HomeMy WebLinkAboutStaff Report 05 06/18/2001 ULM 1 8 NO
II CITY OF PETALUMA, CALIFORNIA
AGENDA BILL
Agenda Title: Resolution authorizing the purchase of a 2001 Meeting Date:
mergency Ambulance Type, III from Braun Industries in the Monday, June 18, 2001
mount
.of$106,842.45.
Departments: Directors: ContactPersons: Phone Numbers:
Fire Department Terry Kraut Art Fanucchi rt 778-4390 .
Finance William Thomas Bruce Bra ;) 778-4418
Cost:of Proposal: $ 106,842.45 Account Number:
602-400-6610-7301
Amount Budgeted: $ 150,000.00
Name of Fund:
Ambulance Enterprise Fund
Attachments to Agenda Packet Itein:
Agenda Report
Resolution
' ITB Report 01-127
ITB 01-127 '
Attachment 1-BC Art Fanucchi memo dated May 29, 2001
Summary Statement: The Fire Department identified a need to obtain an additional Emergency
Ambulance Type III. Council approved the funding for acquisition of the ambulance. Staff evaluated the
need and prepared specifications.. Invitations to Bid were sent to 1.5 'vendors. Seven (7) bids were
received from three (3) vendors. After reviewing the bids, staff recommends approval of the purchase of
ivEmergency Ambulance Type III from Braun Industries in the amount,of$106,842.45.
Council Priority: THIS AGENDA,ITEM IS CONSIDERED TO BE PART OF, OR NECESSARY TO, ONE OR
MORE OF THE 1999-2000 PRIORITIES ESTABLISHED BY THE CITY COUNCIL ON JANUARY 30, 1999
AND MARCH 18, 2000.
Priority(s): Although not listed as a Council priority, action during the mid-year budget review created the
budget appropriation for the purchase of'a replacement ambulance. Purchase of an additional replacement
ambulance is addressed in the Fire Department Master Plan.
Recommended City Council Action/Suggested Motion:
Recommend Council approve the resolution to purchase an Emergency Ambulance Type III from Braun
Industries in the amount of$106,842.45.
Reviewed by Finance Director: Revi•, .i - • t rnev: Approved by City Manager:
A Date: e: Date:
tom:.(1 i) . 6A/01 �o
Today's Date: Revision # and D te'• evised "' e Code: ITB 01-127;
May 7, 2001 # Emergency Ambulance Type III
•
r
CITY OF PETALUMA, CALIFORNIA •
MONDAY, JUNE 18, 2000
AGENDA REPORT
FOR
RESOLUTION AUTHORIZING THE PURCHASE OF AN EMERGENCY
AMBULANCE TYPE 1W FROM BRAUN INDUSTRIES IN THE AMOUNT OF
S 106,842.45
EXECUTIVE SUMMARY: The Fire Department identified a need to obtain an
additional Emergency Ambulance Type III. Funding for the purchase of the
ambulance was approved by Council. Specifications and an Invitation to Bid
were developed'. Fifteen (15) vendors were solicited, with seven (7) bids being.
received. Staff recommends the purchase of Emergency Ambulance Type.III
from Braun Industries in the amount of$106842.45.
2. BACKGROUND: To meet the demand for adequate;ambulance service, the
Fire Department determined that a new Emergency Ambulance Type III was
needed. Working with.Purchasing,,an Invitation to Bid (ITB) was developed and
issued. (See attached ITB 01-127). Funding for the purchase was identified in
the Ambulance Enterprise Fund. Bid packages were sent to fifteen(15) vendors.
Seven.(7)'bids were received from three (3) vendors. (See attached ITB report). •
The,lowest bidder, Wheeled Coach, was declared non-responsive, since the
vendor did not follow the bidder instructions in submitting three bids. The Fire
Department representative reviewed all of the bids. The bids from Wheeled
Coach did not comply with the specifications. See attachment 1. The low bid
from Braun Industries did meet,minimum%specifications. Fire Department review
of the second bid from Braun Industries(SFLEA model) found this model to meet
minimum specifications,and to be more acceptable than the other Braun bid. The
SFLEA model is similar to the ambulances currently in use and has°more
headroom See attachment 1. Staff recommends the bid from Braun`Industries,cin
the amount-of$106,842 45'be approved.
3. ALTERNATIVES:
Reject all bids and give staff direction to rebid.
Direct staff to accept another bid.
Not awarding a.bid.atthis time may result=in a new bid being issued, which will
delay the purchase of the ambulance.
•
• 4. FINANCIAL.IMPACTS:
Funding for,the ambulance comes from Ambulance,Enterprise Fund.
Budget allocation: 602=400-6210-7301
5. CONCLUSION:
If the City Council approves the purchase, a purchase order will be issued for the
new Emergency Ambulance Type III.
6. OUTCOMES OR PERFORMANCE MEASUREMENTS THAT WILL IDENTIFY
SUCCESS OR COMPLETION:
Issue a purchase order for the new ambulance after Council approval.
Ambulance is delivered and"placed in daily operation.
7. RECOMMENDATION:
Recommend council approve the resolution to purchase;an Emergency
Ambulance Type III from Braun Industries in theamount of$106,842.45.
• g:/forms/2000 Agenda Bill revised 042100
•
RESOLUTION AUTHORIZING THE PURCHASE OF AN EMERGENCY
AMBULANCE TYPE III FROM BRAUN INDUSTRIES IN THE AMOUNT OF
$106,842.45.
WHEREAS, the City of Petaluma Fire Department identified a need to obtain an
additional emergency ambulance, and,
WHEREAS, the funding was authorized'from the Ambulance Enterprise Fund, and,
WHEREAS, Staff developed specifications and bids were solicited from responsible
vendors, and
WHEREAS, after reviewing the bids, staff recommended that the Council authorize the
purchase of an emergency ambulance from Braun Industries in the amount of
$106,842.45.
• NOW, THEREFORE BE IT RESOLVED.that the City Council hereby authorizes the
purchase of an emergency ambulance from Braun Industries in the amount of
$106.842.45.
•
• ITB 01-127 Report
Item Description: Emergency Ambulance Type III
Number of Bids Solicited: 15
•
List of Bids Received: 07
See reverse for listing of biils.received. The bids'listed do not contain sales.tax.
Notes: The bids received from. Wheeled Coach were declared non-responsive. The
bidder did not complete the bid in accordance with the bid instructions. The Fire
Department reviewed.all the bids received. The bids from Wheeled Coach had several
exceptions to specifications as well as being non-responsive. The low bid from Braun
Industries, met the bid specifications, but the Fire Department has several reservations
regarding this Braun bid, which are outlined in the attached,memo from Battalion Chief
Fanucchi. The second bid from Braun provides an ambulance with more headroom and
is similarly configured to the current PFD ambulances.
The dollar amount below includes sales tax.
Recommended Award: Braun Industries $106,842.45
•
Budget: Account #: 602-400-6610-7201 Budgeted Amount: $150.000.00
APPROVALS:
FIRE DEPARTMENT DATE
FINANCE DATE
MANAGER: DATE
•
•
ITB 01-127 EMERGENCY AMBULANCE TYPETI1.BID RESULTS
TOTAL
VENDOR :MAKE/MODEL: PRICE DELIVERY EXCEPTIONS DISCOUNT NOTES
WHEELED MODEL 371 _$82,529.00 $0.00 $82;529.00 No r No Non-
COACH responsivei
• BRAUN CHIEF III • $92,970.00 $1,850,00 $94,826.00 No I Yes
WHEELED (SACRAMENTO) $96,468.00 $0.001 $96,468:00 No No Non-
COACH I responsivel,
BRAUN SLFEA $97,770.00 $1,850:00 $99,620.00 No Yes
BRAUN NW NORTH STAR $100,500.00 $0.00$100,500.00 Yes No
16.7-3
WHEELED $105;739.00 $0.00 $105,739.00 No No Non-
COACH responsive
LEADER HORTON 533 $106,379.00 $350:00$106,729.00' Yes No
INDUSTRIES: .
The total cost do not include sales tax.
The Braun SLFEA total cost with sales is $106:842.45
•
•
•
Purchasing Office
Finance Department
CITY OF PETALUMA, CALIFORNIA
INVITATION TO BID
2001 EMERGENCY AMBULANCE William J. Thomas
TYPE III Finance Director/Purchasing Officer
BID DATA
BID NUMBER: 01-127
COMMODITY TITLE: 2001 EMERGENCY AMBULANCE TYPE III
BUYER: Bruce J. Brady, CP.M., CPPB
BUYER TELEPHONE: 707-778-4418/Fax 707-778-4414
BUYER:E&MAIL: purchasing @ci.petaluma.ca.us
ISSUE DATE: April 20, 2001
BID OPENING
DAY/DATE: Tuesday, May 23, 2001
TIME: 2:00 PM
LOCATION/ City Clerk's Office
MAIL ADDRESS: City of Petaluma
11 English Street
Petaluma CA 94952
BID CONTENTS
Section A: Instructions to Bidders
Section B: Terms and Conditions
Section C: Specifications
Section D: Bid
Section E: Exceptions to Specifications
Section F: Additional Information (Warranty)
Sealed written responses must be received at the address above no later than the date,
time and location indicated for the Bid Opening. Submittal by fax is not acceptable. Do
not send bids to the Purchosing Office.
•
ITB#01-127 1 5/10/01
SECTION C •
SPECIFICATIONS •
ITB 01-127
2001 EMERGENCY AMBULANCE TYPE II
General: It is the intent of the specifications below to.describe the minimum requirements for one (1)
2001 new unused Emergency Ambulance Type III. The vehicle shall be supplied with all
equipment and accessories indicated as standard equipment in the manufacturer's published literature.
Optional equipment necessary to meet the requirements of this specification shall.also.be installed.
Bids offering factory delete options intended to meet the minimum requirements of this specification are
to indicate the specific delete offered and show the cost of the factory delete in the exceptions section
(Section E).
All equipment/options are to be fully installed. If the equipment/options are not available factory
installed,'dealer installed equipment/accessories may be acceptable. The bidder is to specify those items,
which will be dealer, installed. All equipment shall be installed prior to delivery. This does not apply to
fire extinguishers, miscellaneous warning devices not part of the vehicle lighting system and first-aid kits.
Special items needed to bring the vehicle ,up to specifications shall be accepted only if they are the
manufacturers regular or approved factory options. •
Prior to delivery, all equipment specified herein shall be completed and serviced as 'necessary to assure
proper operation and function.
Any deviation from the written specifications shown in the Invitation to Bid shall be noted in the Exceptions
Section(E).
Definitions: (1) Master Control Console—MCC
(2) Attendant Control Panel—ACP
(3) . Power Distribution Quarters—PDQ
In order to receive full consideration, bids -must fully follow these specifications and the Invitation to
Bid's General or Special Provisions.
The seller shall be required to mark compliance to the section of the specifications in the space
provided.
BIDDER COMPLIANCE
YES NO
1. GENERAL:
2. CHASSIS-OEM:
2.1 Air Bags: OEM Driver and Passenger side air bags. Both air bags
shall be second generation-depowered.
ITB#01-127 12 5/10/01
• 2.2 Air Cleaner: Heavy duty.
2.3 Air Conditioning: OEM high, output fresh air heater and air
conditioner system.
2.4 Alternator:, Dual 110 AMP OEM Ford alternators with internal
regulators and rectifiers.
2.5 Ambulance Prep Package: OEM ambulance prep package with
compliance stickers.
2,6 Battery System: Dual battery, 12V system rated at 1450 cold
cranking AMPS. Both OEM batteries shall be located in a slide-out
drawer.
2.7 Brakes: Heavy-duty dual hydraulic/Hydroboost brake booster
power disc-type on front axle and rear axle. All-wheel "Front and
Rear Axles" anti-lock brake system (Four Wheel ABS), parking
brake cable to drum on transmission.
2.8 Bumper, front: Chrome plated front bumper with a plastic splash
panel.
• 2.9 Buzzer, Headlights: "Headlights,on warning buzzer, which shall
sound whentignition is off.
2.10 Chassis: 2001 or 2002 Ford E-450 Super Duty with wheelbase not
less than 158 inches and dual rear wheels (100 inches C.A.)
2.11 Cruise Control: OEM cruise control.
2.12 Engine: 7.3 liter direct injected turbo diesel V-8 with block heater.
2.121 Coolant Recovery System
2.122 Engine Oil Cooler
2.123 Heavy Duty Cooling System. Catalytid converter.
2.13 Exterior Sound Deadening:. Chassis manufacturer's exterior sound
deadening package.
2.14 Front Axle Rating: 4,000 LBS rating (4,600 LBS G.A.W.R.)
2.15 Front Spring: 4,600 LBS combinationrated, coiltype.
2.16 Fuel Tank: A single tank with a total capacity of not less than 55
gallons.
ITB# 01-127 13 5/10/01
2.17 G.V..W R.:•Rated for not less than 14,050 LBS. •
2.18 Gauges. Chassis:. Shall include temperature, oil pressure. Fuel and
voltmeter Ford OEM SRC;(selectable RPM control) auto idler shall
be standard. The parking brake must be on and the transmission in
park for the high idle_.toswork,
2.19 Glass: all window glass on chassis cab shall be tinted.
2.20 Grille: Chrome grill and griI1e,surround
2.21 Hood Latch: latch shall be operated from inside the cab.
2.22 Horns: Dual tone electric horns activated by horn,bar on steering
wheel.
2:23 Lights:. OEM standard: two (2) aero halogen headlights, front turn
signals, and front identification marker lights. Heavy-duty turn
signal flasher.
2.24 Light, Dome: Cab activated courtesy light consisting of dual
adjustable Map/reading lights.
2.25 Mirror: Exterior OEM: OEM bright finish low mount.RV swing- •
out mirrors.
2.26 Mirror.'Interior Cab:"One (1) flat day/night mirror.
2.27 Oil Filter: Full flow, disposable type.
2.28 Power Lockscand Windows
2.29 Radio: AM/FM stereo/cassette radio with six speakers 'and digital
clock.
2.30 Rear Axle Rating: Dual wheel 9,450 LBS rating (9,450 LBS
G.A:.W.R:). Rear axle ratio shall be 4.10 (Limited slip is not
available)
2.31 Rear Spring:,9,450 LBS combination rated, leaf---type.
2.32 Seats:Reclining high back;captain chairs provided.by OEM Chassis
Manufacturer. Boih seats shall be adjustable and have retractable
combination shoulder harness/lap strap. The shoulder harness D
rings^are adjustable. Inboard arm rests.
2.33 Shock Absorbers: Heavy duty front;and•rear: 1.38. inches diameter
piston, gas pressurized.
ITB#01-,127 14 5/10/01
• 2.34 Stabilizer Bars: OEM heavy-duty front and rear stabilizer bars.
2.35 Steering: Tilt steering wheel.
2.36 Tire, Spare: One(I) LT225/75R,x 16=E. .00 ply rating) steel belted
radial, all season tire: Mounted on a 16"x 6" wheel. Tire shall be
installed in an exterior compartment. Tire changing tools and jack
shall be included.
2.37 Tires: Six (6) LT225/75R x 10-E (10 ply rating) steel belted radial
all-season tire mounted on 16"x 6"wheel. Tire shall be installed in
an exterior compartment. Tire changing tools and jack shall be
included with vehicle.
2.38 Transmission: A #4R100 4-speed automatic overdrive, heavy-duty
transmission.
2:39 Transmission Oil Cooler: Factory installed auxiliary, external,
transmission fluid cooler in front of the radiator.
2.40 Trim Package: OEM standard interior and exterior trim package.
• 2.41 Trim, Interior:
• Medium graphite cab`interior color.
• Molded type cab headliner.
• • OEM color coordinated dab door trim panels with storage
pockets.
• Padded arm rests
• Padded sun visors and dash.
• OEM heavy molded plastic step well pads.
• Flooring covering
2.42 Wipers: Two (2), two-speed?electric wipers with washers. Wipers
shall have intermittent operation feature.
3. CHASSIS CONVERSION
_ 3.1 Heat Shields: The chassis shall heat shields above the exhaust
system as recommended by the-chassis manufacturer to protect the
module.
•
3.2 Light. Fog: Two (2) Hella Jumbo #220 fog lights with clear lens
• shall be installed on the front,bumper. The fog lights shall be wired
to automatically turn off wheh the headlights are on high beam. The
fog lights shall be operated from a. switch in the Master Control
• Console (MCC).
ITB# 01-127 15 5/10/01
3:3 Mirror, Exterior Convex: A bolt-on, adjustable 5" round convex •
mirror shall be installed on each side of the cab.
3.4 Mirror. Interior Convex: One (1) 4.25" X 5.75" interior convex
mirror shall be:installed above the rear view mirror so that the driver
may monitor the patient compartment.
3.4 Running Boards: Flared aluminum diamond plate running boards
with grip strut insert shall be provided on the cab. The running
boards 'shall be wider toward the rear, extending out to the corners of
• the module, and shall be anodized after they are formed to retain and
increase corrosion resistance.
3.5. Wheel Simulators: Wheels shall be dressed out with stainless steel
-wheel simulators provided by the ambulance manufacturer. The
stainless, steel simulators shall include Air ,Max Amll valve
extensions.
4. ELECTRICAL SYSTEM'FEATURES:
4.1 Alarm, Back-Up: An OSHA approved back-up alarm shall be
installed with a momentary: disable. switch for silent backing in
• hospital,areas. The momentary disable switch'Shall be:located in the
MCC. The back-up,alarm system shall automatically reset to "on"
mode whenthe transmission is taken out of reverse:
4.2 Attendant Control Panel (ACP): The ACP shall provide control of
all equipment installed_in the patient. compartment.. The ACP shall
be hinged and located to the immediate right of the attendant, seated
at the head of the cot.
4.3 Converter/Battery Conditioner: A Progressive :Dynamics
#PD9040 40'ahips115 VAC to 12 VDC converter dr.equivalent, with
• automatic battery conditioner shall be connected to the shoreline.:
The fluorescent lights shall operate from the converter when the
shoreline is plugged in..
4.4 Electrical Circuits: All circuits shall have wiring and circuit
breakers suitable to the demand and must meet the N ational'
Electrical Wiring Code:requirements.
All added on wi-in,4 SGA`thru'1 OGA-shall be color coded and shall
be heat.stamped with code numbers and functions every 4 inches;for
easy identifications of any wire anywhere in the vehicle (all other
wiring shalt be color coded).
SGX insulated' cable be used for all underhood/underbody
battery and charging system cable.
SXL high temperature thermoplastic/cross link-wire shall be used. •
ITB## 01-127 16 5/10/01
• High temperature (375 degrees.F:)'thermoplastic loom shall be used
on all harnesses.
4.5 GFCI: A 20 AMP ground fault circuit interrupter (GFCI) electronic
ground leakage, detector designed to protect personnel from
potentially hazardous ground faults shall be installed in an accessible
area for the shoreline circuit.
4.6 Inverter Prewire: The vehicle shall be prewired to accommodate a
Vannes 20-1000-TUL .21000-watt inverter. The wiring shall be
terminated behind the passenger's seat.
4.7 Light. ACP: A dual intensity light.be installed in the ACP area.
4.8 Light, Dome: Ten (10) dual'intensity dome lights shall be provided
in the patient compartment. The dome lights shall have high and
low intensity 3-way switching between the ACP and MCC. The low
dome lights shall also be illuminated when the patient compartment
side or rear door(s) are opened.
4.9 Light..Fluorescent: Five (5) #7I8XL 12VDC powered fluorescent
lights shall be installed in the patient compartment-three (3) above
the street side cabinet and,two (2) above the curbside cabinet. The
fluorescent 'lights shall provide secondary lighting, with 3-way
switching between the ACP and the MCC. The fluorescent lights
shall be connected to the converter, reference code 4.3 for further
details.
4:10 Light, MCC (Master Control' Console): A gooseneck map light
with.a rheostat switch shall be installed on the MCC. The light shall
have an adjustable red filter.
4.11 Light. Outside Storage: Each outside storage compartment shall be
illuminated with recessed light(s) and shall have individual
automatic magnetic proximity switching for each compartment.
When a compartment has an adjustable shelf or shelves. There shall
be an additional light provided below each shelf
4.12 Light. Outside Storage: Each'outside storage compartment shall be
illuminated with recessed light(s) and shall have individual
automatic magnetic proximity switching for each compartment.
When a compartment has an adjustable shelf or shelves. There shall
be an additional light provided below each shelf.
4.13 Light. PDO (Power Distribution Quarters): An automatic light
shall be provided in the PDQ. The'light shall be wired directly to the
battery'system.
• 4.14 Master Control Console (MCC): A molded console shall be
ITB#01-127 17 5/10/01.
mounted on the engine cover. The console shall be.designated to
allow easy rnobility form the driver and passenger seats to the
patient compartment. The console shall be easily removable for
servicing'electrical components
4.15 Meter. Amn/Volt: Two (2) analog ammeters (+/ 200 AMPS) for
each alternator and one (1) analog voltmeter shall be'provided and
installed in.the.MCC. Tilted towards the driver for easy viewing.
4.16 Meter. Hour: An engine hour meter shall be provided and installed
in the MCC.
4.17 Outlet, Interibr.115VAC: The three.(3) 2-wire plus*Found,hospital
grade duplex outlets .shall be installed in the patient compartment
with wiring run to the shoreline: Two (2) interior outlets shall be
installed in the street side cabinet, one (1) in the forward action area
and one (1) in the rear action' area. Both outlets shall be for
supplying 115VAC to monitoring equipment. The third interior
outlet shall be installed at the -forward end of the squad bench. An
indicator lamp shall be located within each 115VAC outlet as..a,line
monitor indicating a live circuit. The outlets shall be labeled
"115VAC."
4.18 Outlet. Interior 12:VDC: Two (2) 12VDC outlets (cigarette lighter
type) shall be installed•in the patient compartment. One (1) in the •
front wall equipment area. and one (1) in the ACP area in the street
side cabinet. The outlets shall be labeled "12VDC". An Schottky
Diode rnedical isolator shall be provided to protect the -12VDC
outlets,
4.19 Power Distribution Quarters,(PDQ):'The PDQ compartment holds
all standard electrical' components-circuit breakers, plug-in relays,.
solenoids, alternating flashers; etc.-and shall be located on the
partition wall behind the attendant seat. The compartment;shall be
enclosed and shall an open able door.
All wiring harnesses shall be connected via quick disconnected amp
circular plug:connectors.
' All circuit loads over 4 amps shall be carried through 30 amp
minimum plug-in relays installed in relay socket strips.
There shall be two (2) spare relays. One (1)`30-amp single pole
single throw.and one (1)30-amp single pole double throw. Mounted
in spare sockets and installed in the PDQ for field maintenance.
No circuit loads in excess of 4 amps shall be carried through
operating switches in the MCC.
ITB# 01-127 18 5/10/01
Communication radio tie in points,shall be identified and installed in
the lower area of the PDQ. The radio tie in points shall be an
insulated dual terminal block'witfi brie hot at all times and the other
only hot when the batteries are on.
An 'ignition protection circuit shall be provided that prevents the
engine from,stopping if the battery switch is inadvertently turned off
before the ignition switch is turned off.
4.20 Radio Antenna Bases: Two (2) #K-94 antenna bases shall be
installed on the roof on the module with both coaxial cables
terminating behind the driver's seat.
4.21 Receptacle, Shoreline: A Kussmaul 115VAC heavy duty 20 AMP
auto-eject shoreline inlet receptacle with circuit interrupt shall be
installed. A mating connector shall be shipped loose. The
receptacle cover shall be yellow. The'shoreline inlet receptacle shall
be located on the forward left exterior near the driver's door, and
shall be connected to the lighted patient compartment outlet(s) and to
the,engine block heater (with a blbek,heater summer/winter switch in
the'P..DQ).
4.22 Switch. Block Heater: The summer/winter switch for the engine
block heater shall be a 15 'amp (toggle) circuit breaker. Located in
the PDQ.
4.23 .Switch, Emergency Master: An emergency master switch for
controlling all emergency lights shall be provided in the MCC. The
module disconnect switch disconnect switch must be on for the
emergency master switch to function
4.24 Switch;MCC:and ACP: The switches in the MCC and ACP shall be
rocker type with built-in 18 volt indicator lights. Each switch shall
have a backlighted legend for easy'identification during the day or
night.
4.25 Switch, Module; Disconnect: A module disconnect switch for all
add-on electrical equipment installed on and in the chassis shall be
provided in the MCC. A heavy duty, continuous duty, 200 AMP
• rated (minimum) electronic;disconnect shall be used for'the module
load. The disconnect shall have built-in electronic noise and
kickback suppression, which shall protect critical electronic and
radio equipment systems. The disconnect will have been tested to
operating temperatures of 30 degrees'C to 100 degrees C.
4.26 Opticomi Opticom emitter shall be installed in the front light bar.
The system shall be wired to disengage when the transmission is
placed in the park position. A disable switch shall be installed in the
MCC.
ITB# 01-127 • 19 5/10/01
5. EMERGENCY WARNING EQUIPMENT
5.1 Cable. Strobe: A single three (3) conductor shielded (strobe type)
cable shall be run to each standard flashing warning light location:
This shall provide,easier switching from halogen to strobe.
5.2 Flasher: A fully transistorized Ventron #2250 or equivalent, 100
amp (50 amps per'leg capacity) heavy duty alternating flasher shall'
be used for all halogen-flashing lights.
5.3 Light Bar. Front:.Che (1) Code 3 #7416A1 or equivalent.lightibar
shall be mounted on,the cab roof. The light bar shall have all red
upper level lenses, and clear bulbs, the lower level shall be clear, two
(2) intersection sweep lights shall be installed, in the lower level.
The light bar and intersection lights shall be operated from a.single
switch in the MCC,labeled "L.T. bar front."
5.4 Light Bar;:Rear: .One (1) Code 3 #8076RB-500 or equivalent light
bar shall be mounted on the rear of the module. There shall be two
(2) red flashing lights. One (1) center amber flashing light, two (2)
clear 26 degree scene lights, and two (2) red sweep lights
incorporated into the light bar. The sweep lights shall be operated
from a switch in the.MCC, labeled "LT bar rear:" The flashing
lights shall function-with the other flashing warning lights, and shall
•
be operated from a switch in the MCC, labeled "Flashers." The rear
scene/loading lights shall be automatically activated when the rear
doors are opened, when the transmission is in reverse,, or from a
switch in the MCC. A momentary switch with auto reset shall be
provided at the rear doorway soi the loading lights might be turned
off from the rear when the rear doors are open. There shall be ICC
lights mounted on the'top;of the light bar.
5.5 Light, Door Open Indicator:,Two (2) red lights shall be installed in
._ the MCC-one (1) to indicate when a„cab door or any module passage
door is open. And one (1) to indicate when any outside storage
compartment door is open.
5.6 Light:.Grille: Two (2) Code # #41 or equivalent, red halogen lights
.in CPI'housings•shallrbemounted into the grille area.
5:7 Light. Intersection: Two.(2) Code 3 #41 or equivalent; red halogen
flashing intersection lights in 15 degree tilt cast aluminum housings
shall be installed on the front fenders-one(1) each side.
5.8 Light, Module:Front: Three (3)lights shall be installed on the front
of the module, two (2) Code 3 #81BZ or equivalent, red halogen
warning lights, each light mounted on a single housing-one (l) on
each outboard corner, and one. (1) Code 3 #41BZ; clear halogen
warning light-centered between the red lights.
ITB#'01-127 20 5/10/01
• 5.9 Light, Module Side: For (4) dual light clusters shall be installed,
one (1).forward and one (1) rear, on each side of the module. Each
cluster shall consist of'one:(1)Code 3 #81 or equivalent, red halogen
warning flashing light without chrome bezel, and one (1) Code 3
#81-15 clear halogen 15 degree scene/loading light without chrome
bezel. Each cluster shall have rubber edging to protect the vehicle
finish. The right and left scene slights shall be operated from
separate switches in the MCC. The flashers shall be operated from a
switch in the MCC.
5.10 Light, Spot Hand-Held: One (I) 12V #KB-2003 or equivalent
hand-held spotlight with a 200.000.candle power "blue eye" bulb, 10
feet coil cord, and momentary switch shall be provided. The
spotlight shall be hard wired. A VAC-formed spotlight holder shall
be shipped loose.
5.11 Light, Stop<Rear:_A rear center high mount light (CHMSL) shall be
installed above the rear doors.
5.12 Light. Tail: Code Tail/Brake #41STBZ back-up $41RVBZ, and
arrow amber turn signal #41TABZ lights shall be installed on the
rear of the module. Each light shall have a chrome bezel.
5.13 Load Manager/Sequential Switching System: A load
manger/sequential switching system shall be installed. The
automatic switching system shall allow the driver to preset all
emergency lights and turn:them on or off, one ata time, in sequence,
with a single switch. The emergency master switch shall control the
sequential system of up to seven (7) emergency lights or other
warning devices. The load manager automatically sheds lights to
help prevent, electrical system overload when the vehicle is
stationary and the transmission is in park. The load-shed priority
shall be programmable. The module disconnect switch must be on
for the emergency master switch to function.
5.14 Siren: One (1) Code 3 model #3866 or equivalent, 200-watt
microcom remote siren with electronic air horn, hyper-yelp and
microphone shall be provided and recessed into the MCC.
5.15 Speakers, Siren: Dual 100 watt siren speakers shall be center
mounted below the bumper;
5.16 Switch, Warning Lights: All flashing halogen module warning
lights (including front and rear light bar flashers), grille lights and
intersection lights shall be.operatedTroin a single switch in the MCC
labeled:flashers.
6_0 MODULE FEATURES
ITB# 01-127 21 5/10/01
6.1 AssisttHandles: Six (6)assist handles shall be installed consisting:of •
three (3) "V" 1-1/4" 'diameter stainless steel assist handles, one (1)
on each passage door, and three (3) 15,5" black urethane coasted
assist handles, two (2) at the rear doorway and one (1) at the
curbside doorway.
6.2 Battery Storage: The OEM batteries shall be installed in:a heavy-
duty slide-out drawer. The door shall be hinged on the forward
edge.
6.3 Body Construction:The module body shall be fabricated entirely of
parts formed from .125" (minimum) thick 5052-H32.flat aluminum
sheet stock. The module shall be built with unitized type
construction. The roof shall be designed with a 1" crown to
facilitate water run off.
The roll-cage type interior super-structure, aluminum partition and
module body shall all be welded together into a single unit to give
optimum strength for patient and attendant protection. The floor,
roof, sides and all exterior doors shall be fabricated from 125"thick
flat aluminum sheet stock with absolutely no premolded';or extruded
material used The exterior joints between the roof and side
components shall be full seam welded the entire length of the
module. All exterior body panel joints shall be full seam welded the
full length of all joints. •
6.4 Compartment, Exterior Design: All exterior compartment(s) shall
be sprayed on the, with sound absorbing polyurethane
Material. Seep holes shall be provided and shall be baffled to
prevent;water from tsplashing'in. All joints shall be sealed to prevent
water from seeping into the exterior compartment(s). The hinges on
all exterior compartment doors, shall be full length with 3/16"
stainless steel hinge pin and shall be two-way adjustable. The doors
shall be. flush without a protruding flange or lip and shall have .
lockable, recessed,, black tri/mark .paddle handles with rotary locks.
When double doors a e.provided,only one (I) shall be lockable. All
exterior compartments and passage doors shall be lockable with the .•
same key. A gasket shall be installed under each,paddle handle to
. protect the paint. All exterior compartment doors shall have .0972"
thick aluminum diamond plate inner door skins. All exterior
compartment shevl4es;.slide-out trays and closeouts shall be sprayed
with sound'absorbing polyurethane material.
6.5 Connections,'Cab-Module: The module shall be bolted to the cab
with twenty-eight (28).5/16" grade -5 bolts and nylock nuts evenly
spaced along the sides+and roof of the cab. A weatherproof seal shall
be installed between the nodule and the cab. TheThodul body shall
be,securely, bolted.to the chassis frame rail with ten (10) l2mm bolts
thru OEM rubber insulating spacers at ten (10) separate locations, •
ITB#01-127 22 5110/01
• five (5) each frame. The fame mounting bolts shall be properly
torqued and secured with Locktite. The system used for fastening
the module to the frame shall be that designed by the chassis
manufacturer.
6.6 Doonvav/Doors, Passage: There shall be a 30" wide x 67" high
curbside door opening and a 60" x 59"'high rear door opening in the
patient compartment. The side and rear passage doors shall be flush
without a protruding flange or lip. The right rear and curbside
passage. doors shall have lockable, recessed, black tri/mark paddle
handles installed on the outside. The left rear door shall have a non-
locking recessed, black tri/mark installed on the outside. All paddle
handles shall be installed with a gasket under the handle to protect
the paint. The hinges shall be full-length stainless steel with a 3/16"
stainless steel hinge pin and shall be two-way adjustable. The side
door and each rear door shall have a two-point slam action
automotive type rotary latching system to the body. The right rear
door shall lock to the body at the top and bottom, not to the left rear
door. The side and rear doors shall have 213 steel door latch
activator rods with turn buckle adjusters. The side and rear inner
door panels shall be covered with color coordinated padded vinyl
upholstery material. The side and rear doors shall be lockable from
the inside and outside. All doors shall shut on molded, air-core,
• automotive type door seals to prevent any water from leaking into
the vehicle interior. Each door panel shall have an access port
adjacent to the rotary locks. The side and rear doors shall chrome
plated steel;.spring-loaded, cam-over holders to hold the doors open
at approximately 105 degrees.
6.7 Power Door Locks: Power door locks on module passage doors,
side and rear, connected to OEM cab power dock lock system.
Includes switches near side and rear doorways. A hidden exterior
power door lock switch will be provided in the grille.
•
6.8 Exterior Aluminum Parts: All unfinished exterior aluminum parts
shall be anodized after fabrication to retain the finish and increase
corrosion resistance.
6.9 Fenderettes: Anodized polished aluminum fenderettes shall be
installed around the rear wheel well openings.
6.10 Insulation: The walls, ceiling, passage doors, outside storage doors,
• the entire underside of the,module floor (except for mounting pads),.
the underside of the OSS compartments, and the underside of the
curbside step area shall be completely foam-in-place insulated with
sprayed on Class 1, urethane foam for thermal and acoustical
insulation. The insulation shall comply with FMVSS #302 flame
spread requirements. The underside of the body shall be properly
•
prepared before the sprayed insulation is applied.
ITB#01-127 23 5/10/01
6.11 Matting, Compartment: All storage compartments shall have gray •
turtle tile or equivalent, matting in the bottom to insure proper
ventilation of the compartment and stored equipment. There shall be
skid resistant gray turtle tile matting installed in the curbside
doorway.
6.12 Paint Procedure: •All painted module body surfaces shall. be
thoroughly cleaned with DX-330 acrylic-clean or equivalent wax
and gease remover and hand dried. The body shall then be
completely sand blasted using a fine material. It 'shall then be
painted with DP-40 expoxy primer with DP-40.1 catalyst to wet
thickness of 1.5 to 1.8 mils. Premium body .filler shall be added if
needed, sanded smooth and primed with DPHS-52 'pruner surface
with DPHS-52l catalyst<as needed. The cured primer surface:shall
be sanded with 320 grit and reclined with DX-330. DPHS-52 shall
be applied'; where needed as a sealer.
6.13. Paint. Stripe: a single PPG red beltline stripe shall be applied to
match existing Petaluma Fire Department ambulances. .The strip
shall be bordered 1/4" in from the top and bottom with 1/4" wide white
reflective Scotchlite pinstripe.
6.14 Paint, Module: The module shall be painted with PPG delta DHS
• 4289 low voc polyurethane white or equivalent (to match the Ford •
1999 YZ white) to a dry thickness of 2 to 2.5 mils.
6.15 Rub Rails: Anodized polished,aluminum rub rails shall be installed
on the lower sides of the body below the outside,compartment sill
areas. The rub rails shall be offset 3/16" from the body to facilitate
thorough wash down of road debris, thus. helping to eliminate
corrosion. The rub rails shall'incorporate a recessed 5/8" wide black
reflective Scotchlite safety accent stripe.
6.16 Scotcblite: A 6" x 2" piece of red reflective Scotchlite'tape shall be
installed on the lower inside edge of each passage and OSS door for
roadside safety.
6.17 Stainless. 'Steel Panels: There shall, be a stainless steel panel
installed on the lower interior portion of each passage door. The top
of the stainless steel shall be installed' under the upholstered door
panel.
6.18 Step, Rear::The step be;made of aluminum grip strut and shall
. measure•60" x 9=1/2". The grip strut step shall'be'recessed 2" under
the vehicle: There shall be 14" from the patient compartment floor
to the top of the rear step. The rear step/bumper combination shall
be 94" wide and shall be bolted to the vehicle. The grip strut step
insert shall be easily replaceable if damaged. Two (2)' steel braces
ITB#'01-127 24 5/10/01
• shall; be installed between the back of the step and the chassis for
added stability. The outer 17" on each end of the bumper shall be
made from heavy gauge stamped polished stainless steel bumper
parts and shall provide smoothly rounded corners. The remainder of
the step shall be constructed of:125" aluminum diamond plate. Two
(2) rear step illumination lights with black grommets shall be
provided. Two (2) tow Poops shall be provided in the step are and
shall be securely fastened tb the vehicle frame. All aluminum step
parts shall anodized after fabrication to retain the finish and increase
corrosion resistance.
6.19 Stone. Guards: Anodized aluminum diamond plate stone guards
shall be installed on the lower 24"of the front of the module.
6.20 Threshold, Curbside: A step well liner shall be installed in the
curbside doorway. •
6.21 Threshold, Rear: An anodized aluminum diamond plate threshold
shall be installed at the rear doorway: The threshold shall extend
down to the top of the rear step; providing a kick/scuff plate at the
rear of the vehicle.
6.22 Window,.Passage Door:The rear doors shall each have a 16" x 23"
non-open able window. The distance between the rear window
• glasses shall not exceed 6" to assure maximum vision to the rear.
The curbside door shall have a 16"x 23" open able window with a
removable screen. The windows shall have a 66% dark tint and be
secured with black oxide fasteners. No warning lights shall be
blocked from view when the side,or rear doors are open.
7.0 PATIENT COMPARTMENT FEATURES
7.1 Aisle: The aisle shall be la`minimum of 17.5" between the Stryker
cot (in the left position) and the edge of the squad bench cushion.
7.2 Aspirator"System: An Abbott 1500cc or equivalent, receptacle with
replaceable liners shall be recessed into the street side lower interior
wall in front of the attendant seat, and shall be connected to a
#907Cdc18 12VDC operated electric vacuum pump. The system
shall be complete with overflow trap, vacuum control with
instantaneous shut off 10ifoot,suction tubing, 10" rigid aspirator tip
and six (6) replaceable receptal'liners. The vacuum pump shall be
operated from a switch in-the ACP. The receptal shall be installed so
that it can be easily removed. The electric vacuum pump
performance shall comply with KKK-A-1822D requirements. The
vacuum pump exhaust shall be vented to the exterior of the vehicle.
7.3 Attendant Seat and Base: A rear facing high back, deep cushion
•
attendant seat shall be provided at the head of the cot. The seat shall
ITB# 01-127 25 5/10/01
be covered with color coordinated vinyl upholstery material and
shall have an:automatic locking retractable seat.belt. The attendant
seat shall bemounted on an open cabinet with no door.
7.4 Backboard Storage: There shall be an exterior vertical backboard
and scope stretcher compartment at the head of the squad bench.
This compartment shall be sprayed with sound absorbing
polyurethane material. The compartment shall be padded on the
squad bench side to protect: the attendant or patient sitting on the
squad bench.
7.5 Cabinet Behind Attendant Seat: A storage cabinet shall installed
behind the attendant seat and shall be constructed of 2" plywood.
The exterior of the cabinet shall be covered color coordinated high-
pressure plastic laminate material and the interior each compartment
shall be covered with white, shelf liner mater. The storage cabinet
shall.have one(]) compartment as follows:
7.6 Cabinet Doors: Shall be nominally '/" thick light bronze or smoke
tint acrylic material.
The sliding cabinet doors shall install in aluminum track which-shall
be lined with PPL insert to eliminate rattles and prevent doors from
accidentally .opening. An edge mounted aluminum.handle shall be
installed on each sliding cabinet door.
An inventory control system shall be provided al all siding cabinet
doors to secure them 'in the closed position. This system shall use
plastic ties;to secure the doors.
7.7 Cabinet Faces: Shall be covered with high-pressure plastic .laminate
material.
There shall be two (2) action areas-one (1) shall be,located to the
right of the attendant;seat, the second shall be located to the-rear,of
the CPR seat. Both^areas shall have an ABS molded countertop with
a.I" lip to prevent equipment from sliding off.
7.8 Clock: An 8" diameter, 12/24 hour battery operated quartz clock
shall be installed on the rear head pad
7.9 Cot: One (]) 'Stryker MX Pro 6080, with wheel locks, head storage
pouch,,x-frame•guards, and ergonomic'shall be provided
7.10 Cot Fastener: A Stryker center mount cot fastener, capable of
securing a Stryker iMX=Pro, Model 6080 shall be installed.
7,11 CPR Seat: •A fully padded CPR seat shall be incorporated in the
street side cabinetry. Padding shall be provided fore,aft, above and
behind the head,area. (A fold down back rest/counter top shall not
be provided.)
ITB#-01-127 26 5/10/01
• 7.12 Floor Covering: The. floor shall be covered with Tarkett
"prescription" grade orequivalent,.seamless flooring.
7.13 Floor Module: The floor inthe'patient compartment shall be .125"
aluminum with .125" and .190 thick reinforcing hat sections and
mounting laterals. The aluminum floor shall be covered with a
single piece of solid core.exterior treated plywood. The plywood
shall be shimmed, if necessary, to provide a flat floor, not just
screwed down following the module floor waves and irregularities.
All corner molding, edging,and trim shall be anodized aluminum or
stainless steel and shall be sealed` to prevent fluids from seeping
under the cabinets if the vehicle is hosed out.
7.14 Grab Rail: A 1-1/4" diameter stainless steel grab rail approximately
96" long shall be installed 'on the ceiling for attendant/patient
balance control. The grab rail shall be installed securely to the
ceiling with three (3) mounting brackets that secure it to the roll-
cage type super structure. The installation shall comply with AIM
standard 008 (ambulance patient compartment grab rail load test).
7.15 Headliner: Shall be a white vinyl clad .060 aluminum headliner in
the patient compartment.
• 7.16 Heater/Air Conditioning System: A high capacity, minimum 475
CFM heater/air conditioner system with 36,000 BTU heating
capacity' and 27,700 BTU cooling capacity and with a 3-speed
blower shall be installed. The heater/air conditioner return air shall
be filtered to minimize contamination of the heater/air conditioner
cores. Four (4) adjustable:louvers shall be provided for high volume
air movement with minimal noise: The cab and module
enviromental systems shall' be simultaneously capable of heating the
in the front while cooling in the rear and vice-versa. A thermo
controlled rear system shall 'he provided for heating and air
'conditioning the patient compartment. A wall-mounted thermostat,
whether heating or cooling, shall control the temperature. The wall
thermostat shall have three (3) blower speeds, and heating and
cooling shall be selected manually. The heater/air conditioner
• system shall function only when the ignition system is on. The rear
heater shall have EPDM/NOMEX/ heater hoses. The rear air
conditioner shall have barrier air conditioner hoses for R-I 34A
refrigerant.
7.17 I. V. Hangers: Two (2) cast products #2014 or equivalent, recessed;
dual ceiling I.V. hangers. shall be provided. One (1) shall be
installed near the street side cabinet and one (1.) near the curbside
cabinet.
• 7.18 'Oxygen Cylinder Storage: Provisions shall be made for vertical
1TB# 01-127 27 5/10/01
storage for two (2) "M" or tWo(2) "H" oxygen cylinders in.OSS#4 •
(curbside rear) compartment. The cylinders shall be easily
removable for refilling from outside the vehicle. A spring loaded,
hinged acrylic access door shall be installed to provide,access to the
oxygen cylinder valve. The oxygen compartment shall be provided
with at last,a-9 square inch vent permitting leaking gas,to dissipate,to
the exterior of the !ambulance. The oxygen cylinders shall be
secured with a minimum of four (4) restraining devices meeting
AMD standard 003; oxygen tank retention system requirements. A
cylinder-changing wrench shall be provided and secured in the
oxygen cylinder compartment. The City shall provide the oxygen
cylinders.
7.19 Oxygen System: _Three; (3) Ohio Medical flush mounted; quick
release wall receptacles shall be installed with on (1);flowmeter; one
(1) #3230 humidifier, and one (1) #1040 disposable mask with 84"
tubing. The oxygen system shall be completely installed and shall
include a pre-set oxygen regulator' with a cylinder pressure gauge
and 200 PSI safely valve and all necessarypiping'and connections.
The oxygen system be completely low pressure with the regulator
fastened directly to the cylinder. The regulator, shall be set to
operate at approximately 50 PSI. The oxygen cylinder shall be
installed so as to be easily turned on and off at thesmaih cylinder
valve each time the oxygen system is used The oxygen system
monitor be readily available to:the attendant while seated at the head •
of the cot. F.lexiblexonductive oxygen hose with a minium 900 lbs
burst rating shall be installed between the regulator and the oxygen
receptacles. The system shall-be test4ed and tagged in conformance
with NFPAQ-56-F and KKK-A-182213.
Two (2) oxygen outlets shall be provided in the fact of the ACP in
the streetside cabinet and one(1) outlet in-the•bpper forward conrer4
(head of squad bench of the curbside cabinet.
7.20 Oxygen System, Electric: An electric oxygen system shall be
provided with an on/off switch in the ACP. The emergency manual
bypass valve shall be in the curbside cabinet beside the oxygen
outlet and shall be within reach of the,attendant seated at the.head of
the cost. A#TH-9002 digital readout oxygen tank pressure monitor
system,with low-level alarm shall be installed in the ACP.
7.21 Pad, Head/Back:,Vinyl upholstered, foam cushioned had pads shall
• be installed as follows: one (1) omthe lower edge of the upper front
wall cabinet (above partition doorway or window), One (1)2" thick
x 105 wide x 62.5"-long above the ear doors, one (1) 7"thick x 11"
'wide x 34"long above the side door, two (2) onthe curbside cabinet
behind the squad bench, the heard pad shall be 2" thick 4" wide
x60.5" longihe back pad shall be 2"thick 4" wide x 74.75"long.
7.22 Padded Eding Protection: Padded,corner edging shall be installed •
ITB#01-127 28 5/10/01
11, where necessary on exposed corners and edges in the patient
compartment for patient attendant;protection.
7.23 Partition: The partition shall be constructed of aluminum and shall
be welded to the module body at the top, side and bottom. It shall be
covered on the patient compartment side with color coordinated
high-pressure plastic laminate material and on the cab side with
color coordinate material. The partition doorway shall be trimmed
with aluminum trim.
7:24 Partition. Door: A 17" side walk,thru doorway shall be provided
extending from the floor to the cab headliner. A hinged door shall
be provided for the walk-thru partition. The door shall only open
able from the cab side, thus providing maximum security when
closed. It shall be capable of being automatically secured in both the
open and closed positions and have Window with a minimum of 150
square inches viewing area_ located•so the driver may easily view the
patient compartment and so the rear dome lights do not distract the ..
driver. The door shall be constructed of plywood. It shall be
covered on both sides with color coordinated high-pressure plastic
laminate material. When the door is in the open position it shall be
recessed into the side of the lower front wall cabinet.
7.25 Patient.Area and Rear Floor: The floor shall be 42.5" between the
• CPR seat the edge of the squad bench base. There shall be 63.25"
between the cabinets and 161" from the rear doors to the partition
(with all doors closed)
7.26 Radio -Speaker: Two (2) stereo speakers shall be installed in the
head pad over the rear doors. The fade r control for the rear speakers
shall be in the radio.
7.27 Sharps Container: A sharps container (2 quart) shall be installed in
the face of the squad bench(not available with Reeves tunnel).
7.28 Signs: Two (2) "no smoking/oxygen equipped/fasten seat belts"
signs shall be provided. One (1) shall be installed in the cab and one
(1) shall be installed above the oxygen outlets in the street side
cabinet. •
7:29 Squad Bench Base: The squad bench base shall be constructed of
.090 aluminum for maximum storage capacity and minimum weight.
The exterior of the squad''bench '.base shall be covered coordinated
high-pressure plastic laminate material. The interior dimensions of
. the squad bench base shall be 14:563" high x 71.75" long 16.688"
wide, providing 8.851 cubic, feet of storage. The interior of the
squad bench shall be sprayed With sound absorbing polyurethane
material. The vertical edge of the squad bench base shall be
• trimmed with aluminum edging. There shall be automatic locking,
ITB#01-127 29 5/10/01
•
retractable seat belts for three (3) people sitting-on the squad bench •
or one (1) person lying of the squad bench.
7.30 Squad Bench Cushion:, The, squad bench cushion area shall be 19"
wide x 73.5"long. The-squad bench cushion-shall be covered with
color coordinated vinyl upholstery material, shall be one-piece and
shall be lift able.on.a full-length continuous hinge., The squad-bench
cushion upholstery shall be sewn with seams (vertical) in`the corners
only to minimize entrapment of body fluids: Two (2) gas cylinders
shall be provided to hold the cushion in the open and closed
positions: Polished cast aluminum swing-out post and wheel cups
shall be provided for transporting a patient on a Ferno Washington
#11 folding stretcher.
7.31 Squad Bench Latch: A latch shall be installed to secure the squad
bench in the closed position.
7.32 Stainless.Steel Wall Protection: Brushed stainless steel panels shall
be provided on'the street side wall from the bottom'of the CP{R seat
cushion down to the flooring;material to protect-this area when the
cot is taken in or out the vehicle.
7.33 Trash Container: A container (5 qt) shall be installed in the vertical
wall near the attendant seat for,disposal of trash. The trash container
shall be removable from an exterior compartment. •
7.34 Upholstery: All cushions, head pads, door panels and seats shall be
• covered vinyl upholstery.
7.35 Ventilator, Exhaust: A single speed, 250 CFM minimum electric
exhaust fan shall be located in the street side cabinet in the,patient
compartment.. The exhaust fan shall be operated from a switch in the
ACP:. The exhaust system shall have regulating grille inside and.a
chrome plated vent outside. The exhaust system shall vent though
the side of the vehicle,not through the roof.
7.36 Wall. Covering: All exposed sidewalls and the partition (patient
compartment.side only) shall be covered with high-pressure plastic
laminate material.
8.0 Pre-Delivery Checklist::Prior to delivery, the vehicle shall be
completely inspected, serviced and detailed by the delivering-dealer
and/or the manufacturer's pre-delivery service center. A copy of the
. pre-delivery checklist shall be completed for the vehicle, signed by
the representative of the organization perforrning,the
inspection/service, and delivered with the vehicle.
9.0 Receiving Inspection: The vehicle will be inspected upon receipt at •
ITB# 01-127 30 - 5/10/01
• the designated delivery. location. Inspection will include:
specification compliance, workmanship;, appearance, proper
operation 'Of all equipment and systems, and that all documents are
present. In the event deficiencies are detected, the vehicle will be
rejected and the delivering dealer will be required to make the
necessary repairs, adjustments or replacements. Payment and/or the
commencement of a discount-period (if applicable) will not be made
until the defects are corrected and the vehicle reinspected and
accepted.
• Completion of inspection or acceptance by the City shall in no way
release the dealer from satisfying the.requirements of the contract,
specifications, and warranty. Deviations from the specified
requirements that are detected by-the City shall be corrected by the
dealer in an expeditious manner at no expense to the City.
10. Delivery: Delivery of the vehicle to the City shall be in accordance
with-the'fol lowing provisions:
Caravan or drive-away method of delivery from the factory to a
dealer is not acceptable.
The vendor shall insure that the vehicle reaches its point of delivery
with no less than five (5) gallons of fuel in the tank.
• Vehicles delivered from a dealer with more than 50 miles on the
odometer will be charged 50 'cents for each mile exceeding 50 miles.
This charge shall be deducted fromahe.order price for the vehicle.
1.1. Warranty:. The manufacturer's regular new warranty shall apply to
the vehicle procured against this specification. This warranty shall
be honored by all franchised dealers of the vehicle within the State
of California. All warranty certificates and/or cards shall be
supplied with the vehicle.
The warranty shall be factory authorized and shall cover not less
than 3 'years/36,000 miles bumper to bumper, no charge parts and
labor. All emission=relate-d components shall be warranted in
compliance with CARB and Federal requirements. Bids offering
independent insurance or a statement' indicating self-insurance will
be deemed non-responsive and will be-rejected.
Normal wear items such as tires, belts,hoses, headlamps, light bulbs,
brake discs/drums, etc. are excluded from warranty coverage. All
other items'not subject to normal wear or gross operator neglect and
abuse such as window, seat or wiper motors, chassis electrical
switches (door, trunk lid), paint, hinges, locks, etc. shall be covered.
The vendor will designate-by name his responsible contact and
alternate assigned for the duration of the contract who will resolve
City warranty-related claims on a priority basis.
ITB# 01-127 31 5/10/01
11. "In-Service" Notification: Vehicles not place in service: •
immediately upon receipt shall be warranted from the date the unit is
placed in service. Tlie'City shall notify the vendor in writing of the
actual "in-service" date.
12. Ownership documentation: Seller shall supply ownership
documents free and clear. Seller shall also complete a Department
of Motor Vehicles Transfer of Ownership, Dealer's Report Sale,
Bill of Sale; or other documents for registration.
•
ITB#01-127 32 5/10/01'
• SECTION D
BID
ITB 01-127
The City of Petaluma, California desires to purchase one(I) new, unused Emergency Ambulance Type
III the minimum specifications,and terms & conditions enclosed herein. This vehicle shall be current
production model consisting of parts and materials that,are the proper size, quality and design, and the
intended purpose as herein defined. The manufacturer in accordance with these specifications shall install
optional equipment. The velucle'shall meet or exceed the construction and performance specifications
described.
1. 01 EACH 2001 EMERGENCY AMBULANCE TYPE III
MAKE MODEL
2. DELIVERY (FOB Petaluma, California) $
3. SALES TAX (Local 7.25%) $
4. TOTAL $
. Delivery Information: calendar days after receipt of purchase order.
The undersigned declares that before preparing,their bid,they read carefully the specifications,terms and conditions,
and requirements for Bidders and that their,bid is made with full knowledge of the kind, quality and quantity of
services and equipment to be furnished, and their said bid is as stated on these pages. The undersigned offers and
agrees; if this bid is accepted,Within forty-five(45)calendar days from date of opening, to furnish any or all of the
items upon which prices are offered at the price set opposite each item, delivered at the designated point(s)within
the time specified.
Discounts will be allowed,for prompt payment: . percent, 10 calendar days;
percent, 20 calendar'days; percent,30:calendar days.
•
SIGNATURE OF PERSON AUTHORIZED TO SIGN: •
TYPED NAME OF SIGNER TITLE
COMPANY:
ADDRESS:
CITY, STATE, ZIP CODE:
TELEPHONE #: • DATE:
•
FAX #: E-MAIL ADDRESS:
•
ITB# 01-127 33 5/10/01
SECTION E •
EXCEPTIONS TO THE SPECIFICATIONS
Exceptions to the specifications of any items state herein shall be fully described in
writing by the contractor in the space provided below:
•
•
ITB#0(-127 34 5/10/01
• SECTION F
ADDITIONAL:INFORMATION
1. Warranty: Please provide in the space below, or attach a copy of a complete
description of the standard warranty terms and conditions.
2. The vendor will designate by name his responsible contact and alternate assigned for the
duration of the contract who will resolve City warranty-related claims on a priority basis.
•
3. Extended Warranty: Bumper to bumper coverage, 6 years/100,000 miles, SO
deductible. Only a manufacturer's extended warranty is acceptable. No after market
extended warranty is acceptable. Please provide in the space below, or attach a copy of a
complete description of extended warranty options, terms and conditions, and costs.
•
ITB# 01-127 35 5/10/01
ATTACHMENT
1 City of Petaluma, California
MEMORANDUM
Fire Marshal, 11 English Street, Petaluma, CA 94952
(707) 778-4389, Fax (707) 762-4547
DATE: May 29, 2001
TO: Bruce Brady, Purchasing
FROM: Arthur Fanucchi, Battalion Chief
SUBJECT: Ambulance Bids
I have:carefully reviewed the vendors bids for the Emergency Type III Ambulance and have the
following observations and recommendations.
The low bid of$82,529, by Wheeled Coach is non-compliant to the bid specifications. This bid
was an alternate bid by Wheeled Coach and represents one of their stock units, Model 371. It
does not include equipment that was specified in the bid package. Two examples of equipment
omitted are the Opticom traffic preemption system, as well as the specified ambulance gurney
and gurney mount..I recommend that this.bid be disqualified.
Braun Industries submitted the next lowest bid at $94,826. This bid is compliant with the •
specifications. Fire department personnel have been surveyed regarding the specifications of
this model ambulance, and have reservations that will be addressed below. I do not recommend
this bid.
Wheeled Coach submitted another alternate bid of $96,468. This bid is a tag on bid that was
developed from the specifications of another ambulance provider. It too has been submitted
without equipment as listed in specifications. This bid is non compliant to bid specifications and
I therefore recommend this bid be disqualified.
Braun Industries submitted a bid titled Proposal"B" for the sum of $99,620. This bid has no-
exceptions to the specifications and is in compliance with the bid requirements. The ambulance
model that is represented in this bid is the same model as the three that are currently in service in
the Petaluma Fire Department. On behalf of the personnel that use this equipment on a daily
basis,.I submit their issues of concern.
1. This model ambulance has 2" more headroom in the patient compartment than the
other model Braun ambulance. This is a significant issue to those required to work in
the patient area,as the increased height provides relief from the constraints of working
with compromised headroom
2. , The compartment configurations m this model, are similar with the other ambulances
in service in the Petaluma Fire Department. This standardization of equipment and
compartmentation proviaies`uniformitywith the remainder of thefleetofambulances. •
I concur with the issues raised by Fire Department personnel and recommend that Proposal `B",
a Braun model SLFEA submitted by Braun Industries, be.accepted. I recommend the purchase
• of a Braun SLFEA Type III ambulance as submitted.in Proposal"B" by Brauh Industries.
•
•
• a:\msoffice,winword\ sm 6/6/01