HomeMy WebLinkAboutR-99-0034J-99-4
12/1'7/98
RESOLUTION NO. t1J �
A RESOLUTION APPROVING THE PURCHASE OF' THREE
(3) EMERGENCY MEDICAL CARE VEHICLES FROM AERO
PRODUCTS CORPORATION, AWARDED UNDER
MIAMI-DADE COUNTY CONTRACT NO. 5472-4/01-OTR,
SUBJECT TO APPROVAL OF ADDITIONAL ONE (1)
YEAR CONTRACT EXTENSIONS BY MIAMI-DADE
COUNTY, FOR THE DEPARTMENT OF FIRE -RESCUE, AT
A TOTAL AMOUNT NOT TO EXCEED $410,1.90.00,
INCLUDING A CONTINGENCY RESERVE IN THE AMOUNT
OF $19,533; ALLOCATING FUNDS THEREFOR FROM
CAPITAL IMPROVEMENT PROGRAM, "FIRE -RESCUE NEW
APPARATUS ACQUISITION", PROJECT NO. 313233,
ACCOUNT CODE NO. 289401.840, FUNDED BY THE
FIRE ASSESSMENT.
WHEREAS, the Department of Fire -Rescue requires three
emergency medical care vehicles to replace models used for more
than 100,000 service miles and which require expensive
maintenance; and '+
WHEREAS, the purchase of the vehicles under Miami -Dade a+
r
County contract is in the best interest of the city; and'', f,
WHEREAS, funds for this purchase, in the amount of $410,190,
I. SC
are available from Capital Improvement Program, "Fire -Rescue New
Apparatus Acquisition", Project No. 313233, Account Code No. 7
289401.840, which includes a contingency reserve of $19,533; and
WHEREAS, the City Manager and the Director of Fire -Rescue
_
; 3 '�-.
�. 1+1-�y"u!fLSbsX•*s1h5i�A$Sihy^lXE
2ilip sSf%'NS5E4ri011Y56.'gl159Y34�T2fi
1'}h liu' _
t�+.. t
man
_'
recommend that this purchase, as specified above, be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The purchase of three (3) emergency medical
care vehicles from Aero Products Corporation, awarded under
Miami -Dade County Contract No. 5472-4j01-OTR, subject to approval
of additional one (1) year contract extensions by Miami -Dade
County, for the Department of Fire -Rescue, at a total amount not
to exceed $410,190.00, including a contingency reserve in the
amount of $19,533, is hereby approved, with funds therefor hereby
allocated from Capital Improvement Program, "Fire -Rescue New
Apparatus Acquisition", Project No. 313233, Account Code
No. 289401.840, funded by the Fire Assessment.
Section 3. This Resolution shall become effective
kjgw'pps. r - a
6.3
r ° ..._r.!e�a.x:Mfii1*Nk�'K"S'"tVfli'�!.! . ..h+i4'}'!4+�J'i'!�tY.h,•.. +,:ttteR s,tiii,,F,y'.+M+.�'.§"Sk. b n �7.
}
immediately upon its adoption and signature of the Mayor.1/
PASSED AND ADOPTED this 12th day of January 1999. I,
JOB CAROLLO, MAYOR'+`
In accordance with Miami Code Sec. 2-36, sincn tih;^ Mayor dic' not indica`2 epvroval of
this legislation by signing it in the dosignat ;d 1-1!rrF r t : ci, sl ;u ,)01�1 i
becomes effective with the elapse of ten (10) days r m ihc: ct^t•� of Co nissicr. a-ticn M w r
regarding same, without the Mayor exercisin a �. V
ATTEST:
ftlte
-oeiTtan, City Clark
WALTER J . FOEMAN
CITY CLERK h=
i
APPJROVED A 0 CORRECTNESS:t,
J RO VILARELLO
CIT ATTORNEY
3124:CSK:kc
l� If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Mi t'.I)v 4 T 5.t f 7i r 9lK 4i- R
iv
RO
(t(4f�4im4rt,,.
CITY OF MIAMI. FLORIDA 24
INTER -OFFICE MEMORANDUM
O : The Honorable Mayor and DATE: iAN 4 1999 FILE:
Members of the City Commission
SUBJECT: Resolution Authorizing
the Purchase of New
Rescue Vehicles P�
ROM: Don/aard CH;; arshaw REFERENCES:
City Manager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached
resolution authorizing the Department of Fire -Rescue to purchase three (3) new
rescue vehicles from an existing Miami -Dade County Contract No. 5472-4/01-
OTR. The proposed amount is $390,657 with a $19,533 contingency fund, for a
total amount of $410,190. Funds for this project are available from the CIP
Project entitled "Fire -Rescue New Apparatus Acquisition", Project No. 313233,
Account Code 289401.840.
BACKGROUND:
The requested vehicles will replace existing front line vehicles that are ten years old
and have exceeded 100,000 service miles. These older vehicles are extremely
expensive to maintain and require a greater amount of resources to keep them in
service.
This expenditure is funded by the Fire Assessment.
DHW/CAG/FKR/MLK/acp
99-- 34
-iJl w�'Y4YMym'w$I q��'.
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO: Judy S. Carter, Director
Department of Purchasing
FROM: 1e a'.—.-G_4nZtlen_ez1,'
Director
Department of FireRescue
DATE: December 1, 1998 FILE:
SUBJECT: Purchase of New
Rescue Vehicles
REFERENCES:
ENCLOSURES:
The Department of Fire -Rescue has verified that funding is available for the cost of
the subject purchase in the amount of $410,190, from Capital Improvement
Program, CIP Project No. 313233, Account Code 289401.840. This
expenditure is funded by the Fire Assessment.
CAG/FKR/MLl acp
C=
r�
Capital Improvement Program '
Review and Approval: '
Pilar Saenz-B ter, C Admini ator Date "' '0
._m
', C11 _
f
Budge ry Impact Analysis of the purchase of three (3) new Rescue Vehicles.
The purchase of three (3) new rescue vehicles will allow the Department of Fire -
Rescue to replace one twelve year old rescue and two eleven year old rescues with
new ones. All three of the older vehicles are well over 100,000 miles. The
Department will spend less money maintaining these new trucks. Therefore, the
budgetary impact will be a positive one.
It is not possible to quantify this impact without a fleet maintenance system. The
most important impact of this proposed purchase will be the effect that it will have
on service dglivery. This purchase will ensure that rescue trucks are available to
respond.
In addition to decreasing apparatus downtime the new rescues meet or exceed
"Federal Specification for Ambulance #KKK-A-1822D" standards for performance
and safety.
The funds will be allocated from the CIP Project entitled "Fire Rescue New
Apparatus Acquisition", Project No. 313233, Account Code 289401-840. This
purchase is funded by the Fire Assessment.
0-1A
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: (3) EMERGENCY MEDICAL CARE VEHICLES
$410,190.00
fjyy
AWARDED TO: Aero Products Corporation
MIAMI-DADE COUNTY CONTRACT NO. 5472-4/01-OTR
TIME PERIOD NUMBER OF BEDS DOLLAR AMOUNTS
COMMODITIES
From: 1992 To Present DC 97-83 $ 37,000.00
93-94-018 $ 72,000.00 (Fire)
Medical Cervical Collars
DC 1488-2/06-OTR $ 20,695.00
96-97-085 $ 9,625.00 (Fire)
Head Immobilizers
DC 5241-1/98-1 $ 37,000.00 (Fire)
Medical Cervical Collars
DC 5472-4/01-wOTR $1,010,000.00 (Fire)
8 Emr Med Care Vehicles
PRIOR CONTRACT AWARD: Aero Products Corp (DC 5 472-4/0 1
3ummaryAEROPROD
3/23/98
99- 34
PRODUCTS
PAGE 02
AERO PRODU
04/24/1995 22:39 1407330264E
w 7
Aero Products Corpontlan
700 Aero Lene • Sanford, FL 32771
4o7.330.5911 •800.292.2376 • Fax 800-642-7895
httpj/w►wv.medomster.com • medicrostQbeOscuth.net
EDIC MIS�E
M H
Maurice Kemp, Assistant Chief
City of Miami Fire Rescue Departmerit .
4" S. W. 2nd Avenue
Miami, Florida 33130
RE: Emergency Medical Vehicles
Aero Products Corporation offers the City, of Miami the opportunity to piggy -back •^' •�
the Miami -trade Bid 5472.4101 for emergency medical vehicles. The price per
vehicle will be $127,519.00. ;This price takes into account Freightliner price
inomeses that will occur in 1999.
If you have any further questions please call me at 1-800-292-2376.
Yours trulv,,
Bob Ivey
Customer Support Manager
C O N T R A C T
BID NO.: 5472-4/01-1
EMERGENCY MEDICAL CARE VEHICLES
CONTRACT PERIOD: 06/01/98 thru 05/31/99
COMMODITY CODE: 929-39
PART #1: VENDORS AWARDED
FEIN:
VENDOR:
STREET:
CITY/STATE/ZIP
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
AWARD
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
S H E E T
;r
(Previous Bid No. 5472-4/01))
OTR YEARS: (4) Four
Emergency Care Vehicle, Type I, per Bid Specifications, Freightliner 1998
FL60 Extended Cab Chassis 192", Wheelbase 100" Cab to Axle, Module Body
160" Lenght X 96" Width X 72" Headroom @$125,819.00.
Option 1- $1,626.00 credit per vehicle.
Option 2- $1,175.00 for raised roof cab per unit.
Option 3- $1,800.00 Linex Interior of patient compartment per unit.
TOTAL VEHICLE PRICE WITH OPTION #3: $127,519.00
PART #3: AWARD INFORMATION
(XX)BCC AWARD DATE: 5/06/97
BIDS & CONTRACTS RELEASE DATE:5/22/97
ADDITIONAL ITEMS ALLOWED: NONE
SPECIAL CONDITIONS: N/A
TOTAL CONTRACT VALUE: $1,542,979.90
USER DEPARTMENT
FIRE
AGENDA ITEMS #: N/A
OTR YEAR: First of Four
DOLLAR AMOUNT
ALLOCATED
$1,542,979.90
SENIOR PROCUREMENT AGENT: J. CARLOS PLASENCIA, CPPB
05/ I1/ 98
99-
*34
I
METROPOLITAN Q r)E COUNTY, FLORIDA ( ���rk,
METRO DADE P IN
������
STEPHEN P. CLARK CENTER
ADDENDUM NO. 2
September 4, 1996
TO: ALL PROSPECTIVE BIDDERS
GENERAL SERVICES ADMINISTAAWN
PROCUREMENT MANAGEMENT DIVISION
SUITE 2350
111 N.W. 1st STREET
MIAMI. FLORIDA 33128-1989
(305) 375.52B9
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
Turfy Arroyo, CPPB Super v _or'
GENERAL SERVICES ADMINI TRATION
Procument Management Division
TA/jcp
99- 904
i
METROPOLITANJ D.
METRO'DE
M
ADDENDUM NO. 3
T MR
WARP
STEPHEN P. CLARK CENTER
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
SUITE 2350
111 N.W. 1st STREET
MIAMI. FLORIDA 33126-1989
(305) 375.5289
September 23, 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):
Bid Opening is hereby re -scheduled for October 23, 1996 at 1:00 p.m.
for the Technical Response Section of the Bid.
SECTION 2.0 PARAGRAPH 2.6 ADD THE FOLLOWING:
Bidders shall submit CAD Drawings, unflagged SCAAN printout and Fully
Loaded Weight Distribution Chart with the Techical Response Section.
However, Bidders who fail to submit the above -referenced documents as
specified, shall do so within (15) days after bid opens or no later
than November 7, 1996 at 5:00 p.m. Failure to submit these documents
during the extended period, shall render the proposal as "Non Responsive".
SECTION 2.0 PARAGRAPH 2.9 ADD THE FOLLOWING:
Item 2.9.20- Each manufacturer that offers a bid shall be required to
submit detailed CAD Drawings depicting its exact offering in response
to the bid specifications. Generic or "standard" CAD drawings from any
bidder that do not depict the interior or exterior, configuration (with
minor variations allowed for differences in the manufacturing process)
as indicatedin this bid are not acceptable. At a minimum, views must
include front, rear, streetside and curbside exterior views, including
any special exterior compartment configurations and special equipment.
Interior views of the front bulkhead, rear doors, curbside and street -
side cabinetry shall also be provided with the bid submission.
2.9.21 The successful bidder shall submit within
after the pre -construction conference, the shop
Metro Dade Fire Department.
(30) thirty calendar days
drawings for approval to the
2.9.22 At the final inspection, the successful bidder shall provide to
Metro Dade Fire Department "As Built" Drawings for each vehicle.
—�Q-Cub ALL ELSE REMAINS THE SAME
Tony Arroyo, CPPB Supervisor,
GENERAL SERVICES ADMINISTRATION
Procument Management Division
99—
t,r
t;.
t _
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
$200.00 for each vehicle every calendar day that the vehicle is not
delivered acceptably. The charge for liquidation damages is in
addition to other remedies and timetable requirements listed in
paragraph 2.9.16 below.
Change numbering sequence between 3.3.20.2 and 3.3.21.2.
(i)
99- 34
3.1.2
Change to react
A third seat in the cab, Zico fold down type, shall be mounted on
an approved track system. This seat will slide out of the way in?
order to travel from the cab to the patient compartment. The seat
shall slide into a pocket on the curbside of the rear wall of the
.aS
n=
extended cab. The entire seat assembly shall lock in both the
stored and in service positions. A three point seat belt shall be
=5
provided and installed for the flip up seat. This shall have a D.O.T.
certification.'`
A
3.1.3
Change to read
The extended cab shall have an exterior compartment on the
street side (Extended cab #1). This compartment shall be
approximately 48" H x 21" W x 27" D. There shall be a Robinson
(no substitute) roll -up locking door on the exterior and the interior
of this compartment, Four (4) coat hooks shall be mounted in
compartment. The exact dimension shall be determined at the
pre -construction conference
3.1.4
Change to read
The curbside of the extended cab shall have an interior storage
cabinet for the storage of paper supplies (Extended cab #2). The
approximate size of the cabinet is 27" H x 26" W x 23" D. The exact
dimension shall be determined at the pre -construction
conference.
3.2.1.1
Change to read
The rear axle shall have a ratio to provide positive gradability to 70
MPH and a maximum speed of 75 mph.
3.2.1.2
Change to read
15,000 Ibs GVWR rear axle shall have dual wheels and 245/70R x
19.5 tires with 12,000 Ibs GVWR air suspension.
3.2.1.3
Change to read
8,000 lbs, GVWR front axle shall have wheels and 245170R x 19.5
tires.
f34{4}K,'iH.t.-. E�x ":: t{3 �41�1 �.: yr. ���Gi 'rit'I•.. 7- i �i S ,i �}5- tf�.��1�6 r.. {.ii 4'a' . V. tt 3.11'43'}=�..,-�'��j�t�$�T •i:f{3 ��r 4.xn yf#.I L1:`*1�i"w,..
+!`SL�P%FiiRt�i%H�C1FA�'lY.iNkikn�..`ros.�ut .v, .,.... ..,� w.:...,H)sqr•+.ra.NF..cN.;ia�h��xr14+�f�e,,jj
`WtF�Y1�AY{+
••5•
3.2.2.5 Change to read
1
Pour wheel hydraulic disc brakes with anti -lock system.
f
3.2.2.13 Change to read
Allison MD 3060 World six speed automatic transmission.
f
f
Submit with the bid proposal an unfla ed SCAAN printout
99 p
�
verifying the performance of the Allison MD-3060 Transmission
5'.
with the criteria listed below:
1. Use a fully loaded gvw of 17,500
pounds.
f
2. Actual rear axle bid.
r
3. Frontal area of 72 square feet.
t 4. Clutch fan, air compressor, power steering, air
`
conditioning and the altemator
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 full loaded wei ht`
distribution chart.
3.2.2•16 Change to read
Tow hooks, 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
3.2.3.5 Change to read
A "V anners (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.
C3)
�"' mwGie+Y»kwrRPY?6'Sk'KtNF,# vw ,y,c.w pp x.-r:.aaz3,Ni a ,. ..,e - i
777777"
-
Sk:-�tY Y f
1�_ k
.�f�l�*3..N�j�x3dfl �yt�Ti ��t}�tc,�a3% } i i �' ,, J ,�. �.�t�1ti,'<h�i;��vs;'i�.�3�#�2"�;..,.'.ne:x�•,ttrrr2+c-�u}u.«..t4.5,tvu�3n.•1%S�iYr-rs�,sAi2� .,. ,,.
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.
1 I icSe Ivc,.s Sr loll operate from tl':rm (3) remote S4J!r!tChQS, two (�)
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
` MODULE BODY CONSTRUCTION',' 0�►' �'����`
. L� yj•7 /i I { h C��- L'L(.L"�' Mtn//Qj:
The bo ��?? shall be 160 inches in length, constructed of 1/4 in
oY 9 ,
6061-T6 structuraLaluminum extrusion . 6063-T-5� 2" X�
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 o-r.aantPr ion-
X
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"
0-5)
59-"
r}'M'j"aeyxv�
� i
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.
3.3.9.6.6 Change to road
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
(t)
9 9 - 34
,
M ,.
�n4�"^t ��` z 3 �}:, t�� �rr+� � a. � ��i�E + �.t� 3({'E•'Wi�-` V,�, �+t � y X.3c'i, F'.._?i-h�'+ ry.�f.�,7.�''1
1
i
is
l
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 f
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 shal! 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
99 4
777777
i .
Hialeah, Florida , 33010
3.3.16.1.2 Change to read
A solid state electrical management system shall be provided,
"Wired Right" or "CLASS 1" 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
dK .
99-
tsar.,
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.
Change to road
Two (2) oxygen flow meters shall be provided and installed in the
outlets. The system shall be pressure and flow checked.
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:
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 hom mounting bolts shall have self locking nuts.
Add
The air horns shall function any time the battery switch is on.
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.
CAL J
METRO-DA DE
ELECTRICAL
COMPARTMENT
q,
FIRE RESCUE
STREET SIDE BODY
4
(SCALE IJ2":!1') 1.
Y.
0
M
I
REAR BODY
L■1
0
(SCALE 1/2 ": V)
FOLD OUT
SEAT
SLOTT
STORP
EXTE
13'-4"
STREETSIDE
CURBSIDE
FENED CAB
(SCALE 1 /2 ": 1')►
FOLD OUT
SEAT
S LOTTO `
STORAGE" - �
EXTENDED CAB
a2
Lo
LP-10
13'-4"
STREETSIDE
CURBSIDE
i
f
FENED CAB
N1
RIOR DOOR
ROLL -UP
(SCALE 1 /2 if: 1'),
L 4V
IIACN 4EST ERIOK KULL•UP
b
ML 14AOE
DOOR
-
WINI
W
X:KET IXX)K
EXTERIOR ROLL•UII
INTERIO ROLL-fillIR
.rdi
-
i
I Ii Y )R
tx MI)ED C I
! !
j4j
•2 ! ! !
EXTENDED
(l fl
72
`j
fti .0 DOWN
1'Y )LU Ix W
fIEA'
I
"
SEAT
-
EX ENI)El)
•AH
i
_
CURBSIDE EXTENDED CAB
REAR WALL OF EXTENDED CAB
STREETSIDE EXTENED CAB
V
II
1'All i1
t�I.MI
'1 AT
{
F
a
=
EXTENDED CAB
PLAN VIEW
(SCAI.r 1 /4 ":
1')
-
^-<•�" 7 1r Jf A''•"`'"LY•"r!(^' r
-yam �„ t
WALK
FRONT WALL PATIENT COMPARTMENT
ROLL -UP DOOR
ALS ACCESS FROM INSIDE
(SCALE 1 /2
I
1 �r
... � ,+t5 ; a -- k .. r '....r o �..x rJ � .,.rQ;- .... v a . ,•�. d e :� . �m � i F�. 1': a r a�. t 4 a.:b>-spar <:-ta.-dr.
WALK THR
RAMC
BOX
BWA
FRONT WALL PATIENT COMPARTMENT
ROLL -UP DOOR
ALS ACCESS FROM INSIDE
(SCALE 1 /2 ": F)
I '
pm
ONEINCH
WI-irrE STRIl
ONE INCH
rl&*�.. .- - -----
STRIPING SCHEME
ONE INCH
14
Eal
}•�}M•6
;. ur.F ,. i5•: `6L 4 }`�i 4 J'
� � W w
1�.
kY i3r
j' i t 3 F t
t'.:
k { a k' •i }v i'� 'i7' 1 h � "i } � '+� 3
I e5 l tT v�S qa� l� s
X:P'F^i,
'Ln'kNt7v.}.k@"-t'•`.'9+,.sH``�,1�"it..k1'�W@'
_ -. _. it>y.!:r,!''�T"3-`f".
_. _ 3i• `Fnf.i,1�.4�ff
G ..
�. _
S 1
tF�!:
i+
••
ly`� �t
k'
it
W
�9.•'t'h A�'.,9'�,�.aY-.•F'�.ri1��+•�^�'.�,�'�fCsIGAY':8.'f�'�+'43`yJ',lr.-�«•AJi�ti�2rt5NF�{"J'n3LW»'.�•taM rNrlp�.¢ei' O•M"mMmx.v+.wwu�e}�wCsa�!'�ro}{gs°'Ny�w. ,.
'�-ZSw ,. C j^ ..... t. ...
.
o
BID NO: 5412-4/01-OTR
OPENING: 1:00 P.M., WEDNESDAY
DATE: OCTOBER 2, 1996 S`
�a
METROPOLITAN DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE
EMERGENCY MEDICAL CARE VEHICLES FOR METRO—DADE FIRE DEPARTMENT
IN CONJUNCTION WITH GSA/FLEET MANAGEMENT DIVISION FOR A ONE (1)
YEAR PERIOD WITH FOUR (4) ONE YEAR OPTION TO RENEW ON A YEARLY
BASIS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND:
CATALOGUE AND LISTS:
EQUIPMENT LIST:
INDEMNIFICATION/INSURANCE:
PRE -BID CONFERENCE/WALK-THRU
RACE -CONSCIOUSNESS MEASURE:
SAMPLES/INFORMATION SHEETS:
SITE VISIT/AFFIDAVIT:
SOURCE OF SUPPLY:
TRADE CERTIFICATION:
WRITTEN WARRANTY:
N/A
N/A
N/A
N/A
N/A
SEE SECTION 2.0, PARA. 2.2
N/A
N/A
N/A
N/A
N/A
FOR INFORMATION CONTACT: .1. CARLOS PLASENC(A, CPPB
(305) 375-1084
METROPOLITAN DADE COUNTY
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
sq- "a4
".nr .
r=sep>.+� ,su,.s�n�..�aaw.�-rn,rw�a;S-ra-�za�rae��i+'*�BFu,�Tef�.z'`ii�rt�aAt'43�t�`nt"'�F6s'i+•f°jY� ?i
77777"'
ti`
U"
n
pp �
..
f.
i
SECTION i
GENERAL TERMS AND CONDITIONS 4
1.1' DEF_V TMONS
The term " Bid" shall refer to any offer(s) submitted in response to this solicitation.
The term "County" shall refer to Metropolitan Dade County.
The term `Bidder" shall refer to anyone submitting a Bid in response to this solicitation.
The term "Contractor" or "Vendor" shall refer to the Bidder(s) receiving an award as a
result of this solicitation.
The term "Contract" shall mean this bid solicitation, the Bidder's response to this
solicitation, as approved by the County in accordance with Administrative Order 3-2 and
any purchase order or change order issued by the GSA Procurement M=gement
Division (PMD).
The term "GSA" shall refer to Dade County's General Services Administration
Department.
1.2 CONTENTS OF BID
A. General Conditions
(1). Bidders shall thoroughly familiarize themselves with the terms and
conditions and requirements of this solicitation.
(2) It is the sole responsibility of the Bidders to familiarize themselves*with the
bid requirements and all conditions affecting the performance of the work.
No pleas of ignorance by the Bidder of conditions that exist, or that may
exist as a result of the failure to fulfill the requirements of the bid
solicitation, will be accepted as a basis for varying the requirements of the
County, or the compensation to be paid to the successful Bidder.
b. Bidders are required to provide prompt payment terms in the
space provided on the Bid Proposal signature page of this'
solicitation. if no prompt payment discount is being offered, the
Bidder must enter zero (0) for the percentage discount to indicate no
discount. If the Bidder fails to enter a percentage, it is hereby
understood and agreed that the payment terms shall be 2% 20 days,
effective after receipt of invoice or final acceptance, whichever is
later.
1.3 PREPARATION AND SUBNHSSION OF BIDS
.A.. Preparation/Submission
(1) The Bid Proposal Form must be used when submitting a Bid. Use of
any other form may result in the rejection of the bid.
(2) The bid must be typed or completed in ink. Use of pencil or erasable
ink shall result in the rejection of the bid. The Bidder's authorized agent
must sign the Bid Proposal Form in ink. All correcti6ns made by the
Bidder should be initialed in ink by the authorized agent. Failure to do
so may result in the rejection of the bid.
(3) Where there is a discrepancy between the.unit prices and any extended
prices, the unit prices shall prevail.
(4) Additional bid proposals may be considered. The County will consider
additional bid proposals from the saute Bidder for the same solicitation,
provided that the additional bid(s) offer a different product or level of
service that meets or exceeds the solicitation requirements. Additional
bids which offer a different price for the same product or level of
service shall not be considered. In order for the County to consider
additional bids, the bidder shall complete a separate Bid Proposal form
for each bid. Three copies of each bid should be placed in the same bid
envelope.
(5) Unless otherwise specified in the Special Terms and Conditions, the
proposed delivery time, if required, must be stated in calendar days.
(6) Bidders shall not charge federal taxes nor State of Florida sales, excise
and use taxes in bid prices, as the County is exempt from payment of all
such taxes. Upon request, the County will provide a tax exemption
certificate.
(7) Telegraphic of facsimile bids will not be considered.
C
1.4 MODIFICATION OR WITHDRAWAL OF BIDS
A. Modification of Bids
Any modification to a bid must be submitted to the Clerk of the Board
prior to the time and date set for bid opening. The Bidder shall submit a
new Bid Proposal Form and a letter, on company letterhead, signed by an
authorized agent of the Bidder, stating that the new submittal supersedes
the previously submitted bid proposal. The sealed envelope should contain
the same information as required for submitting the original bid. In
addition, the envelope should contain a statement that this bid replaces the
previously submitted bid. No modifications of a bid shall be accepted after
bids have opened.
B. Withdrawal of Bids
Bids shall be irrevocable unless the bid is withdrawn as provided herein. A
bid may be withdrawn only by written letter received by the Clerk of the
Board prior to the bid opening date. Bids may also be withdrawn 40 days
after the bid was opened and prior to award, by submitting a letter to the
contact person identified on the front cover of this solicitation. The.
withdrawal letter must be on company letterhead and signed by an
authorized agent of the Bidder.
1.5 EVALUATION OF BIDS
A. The County may reject a bid proposal and award to the next lowest
responsive/responsible bidder or:
The County may reject and re -advertise for all or any part of the Bid
Solicitation, whenever it is deemed in the best interest of the County.
B. ' - Elimination From Consideration
A contract shall not be awarded to any person or firm which is in arrears to
the Dade County upon any debt, taxes, or contract; or which is a defaulter
as surety or otherwise upon any obligation to the County.
C. Waiver of Informalities
The County reserves the right to waive any informalities or irregularities in
any or all bids.
99- J4
5
.'e'iz'H��':�,�s�sr�t�,rw.a,aakwaaraa+�.�uaaxtazeryr�rK+n`;srv�w�woRw���k,�trs"��:ij.�ir' 'r,�� � K
67)
D. The term of the contract shall be specified in one of four documents, issu�8 ;r
to the successful Bidder. These documents may either be the contract, a'
purchase order, notice of award, or an award sheet.
E. The County reserves the right to automatically extend this contract for up
to 90 calendar days beyond the stated contract term. The County shall
notify the Bidder in writing of such extension.
F. The implied warranty granted under the Uniform Commercial Code shall
apply to all goods purchased under this solicitation.
G. Estimated quantities or estimated dollars if provided are, for Bidder's
guidance only. No guarantee is expressed or implied as to quantities or
dollars that will be used during the contract period. The County is not
obligated to place an order for any given amount subsequent to -the award
of this bid. Estimates are based upon the County's actual needs and usage.
during a previous contractual period. Said estimates may be used by the
County for purposes of determining the low bidder meeting specifications.
H. Any award made under this solicitation does not create. an exclusive
contractual relationship. The County reserves the right to obtain the goods
or services contained in this solicitation from other sources of supply.
I. The award of this contract is subject to Ordinance No. 94-166, Resolution
No. 50-96 and Ordinance 96-26 pertaining to interlocal agreement with
Broward County; which, except where federal or state law mandates to
the contrary, allow preference to be given to a local business in the amount
of one and one-half percent (1.5%) of the bid proposal price. In the case
of tie bids involving local businesses, preference will be given to the local
business having the greatest percentage of its employees that are Metro -
Dade County residents first or Broward County residents second.
For the purposes of the applicability of this ordinance, "local business"
means the vendor has its headquarters located in Metropolitan Dade or
Broward Counties or has a place of business located in Metropolitan Dade
or Broward Counties at which it will produce the goods or perform the
services to be purchased.
1.7 RIGHT OF APPEAL
Any Bidder may protest any recommendation for contract award or rejection of all
bids, in accordance with the procedures contained in Section 2-9.4 of the Code of
Metropolitan Dade County.
7 S 9 - Q9J 4
(3) Where sub -contracting is permitted, the Contractor shall obtain consetit
of the County prior to utilizing the sub -contractor. All actions of any
sub -contractor are the sole responsibility ofthe Contractor.
Note: This requirement is separate and independent from any
requirements that may be contained in the Special Conditions,
Paragraph 2.2.
D. Assigment
The Vendor shall not assign, transfer, or otherwise dispose of this contract,
including any rights, title or interest therein, or their power to execute such
contract to any person, company, or corporation without the prior written
consent of the County.
E. Deli
Unless otherwise specified in this solicitation, prices quoted shall be B.O.B.
Destination with freight included in the proposed price.
F. Employees Are Responsibility of Bidder
All employees of the Vendor shall be considered to be, at all times,
employees of the Bidder under its sole direction and not an employee or
agent of the County. The Bidder shall supply competent and physically
capable employees. The County may require the Bidder to remove an
employee it deems unacceptable. Each employee shall wear proper
identification.
G. I'Indemnification of County By Successful Bidder
The successful Bidder shall indemnify and save the County harmless from
any and all claims, Iiability, losses and causes of action, including but not
Iimited to patent and royalty infringement, which may arise out of the
fulfillment of the contract. The Vendor shall pay all claims and losses of
any nature in connection with this contract, and shall defend all suits, in
the name of the County when required by the County, and shall pay all
costs and judgments which may result.
(H) Protection of propertv
All existing structures, utilities, services, roads, trees, shrubbery, etc. shall
be protected against damage or interrupted services at all times by the
Vendor during the term of this contract. The Vendor shall be held
responsible for repairing or replacing property, to the satisfaction of the
County, which is damaged by reason of the Vendor's operation on County
property.
9 � 9 - 49R 4
METROPOLITAN DA'___'\COUNTY - BID NO. 5472-4/01-OTR
SECTION 2.0 SPECIAL CONDITIONS
rs �`
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., 111
N.W. 1st 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
"1 tendered by the bidder. This price adjustment will be equal to the
,`� ` percentage change of the "Unadjusted percentage change" in the
.0 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 (, (9 _ " 4v
to submit the information sheets to the County during the bid i
evaluation period. At such time the bidder shall be given fifteen '
(15) calendar days to submit the information. Failure to meex
this requirement may result in that bid being rejected. The '
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 comply with this requirement may i
result in that bids rejection for not meeting the specifications. !
f,
* 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
99- 4
+ . F� i `.s k' ;`2�r
1 ^' -+ M!ri7Zv+tt1', 'e.n ,'t`Ra4 +�d ,'„i,'x er-Yh*+ sr.^�s •r s+:r,,,mr cNaP�W+S.+ as .psu?r<xasWM,w.:xriv<us.n rswrw. a c: 'r,>.y„F .r,,.Y a Yn"�+ f?aP:s' i,,r�.n�r: fi 5 .
.
�:
r
METROPOLITAN [)A"' -'-'COUNTY
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 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, 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 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 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
i ct°
EMa F i� '"""1""""R'^'m ... -r. �s v�asm�...wr•r.4^{-Cs..•-^ (x i .a, i. L..t, aim.. Tr-�
i
METROPOLITAN DAi. COUNTY �' BID NO. 5472-4/01-OTR
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.
1
METROPOLITAN DAD .OUNTY
3.1.2
f 3.1.3
A
3.1.4
SECTION 3.0 TECHNICAL SPECIFICATIONS
EMERGENCY MEDICAL CARE VEHICLES
DESIGN:
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-18220" (LATEST EDITION) Class 1, floor plan
If 11 t f th the Mefro-Dade Fire
A , and the requiremen s o e
Department as contained herein. {
i
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. �jl NA
CAB
Freightliner FL 60, extended cab (no substitute) '
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.
The extended cab shall have an exterior compartment on the
street side (Extended cab #1). This compartment shall be
approximately 484 x 21"W x 27"D. There shall be a Robinson 4
(no substitute) roll -up doo on the exterior and the interior
of this compartment. Two (2J coat hooks shall be mounted in
the compartment. The exac ddiensi_on shall be determined at
the pre -construction conference. .�` i IegPSI
The curbside of the extended cab shall have an interior.,.,
storage cabinet for the storage of paper supplieV(Extended
c.ab #2). The approximate size of thercorffjp-artmen£�is 27"H x
, 8"WW-,•x 23"D. The exact dimension shall�'�ee ermined at the
pre -construction conference.
3.1.5 A four (4) slot diagonal organizer approximately 15"W X 204
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.
METROPOLITAN
`7UNTY BID NO. 5472-4/01-OTR 1`
DADS _
I. Use a fully loaded gvw of 17,500 pounds.
2. Actual rear axle bid.
3. Frontal area of 72 square feet. i
4. Clutch fan, air compressor; power steering, air
conditioning and the alternator are engaged. .rta,v
5. A drive line efficiency of: 94.74%,. a �tyraction- limit
limit coefficient of .7000; a"73ad fart'0—r-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��ts'i
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 a d two (2) rear tow eyes,•shall be
mounted to frame rails
3.2.2.16
i
Manual door window operators. k,
3.2.2.17
Driver's qo.Dvenjence group..
3.2.2.18
iCu� interior trim.
3.2.2.19
Engine hour meter integral with tachometer.
3.2.2.20
Automatic transmission oil temperature gauge.
• 4
3.2.2.21
Steel disc wheels (Budd type). ap
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 {
I
The following additional features shall be provided:
3.2.3.1
A 12 volt D.C. clock with hour, minute b 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. Y
Page 10
j J — v
•
a'7 s777rw�= �•*^,!p�.r'M+^'+"s+v� aarr..,++3,a ...•r:-re s .:,r•nc:>. •.Fi'acx r.>3f-'u'
Q'71 I pia i
METROPOLITAN QAr OUNTY BID N0. 5472-4l01-OTR
structural components that it comes in contact with.
Compartment seems shall be completely welded to provide.
structurally strong watertight compartments. Maximurp r'
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 11211, 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 (112") 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 RUE 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"
.��b�..'+T:,x' ., .... w�...t•r.:•� ;�+r�tvSxrnW:hy tiFornfv.. :.r ..
METROPOLITAN DAOL _0UNTY BID 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 o�!,-
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
"D" 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 being proposed.
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 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
brackets— shall be provided and installed in compartment on
sliding+ tool board.
( -v I��.�++,
`— "M" cylinder brac�et 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: 41"h x 50"w 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
9 — v 4
t
METROPOLITAN DAr"-,COUNTY ' BID N0. 5412-4/01-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
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.I 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 CPI 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
3.3.12.1
31.3..12.2
3.3.12.3
WINDOWS
Six tempered safety glass windows shall be provided (glass
shall meet current D.O.T. specifications) as follows:
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.
Each entry door shall contain a 17 1/2" x 12 112" fixed window
mounted in aluminum extrusions in the lower quadrant. Exact
location to be determined at pre -construction conference.
Page 16
x
c� �
rx
METROPOLITAN
DAL COUNTY (� BID 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 wail.
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".
I
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
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
99— e94
"aj , 't: + {*�'d-Y'�'�'t bTr,2 '$3r$3' S� y'd.*rrr�.9"y s7 F+aas:. ✓kY ;.wsc u%¢MiPa°.
i. _
3.3.16.6
There shall be a Banner 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 J551".
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.O.", (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 (211) 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'.w d fans. j At(L
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 DADt jUNTY
3.3.18 PATIENT COMPARTMENT ILLUMINATION
( BID NO. 5472-4/01-OTR
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), controller
by a "double throw" rocker switch In the action area console,
The second light from the front in the left row of light
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 left
cycle when the -rear door is closed.
3.3.20
OXYGEN AND
SUCTIOtd'SYSTEMS
In addition to the requirements of KKK-1822-D, 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
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 it`s' -.own compressor with no
connection to the U.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 NFRS-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 1
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. t
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
t.f. �. L,,
passenger's side.
3.5
PATIENT COMPARTMENT EQUIPMENT
The following equipment in addition to KKK-A-1822-0
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.
3.5.3
One (1) "Power Group" (no substitute) "Life -Pack 10" holder.
— 3.5.4
One (1) "Power Group" (no substitute) "Apcor" telemetry holder.
Page 24
g�� 34
METROPOLITAN DAL OUNTY BID NO. 5472-4101-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-1822-0 (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 troubleshooting
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
(6)
sets shall be provided for use by the
fire shop.
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
59- '34
WALK TNRU
A/C/UNIT
DUCT WORK
FRONT WALL PATIENT COMPARTMENT
ROLL -UP DOOR
ALS ACCESS FROM INSIDE
s
FOLD OUT
SEAT
3LOTTED
3-TO RAG E
EXTENDED CAB
N2
I
s1iii'o1.0 s
iiii
op op
I
LP-1 0
1 {
PRACKE'li
N i s i
13'-4"
STREETSIDE
t-AT TT-1T7rTT'\T.;%
l
r
I
m
-a
a
EXTENED CAB ra
D
0
INTERIOR DOOR z
ROLL•UP
STREETSIDE EXTENED CAB
l
mAnoMAL t',u iPmr.
WIN lWKE.T IMM
►111I.Mlfl.11Cl�ll 1 I
•! 'i1 1 � % i. LxTEtlnrut•Au �
f a�
I 1111.11IxIWM
UAT L
CURBSIDE EXTENDED CAB
LMT1' VIt 1k Mt ILL' 111'
111x1i1
lat►.Irxen Inlu: ur
,� ►xT1:Mltlk Mt11.Ll11' 1�l�
1
1`
' Y111.111xIWM ��
11F'.AT
11 1
1 1
LxT1'I MMICA11 1 1
.1 1
REAR WALL OF EXTENDED CAB
�i. ..
as
U3
w
A
CD
■(1
s�
FIRE RESCUE
i,■
we]
METRO-DADE FIRE RESCUE
ELECTRICAL
COMPARTMENT
2
4
(OHN
03
:z
0
(_n
BI NO. -D 5d72-4/O1 OTR ,
. r
�1 I� _
q�
1
���dEMENiAL SS.AL.
�f
i
H I Ng
Q:.RING HANpL$
EXPANOEE) FCAM ..._....
IN5ULA7I0N_:
EN71 RE CAVI T VIEW -
I ®i I�AR
Is .
� I
e
�s o +� r o o • . •
FA.-.I.E.A
itlow..:.
.L
.. ,�{'
i
O
to
14
T
A
C3
-'7-,*111d it SS' rI 1 L-
G d�1 Aw if �"' ov 4r, V 7 -
�,�• %1*-
CD
t
of E.4f (' 71,
C AO C -7 -7
....Y^r .y4a ., ,ti . .. .,..<, ,,. ...mil: q.. •. .w .,�.:k.:--. -
ONE INCH
WHITE STRIPE ONE INCH
LQ
w
NCH
TKTtvi i w *Tr-. . .... -
ONE INCH
PAINT,BREAK
F®
b':
WALK THRU
RADIO
Box
A/C/UNIT
DUCT WORK
FRONT WALL PATIENT COMPARTMENT
ROLL -UP DOOR
ALS ACCESS FROM INSIDE
3
rn
m
0
-v
0
r-�
A
z
O
C
z
ME,
•
AWARD UNDER MIAMI-DADE COUNTY
CONTRACT NO. 5472-4/01-OTR
ITEM: Three (3) Emergency Medical Care Vehicles
DEPARTMENT: Fire -Rescue
TYPE OF PURCHASE: Single Purchase, subject to approval of additional one (1
year extensions by Miami -Dade County
REASON: These new vehicles will replace existing front line vehicles
that are ten years old and have exceeded the service miles.
These older vehicles are extremely expensive to maintain and
require a greater amount of resources to keep them in
service.
RECOMMENDATION: It is recommended that award be made to Aero Products
Corporation, awarded under Miami -Dade County Contract
No. 5472-4/01-OTR, at a total amount not to exceed
$410,190. Allocating funds from Capital Improvement
Program, "Fire -Rescue New Apparatus Acquisition", Project
No. 313233, Account Code No. 289401.840.,
Judy S. art
ector of Purchasing
E�ato