c V w A C H �F 0. G� O U . i Page 31 METROPOLITAN DADE CO Y ID NO. 5472-4/01-OTR • • Page 32 METROPOLITAN DADS COUNT" RID NO. 5472-4/01-OTR 1�1 r� u uul /•'rr � r UOC�, 90UPP;,EM NTA SEA pq i H IN • RIN HAN Lc EXPANDED M ..�.w...... .'••—� � INSULATI N: �� ENO VI EON ENTIRE CAVITY FACE VIEw� R Al I NTERICR Viw Page 33 METROPOLITAN DADE COUN NO. 5472-4/01-OTR r� u C� • ■ Page 34 METROPOLITAN DADE iCOUP­ '"7 NO. 5472-4/01-OTR 0 • • nil Page 35 METROPOLITAN DADE COUNTY bio NO. 5472-4/01-OTR • ar 0 O V ILI k • I 1 II .I N Fo METROPOLITAN DADE-COUV . '-7 NO. 5472-4/01-OTR C� J • 11 il i Fk Page 37 METROPOLITAN DADE COUN ) NO. 5472-4/01-OTR 0 9 C4 rn L) z E— " rn ZH 0 xa Z 0 MUM Page 38 METROPOLITAN DADE COUNT, L � NO. 5472-4/01-OTR • Y F0 �3 U CM • Paoe 39 • • r] METROPOLITAN DADE G NTY, FLORIDA M® DAgE ' , ADDENDUM NO. 1 September 3, 1996 TO: ALL PROSPECTIVE BIDDERS �11 -4 11dWN STEPHEN P. CLARK CENTER GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION SUITE 2350 111 N.W. 1st STREET MIAMI. FLORIDA 33128.1989 (305)375.5289 SUBJECT: Bid No. 5472-4101-OTR Emergency Medical Care Vehicles OPENING DATE: October 2, 1996 at 1:00 p.m. This Addendum is and does become a part of Bid 5472-4/01-OTR entitled: Emergency Medical Care Vehicles. Please note the following change(s): See Attachment consisting of 17 Pages. ALL ELSE REMAINS THE SAME Tony Arroyo, CPPB Supervisor, GENERAL SERVICES ADMINISTRATION Procument Management Division TA/jcp eC- o7S s,r-aa.-1 ADDENDUM RESCUE 96 Bid No: 5472-4/01-OTR 2.6 Change to read Failure to submit bids in accordance with the requirements of this bid will result in the bid being rejected as non -responsive and the bid will not be considered. 2.9.7 Change to read The equipment and features required are listed in the bid specifications. The County may after delivery and acceptance of the initial equipment order, make changes to the required equipment or equipment options supplied provided; such changes are mutually agreed between the bidder and the County, and , all changes in unit pricing are no more than the change in per unit documentable cost to the bidder, and, that the net amount of any such changes is no more than seven and a half (7.5) percent of the unit price originally bid. Bids requiring a pre - construction conference, or, the construction and approval of a prototype unit, will be considered in satisfaction of the initial equipment order provision of this paragraph. 2.9.16 Change to read Upon failure to deliver the equipment in accordance with good commercial practice, excellent ready to work condition, and full compliance with the bid specifications and requirements to the County within the time stated by the bidder with their proposal, the bidder shall be subject for liquidation damages in the amount of $200.00 for each vehicle every calendar day that the vehicle is not delivered acceptably. The charge for liquidation damages is in addition to other remedies and timetable requirements listed in paragraph 2.9.16 below. . Change numbering sequence between 3.3.20.2 and 3.3.21.2 . (1) 3.1.2 Change to read A third seat in the cab, Zico fold down type, shall be mounted on an approved track system. This seat will slide out of the way in order to travel from the cab to the patient compartment. The seat shall slide into a pocket on the curbside of the rear wall of the extended cab. The entire seat assembly shall lock in both the stored and in service positions. A three point seat belt shall be provided and installed for the flip up seat. This shall have a D.O.T. certification. 3.1.3 Change to read The extended cab shall have an exterior compartment on the street side (Extended cab #1). This compartment shall be approximately 48" H x 21" W x 27",D. There shall be a Robinson (no substitute) roll -up locking door on the exterior and the interior of this compartment. Four (4) coat hooks shall be mounted in compartment. The exact dimension shall be determined at the pre -construction conference 3.1.4 Change to read The curbside of the extended cab shall have an interior storage cabinet for the storage of paper supplies (Extended cab #2). The approximate size of the cabinet is 27" H x 26" W x 23" D. The exact dimension shall be determined at the pre -construction conference. 3.2.1.1 Change to read The rear axle shall have a ratio to provide positive gradability to 70 MPH and a maximum speed of 75 mph. 3.2.1.2 Change to read 15,000 lbs GVWR rear axle shall have dual wheels and 245170R x 19.5 tires with 12,000 Ibs GVWR air suspension. 3.2.1.3 Change to read 8,000 Ibs, GVWR front axle shall have wheels and 245/70R x 19.5 tires. 3.2.2.6 Change to read • Four wheel hydraulic disc brakes with anti -lock system. 3.2.2.13 Change to read Allison MD 3060 World six speed automatic transmission. Submit with the bid proposal an unflagged SCAAN printout verifying the performance of the Allison MD-3060 Transmission with the criteria listed below: 1. Use a fully loaded gvw of 17,500 pounds. 2. Actual rear axle bid. 3. Frontal area of 72 square feet. 4. Clutch fan, air compressor, power steering, air conditioning and the alternator are engaged. 5. A drive line efficiency of 96%, a traction limit coefficient of .7000, a road factor of 1.000, an air resistance coefficient of .8000 and the transmission and tires specified. Use six (6) tires on the ground and the drive axle weight (rounded to an even thousand) shown on the fully loaded weight distribution chart. 3.2.2.16 Change to read Tow_^oks, two (2) front shall be mounted to the frame rails. 3.2.2.18 Change to read Premium interior trim. 3.2.3.4 Delete 3.2.3.6 Change to read A "Vanner" (no substitute) automatic low voltage sensing engine high -idle control shall be provided and installed. There shall be a manual override switch in the cab within reach of a seat belted driver. The high -idle shall operate only when the transmission is in neutral and the parking brake is applied. 3.2.3.8 Change to read � Two (2) Little Light model # L-5/12 (no substitute) flexible neck map lights with red lens and rheostat switch. Mounting. location to be determined at the pre -construction conference. 3.2.3.9 Change to read A D.O.T. approved back-up alarm. 3.2.3.12 Change to read Provide closed cell insulation in the cab to limit sound levels to a maximum of 82 db. during a full power acceleration from a standstill to maximum speed. 3.2.3.16 Change to read Cab doors, exterior compartment doors, and the patient compartment entry doors shall have electric door locks. These locks shall operate from three (3) remote switches, two (2) mounted on the body and -one (1) in the cab. All doors shall lock and unlock from all switches. Exact location of switches shall be determined at pre -construction. 3.3 Change to read MODULE BODY CONSTRUCTION The body shall be 160 inches in length, constructed of 1/4 inch 6061-T6 structural aluminum extrusions, 6063-T-5 2" X 2" tubing, aluminum castings, and 5052-H32 aluminum .125 sheet. Structure assembly and sheet mounting shall be accomplished by 3 inch skip welding. All butt welds shall be continuous on at least three sides (example 6 inches of weld minimum on 2" x 2" square tubing ). Sheeting must be securely bonded to all structural components that it comes in contact with. Compartment seams shall be completely welded to provide structurally strong watertight compartments. Maximum substructure spacing shall be 12 inches center to center. Non- toxic closed cell foam insulation shall fill all the hollow areas between all structural members in walls, floor, and ceiling of the C¢J body. The closed cell foam shall be covered with 1/4" Reflextex foam. The wheel wells and entry door steps shall be lined with lead lined foam to minimumize road noise. There shall be a walk through between the cab and patient compartment. A rubber bellows shall join the cab and body. The interior of the walkway shall be finished to match the cab interior. 3.3.7.3 Change to read Drip rails shall be mounted on a marine quality, non -hardening bedding compound and be fastened by pop -rivets at 6 inch intervals. 3.3.8 Change to read DOORS --ALL Exterior doors shall be full pan construction using .125" aluminum face skin with an inner pan of channel construction (see attached drawings). 3.3.8.6 Change to read Triple ribbed, closed cell foam gaskets shall be secured around the entire perimeter of each door where it makes contact with the body and bulb type, closed cell foam gasket on the body frames where the doors make contact with the frame to provide a double sealing system. 3.3.8.8 Change to read Alternate door construction methods will be considered upon written request and presentation of a working model prior to the pre -bid conference only. 3.3.9.6.1 Change to read Exterior compartment #1 shall be located street side front. Approximate interior dimensions 84" h x 21" w x 20" d One (1) internal divider 10.5 inches from the front wall with one (1) shelf 20 inches from the compartment floor There shall be a second shelf the full width of the compartment approximately 48" above the floor. The top section of compartment shall have inside and outside access. One (1) vertical sliding tool board, with mounting brackets for SCUBA shall be mounted in the 25" space between the two shelves. Two (2) Zico or equal SCBA brackets with retaining straps shall be provided and installed in compartment on sliding tool board. 3.3.9.6.3 Change to read Exterior compartment #3 located above wheelwell street side. Shall be a drawer with approximate interior dimensions of 10" h x 40" w x 19" d. This drawer shall open clear of the body and shall have a rated capacity of 200 lbs. 3.3.9.6.4 Change to read Exterior compartment #4 located street side rear of wheels. Approximate interior dimensions: 30" h x 33" w x 19" d Three (3) Zico SCBA or equal brackets with retaining straps shall be provided and installed in compartment #4. SCBA brackets shall fit a Dreager PA-80-FS breathing apparatus with backpack in place. 3.3.9.6.5 Change to read Exterior compartment #5, rear kick plate compartment. Approximate interior dimensions: Full width between the frame rails and as deep and high as possible. 3.3.9.8 Change to read Exterior compartment #8 located curbside above the wheel well shall be a drawer with approximate interior dimensions of 10" h x 68" w x 19 d. This drawer shall open clear of the body and shall have a rated capacity of 500 lbs. 3.3.9.11 Change to read All interior surfaces of exterior compartments including floor, walls ceiling, shelves and trays shall be finished in "Line -Ex" # XS-350 (no substitute). Color to be determined at pre -construction conference Note: For product information contact: Advanced Composites Technology, Kevin Heronimus PH. 205-464-9100 3.3.10.3 Add A manually operated R.V. style step shall be provided and installed under the side entry door step. 3.3.12.6 Add A 12 " x 40" tinted window shall be provided in the curb side of the body above the squad bench. Exact location to be determined at the pre -construction conference. 3.3.13.1 Change to read A floor capable of withstanding a distributed load of at least 150 p.s.i. shall extend the full length and width of the patient compartment. All structural butt welds shall be continuous on at least three sides (6 inches of weld minimum on 2 x" x 2" square tubing). 3.3.13.2 Change to read An aluminum moisture shield of not less than .050" shall seal the interior from the elements. 3.3.16.10 Change to read Successful bidder shall supply all the interior cabinets with Adapto plastic bins as follows: 1. 13 ea. PA2-4 2. 1 ea. PA2-6 3. 3 ea. PA2-8 4. 16 ea. PA8-4 5. 7 ea. PA8-6 6. 4 ea. PA8-8 7. 28 ea. PAM-2 8. 17 ea. PAM-3 The bins shall be placed in the interior compartments at delivery. Exact location to be determined at pre -construction. NOTE: For product information contact: Adapto Storage Products Ph .305-887-9563 625 East 10 Th. Avenue Ph. 800-327-0745 C�� • • r� Hialeah, Florida , 33010 3.3.16.1.2 Change to read A solid state electrical management system shall be provided, "Wired Right" or "CLASS I" systems are acceptable. This system shall be accessible from an exterior compartment on the street side of the unit (electrical compartment). The electrical compartment door shall be keyed with a #510 key . 3.3.16.1.3 Change to read All wiring shall be run through convoluted loom point to point with no intermediate connections (ei. terminal blocks, crimped or soldered connections). Any wiring that runs through the frame, crossmembers or structural members shall be insulated against abrasion. 3.3.16.3 Change to read A Pollack (no substitute) on -off switch shall be used to isolate the batteries from all circuits except those specifically noted to be' energized all of the time. This switch shall be located in the cab in easy reach of the driver. 3.3.16.14 Change to read A two inch (2") flashing red "Door Ajar, warning light shall be provided in the cab for the exterior compartment doors and for the entry doors. A map indicating which door is open shall be mounted in the cab as well. 3.3.16.16 Change to read A panel shall be provided in the action area to control the air exhaust system, left and right dome lights, action area lights, suction, air conditioning and fans. 3.3.17.2 Change to read (f) Four (4) Whelen 508S (no substitute), one (1) red, one (1) clear and two (2) amber shall be provided on the cab grille. 3.3.19.4 Add The right side scene lights shall be activated by the side entry door. An automatic resetting switch shall be mounted on the interior of the patient compartment between the window and the door jam for turning these scene lights off. 3.3.20.2 Change to read Two (2) oxygen flow meters shall be provided and installed in the outlets. The system shall be pressure and flow checked. 3.3.21.3 Change to read A Hoseline (no substitute) #UNT-4191 shall be provided with an under truck auxiliary condenser unit # CND 4191 (no substitute). The air conditioner shall be located near the ceiling above the walk through in close proximity to the patient compartment's center line. The cold air shall be ducted through the ceiling of the patient compartment to ensure equal cooling through out the patient compartment. A minimum of eight (8) vents shall be provided in duct work. This A/C unit shall be a self contained system with no connection to the O.E.M. A/C unit. 3.4.2 Change to read Two (2) twenty four (24) inch Grover (no substitute) stuttertone air horns shall be mounted one on each side of the hood. These horns shall be actuated by one 12 volt solenoid controlled air valve. All horn mounting bolts shall have self locking nuts. 3.4.2.2 Add The air horns shall function any time the battery switch is on. 3.10.3 Add All surfaces inside the patient compartment shall be finished in "Line -Ex" (no substitute) # XS-350. These surfaces shall include the floor. ceiling, walls, cabinets interiors and exteriors. 0 - (s � op E Z5 a f-I ■ 9 METROPOLITAN DADE C - ' 1NTY, FLORIDA �CFA ME TRO DADE 1, ® STEPHEN P. CLARK CENTER GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION SUITE 2350 111 NW. 1st STREET MIAMI, FLORIDA 33128.1989 (305) 375.5289 ADDENDUM NO. 2 September 4, 1996 TO: ALL PROSPECTIVE BIDDERS SUBJECT: Bid No. 5472-4/01-OTR Emergency Medical Care Vehicles OPENING DATE: October 2, 1996 at 1:00 p.m. This Addendum is and does become a part of Bid 5472-4/01-OTR entitled: Emergency Medical Care Vehicles. Please note the following change(s): Section 3.0: 1) Paragraph 3.2.1.1- delete 73 MPH. 2) Paragraph 3.2.2.13 first paragraph last sentence add after the word " below " (and vocation # 2720). Item 5 -Delete 96% add 95.74%. Last sentence after the word "chart" add (which shall be submitted with the bid.) ALL ELSE REMAINS THE SAME Iv T " y Arroyo, CPPB Super7TRATION r, GENERAL SERVICES ADMINI Procument Management Division TA/ j cp 0 C� � . 12-�i d.d�•�