Loading...
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