orland fire protection district · the ambulance shall comply with all federal motor vehicle safety...

93
ORLAND FIRE PROTECTION DISTRICT INVITATION TO BID AMBULANCE ISSUED MAY 2, 2018 BID OPENING MAY 16, 2018 8:00 A.M. 9790 WEST 151 STREET ORLAND PARK, ILLINOIS 60462

Upload: others

Post on 13-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT

INVITATION TO BID

AMBULANCE

ISSUED

MAY 2, 2018

BID OPENING

MAY 16, 2018 8:00 A.M.

9790 WEST 151 STREET ORLAND PARK, ILLINOIS 60462

Page 2: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

2

TABLE OF CONTENTS

I. INSTRUCTIONS TO BIDDERS

Summary .................................................................................................... 3

Bid Specifications ....................................................................................... 4

Bid Submission Requirements ................................................................. 89

General Terms and Conditions ................................................................ 90

Evaluation of Bids/Bidders ....................................................................... 93

Bid Submittal Checklist ............................................................................ 95

II. REQUIRED BID SUBMISSION DOCUMENTS

Bidder Summary Sheet ............................................................................ 97

Affidavit of Compliance ............................................................................ 98

References ............................................................................................ 102

III. EXHIBITS

Exhibit A – Local Vendor Purchasing Policy…………….…………………..104

Page 3: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

3

I – INSTRUCTIONS TO BIDDERS SUMMARY The Orland Fire Protection District (the “District”) is soliciting bids to purchase an ambulance (the “Ambulance”). See the Bid Specifications for details on the Ambulance. CONTACT PERSON Lt. Mark Duke Orland Fire Protection District 9790 West 151 Street Orland Park, Illinois 60462 Phone: (708)873-2715 Fax: (708)349-0354 Email: [email protected] QUESTIONS Bidders may, in writing, ask questions or request clarification about this Invitation to Bid (the “ITB”). Only written inquiries directed to the contact person listed above and received by noon on May 9th will be given consideration. No oral comments will be made to any Bidder as to the meaning of the Bid Specifications or other contract documents. Before the bid opening, the District will make available to the public answers to questions or any modifications or additions in the form of a written addendum. Bidders will not be relieved of obligations due to failure to examine or receive documents, visit the website or become familiar with conditions or facts of which the Bidder should have been aware and the District will reject all claims related thereto. Information other than in the form of a written Addendum issued by the District from any officer, agent, or employee of the District or any other person shall not affect the risks or obligations assumed by the Bidder or relieve him from fulfilling any of the conditions and obligations set forth in this ITB. In the event of conflict with the original ITB documents, addenda shall govern to the extent specified. Subsequent addenda shall govern over prior addenda only to the extent specified. Bidders are required to acknowledge receipt of any formal Addendum by signing the Addendum and including it with the bid submission. A Bidder’s failure to include a signed formal Addendum in its bid submission may deem its bid non-responsive.

Page 4: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

4

BID SPECIFICATIONS

TYPE III CLASS I, CONFIGURATION A

STAR-OF-LIFE CERTIFIED AMBULANCE 168" X 96"

The Emergency Medical Vehicle described in this specification is designed to meet or exceed the requirements of Ford Motor Company QVM Program, Federal Ambulance Specification KKK-A-1822 Revision F, and AMD Standards 001-009.

NOTE: Throughout the written Federal Ambulance Specification KKK-A-1822, there are frequent references to items to be included WHEN SPECIFIED. The manufacturer will build into a given ambulance any WHEN SPECIFIED item, but such items may not be included in the attached specifications.

Scope of Work:

This specification covers a new, commercially built surface emergency medical care vehicle herein after referred to as ambulance or vehicle. A vehicle in compliance with this specification shall be defined as a standard ambulance. This vehicle shall be in accord with the Ambulance Design Criteria of the National Highway Traffic Administration, U.S. Department of Transportation, Washington, D.C. This bid specification is based on the Federal Ambulance Specification KKK-A-1822F effective July 2007.

The purpose of this document is to provide minimum specifications and test parameters for the manufacture of an emergency medical care vehicle that meets the needs and desires of this agency. It establishes essential criteria for the design, performance, equipment, and appearance of the vehicle. All dimensions listed are given as the approximate sizes required meeting the needs of this department. The object is to provide a vehicle that is in accordance with nationally recognized guidelines. All vendors and manufacturers must meet all state and local regulations regarding the manufacturing, licensing, and sale of emergency rescue vehicles and ambulances within the state.

This specification calls for the following type of vehicle. It is in accordance with paragraph 1.2.1 of KKK-A-1822F.

Type III: Specialty van (cutaway chassis) with integral or

containerized modular body.

Class I: Two-rear wheel driven (4x2).

Page 5: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

5

Configuration B: Elevating cot and squad bench for ALS (see

3.1.5.1/3.15.3 of KKK-A-1822F).

This is an engineer, design, construct, and deliver type specification and it is not the intention of this agency to write out vendors or manufacturers of similar or equal equipment of the types specified. It should be noted, however, that this specification is written around the specific needs of this department. With the intent to standardize certain components, specific brands have been specified in certain places. This has been done to establish a certain standard of quality. Other brands will be accepted providing the vendor or manufacturer details how another brand will meet or exceed the quality of the actual brand specified. Because of this, the Review Board reserves the right to accept or reject any and/or all bids.

The emergency medical care vehicle, chassis, ambulance body, equipment, devices, medical accessories, and electronic equipment to be delivered under this contract shall be standard commercial products that meet or exceed the requirements of this specification. The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year of manufacture. The chassis, components, and optional items shall be represented in the manufacturer's current technical data. Materials used in the construction shall be new and not less than the quality conforming to current engineering and manufacturing practices. Materials shall be free of defects and shall be suitable for the intended use.

Any exceptions to these specifications must be clearly pointed out. Otherwise, it will be considered that the items offered are in strict compliance with the written specifications and that the successful bidder will be responsible for delivering a vehicle meeting these specifications. Any exceptions must be marked as such within the body of the bid and explained on a separate page marked "EXCEPTIONS".

INFORMATION AND DESCRIPTIVE MATERIAL

The bidder must furnish all information requested in the space provided on the bid form. The manufacturer must supply website address for the Ford QVM program certification list as proof that they are a current member of the Qualified Vehicle Modifier Program. This requirement must be met even if the chassis specified is not a Ford to ensure that chassis modification standards meet a desired minimum level. The manufacturer must also supply certification to the current revision of KKK-A-1822 Specification for this particular type, at least one (1) complete set of sketches, descriptive literature, and complete specifications covering the products offered. Bids not meeting this requirement will be considered non-responsive and shall be rejected.

Page 6: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

6

WARRANTY

The successful manufacturer shall provide a twelve (12) month/12,000 mile warranty on the vehicle which covers defective parts and/or components, the improper choice of materials, parts, and/or components, improper design or engineering, and poor or improper workmanship or quality control techniques. The warranty shall cover the complete vehicle and shall include all costs for labor and parts or materials that are required to correct all deficiencies.

There shall be provided a lifetime electrical warranty that covers all conversion circuit boards, harnesses, switches, circuit breakers, and relays.

There shall be provided a lifetime transferable modular body structural warranty. The term transferable is to cover the transfer of the warranty to a second purchaser should the department sell this unit later. The lifetime structural warranty period shall also remain in effect should the modular body be remounted onto a new chassis. This remount must be performed at a service center authorized by the original manufacturer.

There shall be a ten (10) year/50,000 mile paint warranty.

WARRANTY SURETY

To ensure quality, service, and full compliance to the above warranties, the ambulance manufacturer must construct the complete vehicle, with the exception of the chassis. Additional elements constructed and installed "in house" are required to ensure service and parts availability. Subcontractors or lease/rental agreements to outside agencies will fail to meet this requirement. NO EXCEPTIONS WILL BE ALLOWED.

Does the ambulance manufacturer as the prime contractor construct the modular

body?

Does the ambulance manufacturer as the prime contractor apply paint?

Are interior cabinets constructed and installed by the ambulance manufacturer as the prime contractor?

Are the wiring harnesses, circuit boards, and O2 systems assembled, installed and

tested by the ambulance manufacturer as the prime contractor? Is the upholstery for seat cushions, head pads, and backrests assembled and

installed by the ambulance manufacturer as the prime contractor? DELIVERY

Since delivery proposals by the bidder will weigh heavily in the determination of the bid

Page 7: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

7

award, the delivery schedules that are submitted by the bidders shall automatically become binding upon the successful bidder. Delivery delays due to component supply problems or chassis delivery problems to the manufacturer shall not penalize either the dealer or the manufacturer. Bidder must state the delivery day in days after signing of order.

SERVICE FACILITY

The successful bidder must have access to a service facility. Bidders must list below the nearest service facility and parts department to the purchaser.

Facility Name:

Address:

Phone Number:

Contact Name:

Approximate Miles

From Purchaser:

PLEASE CIRCLE YES OR NO IF YOUR BID COMPLIES WITH EACH REQUIREMENT QUALITY ASSURANCE

To ensure the purchaser that proper engineering and production control guidelines have been implemented the ambulance manufacturer shall employ an integrated quality and process control program including specific process controls for facets of the manufacturing process deemed to be “critical.” These critical elements of the process shall be documented and that documentation shall be available not only to manufacturing personnel but also customers who visit the manufacturing facilities. The critical elements shall be denoted on the vehicle control document, which accompanies the vehicle through the manufacturing process. A sample of this document shall be available to the purchaser upon request. A continuous series of inspections shall be performed and signed off on the vehicle control document and shall include but not be limited to the following:

Visual inspection of the body, welds, and exterior attachments.

Visual and mechanical inspection of the heater/air conditioning lines, cables, grommets, valve connections, clamps, mounting brackets, belts, etc.

Page 8: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

8

Visual inspection of cabinets, sliding/hinged cabinet doors, moldings, flooring, walls, headliner, and cushions.

Visual inspection of exterior paint and any decals and lettering.

Operational inspection of all electrical systems. This must consist of tests of battery voltage, electrical load tests, alternator output, beacons, flashers, siren, interior lighting, compartment lighting, power exhaust vent, scene lights, load lights, chassis lights, silent signal lights/buzzer, heat/cool unit, and any optional electrical devices as furnished by the manufacturer. The current requirements of each device tested must be noted on an inspection sheet together with the total current requirements.

The oxygen and vacuum systems shall be tested both prior to and after installation to meet the requirements as listed in those individual sections of this specification. Test data indicating temperature, pressure, timing, flow, etc., shall be recorded.

All chassis fluid levels shall be checked and filled to capacity. All doors, locks, windows, tires, etc. shall be inspected for proper operation and/or condition.

The completed vehicle must be test driven a minimum of five (5) miles on paved highways and on rough terrain to check handling, brakes, acceleration, and noises. A water spray test and visual inspection shall be performed after the road test.

Bidder Complies YES NO

GENERAL VEHICLE DESIGN, TYPE, AND FLOORPLAN

The ambulance and the allied equipment furnished under this specification shall be the manufacturer current commercial vehicle of the type and class specified. The ambulance shall be complete with the operating accessories as specified herein and furnished with such modifications and attachments as may be necessary or specified to enable the vehicle to function reliably and efficiently in sustained operation. The design of the vehicle and the specified equipment shall permit accessibility for servicing, replacement, and adjustment of component parts and accessories with minimum disturbance to other components and systems. The term "HEAVY DUTY" as used to describe an item shall mean in excess of the usual quantity, quality, or capacity that is normally supplied with the standard production vehicle component.

Bidder Complies YES NO

Page 9: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

9

VEHICLE DIMENSIONAL PARAMETERS

The bidder shall furnish the following dimensions at curb weight:

Length, Overall (including rear step) ______

Width, Exterior (excluding mirrors) ______

Wheelbase ______

Height, Rear Loading ______

Height, Ground to Step ______

Ground Clearance ______

Length, Patient Compartment Interior ______

Aisle Space with Cot Installed ______

Module Length 174”

CURB WEIGHT

The curb weight is the total weight of the complete ambulance and is defined as the chassis, cab, body, and minimum required equipment as specified in KKK-A-1822F, and includes a full complement of fuel, lubricants, and coolant shall meet Federal Requirements.

PAYLOAD ALLOWANCE

A minimum of 1,750 pounds will be allowed over and above the curb weight for personnel, patient, and miscellaneous support equipment.

Bidder Complies YES NO

INTERIOR HEADROOM

74" minimum of interior headroom shall be provided inside the patient area of the body. It shall be free of obstructions for the occupants' safety and shall meet or exceed all transportation and regulatory requirements.

Bidder Complies YES NO

Page 10: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

10

TECHNICAL REQUIREMENTS CAB/CHASSIS

The ambulance shall be a Type III, Class I, and shall have a chassis furnished with a two-door cutaway van. The cab/chassis shall be suitable for subsequent mounting of a modular (containerized) transferable equipped ambulance body conforming to the requirements specified herein.

Bidder Complies YES NO

ANTI SWAY BARS

The chassis shall be equipped with the OEM standard stabilizer bar

offering. NO EXCEPTIONS

Bidder Complies YES NO

SHOCK ABSORBERS

Front and rear shock absorbers shall be OEM supplied and installed.

Bidder Complies YES NO

APPOINTMENTS

The manufacturer's heaviest duty heating and air conditioning package must be used. The rearview mirror shall be day/night visibility type. The vehicle shall be equipped with dual electric multi-speed, delay windshield wipers and washer mechanism. The seatbelt/shoulder harness mechanisms shall be encased with a high impact plastic trim housing color keyed to match the driver's compartment. The balance of the driver's compartment trim shall be finished with laminate, vinyl floor, and vinyl trim panels with .375" thick high-density foam padding.

Bidder Complies YES NO

CAB INDICATOR LIGHTS/SIGNS

Install an indicator light and labels for "SET PARK BRAKE" and "RELEASE BRAKE". When the emergency lights are on and the vehicle is in park an amber light and audible

Page 11: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

11

chime shall activate until the emergency brake is activated. A red light and chime shall active if the emergency brake is activated and the vehicle is placed in gear.

One (1) sign labeled "NO SMOKING OXYGEN EQUIPPED" and "FASTEN SEATBELTS" shall be installed on the passenger's side dash.

Bidder Complies YES NO

Page 12: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

12

CAB FLOORING and SEATS

The cab flooring shall be OEM rubber mat supplied and installed. Carpeting will not be acceptable. Seats also will be vinyl type material. Cloth seats will not be acceptable.Bidder Complies YES NO

ANTI-THEFT DEVICE

An ETI ignition security device with alarm features shall be provided and installed.idder Complies YES NO

WHEEL SIMULATORS

Dicor brand stainless steel wheel simulators with lug nut caps shall be installed on all outboard wheels of the vehicle. Aluminum wheels will substitute if available.

Bidder Complies YES NO

TIRE FILL VALVE EXTENSIONS and TIRE PRESSURE MONITORING

Dicor Air-Gard LS Series stainless steel braided valve extenders shall be installed on both the inside and outside rear tires of the dual rear wheel vehicle. Tire pressure indicators will be supplied so that pressures may be monitored inside the cab area.

Bidder Complies YES NO

MIRRORS

The existing mirrors shall be removed and replaced with Velvac motorized and heated bus style mirrors with black finish. Chassis may be ordered without mirrors to accommodate installation of bus mirrors.

Bidder Complies YES NO

VEHICLE WIRING

All insulated cable shall conform to SAE J1292 requirements and shall have GXL high temperature thermoplastic insulation conforming to SAE J1127 and J1128. All wire shall be of a gauge size to carry 125% of the current required by the specific circuit without overheating. All wires are to be color coded and stamped with the function of the circuit every four [4] inches for the continuous length of the line. Where practical or required, all wires shall be routed in high temperature looms with a rating of 300

Page 13: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

13

degrees Fahrenheit. All conductors shall be annealed copper with machine crimps. Wiring harnesses shall be installed and warranted by the vehicle manufacturer. NO EXCEPTIONS WILL BE ALLOWED. This system must meet or exceed AMD Standard 005, Ambulance 12-Volt DC Electrical System.

Bidder Complies YES NO

PORTABLE EQUIPMENT CHARGING CIRCUIT

Two (2) additional 12 VDC circuits for charging portable battery powered devices, i.e. Suction units, hand lights, defibrillators, portable radios, etc. shall be provided. These circuits shall prevent discharge of chassis batteries by only permitting the charging of portable devices when the vehicle is either running or the battery conditioner is connected to shore power (operational). This implies a battery conditioner is required, and may be specified in a different location within these detailed specifications, but is not necessarily being specified within this paragraph. A minimum of 10-amp circuit breaker protection shall be provided for each circuit. These tagged, identified leads shall be located, one (1) in the patient compartment and one (1) in the vehicle cab. These leads shall not be connected to power nor shall they have any connectors attached at either end. These circuits are intended for unspecified future use. In addition there shall be two [2] power lugs in the electrical cabinet, one [1] powered with ignition and one [1] hot all the time.

Bidder Complies YES NO

CIRCUIT PROTECTION

Circuit breakers and relays are to be mounted securely to the inside of the electrical control center located in the patient compartment forward of the technician seat backrest. This cabinet shall have a door large enough for complete and unobstructed inspection and maintenance, and shall hinge out of the way for free movement. The control center shall be large enough to house all circuit breakers, relays, flashers, and the medical isolator. Space for one (1) additional 15-amp single pole breaker shall be provided on the main electrical board.

All auxiliary circuitry shall incorporate overload protection devices of automatic or manual reset thermal breaker types with spade style plug-in connectors and shall continuously carry 100% of the rated capacity for a minimum of one (1) hour. Bosch, Potter & Brumfield, Hella, and Omron brand relays may be used. All circuit breakers and relays are to be spade mounted snap-in type for easy removal. Circuits shall be screen printed with all circuits legibly numbered and labeled.

Design must be interchangeable with model styles from vehicle to vehicle without

Page 14: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

14

modification to wiring or compartment construction. In addition to the main circuit board, there shall be additional boards of the same design to provide control, lighting, and indication for the compartment and entry doors. All wires and connectors shall be of like resistance materials. One (1) complete set of each size relay and circuit breaker shall be included and mounted next to the main circuit board.

CIRCUIT GROUNDING

Grounding must be accomplished by use of a full ground wire harness. All ground wires shall be white in color and stamped every four inches (4") with the word "GROUND" or lettering "GRND". Ground return connections shall be made to the chassis structure, protected from corrosion, and available for service. In no case shall the aluminum body be used as a ground return.

Additionally, there shall be a minimum of five (5) ground points between the chassis and body components of the ambulance. One (1) 34”, 4 AWG braided ground strap between the engine block and the chassis frame; one (1) 2 ga. Stranded copper ground strap between the body and chassis frame; one (1) 2 AWG stranded copper ground strap between the battery box and the chassis frame; one (1) 2 AWG stranded copper ground strap between the driver’s seat base electrical panel and the chassis frame; and one (1) 2 ga. Stranded copper ground strap between the cab floor and the chassis frame. These critical ground points shall be established with crimped copper ring connectors and dual star washers at each end of the ground strap. Due to the application of undercoating these grounds require no specific labeling.

INSTALLATION AND PROTECTION

Wires shall be grouped or harnessed where practical. Metal edges through which cables pass shall be protected with nonmetallic bushings or grommets. All auxiliary circuits shall be wired separate and distinct from the vehicle chassis circuits, color coded, and clearly numbered. All wire passing from the console head shall be encased in a heavy-duty loom. All wiring shall be clipped or otherwise attached at suitable intervals to prevent rubbing or chafing due to wire movement, vibration, etc. All wiring must be stamped, color coded, labeled to indicate wire function, and conform to SAE 1292. NO EXCEPTIONS WILL BE ALLOWED.

Bidder Complies YES NO

SEQUENCER / LOAD MANAGER

To prevent excessive loading or load spikes on the electrical generating system at system start up, a sequencer/load manager shall be integrated into the main circuit board for stepped control of the main master emergency functions. The sequencer shall sequence ON or OFF all master emergency functions at 0.5-second intervals. The sequencer/load manager shall sequence specified loads ON, in the following manner:

Page 15: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

15

1. Body Warning Lights 2. Patient Compartment Dome Lights 3. Patient Compartment HVAC 4. Front Light Bar - if installed 5. Intersection and Grille Lights 6. Rear Light Bar- if installed 7. Wig-Wag Headlights- if installed

When a “low voltage” situation is detected, an audible alarm shall sound and an indicator light shall illuminate signaling the situation. When the vehicle transmission is in PARK, the load manager shall shed emergency functions until the system output voltage and the amperage draw of the systems still in operation equalize. When in PARK and the vehicle PARK BRAKE is applied the Stationary Elevated Idle Control (SEIC) will activate to provide additional voltage for the system. If the “low voltage”, 12.0 volts or lower persists, the sequencer/load manager shall initiate the load shedding sequence at each 0.2 volt increment in the reverse order of these emergency functions.

NOTE: Vital medical equipment such as suction aspirator system and/or electric oxygen valve shall not be included in the load shedding sequence. These systems shall remain powered until total failure of the electrical generating system occurs.

LOW VOLTAGE MONITORING SYSTEM

There shall be installed, as an integral function of the ambulance conversion main power board, circuitry that continually monitors electrical system voltage. This system shall activate an audible alarm and a steady burn red LED warning light to indicate that system voltage has reached or fallen below 11.7 volts. There shall be included a switch to deactivate the audible alarm. The audible alarm, LED indicator light and the switch shall be located on an auxiliary control panel located in the drivers control console below the main switch panel.

Bidder Complies YES NO

Page 16: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

16

DRIVER SWITCHING CONSOLE

A custom aluminum console or otherwise approved console shall be built onto the engine cover. At the far right of the console will be housed the patient code lights and door open indicator lights. The ammeter, voltmeter, and battery indicator lights shall be located on a separate panel. The ammeter, depending on equipment/chassis manufacturer specified, shall indicate the current flow to the batteries or from the alternator. The 12-volt voltmeter shall indicate the voltage of the batteries. An audible low voltage-warning device shall be installed with a reset cancel switch. This device shall sound whenever the voltage of the vehicle drops below 11.8 volts. This device shall automatically reset once the batteries are above 11.8 volts. A Datacon engine hour meter will be located near the bottom of the console on the driver's side and will be wired to ensure an accurate reading of running hours. Both the volt and ammeters shall be digital with LED display. It is very important to Orland Fire Protection District to match existing ambulance consoles. Make console to conform to the print provided. Console to be easily removed without removing the passenger seat base.

The complete console, manufactured of aluminum, shall be free of sharp edges and molded to match the contours of the engine cover. It shall contain all emergency switches, module switching, and legends according to their function and have backlighting controlled by the headlight rheostat. The switches shall be Euro-style, moisture resistant, rocker type, and shall be UL listed and CSA approved. Switch terminals shall be 1/4" spade types. The switch legends shall be engraved plastic inserts. The backlighting shall light the words themselves rather than the background. Backlighting shall be accomplished with electro-luminescent light strips for their benefits of consistent light output, low amp draw, and extended service life. The console shall contain the following features:

The switches shall be Carling L-Style, moisture resistant, rocker type with a tactile feel. The L-Series switch, with sealed front panel components, is IP67 certified, and able to withstand temperatures from -40°C to +85°C. These switches are vibration, shock, thermoshock, moisture and salt spray resistant. The switch shall be rated for 250,000 switch cycles (Minimum) and shall have a 15 and 20 Amp rating @ 12VDC. These switches shall be UL listed and CSA approved.

Master

Primary/Secondary Patient Door Open Red Light

Front Lightbar Compartment Door Open Amber Light

Backup Alarm Disable Hour meter

Horn/Siren [1] Ammeters

Left side Scene Lights Voltmeter

Rear Load Lights Battery Indicator Lights

Right-side Scene Lights Spare

Page 17: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

17

Switch Module Disconnect

Additional switches shall be added to the console when specified in this document.

Bidder Complies YES NO

The Module Disconnect switch will have a LOCK-OUT like tires chain switches. VOLTMETER/AMMETER DISPLAY

A pre-calibrated LCD Voltmeter/Ammeter display easily seen in low ambient light conditions as well as direct sunlight shall be wired to the battery system and included in the front switch panel. The voltmeter shall operate within a voltage range of +8 to +16 Vdc and shall measure voltage from 0 to 20 Vdc. There shall be one (1) ammeter display and the ammeter range shall be from -300 to +300. This instrument shall also include a built in audible and visual low battery alarm to alert the driver and passenger of a low battery situation. This display shall exceed the requirements set forth in KKK-A-1822F Paragraph 3.7.6.2.

Bidder Complies YES NO

HOURMETER

A digital hour meter shall be installed on this unit.

Bidder Complies YES NO

BATTERIES

There shall be four (4) "No Maintenance" Group 31 12-volt batteries. They shall total not less than 1,500 CCA with 180 minutes of reserve capacity. Three batteries shall be located in a slide out drawer under the ALS cabinet and one under the hood in the OEM location. Per Ford QVM Bulletin #Q-63 requirements, "There should be NO battery disconnect switches or devices installed that in any way cut-off power to the Ford Chassis. Any battery disconnect devices should interrupt power to the ambulance module only."

Bidder Complies YES NO

SEAT BASE INTERNAL 12 VOLT DC POWER

For certain standard internal 12-volt DC power circuits, there shall be circuit protection provided by the use of manual reset breakers mounted in the outboard panel of behind the driver's seat. Potter & Brumfield 12 VDC breakers shall separately protect the

Page 18: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

18

Radio Power circuit with a 40-amp breaker; the Constant Power circuit with a 20-amp breaker; the OEM auto-throttle system with a 10-amp breaker (if applicable); and the Isolator circuit for the two (2) additional 12 VDC charging circuits required in 21-02-00, a 20-amp breaker. Due to the potential danger associated with a separate "battery hot" circuit, no exceptions to the above will be allowed. This Isolator circuit includes a "low voltage" Schottky Diode to isolate medical equipment batteries from any electrical loads. The diode shall be located and electrically connected between the circuit breaker and the receptacles. Additional breakers may be added for optional equipment such as power door locks, multiple radio installations or compressor pumps. Additional radio leads including hot wire, ignition switched hot wire and ground shall be provided. One set shall be in the front console and one set in the rear action area. Each power lead shall have a 30-amp circuit breaker and include one 12-volt hot wire and fuse holder with 30 amps.

Bidder Complies YES NO

POWER OUTLET

Two (2) 12-volt power point style outlets shall be installed. (1) In the rearward section of the primary action area, above the counter top and (1) in the lower section of the ALS cabinet.

All power outlets will incorporate USB parts also.

Bidder Complies YES NO

Page 19: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

19

125 VOLT AC POWER

There shall be 125 volt AC wiring furnished. A three-wire system is used for powering medical equipment, battery charger, etc. This electrical system, including wiring and associated equipment, shall comply with AMD STD 009, 120V AC Electrical Systems. The system shall incorporate a hospital grade GFI (Ground Fault Interrupt) device with a 20 amp circuit breaker that can also be used as a disconnect switch for the interior 125 volt outlets. The GFI device shall be located on the street side in the action area. A 1200 watt Dimensions Inverter/battery charger will be supplied with an automatic transfer switch shall be furnished which will automatically turn off the inverter 125 volt supply when the 125 volt utility shoreline power is applied.

Bidder Complies YES NO

EXTERIOR SHORE POWER

There shall be two [2] Kussmaul 125-volt "Auto-Eject" plug rated at 20 amps or more with a spring-loaded cover assembly, UL listed for exterior use, located on the right side of the ambulance body close to the driver's door. This shall energize the vehicle's 125-volt AC circuit from an exterior power source. These connectors must be labeled: "125 volt AC, 60 Hz, 20 amp power supply". One is for the shoreline to the inverter/charger systems and the 125 volt outlets with a red cover and the other for the onboard 125/12 volt heat/AC system. This outlet to have a blue cover.

Light to activate after the circuit breaker in the ambulance.

There shall be a third shoreline flip cover for a “Dummy” shoreline that will house the power door “UNLOCK” switch.

Bidder Complies YES NO

INTERIOR 110/125 VOLT AC OUTLETS

Three (3), three-wire duplex 125 Volt AC hospital grade receptacles shall be installed. One (1) shall be located in the primary action area; one (1) in the second action area and one (1) in the ALS cabinet upper section. Red indicator lights shall be located on each 125 Volt outlet to indicate a live "hot" circuit. Add-on style indicators are not acceptable. The outlets shall be labeled using high quality screen printing to avoid accidental removal.

Bidder Complies YES NO

Page 20: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

20

EXTERIOR 125VAC OUTLET

A 125-volt AC hospital grade receptacle shall also be provided and installed compartment. An indicator light shall be located on the 125-volt outlet to indicate a live "hot" circuit.

Bidder Complies YES NO

Page 21: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

21

ELECTRICAL EQUIPMENT

All electrical equipment shall be electromagnetic radiation suppressed, filtered, or shielded to prevent interference with radio and telemetry equipment. The RFI shall not exceed SAE J551 limits.

Bidder Complies YES NO

SIREN/P.A. SYSTEM

Dual remote siren with mechanical tone (Elec. “Q”) shall be installed. The independent two (2)-channel amplifier with remote control head shall produce 200 watts of output power that can produce 100 watts per speaker. This siren shall be dual tone.

Bidder Complies YES NO

SIREN SWITCHING

A horn/air horn/horn 3 position switch shall be provided to activate siren, horn and air horn. This switch shall be located in the front switch panel.

Bidder Complies YES NO

SPEAKER

Two Code 3 siren speakers shall be supplied. The speakers shall be securely bolted to the chassis.

Bidder Complies YES NO

AIR HORNS

Two (2) Buell trumpet air horns shall be provided and installed through the front bumper. The air horns shall be powered by 12-volt compressor & air reservoir kit installed by the manufacturer. A check valve shall be installed between the air horns and the air reservoir to prevent depletion of air reservoir. There shall be an extra air tank supplied for reserve. (Buell 12v Fast Recovery Compressor P/N 16122).

A three way switch for siren/horn/air horn and a momentary switch for air horn activation shall be provided. Location of the switches shall be determined. An

Page 22: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

22

additional momentary switch shall be provided on the console on the officer’s side.

Bidder Complies YES NO

BACKUP ALARM AND MONITOR

An EC 520 backup alarm shall be installed on a 2” x 2” floor tube at the rear of the ambulance module body. This alarm shall activate whenever the chassis transmission is put into reverse gear. There shall be a momentary switch in the driver's switch console that will cancel the alarm. The system shall have an automatic reset to activate the alarm the next time the vehicle is placed into reverse. When activated, this alarm shall generate an intermittent warning tone at a minimum of 97 dB as prescribed by KKK-A-1822F.

A VRS #1814-1 reverse warning system with two additional monitor located on the upper rear corners of the body shall be supplied.

Bidder Complies YES NO

Page 23: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

23

CAMERA SYSTEM

A color camera system shall be installed in this vehicle. This high resolution color camera system shall include (1) one backup camera and a (1) camera mounted in the patient area at the bulkhead wall. One (1) 3.5" RCD auto dimming monitor/ mirror kit shall be installed in the place of the rear view mirror to assist the driver while in reverse and to view the patient compartment. The backup camera system shall activate when the vehicle is placed in reverse.

Bidder Complies YES NO

FLASHER

A Whelen AFM560 five (5) outlet Halogen, LED or Super-LED flasher shall be installed. The flasher shall have four Scan-Lock flash patterns.

This flasher shall be programmed to flash according to the current Federal Ambulance Specifications as a standard or a flash pattern determined by this department.

Bidder Complies YES NO

EXTERIOR LIGHTING

Exterior lighting shall conform to FMVSS 108 and consist of OEM chassis halogen headlights, ICC clearance lights, parking lights, hazard warning lights, license plate lights, tail, stop, and backup lights. Tail and stoplights shall have red, clear, and amber lenses. Electrical wires for the taillights shall be sealed to protect them from the elements of weather using Deutch connectors. Two (2) side body rear lights with red lenses shall flash with turn signals and steady burn with the DOT lights. Included with the bid, evidence from the lighting manufacturer shall be provided specifying warning lights meet the photometric and chromaticity requirements of the current version of KKK-A-1822 as certified by a third party testing entity.

Bidder Complies YES NO

Page 24: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

24

DOT MARKER/CLEARANCE LIGHTS

Fourteen (14) Whelen 0S Series LED Marker/Clearance lights or equivilant shall be provided and installed on the upper ambulance module body. Each light shall be LED type with a protective chrome plated flange. There shall be seven (7) amber LEDs with clear lenses installed - five (5) across the front module body extrusion and one (1) on each rear side body upper extrusion. There shall be seven (7) red LEDs with clear lenses installed - five (5) across the front module body extrusion and one (1) on each front side body upper extrusion. Each shall be installed on the side upper body corner extrusion area.

Bidder Complies YES NO

STOP TAIL AND TURN LIGHTS

Tail and stoplights and the backup lights shall be Whelen M-7. These lights are to flash opposite in park when the emergency lights are on. All electrical wires for the taillights and turn indicators shall be sealed and or encapsulated to protect them from the elements of weather. Turn lights shall be Whelen M-9. The tail and stoplights shall be mounted on the rear kick plate; the turn arrows shall be mounted on the rear module body.

Bidder Complies YES NO

CHASSIS GRILLE LIGHTS

Two (2) Whelen 500 Series TIR6 red Super-LED lights with red lenses shall be installed on the upper section of the chassis grille. Each light shall be equipped with five (5) Scan-Lock flash patterns with Phase 1 and Phase 2 for alternating and simultaneous flashing.

Two (2) red Whelen 500 TIR6 LED grille lights shall be provided on the side of the front grill.

Two (2) Clear Whelen 500 TIR6 LED grille lights shall be provided on the lower section of the front grill. These lights to flash in an “X” pattern with the upper lights.

INTERSECTION LIGHTS

Two (2) Whelen M7 Series Super LED grille lights, (2) red LED with red lens and flanges shall be provided.

Two (2) integral flanges for the Whelen M7 series intersection lights shall be installed.

Bidder Complies YES NO

Page 25: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

25

FRONT LIGHTS

Front emergency lights and Opticom shall be mounted in configuration such as the lights can be seen from the front and side. Such as a lightbar would offer.

FRONT AND SIDE BODY LIGHTS

Four (4) Whelen M9 Series LED lights with integral chrome flanges shall be provided and mounted one (1) in each upper forward and rearward corner of the body. The M9 Series LED and lens colors shall be red on both the street side and curbside light sets. There shall be two [2] additional Whelen M9 lights mounted on the front of the body. A green one on the passenger side and a red one on the driver side shall be provided.

These lights shall have integral flanges provided by the light manufacturer and installed on the completed unit.

Bidder Complies YES NO

Page 26: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

26

SIDE BODY BRAKE/TAIL LIGHTS

Two (2) Whelen 700 Series red Minimum LED Brake/Tail lights with red lenses shall be installed on each side body at the rear. The lights shall have a steady-burn function in conjunction with the DOT lights and shall flash in conjunction with the turn signal lights.

SIDE TURN LIGHT FLANGES

These lights shall have integral flanges provided by the light manufacturer and installed on the completed unit.

Bidder Complies YES NO

WHEEL WELL LIGHT FLANGES

There shall be [2] Whelen M7 red LED lights, one mounted over each rear wheel well.

These lights shall have integral flanges provided by the light manufacturer and installed on the completed unit.

Bidder Complies YES NO

CLEAR LED SCENE LIGHTS

There shall be two (2) M9 Series scene lights installed on each side of the body. Each scene light shall have a clear lens with directional LED’s to downward cast illumination. Each side shall be independently lighted and switched separately in the driver's switch console. The lights shall be a minimum of 75" above the ground and not obstructed by open doors.

The scene lights shall meet the current AMD Standard 024- Scene Light Performance.

SCENE LIGHT FLANGES

These lights shall have integral flanges provided by the light manufacturer and installed on the completed unit.

Bidder Complies YES NO

The two (2) curbside scene lights shall be activated when the module body side entry door is opened. The street side and curbside rearmost scene lights shall be activated when the vehicle transmission is placed in reverse.

Page 27: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

27

REAR BODY LIGHTS

Three (2) Whelen M9 and (1) M7 Series Super-LED lights with colored lenses and (3) three chrome flanges shall be installed. Two (2) shall be red Super-LEDs with red lenses surface mounted on the upper rear module body corners. One M7 (1) shall be an amber Super-LED with an amber lens surface mounted on the upper rear module body center.

These lights shall have integral flanges provided by the light manufacturer and installed on the completed unit. ALL REAR BODY LIGHTS WILL BE WIRED TO THE “DIM” MODE WITH AN OVERRIDE SWITCH IN THE ELECTRICAL CABINET.

Bidder Complies YES NO

LOAD LIGHTS

Two [2] Whelen 700 Series Opti-Scene 8/32 degree dual halogen internal optic light head assemblies with double parabolic shaped rectangular reflectors shall be located above the rear doors. Each light shall have an integral prismatic inner lens giving a downward cast to the light beam, and activate when the rear doors are opened or the vehicle placed in reverse gear. There shall also be a switch on the driver's console to activate the rear load lights when the doors are closed. All lights shall be a minimum of 75" above the ground and not obstructed by open doors.

These lights shall have integral flanges provided by the light manufacturer and installed on the completed unit.

Bidder Complies YES NO

Page 28: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

28

ARROWSTIK

A Whelen model TANF85 "Arrowstik" or equivilant rear directional bar shall be installed directly above the patient rear entry/egress doors. It shall be activated via control head installed at the front switch console.

Arrowstik, Centered Below Rear Warning Lights. and/or Lightbar REAR MID HEIGHT AND LOWER BODY LIGHTS

Two (2) Whelen M9 Series Super-LED lights with integral chrome flanges shall be provided and mounted on the rear module body mid-height one (1) in each side of the rear body. The Super LED and lens colors shall be red. These two lights should be overridden with the brakes.

Two additional Whelen Super LED M-9 lights shall be mounted below the windows. One shall be green on the driver side and red on the passenger side. WIRE TO THE ”DIM” MODE.

These lights shall have integral flanges provided by the light manufacturer and installed on the completed unit.

Bidder Complies YES NO

OPTICOM

A Whelen PE215 power supply for Opticom shall be provided to the strobe lights in the front lightbar. These lights shall cancel in park.

PARK OVERRIDE

The following lights listed below shall be deactivated when the vehicle is placed in

Park: All clear grill lights only.

These lights shall be reactivated when the vehicle is put back into Drive.

Bidder Complies YES NO

Page 29: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

29

RUBRAIL LIGHTS

Six (6) Whelen LED Strip-Lite lights with clear lens shall be provided and mounted in the C-Channel rubrails or equivilant lighting. One (1) in each forward and rearward corner and one (1) center on both sides of the body. The lens colors shall be red on the street side and blue on the curbside with the exception of the light below the side entry door. The side entry door C-Channel rubrail light shall be an amber Whelen Strip-Lite LED. These Lights shall be installed in the C-channel rubrail to provide protection for this warning light. Due to this being a high wear area of the vehicle, installation of the lights above or below the rub rail are more exposed to damage and unacceptable.

CONSTRUCTION CHARACTERISTICS

To produce a high quality body structure, which meets or exceeds all mandated standards and to support the Lifetime, Transferable Structural Warranty to be offered by the vehicle manufacturer, the following construction characteristics and materials must be present in the vehicle offered for purchase.

All body panels, structures, and extrusions shall be fabricated of aluminum using alloys, which consistently meet or exceed the load requirements of the vehicle. Any welds shall be ground smooth and filled for proper paint adhesion and appearance. The body structure shall be built and warranted by the ambulance manufacturer. This body must meet or exceed AMD Standard 001, Static Load Test for Ambulance Body Structure. NO EXCEPTIONS ALLOWED.

CERTIFIED WELDING PERSONNEL

To assure that the specified vehicle meets the letter, as well as the intent of this Specification, welding of body structures, chassis attachment points, doors, any aluminum or stainless steel components or attachments shall be performed by or directly supervised by personnel Certified by the American Standard Welding Association (ASWA). Those individuals shall have proof of current certification and shall make such proof available to the department upon reasonable demand. NO EXCEPTIONS ALLOWED.

Page 30: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

30

CORNER EXTRUSIONS

Bidder will supply materials specifications and construction process specifications

ROOF

Bidder will supply materials specifications and construction process specifications.

SIDES

Bidder will supply materials specifications and construction process specifications.

FLOOR

Bidder will supply materials specifications and construction process specifications.

This floor shall exceed the requirements set forth in AMD Standard 020 Floor Distributed Load Test for a bariatric cot (1600 lbs.) Flooring structures not meeting this requirement will not be accepted by this department. NO EXCEPTIONS

DRIVE SHAFT GUARD

A .50” formed steel rod drive shaft loop or guard shall be installed just behind front U joint. This is designed to prevent the drive shaft from creating a dangerous situation such as hitting the ground or whipping in the event of a universal joint failure. The drive shaft loop shall be welded to non-critical chassis frame components.

Bidder Complies YES NO

SIDE IMPACT PROTECTION REQUIREMENT

Bidders must include a detailed description of their method of side impact protection for this department to adequately compare.

Bidder Complies YES NO

CONSTRUCTION COMPLIANCE

Safety and strength of construction is a primary concern for this department. The delivered ambulance must meet the construction specifications detailed above.

Page 31: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

31

Failure to meet this construction method will be cause for rejection.

Bidder Complies YES NO

COMPARTMENT & ENTRY DOOR CONSTRUCTION

Bidder will supply materials specifications and construction process specifications.

COMPARTMENT DOOR LINER

The compartment doors inner liner shall be constructed of .063 smooth aluminum.

Bidder Complies YES NO

INSULATION - DOLPHIN/KRAFT

Prior to installation of the insulation the entire interior body interior surface will be sprayed with a heavy protective coating of sprayed in Dolphin HydroArmor o r e q u i v i l a n t latex rubber to provide sound deadening, vapor barrier and corrosion protection.

Bidder Complies YES NO

Page 32: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

32

INSULATION - SPRAY FOAM - WALLS/ CEILING/ FLOOR/SIDES/ STEPWELL

The module shall have an expandable polyurethane spray foam type in the walls, ceiling, floor, sides and bottom of the stepwell of the patient compartment to provide maximum protection from changes in outside temperature. The insulation shall be fire retardant, non-settling, non-hydroscopic, and mildew and vermin proof. There shall be a generous amount of undercoating applied throughout the undercarriage of the body and chassis. Undercoating must be applied according to chassis manufacturer guidelines.

Bidder Complies YES NO

HEAT SHIELD

To further insulate and protect the patient compartment the ambulance manufacturer shall install 18 gage galvanized steel below the subfloor material to act as a heat shield. An 18 gauge galvanized steel sheet, with waterproof insulation laminated to it, and shall be installed directly to the bottom of the floor tubes. This will create a sandwich style construction to further insulate the patient floor in the area of the muffler and exhaust system.

Bidder Complies YES NO

VAPOR BARRIER

To further insulate and protect the patient compartment the ambulance manufacturer shall install an aluminum vapor barrier. A .090 aluminum sheet shall be installed directly between the flooring and the 2" x 2" floor tubes. This will create a sandwich style construction to further insulate the patient floor in the area of the muffler and exhaust system.

Bidder Complies YES NO

FENDER INSULATOR

An additional sound deadening insulator shall be provided and installed on top of the wheel well liner. This layered rubber and aluminum material shall diminish the effects of noise created by road debris and provide additional thermal insulation for the patient compartment.

Page 33: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

33

Bidder Complies YES NO

CAB CONNECTION

Bolting shall be accomplished by a minimum of twenty-five (25) 1/4" Grade 8 bolts with lock washers. Special care shall be taken in the installation of the neoprene gasket between the cab flange and the body to prevent the contact of dissimilar metals or deforming or tearing of the gasket.

Bidder Complies YES NO

MOUNTING

Bidder shall supply mounting material specifications and process specifications. The body-mounting configuration shall not prevent the vehicle from complying with the floor loading height requirement of KKK-A-1822F for the specified type of emergency medical vehicle.

Bidder Complies YES NO

COMPARTMENT DIMENSIONS

Will be supplied by bidder based on standard configuration of patient module, Height 74”, Length 174”. The following section represents the exterior compartment dimensions and accessories. This department will require the dimensions of each compartment they are specifying if any exceptions are taken. If no exception is taken for the entirety of this section, it shall be expected by this department that the compartments will be as specified in this document.

FORWARD OF REAR WHEEL WELL

A full height compartment shall be provided in the forward position ahead of the wheel well. It shall have approximate exterior dimensions of:

___ wide x ___ high x _____ deep, with a 2" offset.

Bidder Complies YES NO

The compartment shall have a solid, flush mounted, vertically hinged door, constructed of aluminum.

Bidder Complies YES NO

A low compartment shall be provided in the rearward position ahead of the wheel well.

Page 34: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

34

It shall have approximate exterior dimensions of:

____ wide x ____ high x _____ deep.

Bidder Complies YES NO

The compartment shall have double solid, flush mounted and vertically hinged doors. Each door shall be constructed of aluminum.

Bidder Complies YES NO

REAR OF WHEEL WELL

A compartment shall be provided in the area rearward of the rear wheel well. It shall have approximate dimensions as follows:

____ wide x ____ high x _____ deep.

Bidder Complies YES NO

The compartment shall have double solid, flush mounted and vertically hinged doors. Each door shall be constructed of aluminum.

Bidder Complies YES NO

RIGHT SIDE COMPARTMENTATION

FORWARD OF REAR WHEEL WELL

An intermediate compartment shall be provided in the upper, forward position ahead of the entry/egress door that allows easy access to the interior ALS cabinet. It shall have approximate exterior dimensions of:

____ wide x ____ high, with a clear door opening of ____ wide x _____ high.

Bidder Complies YES NO

The compartment shall have a vertically hinged door. It shall be constructed of aluminum and shall have a single, Tri-mark paddle latch.

Page 35: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

35

Bidder Complies YES NO

A low compartment shall be provided in the lower, forward position ahead of the entry/egress door. It shall have approximate exterior dimensions of:

____ wide x ____ high

Bidder Complies YES NO

Page 36: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

36

SIDE ENTRY DOOR

All patient entry doors shall be constructed of a single piece of .125” 5052H32 sheet aluminum. The use of extrusions for doorjambs or doorjambs is not allowed. The door profile shall be a double pan form of 2.75” total thickness. Each door shall have the seal installed on the outer door pan flange to assure maximum sealing surface and to protect the rotary latching mechanism from environmental influences. The inner door pan flange shall be formed to provide a recess in which the inner door liner panel is seated. Inner door liner panels shall be affixed to the flange with stainless steel, serrated spring washers and TX -25 Type F Torx-head machine screws. Each door shall be insulated with not less than 2.0” of spray foam. The insulation must be configured to prevent contact with or the fouling of the coated steel latch connecting rods. NO EXCEPTIONS WILL BE ALLOWED. The door shall have an FMVSS 206 tested Tri-Mark two-point rotary latch with a Tri-Mark locking handle. The adjustable .50” Nader pins with head flange mounted on the vertical doorjamb shall be fitted with zinc-coated safety clips to diminish the possibility for clothing being snagged during entry or exit. The door shall also be equipped with a spring assisted bidirectional cam-over door check. The door shall provide an opening of at least 32" wide and 74" high. When opened, the door shall activate the interior dome lights. The interior door pan of each exterior door shall be stamped with a unique alphanumeric code denoting the specific size of that door. This code shall assure the quick and exact replacement of a damaged door.

Bidder Complies YES NO

DOOR TRIM

The door shall have a .090" aluminum panel covered the upper and lower door and full width door panel with color to match interior and shall be impervious to moisture, easily cleaned, durable, and attractive. The middle portion shall be stainless steel and removable for ease of maintenance. The lower portion shall be .090 aluminum and shall have chevron style safety decals installed prior to delivery.

Bidder Complies YES NO

STEPWELL LIGHT

(1) Whelen 4'' LED light or equivi lant shall be provided for the curb side step well. The light shall have a chrome flange and shall activate with the opening of the side entry door.

Bidder Complies YES NO

Page 37: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

37

GLOVEBOX

Two (2) glove boxes shall be provided directly above the side entry/egress door. It shall have approximate dimensions of 20" wide x 9" high and shall have two (2) flip-up Plexiglas doors with non-locking catches for easy access.

Bidder Complies YES NO

SIDE ENTRY DOOR ASSIST RAIL

The side entry/egress entrance door shall have a 1.25" outside diameter, 45-degree ergonomic style assist handle.

Page 38: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

38

Bidder Complies YES NO

A full height compartment shall be provided in the rearward area behind the rear wheel well with inside/outside access. It shall have the approximate dimensions as follows:

____ wide x ____ high

Bidder Complies YES NO

The compartment shall have a solid, flush mounted, vertically hinged door, constructed of aluminum.

Bidder Complies YES NO

REAR PATIENT ENTRY DOORS

Construction and materials shall be provided by bidder.

Bidder Complies YES NO

DOOR TRIM

The door shall have a .090" aluminum panel covered the upper and lower door and full width door panel with color to match interior and shall be impervious to moisture, easily cleaned, durable, and attractive. The middle portion shall be stainless steel and removable for ease of maintenance. The lower portion shall be .090 aluminum and shall have chevron style safety decals installed prior to delivery. All Chevron colors to be red/yellow green flourescent diamond grade.

Bidder Complies YES NO

REAR ENTRY DOOR ASSIST RAILS

Each rear patient entrance door shall have a 1.25" outside diameter smooth brushed stainless steel 45-degree ergonomic style assist handle.

Bidder Complies YES NO

Page 39: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

39

REAR BODY GLOVEBOXES

Two (2) glove boxes shall be provided directly above the rear patient entrance doors, spaced evenly on each side of the rear wall. Each glove box shall have approximate dimensions of 12" wide x 9" high and shall have two (2) flip-up Plexiglas doors with roller ball catches for easy access.

Bidder Complies YES NO

PATIENT COMPARTMENT CLOCK

One (1) Intellitec Time Manager clock shall be provided and mounted in the action area switch panel. It shall be wired directly to the vehicle electrical system.

Bidder Complies YES NO

SLIDING WINDOW

The entry/egress door shall be provided with a 20" wide x 19" high horizontally sliding window. It shall have tempered automotive, privacy safety glass and shall have a locking mechanism to keep the window panels in the desired position. A screen shall be provided, to prevent airborne particles from entering the vehicle, when the window panels are in the open position.

Bidder Complies YES

FIXED WINDOWS

NO

The rear patient entry doors shall each be provided with a 20" wide x 19" high fixed window panel. Each window shall have tempered automotive safety glass.

Page 40: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

40

Bidder Complies YES NO

EXTERIOR COMPARTMENT FABRICATION

All exterior compartments, shall be constructed of smooth aluminum plate, formed and heliarc welded and then Line-X coated. Each floor shall have "sweep out" design.

The ALS compartment will not be Line-X coated

Bidder Complies YES NO

All exterior compartment doors shall be equipped with a gas charged hold open door check.

Bidder Complies YES NO

EXTERIOR COMPARTMENT DOORS

Each exterior compartment door shall be constructed of .125" 5052H32 aluminum sheet double pan formed with a 1.5''' return bend with recessed offset supporting the .063" 3003 alloy aluminum diamond plate interior liner. Extruded doors and/or doorframes are not acceptable. In addition, for maximum rigidity, 2.375" "C" channel bracing shall be added internally for additional door structural integrity. The exterior face of the door and the door edges shall beformed from one [1] sheet of aluminum. All doors shall be flush with the body side and shall be fully insulated with polyurethane spray foam. When opened, the doors will activate their respective compartment lights. All compartment doors shall be keyed alike. Each access door is to be stamped with an alphanumeric code; this will enable the quick and exact replacement of a damaged door. The inner door panels shall be affixed to the flange with stainless steel serrated spring washers and TX-25 Type F Torx-head machine screws.

EXTERIOR COMPARTMENT DOOR HANDLES AND LATCHING

Door hinges shall be full length stainless steel #304-2B buffed and polished with a 1/4" stainless pin and shall be fastened to the door and door frame with self-locking stainless steel screws. Hinges are to be of a slotted style with a round hole on each leaf of the hinge for permanent lifetime adjustment of the doors. Hinges shall be staked, not welded, every 4” to prevent pin from moving.

#13136 outside handle, a #13028 inside handle with a #12765-01 gasket for the external handle with #14229-01 and #14230-01 rotary latches and #10355U adjustable Nader pin. Latches shall be near flush with the door skin. Each latch must be capable of being locked independently with an integral exterior key lock and a key matching the locks on the curbside and rear entry doors. The latch system is to be activated by the use of a .156” zinc plated steel rod with a single point threaded adjustment mechanism. Systems operated by cables are unacceptable due to the tendency of cable to stretch or fatigue prematurely. The latch and the Nader pin shall be mounted so as not to interrupt the continuous door seal. A .437” hole shall be drilled

Page 41: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

41

into the edge of each door adjacent to the paddle handle. This lubrication access shall be sealed with a removable plastic cap for protection of the internal mechanism.

Bidder Complies YES NO

EXTERIOR OXYGEN COMPARTMENT VENT

One (1) #1031 Cast Products, polished aluminum exterior oxygen compartment vent shall be provided and installed on the door of the exterior compartment that houses the oxygen tank retention system. The vent hole shall be 3” in diameter and provide adequate ventilation for gaseous oxygen should a leak occur. A black plastic vent shall be provided and installed on the interior door liner covering the vent hole to protect it from intrusion by the elements when the door is open.

Bidder Complies YES NO

The floor and shelf of each exterior compartment shall be covered with Lok-Tyle material that shall be black in color. A Safety Yellow Lok-Tyle end piece shall be installed at the front of each compartment to clearly define the front edge of the compartment.

Page 42: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

42

Bidder Complies YES NO

DOOR GRABBERS

A set of door Cast Products "Grabbers" shall be provided at the bottom of the rear doors. They shall be fastened to the door and doorframe with self-locking stainless steel screws. NO EXCEPTIONS WILL BE ALLOWED.

Bidder Complies YES NO

DOOR SEALS

Minimum .400” thick automotive, closed cell EDPM rubber gasket adhered to first interior surface of the double pan-formed compartment doors. The gasket seal shall be located on this surface to prevent exposure of the rotary latch mechanism to water or dirt when the door is closed.

Bidder Complies YES NO

POWER DOOR LOCK SYSTEM - ALL PATIENT AND COMPARTMENT DOORS

The rear patient entry doors and side entry/egress door, along with all exterior compartment doors (excluding any exterior compartment drawers) and exterior ALS door, shall be equipped with a power lock that shall be activated from within the cab, within easy reach of the driver. There shall be an exterior hidden switch located on the driver side inside a “Dummy” shoreline switch cover.

Bidder Complies YES NO

POWER DOOR LOCK SWITCH

An additional power door lock switch shall be provided and installed in the patient compartment, within easy reach of the occupants. It shall be in addition to the switch installed in the cab to control the power door locks installed on designated compartment doors.

Bidder Complies YES NO

POWER DOOR LOCK ACTIVATION

The patient compartment door locks shall be wired to the chassis power door locks. A keyless entry pad shall be shipper loose.

Page 43: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

43

Bidder Complies YES NO

STAINLESS STEEL DOOR SILL PROTECTION

There shall be a 20 ga. formed stainless steel compartment doorsill protection for all exterior compartments. The stainless protector shall be affixed with heavy duty double sided tape to the top surface of the doorsill and extend over the radius edge.

Bidder Complies YES NO

EXTERIOR COMPARTMENT LIGHTS

Compartment Lighting, LED tube Lights

Manufacturer shall install LED tube lights or equivilant in each exterior vertical compartment on both sides of the opening. Lights are to be activated with each individual door opening. Lights are warranted by the manufacturer for a period of 10 years as standard from the date of delivery of the vehicle to the initial customer.

Bidder Complies YES NO

Page 44: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

44

OXYGEN TANK MOUNT

One (1) set of fully adjustable stainless Oxygen steel rings shall be provided to secure an "H" type Oxygen tank in exterior compartment D1. The oxygen cylinder retainer bracket shall be mounted to the wall of the compartment by Grade 8 bolts tapped into a .250” aluminum plate welded onto the inboard side of the compartment wall. This vehicle must meet or exceed AMD Standard 003, Oxygen Retention System.

Bidder Complies YES NO

VERTICAL DIVIDER

A vertical divider shall be provided in the D1 compartment to accommodate backboard storage. This divider shall be covered with a Line-X Brand non-slip sprayed-on surface. This surface must contain no V.O.C. Or C.F.C's and shall be solvent free.

BACKBOARD DIVIDER

One (1) vertical, full height, aluminum backboard divider shall be installed in the center of the compartment. To provide protection for the equipment retained in the compartment, the divider shall be Line-X Brand coated on both sides to include a non-slip sprayed-on aluminum surface. The surface of this divider must contain no V.O.C. Or C.F.C's and shall be solvent free. NO EXCEPTIONS.

Bidder Complies YES NO

Page 45: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

45

EQUIPMENT RETAINERS

One (1) nylon "snap-clip" style retainer straps shall be provided and installed in the exterior compartments.

Bidder Complies YES NO

EXTERIOR MODULE COMPARTMENT COMPLIANCE

Checking Yes to the Compliance here indicates the bidder complies with the above exterior module compartment and equipment section in its entirety and will provide the above mentioned compartment dimensions, accessories additional options and equipment. As mentioned previously in this document, exceptions to the compartment dimensions, accessories and additional equipment and options may be taken.

Bidder Complies YES NO

REAR BUMPER

Bidder will provide bumper material specifications, constructions specifications and dimensions.

The rear bumper shall meet the requirements set forth in the AMD Standard 018- Rear Step and Bumper Test. The bumper shall be able to accommodate a 500 lb. load with maximum deflection of 1-inch and no more than ¼-inch permanent deformation.

Bidder Complies YES

NO

The outer ends of the bumper shall be constructed of aluminum diamond plate slip resistant stepping surface. Another slip resistant surface shall be incorporated on the raised diamond plates acting as double slip resistance in this potentially hazardous stepping area.

Bidder Complies YES NO

A smooth aluminum protection plate on the rear face of the rear step shall be installed. A smooth rear kick plate is required to accommodate a reflective vinyl chevron on the kick

Page 46: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

46

plate.

Bidder Complies YES NO

Page 47: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

47

BODY HARDWARE

All body hardware, all compartment and entry doors shall be mounted on the body with stainless steel screws. All stainless mounting screws shall be dipped in or sprayed with electrolysis preventive solution before installation on the body. This is required to minimize the process of electrolysis. NO EXCEPTIONS ALLOWED.

Bidder Complies YES NO

BODY PROTECTION

A full-length body rub rail shall be attached to both sides and extend from the body below the compartment doors.

Bidder Complies YES NO

FUEL ENTRY

There shall be an 8.00” x 8.00” 65 degree cast aluminum fuel filler guard recessed into the body above and behind the street side wheel well. Steel fuel fill protectors are not acceptable. This protective bezel shall be sealed to the body to prevent spilled fuel from seeping behind the bezel and shall have a rubber grommet hole to protect the fuel cap retention strap.

Bidder Complies YES NO

SPECIAL, Running Boards, Fire Grade ADP with Dia. Back Grip

CORNER GUARDS

The lower rear corners of the body shall have approximately 12.5" high .063" 3003 alloy aluminum diamond plate rolled around the corner radius and terminate at the rear kick plate area.

Bidder Complies YES NO

Page 48: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

48

STONE GUARDS

The lower forward corners of the body shall have approximately 30" high, 3003 alloy aluminum diamond plate around the corner radius and terminate at the junction of the cab and the body. These stone guards shall be fastened to the body. The top edge of each stone guard shall be sealed to prevent moisture and debris from collecting behind the guard.

Bidder Complies YES NO

FENDERETTES

Formed, 16 gauge stainless steel fenderettes shall be installed around each rear wheel well opening. They shall help diminish damage to the wheel well area of the body caused by stones and road debris.

Bidder Complies YES NO

LICENSE PLATE

The rear license plate holder, model #LP0002-1 shall be recessed into the rear driver's side above the kick plate. It shall be constructed of polished cast aluminum and have two [2] top lights to illuminate the plate.

Bidder Complies YES NO

UNDERCOATING

Undercoating shall be liberally applied to the entire undercarriage of the chassis and vehicle body. Undercoating shall be applied to a thickness between .062” to .125” as prescribed in KKK-A-1822F and according to Ford QVM guidelines (when a Ford chassis is specified.)

Bidder Complies YES NO

INTERIOR PATIENT COMPARTMENT COMPONENTS

Patient Compartment Sound Levels: This vehicle shall provide an interior working environment in which the ambient noise level is less than 80 dB as measured according to AMD Standard 006, Sound Level Test Code for Ambulance Compartment

Page 49: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

49

Interiors.

Patient Compartment Carbon Monoxide Levels: This vehicle shall provide an interior working environment in which the carbon monoxide level is less than 10 ppm as measured in accordance with AMD Standard 007, Carbon Monoxide Levels for Ambulance Compartment Interiors.

Bidder Complies YES NO

CABINET GLASS

All cabinet glass to be 1/4" clear Lexan. NO EXCEPTIONS

Bidder Complies YES NO

A Stainless Steel non-locking Round Southco latch shall be installed on each interior cabinet door.

Bidder Complies YES NO

CABINETRY

Bidder will supply door and cabinet material and construction specifications.

PATIENT COMPARTMENT CABINET DRAWER AND DOOR FACES

All drawers and door faces in the patient compartment shall be an overlay style to ensure proper and uniform fit and seal. These overlay style faces shall also be easy to clean and shall have no trim around the edges. Doors and drawer faces that are framed are not acceptable to this department.

Bidder Complies YES NO

COUNTERTOPS

Bidder will supply countertop material and construction specifications.

Bidder Complies YES NO

PATIENT COMPARTMENT LIGHTS

Patient compartment lighting shall consist of ten (10), round LED dome lights with

Page 50: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

50

polished bezels, switched from the action area control console. These lights shall be high intensity LED with clear lenses. The lights shall be activated in separate banks of four (4) lights each. There shall be one (1) bank over the squad bench and one (1) bank over the primary cot. Two (2) switches shall be provided in the action area console, each with high/off/low positions for independent operation of each bank. All ten (10) LED dome lights shall be activated on "LOW" when either the curbside entry door or rear entry doors are opened. There shall be a three-minute time delay system activated by opening the entry doors. This system shall be battery hot and turn the lights “OFF” at the three-minute pre-set time. No ceiling light shall protrude into the patient compartment by more than 1.25”.

The patient compartment interior lights must meet the requirements set forth in AMD Standard Test 016 Patient Compartment Lighting.

Bidder Complies YES NO

ADDITIONAL DOME LIGHTS

Five (5) additional dome lights shall be provided and installed. [4] To be on a switch labeled “IV Lights”. Location to be determined at pre-build to match our existing ambulances. One light shall be located over the pass thru and labeled “Attendant Light” with a separate switch.

Page 51: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

51

Bidder Complies YES NO

CEILING HEADLINER

The patient compartment headliner shall be constructed of a durable, white Sinocore material. The headliner shall be securely affixed to the roof bows. There shall be a full-length inspection access/wire race in the center of the ceiling, which provides access to the wiring harness and antennae bases/leads. In areas where the overhead assist rails are mounted, a 1/3" aluminum plate shall be installed. The access shall have removable padded vinyl covers.

Bidder Complies YES NO

CONDUIT

A 2" flex conduit with pull wire and grommeted stainless steel cover plate shall be supplied and mounted to the underside of the vehicle. It shall be run from the cab backward to the left side interior. Exact location of the conduit end plate shall be determined at the pre-construction meeting, depending upon final cabinet configurations. Flex conduit is recommended to accommodate for the natural body movement that occurs.

Bidder Complies YES NO

ACTION AREA LIGHT

A low profile round LED light with chrome bezel ring shall be provided and installed in the primary action area. This light shall have a manual "on/off/on" switch on the rear switch panel to activate the dual white and red feature.

Bidder Complies YES NO

A rotary timer system shall be provided for the fluorescent lights. The system shall be preset to automatically turn the lights off after activating. The timer shall be from 5-60 minutes.

Bidder Complies YES NO

Page 52: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

52

FLOORING

Bidder will supply flooring construction specifications and material specifications. This floor shall exceed the requirements set forth in AMD Standard 020 Floor Distributed Load Test for a bariatric cot (1600 lbs.) Flooring structures not meeting this requirement will not be accepted by this department.

Bidder Complies YES NO

Flooring, Fluid Dam at Walkthrough IATS

REAR THRESHOLD

There shall be a 6" wide, 16 ga. formed, waterfall style stainless steel threshold protector installed on the rear interior of the body. The protector shall run the entire width of the floor at the door opening. This style shall have no angles or contours which shall provide limited puddling and collection of debris as well as assistance with cot loading. A 2" wide, adhesive-backed non-skid material shall be installed on the threshold piece to assist with safe entry and exit from the vehicle.

Bidder Complies YES NO

INTERIOR COMPONENTS

Formica shall be hospital grade Formica with anti-microbial surface.

Bidder Complies YES NO

The Formica shall have a matte finish.

Bidder Complies YES NO

The LonCoin II Flecks brand flooring color shall be Onyx (black) #150.

Bidder Complies YES NO

The upholstery color shall be Desert Rose #MV106 (Brick Red)

Cushions must be vacuum formed and anti-microbial material. No Exceptions. .

Bidder Complies YES NO

Page 53: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

53

ACTION WALL

The action area wall shall be a brushed aluminum laminate material to facilitate easy cleanup and an aesthetically pleasing appearance.

Bidder Complies YES NO

LEFT SIDE CABINETRY

ACTION AREA

The 1st Action Area, the technicians primary work center, shall be an open countertop designed for efficiency and accessibility. The action area shall be located to the right of the technician’s seat in the street side cabinet wall. Oxygen, suction/aspiration equipment and electrical outlets

Page 54: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

54

shall be readily accessible on the action area wall panel. Countertop dimensions and specifications supplied by bidder.

Bidder Complies YES NO

ACTION AREA CONTROL PANEL

A custom control panel shall be located to the side of the technician seat. Panel to be as shown in present units.

Bidder Complies YES NO

ACTION AREA OVERHEAD CABINET

Two [2] cabinets shall be installed above the action area and shall be provided with one [1] adjustable shelf each.

Page 55: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

55

Bidder Complies YES NO

They shall have "restocking type" Lexan doors. The doors shall slide, and then flip-up for easy, full width access. The restocking doors shall be constructed in such a manner to prevent twisting, yet provide easy opening when the restocking cabinet face is lifted.

Cabinet faces shall be secured with mechanical fasteners at the corners of each frame. A center piece of .125 aluminum shall be installed in the inside running vertically from the top center to the bottom center of the cabinet frame. A full length hinge shall run horizontally along the top of the hinged compartment attached to a solid bracing surface to assist in keeping the restocking cabinet from twisting. Gas shocks shall be installed on each end of the cabinet to assist in opening the cabinet.

In order to prevent accidental opening while the vehicle is in motion, the bottom of the cabinets shall be equipped with two positive catching hold-down locks that require a locking motion by the attendant to ensure the cabinet is secure when the vehicle is in motion. Spring-type catches or catches that automatically "lock-in" shall not be considered due to the failure of the catch over time.

Bidder Complies YES NO

A full length, aluminum handle shall be installed on each door.

Bidder Complies YES NO

SUCTION CABINET BELOW ACTION AREA

A pull-out suction cabinet shall be provided below the action area. This cabinet shall be made of the same materials as the rest of the cabinets.

Bidder Complies YES NO

SHARPS AND WASTE COMPARTMENT

Configuration provided by bidder standard and may be modified after bid is accepted.

Bidder Complies YES NO

OVERHEAD CABINET

A cabinet shall be installed above the supply cabinet and shall be provided with one [1] adjustable shelf.

Page 56: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

56

OVERHEAD CABINET

A cabinet approximately shall be installed at the rear of the street side wall behind the CPR seat.

It shall have "restocking type" Lexan doors. The doors shall slide, and then flip-up for easy, full width access. The restocking doors shall be constructed in such a manner to prevent twisting, yet provide easy opening when the restocking cabinet face is lifted.

Cabinet faces shall be secured with mechanical fasteners at the corners of each frame. A center piece of .125 aluminum shall be installed in the inside running vertically from the top center to the bottom center of the cabinet frame. A full length hinge shall run horizontally along the top of the hinged compartment attached to a solid bracing surface (aluminum tube or wood structure) to assist in keeping the restocking cabinet from twisting. Gas shocks shall be installed on each end of the cabinet to assist in opening the cabinet.

In order to prevent accidental opening while the vehicle is in motion, the bottom of the cabinets shall be equipped with two positive catching hold-down locks that require a locking motion by the attendant to ensure the cabinet is secure when the vehicle is in motion. Spring-type catches or catches that automatically "lock-in" shall not be considered due to the failure of the catch over time.

Page 57: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

57

A full length, aluminum handle shall be installed on each door.

Bidder Complies YES NO

A full length aluminum handle shall be provided on each door.

Bidder Complies YES NO

PATIENT COMPARTMENT EXHAUST VENT

Detmar #751 A three-speed power exhaust vent having a 240 cfm air flow rating shall be installed in the upper right side rear wall, with approximate dimensions of 6" wide x 8" high. The resister coil shall be mounted in the fan air flow. This shall be controlled from a control panel in the patient compartment. A positive closure to prevent destabilization of the patient compartment shall be provided.

Bidder Complies YES NO

OXYGEN COMPARTMENT

The oxygen cylinder storage compartment shall be located in the street side front compartment. Access to the regulator, contents gauge, and cylinder shut-off valve from the interior of the vehicle shall be by means of a hinged .250” thick Lexan door in the forward wall of the action area. This opening shall be trimmed with a black, ABS formed bezel to protect the technician's hands and provide a finished opening. The compartment shall be vented through the exterior door with a minimum 28 square inch opening. The vent opening shall be covered with a polished aluminum vent cover. It shall be attached with stainless screws. The oxygen cylinder retention bracket shall be mounted to the wall of the compartment by Grade 8 bolts tapped into a .250” aluminum plate welded onto the inboard side of the compartment wall. This retention bracket must meet or exceed AMD Standard 003, Oxygen Retention System. The finished oxygen system including regulator, contents gauge, hoses, outlets and flowmeter must meet or exceed the requirements of AMD Standard 015, Ambulance Main Oxygen System Test.

Bidder Complies YES NO

WIRING MODULE

Cabinet forward of the rear facing technician’s seat shall house the main bank of

Page 58: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

58

electrical components. Adequate ventilation shall be supplied through louvered vents located near the top and bottom of the door.

Bidder Complies YES NO

The patient compartment heat and air conditioning shall be controlled and maintained through a digital, manually controlled Pro Air Advantage Series brand, thermostat.

Bidder Complies YES NO

Page 59: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

59

EQUIPMENT FURNISHED

The ambulance cab shall be equipped with an OEM supplied in-dash air conditioner and a hot water heater. The patient compartment shall be equipped with a combination hot water heater/air conditioner and a power exhaust vent. Front and rear heaters and air conditioners shall operate as separate and independent environmental systems. The controls for the rear environmental systems shall be located in the action area switch panel. The addition of the rear HVAC system shall have no deleterious effect upon the chassis system and especially the windshield defroster system as described in FMVSS 103, Windshield Defrosting and Defogging System.

Bidder Complies YES NO

A ceiling ducted combination heater/air conditioner having an air output of 650 cfm at 0 static pressure, a cooling capacity of 32,000 BTU and a heating capacity of 35,000 BTU shall be installed above the walk-through door on the front bulkhead. There shall also be one adjustable outlet vent on the front bulkhead. This system shall be certified to KKK standards by a third party test facility and a copy of the test results shall be included with the bid NO EXCEPTIONS.

Bidder Complies YES NO

An auxiliary air conditioner condenser shall be provided. It shall be mounted to the front of the body module,

Bidder Complies YES NO

ALS CABINET

An Advanced Life Support cabinet shall be provided in the right side of the forward wall. It shall be divided into sections to accommodate the storage of sensitive equipment and supplies, such as ALS equipment, Laerdal charger, medical boxes, etc. The ALS cabinet shall be finished with the same material as the other cabinets. Unless otherwise specified, all divided sections shall be accessible from the outside exterior corresponding compartment. A rubber floor mat shall be installed on each divided section (including any shelves if specified).

The top portion shall have the approximate dimensions of 20" high x 35" wide. The compartment shall have two side hinged doors with Southco flip latches.

The center portion shall have locking drug drawer 10” tall.

Page 60: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

60

The bottom portion shall have approximate dimensions of 35" high x 33" wide with two side hinged doors and Southco flip latching.

Bidder Complies YES NO

ALS COMPARTMENT COMPLIANCE

The ALS compartment specified above is designed with this department's particular needs in mind. Checking “Yes” indicates the ALS compartment bid matches the ALS cabinet specified here.

Bidder Complies YES NO

Page 61: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

61

VACUUM FORMED UPHOLSTERY

All seating and backrests (including the technicians seat) in the patient compartment shall be constructed of 60 ounce vacuumed formed, seamless vinyl. Material shall be anti-microbial—NO EXCEPTIONS

Bidder Complies YES NO

ATTENDANT SEAT

A rear-facing, high-back attendant seat shall be located at the head end of the primary cot. The material shall be sixty (60) ounce vacuumed formed, seamless vinyl compliant with OSHA regulations for easy removal of blood-borne pathogens. The seat shall be mounted on a powder-coated black two (2)-position swivel base with the ability to lock in the forward and rear facing positions and shall be securely bolted through the subfloor structure. The seat shall be equipped with a heavy duty double locking slide track. A built-in Child Safety Seat equipped with a five (5)-point safety harness shall be incorporated. A retractable two (2)-point adult seat belt in a totally enclosed housing shall also be provided to provide safety for the attendant. The mounting hardware, seatbelt materials and configuration shall be in compliance with the most current applicable revision of FMVSS and KKK-A-1822. Seating constructed of or containing cloth, machine-stitching and/or welt shall not be allowed. NO EXCEPTIONS

Bidder Complies YES NO

CPR SEAT

To the rear of the first action area, there shall be a CPR seat. This area is intended for use as a technician seat for administering aid to a patient when the center mount cot position is used.

Bidder Complies YES NO

STORAGE UNDER CPR SEAT

There shall be a storage area below the CPR seat. This area shall be accessed via a flip-up CPR seat cushion. Option for swivel seat in lieu of storage under seat.

Bidder Complies YES NO

Page 62: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

62

FIXED CPR SEAT BACKREST

The CPR seat shall have a fixed backrest with a full height cushion. There shall be a positive Tri-Mark slam latch to keep it closed.

Bidder Complies YES NO

SQUAD BENCH

The squad bench shall be 22" deep x 78" wide x 16" high and have a split lids with open storage under the forward section. The front face, lid and ends of the squad bench shall be fabricated from aluminum. The forward lid shall have a gas strut style hold-open device and a Tri-Mark slam latch that automatically holds the lid closed and to prevent opening in case of accident. The lid shall automatically open when the latch is released. The lid shall be fitted with a removable cushion covered with a heavy grade fabric backed vinyl that meets FMVSS 302, Flammability of Interior Materials. Three (3) sets of Type 1, retractable seat belts shall be installed on the curbside wall. Anchor points for these belts are attachments through and to the

.250” aluminum plate welded into the curbside wall structure. The retractors shall be automotive style with plastic housings. The seat belt components and anchor points shall meet the requirements of KKK-A-1822E 3.11.4, 3.11.6 and FMVSS 209 and 210.

The flooring of the storage under the squad bench shall be lined with a black textured rubber automotive style mat permanently adhered to the floor.

The squad bench backrests shall be comprised of two (2) full width x 3” thick x 8" high protective pads. One (1) shall be mounted approximately 10" above the bench seat and be attached to the curbside wall. Both backrest pads shall be easily removed for cleaning and reinstalled without special tools.

Bidder Complies YES NO

No Posts and Cups on the Squad Bench are required for this unit.

Bidder Complies YES NO

Option for swivel seat and cabinet options in lieu of bench seat.

SEATBELT BUCKLES ON SQUAD BENCH FACE

Three [3] sets of retractable seat belts shall be installed on the face of the squad bench to restrain a patient on a secondary litter.

Page 63: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

63

Bidder Complies YES NO

Page 64: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

64

SQUAD BENCH CABINET

A cabinet shall be located over the squad bench at the ceiling level, rearward of the entry/egress door opening. This cabinet shall be divided into three (3) separate sections. The cabinet shall be finished in the same material as the rest of the interior cabinets.

Bidder Complies YES NO

There shall be three (3) flip-up 3/8ths" Lexan doors.

Bidder Complies YES NO

IV HOLDERS

Three [3] Cast #2008-1 IV holders shall be supplied. These shall be located per drawing. Each holder must have the capacity to hold two [2] bottles and have Velcro securing straps.

Bidder Complies YES NO

COT MOUNT

Stryker #6390 Power Load and Power PRO XT patient operating system shall be supplied. Options on the cot shall be consistent with models currently in operation in Orland Fire District and will be wired into electric system “always hot”.

Bidder Complies YES NO

ASSIST RAILS

One [1] 90" long, 1.25" diameter, smooth satin finished overhead grab rail shall be provided and securely fastened to the ceiling over the primary cot. One [1] 60" long, 1.25" diameter, smooth satin finished overhead grab rail shall be provided and securely fastened over the squad bench. The grab rails shall be fastened with bolts, washers and nuts of the appropriate dimension, through the interior ceiling panel and through the .090” aluminum accessory plate welded into the roof structure. Assist rails fastened with self-tapping machine screws are not acceptable. These grab rails must meet or exceed AMD Standard 008, Load Test for Ambulance Patient Compartment Grab Rail.

Page 65: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

65

Bidder Complies YES NO

SIGN

Two self-adhesive "NO SMOKING OXYGEN EQUIPPED" and "FASTEN SEATBELT" sign (1) shall be installed in the 1st action area.

Bidder Complies YES NO

OXYGEN

The medical oxygen system shall be capable of storing and supplying a minimum of 3000 liters of oxygen. A suitable high-pressure hose shall be provided. The concealed oxygen supply hose shall be .250” ID, .50” OD nylon base with polyester fiber reinforcing. This electrically conductive hose shall be certified to 1,875 psi and have a 7,500 pound burst rating. The fittings shall be DISS and flare, and be securely crimped to the barbed fittings by means of compressed copper sleeves. Oxygen supply hose shall be routed through the ceiling of the ambulance body and be secured with non-abrasive plastic "C" clamps. The entire oxygen system shall be subjected to a 200-psi leak test for 24-hours before installation of panels or covers that may obscure or hide the system components. After the vehicle is completed, a test as prescribed by AMD Standard 015 shall be conducted for a period of two (2) hours to insure system integrity. Each outlet shall be checked for 100LPM flow at 50 psi. This test shall be performed using nitrogen gas to purge the lines of all moisture and foreign debris. Upon completion of the test, the lines shall be bled free of nitrogen and capped. This medical oxygen system shall meet or exceed AMD Standard 015, Ambulance Main Oxygen System Test.

Bidder Complies YES NO

OXYGEN

The oxygen system shall have two (2) self-sealing outlets securely mounted on the 1st action area wall. This department shall specify the brand of quick-connectors to be used. An exterior storage compartment shall house the certified oxygen tank retention system as described and certified in 50-10-02. The retention system shall be located in the street side front compartment. This department shall provide the oxygen tank.

Each outlet shall be covered with a protective, unbroken seal specifically detailed with the manufacturer's logo and a notice of testing. After proper testing, this seal is noticeable proof the outlet has not been tampered with prior to delivery.

Bidder Complies YES NO

Two (2) additional Ohio brand air outlets shall be provided and installed at the head of the squad bench.

Page 66: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

66

Each outlet shall be covered with a protective, unbroken seal after proper testing to ensure the outlet has not been tampered with after testing and prior to delivery.

Page 67: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

67

Bidder Complies YES NO

Oxygen outlets to be Amvex brand with Ohio style fittings. The oxygen outlets shall be certified by the equipment manufacturer to meet the appropriate FDA standards for medical oxygen outlets.

Bidder Complies YES NO

One (1) gravity type Thorpe tube oxygen flowmeter shall be provided. The flowmeter shall be certified by the equipment manufacturer to meet the appropriate FDA standards for medical oxygen flow meters.

Bidder Complies YES NO

REGULATOR

A 50 psi, preset medical oxygen regulator shall be provided and installed on the supply end of the oxygen system hose. This regulator shall be certified by the equipment manufacturer to meet the appropriate FDA standards for medical oxygen flow meters. Regulators that are shipped loose shall not be accepted.

Bidder Complies YES NO

OXYGEN CONTENT GAUGE

A digital oxygen content gauge with an alarm shall be provided and installed in the 1st action area.

Bidder Complies YES NO

ELECTRIC OXYGEN SHUT OFF

An electric shut off green switch for the oxygen system shall be provided and installed in the rear action area switch panel. The system shall include a manual bypass.

Bidder Complies YES NO

SUCTION AND ASPIRATION SYSTEMS

An SSCOR Model 20002/22002 suction aspirator system with 1200 ml disposable canister, injection molded plastic bracket and wall-mounted vacuum control shall be

supplied and installed in the 1st Action Area. An electric suction pump shall be supplied and installed in the right hand corner of the street side compartment and be covered with a protective metal grating. The self-sealing vacuum outlet shall be mounted on the action area wall next to the oxygen outlets. To prevent premature fatigue of the suction plumbing, the line from the vacuum pump to the wall outlet shall be .375” I. D.

Page 68: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

68

double braided neoprene hose. This suction aspirator system shall have the capability of attaining a vacuum of 300 millimeters of mercury within four (4) seconds. The vacuum control regulator panel shall be installed on the action area wall adjacent to the vacuum outlet and the oxygen outlets. This control panel shall contain a vacuum gauge calibrated on a dual scale, to read vacuum pressure in increments from 0 millimeters of Mercury or 0 inches of Mercury to 750 mmHg or 30 inHg. A quarter-turn adjustment vacuum control and shut-off valve to adjust the vacuum levels or to discontinue suction immediately shall be integral to the control panel housing the vacuum gauge. The system as provided shall include one (1) 10-foot length of transparent non-kinking clear plastic tubing and an operator's manual. This suction aspirator system shall be certified by the equipment manufacturer to meet the appropriate FDA standards for medical suction aspirator systems.

Page 69: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

69

Bidder Complies YES NO

PORTABLE SUCTION AND ASPIRATION SYSTEMS

A portable S-SCORT #2310BV suction unit shall be provided and mount in the ALS cabinet lower section in the upper rear side of the compartment.

Bidder Complies YES NO

SHARPS/BIO-HAZARD

A sharps container with a crash stable mounting bracket shall be supplied and shipped loose. A biohazard container with lid and twelve [12] red biohazard bags shall be shipped loose for installation by the department.

Bidder Complies YES NO

RADIO EQUIPMENT CONNECTIONS

Two (2) 10-gauge power and two (2) ground wires, two (2) RG58U coax cables, and two (2) PL

259 connectors shall be installed as “prewires” for the installation of radio communications equipment. Power, ground, and coax shall be terminated and bundled behind the passenger seat. There shall be an 18" service loop at the antenna base locations and a 36" service loop at the terminations in the cab. The PL259 connectors shall be shipped loose in the New Vehicle Owner’s Manual pocket. There shall be access plates under each antenna.

Bidder Complies YES NO

FIRE EXTINGUISHERS

Two (2) 5 pound rated ABC fire extinguishers with mounting brackets shall be furnished with the ambulance. These shall be shipped loose to allow the department to install in the desired locations.

Bidder Complies YES NO

Page 70: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

70

DOT TRIANGLES

Safety triangles approved by the United States Department of Transportation shall be shipped loose with the completed ambulance.

Bidder Complies YES NO

TOUCH UP PAINT

Touch-up paint shall be supplied with the completed unit. One bottle of touch up paint shall be provided for each color of paint applied to the unit. The paint container shall include the paint number for future reference.

Bidder Complies YES NO

CHASSIS PAINT

The chassis shall be repainted a single color, to match existing fleet red color using the same paint process standards as the body.

Bidder Complies YES NO

Page 71: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

71

MODULE SURFACE PREPARATION

A corrosion inhibitor shall be used on specified exterior surfaces and on specified fasteners, hinges and accessories that are subject to the effects of corrosion due to the electrolytic process that occurs between dissimilar metals. The product, designated as ECK, is a petroleum-based substance with a very slow rate of desiccation. The substance functions as a barrier to water thus minimizes the electrolytic process. It shall be applied in the following conditions and to the following accessories and fasteners:

1. Behind stone guards or any other surface area where there is direct contact between dissimilar metals. 2. On light assemblies utilizing self-tapping mounting screws that penetrate the body. 3. On screws and screw holes for any accessory whose holes are drilled and tapped. 4. on the body surface when any accessory without a rubber or composite gasket is to be mounted; i.e. entry or compartment door hinges or light assemblies without gaskets.

ECK shall not be applied in the following conditions:

1. When mounting any accessory that has a rubber or composite gasket. 2. On light assemblies, which have, plastic inserts for mount screws.

Bidder Complies YES NO

Page 72: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

72

PAINT

Prior to initiating the surface preparation process, all hardware, handles, light fixtures, door hinges, corner trim, etc. shall be removed from the body. Additionally, any portion of the chassis, which does not require refinishing, shall be protected from the ensuing process.

To rid the aluminum body of any extraneous materials or material impurities the entire surface shall be washed and wiped dry with a Sikkens certified wax and grease remover. Excess weld material shall be removed by grinding all welds, seams, and any other body imperfections. The entire surface shall then be sanded with 80 - 150 grit dry sandpaper to provide good adhesion for any fillers and primers, sanding with 150 grit or finer as final sand. The required areas shall be filled with approved Sikkens premium lightweight filler and sanded smooth. A premium two component glazing putty shall be applied directly over these areas to ensure adequate base for application of primers.

Before final cleaning of the metal surfaces before painting, any new holes shall be drilled prior to final cleaning and painting.

The entire surface shall be cleaned again with certified wax and grease remover before application of any primers. A two component premium Sikkens epoxy primer shall be applied to provide a base for adequate adherence of materials to be applied in subsequent steps of this process. A high quality urethane Sikkens primer surfacer shall then be applied. The entire surface to receive topcoat will be sanded smooth to ensure a level and defect free surface.

Door edges and doorjambs shall be prepared similarly to other body surfaces and finish painted with a certified color coat paint. Clear coat shall be applied per recommendation of paint manufacturer. The entire surface of vehicle body shall be DA finish sanded with no coarser than 320 grit dry sandpaper. The surface shall be washed and wiped once again with certified wax and grease remover and tacked for application of epoxy sealer.

After appropriate flash times have elapsed, a clear coat finish with a minimum of 2 full wet coats of qualified urethane clear coat shall be applied.

The body shall be sanded, compounded, buffed and polished to a smooth defect free finish.

Upon final assembly, door hinges, hinge side of doorjambs and all stainless steel mounting hardware shall be coated with ECK, a corrosion inhibitor and permanently mounted to vehicle. Continue to use existing nylon hardware pieces to attach parts and accessories. If any components are damaged or broken, they shall be replaced with new components.

Page 73: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

73

Bidder Complies YES NO

BODY PAINT COLOR

The body shall be painted a single color of red to match existing fleet with SIKKENS base coat, clear coat paint processes.

Bidder Complies YES NO

ROOF PAINT COLOR

The flat area of the roof shall be painted a single color of white with SIKKENS base coat, clear coat paint processes.

Bidder Complies YES NO

REAR DIAMONDGRADE BARRICADE CHEVRON

(1) Diamond grade reflective stripes across the back of the ambulance on the rear kick panel. This design shall provide reflectivity and contribute to the overall safety of the vehicle and crew. The chevron pattern shall slant downward on both sides on the rear of the vehicle at an angle, pointing in the direction of the bottom rear corner of the tailboard. The patter should resemble an inverted V with the point at the top center of the ambulance.

Bidder Complies YES NO

. REAR BARRICADE CHEVRON

There shall be Diamond grade reflective 45 degree stripes across the back of the ambulance, including the rear doors. This design shall provide the greatest amount of reflectivity for the overall safety of the vehicle and crew. The chevron pattern shall slant downward on both sides on the rear of the vehicle at an angle of 45 degrees, pointing in the direction of the bottom rear corner of the tailboard. The pattern should resemble an inverted V with the point at the top center of the ambulance. There shall be a panel for customer lettering. Final layout to be

Page 74: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

74

provided at pre-build.

Bidder Complies YES NO

INSIDE COMPARTMENT DOOR PANELS (CHEVRON)

There shall be Diamond grade reflective stripes across the back of the ambulance below the rear doors in the kick plate area and inside the door panels of all compartment doors. This design shall provide the greatest amount of reflectivity for the overall safety of the vehicle and crew. The chevron pattern shall slant downward on both sides on the rear of the vehicle at an angle of 45 degrees, pointing in the direction of the bottom rear corner of the tailboard. The pattern should resemble an inverted V with the point at the top center of the ambulance.

Bidder Complies YES NO

ENTRY DOOR PERIMETER SAFETY STRIPES AND CHEVRON

A 1/2" red reflective perimeter safety stripe shall be installed around the side entry

door. There also shall be a diamond grade chevron on the bottom of the side entry

door.

Bidder Complies YES NO

REAR ENTRY DOOR PERIMETER SAFETY STRIPES AND CHEVRON

A 1/2" red reflective perimeter safety stripe shall be installed around the rear entry

doors. There shall also be diamond grade chevrons on the bottoms of both rear patient

entry doors.

Bidder Complies YES NO

There shall be a 3/4" wide reflective gold color of stripe predetermined by the customer ran through the center of the "C" style rub rail.

Bidder Complies YES NO

Page 75: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

75

SOL INSTALLATION

One (1) 32" vinyl SOL (blue) shall be provided for installation on the roof.

Bidder Complies YES NO

OPERATOR'S MANUAL

A vehicle owner's manual (reference handbook) for the ambulance shall be provided in an 8 1/2" x 11" three-ring, hard cover, loose-leaf binder. It shall contain copies of the chassis manufacturer's warranties and chassis owner's manual, copies of the ambulance manufacturer's warranties and New Vehicle Owner’s Manual, component manufacturer's equipment information, installation, operating, service instructions, warranties, etc., and a complete set of wiring diagrams or schematics with circuits and components clearly and accurately labeled. Verification of the chassis pre-delivery inspection, and a copy of the ambulance manufacturer's quality assurance form with results of the final vehicle release inspection shall be supplied upon the request of the department.

Bidder Complies YES NO

Page 76: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

76

OPERATING INSTRUCTIONS

To provide a safe working environment for emergency medical technicians to provide care of patients, this emergency vehicle must be operated in the safest manner possible. To provide proper training for all operators of this emergency vehicle, a professionally produced operations videotape shall be included with the vehicle at the time of delivery. The Digital VideoDisc (DVD) shall present all aspects of the operation of the vehicle including front and rear switch panel operation; daily checkout and maintenance procedures; location of and precautions about the main electrical panel and components. The authorized representative of the manufacturer shall present the DVD and review its contents with the potential operators of the vehicle and shall answer any questions regarding its optional features and safe and correct operation.

Bidder Complies YES NO

ELECTRICAL SCHEMATICS CD

To provide for continued quality operations of the new ambulance and timely information regarding the vehicles electrical system, the manufacturer shall provide a compact disc with the basic electrical schematics for this emergency vehicle. This CD shall be delivered to this department as an item included in the New Vehicle Owner’s Manual.

Bidder Complies YES NO

Page 77: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

77

ADDITIONAL ADDED OPTIONS TO BE PROVIDED

BRAKE ACTIVATION ALARM WITH MASTER ON COMPARTMENT LIGHTS TO ACTIVATE RESPECTIVE SIDE FLOOD LIGHT CURBSIDE DOOR TO ACTIVATE CURBSIDE FLOOD LIGHTSINSTALL AND FURNISH TWO STREAMLIGHT FIRE VULCANS WITH 125 VOLT CHARGERS FRONT AND REAR MODULE DISCONNECT SWITCHES ACTIVATE REAR BACKUP LIGHTS TO GO ON WITH REAR DOORS REARWARD SIDE SCENE LIGHTS TO ACTIVATE WITH REVERSE OR OPENING REAR DOORS FURNISH AND INSTALL (2) FERNO 521 OXYGEN BRACKET FOR SINGLE TANKS SYSTEM WIRE HEADLIGHTS TO IGNITION WIRE DOME LIGHTS OFF TIMER INSTALL CUSTOMER SUPPLIED RADIOS FACTORY INSPECTION TRIP—TWO PEOPLE FOR FINAL INSPECTION AT FACTORY (DELIVERY TO ORLAND PARK, IL.)

Bidder Complies YES NO

Page 78: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

78

Changes and Substitutions

The District reserves the right to make changes, modifications or substitutions as needed.

• No changes, modifications or substitutions will be made without the express written consent of the District. BID SUBMISSION REQUIREMENTS SEALED BIDS REQUIRED Oral, telephonic, telegraphic facsimile or electronically transmitted bids will not be considered. In order to be responsive, SEALED BIDS must be signed and received by the District in the Office of the Fire Chief, 9790 West 151 Street, Orland Park, Illinois 60462, not later than 8:00 a.m., local prevailing time on May 16, 2018. All sealed bids must be submitted to the District Fire Chief’s Office, located at the above stated address. All sealed bids submitted properly will be opened publicly and read aloud immediately following the stated submission time. COPIES Bidders must submit three (3) complete, sealed, signed and attested hardcopies of the bid. One (1) hardcopy shall be an original unbound version, marked “Original” and must contain original signatures. One (1) hardcopy shall be an original bound version, marked “Original” and must contain original signatures. The final hardcopy shall be a complete, identical, bound copy of the bid. Bids shall include all requested information, forms, affidavits and addendum acknowledgements (if applicable) in each copy in order to be considered responsive. COMPLETED FORMS Bidders shall provide all the information requested in Section II of this ITB. Bidder Summary Sheet – Section II includes the Bidder Summary Sheet which must be completed and submitted with the bid. Prices must include all permits, insurance, equipment, plant facilities, work and expense necessary to perform the work in accordance with the Bid Specifications. The submitted bid price(s) shall not include any amount for sales or use taxes, or any other tax from which the District is exempt. Affidavit of Compliance – Section II includes the Affidavit of Compliance which must be completed, signed, notarized and submitted with the bid. References – Section II includes the References form that must be completed and submitted with the bid. Bidders shall provide three (3) references for which they have performed similar work. By providing this information, Bidders grant District permission to contact said references and ask questions regarding prior work performance. District may use the information gained from Bidder’s references to further evaluate Bidder responsibility.

Page 79: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

79

WITHDRAWAL OF BIDS Once submitted, no bid may be withdrawn without the District's consent, but it may be superseded by a subsequent timely bid. Any bid received after the time and date specified for opening, or any postponement thereof, will not be considered. Bids shall be irrevocable for at minimum sixty (60) calendar days after the District opens them. OTHER Each Bidder is responsible for reading this ITB and determining that the Bid Specifications describe the Chassis in sufficient detail. Bidders shall notify the District of any inappropriate service, brand name, component, or equipment called for by the District in this ITB and shall note in its bid the adjustments made to accommodate such deficiencies. After bids have been opened, no Bidder shall assert that there was a misunderstanding concerning the nature of the Chassis or the quantities and specifications of the material/equipment/items to be delivered, and no such claim shall relieve a Bidder from its obligation to perform. All bids must be made only on the forms provided by the District and must be made in accordance with this ITB, which is on file and may be obtained for examination in the Fire Chief’s Office at the above address and are made part of this notice as though fully set forth herein. GENERAL TERMS AND CONDITIONS Assignment – The successful Bidder shall not assign the work without the prior written approval of the District. Bid Price - The submitted bid prices shall include all pricing necessary to provide the items in accordance with the Bid Specifications in this ITB. The submitted bid price shall not include any amount for sales or use taxes, or any other tax from which the District is intended to describe a particular manufacturer’s product. If this chassis requests unit prices or individual pricing for multiple items, and the Grand Total Bid Price does not match the summation of the items listed, at the District’s sole discretion, the Grand Total Bid Price may govern over the unit prices or individual pricing for multiple items listed. Changes in the Scope of Work - Changes in the contractual scope of work shall be preceded by a duly executed Change Order itemizing any change in the Contract sum or terms and conditions and, if required by the District, approved by the District Board of Trustees prior to acceptance of the Change Order. Compliance with Laws – The Bidder shall at all times observe and comply with all laws, ordinances and regulations of the federal, state, local and District governments, which may in

Page 80: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

80

any manner affect the preparation of bids or the performance of the Contract. Bidder hereby agrees that it will comply with all requirements of the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., including the provision dealing with sexual harassment and that if awarded the Contract will not engage in any prohibited form of discrimination in employment as defined in that Act and will require that its subcontractors agree to the same restrictions. Bidders and all subcontractors shall comply with all requirements of the Act and of the Rules of the Illinois Department of Human Rights with regard to posting information on employees’ rights under the Act. Bidders are also required to comply with all applicable federal laws, state laws and regulations regarding minimum wages, limit on payment to minors, minimum fair wage standards for minors, payment of wage due employees, and health and safety of employees. Bidders are required to pay employees all rightful salaries, medical benefits, pension and social security benefits pursuant to applicable labor agreements and federal and state statutes and to further require withholdings and deposits therefore. Confidentiality – As a unit of local government, the District is subject to the Illinois Freedom of Information Act (FOIA) or 5 ILCS 140/1, et. seq. as amended. Therefore, after award of the Contract, responses, documents, and materials submitted by the Bidder in response to this ITB will be made available for public inspection in accordance FOIA, unless otherwise determined by the District Manager. Based upon the public nature of these ITBs, where applicable, a Bidder must inform the District, in writing, of the exact materials in the offer which it claims are exempt from disclosure pursuant to FOIA. Contract – Actual work cannot begin until the District issues a written Notice to Proceed to the successful Bidder. In order to receive said Notice, the successful Bidder shall submit to the District for its approval all the necessary contracts, bonds, and insurance. District approval of the contracts, bonds, and insurance shall be evidenced by its issuance of the signed contract by the District and the Notice to Proceed. The District reserves the right to terminate the relationship with the successful Bidder if these documents are not submitted to and approved by the District within ten (10) days of notice of bid award. Section III includes a sample standard contract, subject to modifications, that the successful Bidder will be required to enter into with the District within ten (10) business days of notice of bid award (hereinafter referred to as the “Contract”). This Contract will be satisfied upon completion, inspection, acceptance, and final payment for the work performed. Certain provisions of the Contract shall survive the expiration or termination of the Contract. Equals - Any references in this ITB to manufacturer’s name, trade name, or catalog number (unless otherwise specified) is intended to be descriptive but not restrictive and only to indicate articles or materials that will be satisfactory. Equipment and materials are specified, but bids on other makes will be considered, provided each Bidder clearly states on the face of their bid exactly what is proposed to be furnished. Unless so stated in the bid, it shall be understood that the Bidder intends to furnish the item specified and does not propose to furnish an “equal.” The District hereby reserves the right to approve as an equal, or to reject as not being an equal any article the bidder proposes to furnish which contains minor or major variations from specification requirements, but which may comply substantially therewith.

Page 81: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

81

Guarantees and Warranties - All guarantees and warranties required shall be furnished by the bidder if awarded the Contract and shall be delivered to the Finance Department before final payment on the Contract is issued. By submitting a bid, Bidder expressly warrants that materials and equipment furnished under the contract will be of good quality and new unless otherwise expressly required or permitted by the contract documents, that the work will be free from defects for one (1) year from the issuance of the final payment by the District and deficiencies shall be corrected by the successful Bidder under its warranty immediately upon notification from the District. Indemnification - The successful Bidder shall indemnify, defend and hold harmless the District, its trustees, officers, directors, agents, employees, representative and assigns, from lawsuits, actions, costs (including attorney’s fees), claims or liability of any character, incurred due to the alleged negligence of the Bidder, brought because of any injuries or damages received or sustained by any person, persons or property on account of any act or omission, neglect or misconduct of said Bidder, its officers, agents and/or employees arising out of, or in performance of any of the Contract provisions, including and claims or amounts recovered for any infringements of patent, trademark or copyright; or from any claims or amounts arising or recovered under the “Worker’s Compensation Act: or any other law, ordinance, order or decree. In connection with any such claims, lawsuits, actions or liabilities, the District, its trustees, officers, directors, agents, employees, representatives and their assigns shall have the right to defense counsel of their choice. The Bidder shall be solely liable for all costs of such defense and for all expenses, fees, judgments, settlements and all other costs arising out of such claims, lawsuits, actions or liabilities. The Bidder shall not make any settlement or compromise of a lawsuit or claim, or fail to pursue any available avenue of appeal of any adverse judgment, without the approval of the District and any other indemnified party. The District or any other indemnified party, in its or their sole discretion, shall have the option of being represented by its or their own counsel. If this option is exercised, then the Bidder shall promptly reimburse the District or other indemnified party, upon written demand, for any expenses, including but not limited to court costs, reasonable attorneys’ and witnesses’ fees and other expenses of litigation incurred by the District or other indemnified party in connection therewith. Inspections – The District’s Fire Chief or his designee reserves the right to make any inspections at any time. Payments – Payment terms will be made pursuant to the provisions of the Local Government Prompt Payment Act (50 ILCS 505/1 et seq.) after receipt of the successful Bidder’s dated invoice. For payment, e-mail invoices to [email protected] and include the following information:

Successful Bidder’s Name and address

The District’s Purchase Order number

Dollar Amount Being Requested

Page 82: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

82

Current invoice amount All Bid prices shall be on a F.O.B. Orland Park, IL and acceptance basis at the Purchaser’s specified location. This price shall be complete and include warranty. Payment shall be made in accordance with these specifications and the Bid Proposal submitted by the Bidder. Payment shall be made upon acceptance of the vehicle and equipment specified under these specifications. All bid prices and conditions must be specified on the bid proposal form. Bid prices shall be valid for at least thirty (30) days from the date of the bid opening or as otherwise specified on the bid proposal form. Full payment shall be made as unit is received, inspected and found to comply with the procurement specifications. Performance Bond - The successful bidder shall furnish a Performance and Payment Bond (Bond) equal to 100 percent of the total contract amount within 30 days of the notice of award. Such Bond shall be in a form acceptable to the Owner and issued by a surety company included within the Department of Treasury’s Listing of Approved Sureties (Department Circular 570) with a minimum A.M. Best Financial Strength Rating of A and Size Category of XV. In the event of a bond issued by a surety of a lesser Size Category, a minimum financial Strength rating of A+ is required. Bidder and Bidder’s surety agree that the Bond issued hereunder, whether expressly stated or not, also includes the surety’s guarantee of the vehicle manufacturer’s Bumper to Bumper Warranty period included within this proposal. Owner agrees that the penal amount of this bond shall be simultaneously amended to 25 percent of the total contract amount upon satisfactory acceptance and delivery of the vehicle(s) included herein. Notwithstanding anything contained within this contract to the contrary, the surety’s liability for any warranties of any type shall not exceed one (1) year from the date of such satisfactory acceptance and delivery, or the actual Bumper to Bumper warranty period, whichever is shorter. Tax Exemption – In order to obtain a Tax Exemption Certification for sales tax exemption on purchases directly related to work being done for this Chassis, the successful Bidder must complete the District’s Sales Tax Exemption Number Authorization Form. The successful Bidder may email [email protected] for a copy of this form. EVALUATION OF BIDS/BIDDERS The Contract shall be awarded to the lowest responsive, responsible Bidder. In determining the lowest responsive and responsible bid, consideration will be given to several factors, including but not limited to price, financial responsibility of the bidder, completion date, responsiveness to the specifications, and the experience of the District and other purchasers with the Bidders. The District reserves the right to accept any bid, any part or parts thereof, or to reject any and all bids. The District reserves the right to waive minor informalities or irregularities in the bids received, to accept any bid deemed advantageous to the District, or to reject any and all bids submitted. Conditional bids, or those which take exception to the ITB documents without prior

Page 83: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

83

written approval from the District, may be considered non-responsive and may be rejected. The District award will be made within sixty (60) calendar days after the date of the bid opening, or any mutually agreed extension thereof. Award of the Contract is subject to approval by the District’s Board of Trustees. The District may elect to enforce its Local Vendor Purchasing Policy as specified in Section III, Exhibit A. The District may also conduct a pre-award facility survey. This survey may include, but is not limited to, determining if the Bidder has the experience, capability, necessary facilities and financial resources to complete the contract in a satisfactory manner within the required time. The District may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work in conformity with the Contract documents, and the Bidder shall furnish to the District all such information and data for this purpose as the District may request.

Page 84: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

ORLAND FIRE PROTECTION DISTRICT, ILLINOIS

INVITATION TO BID

84

BID SUBMITTAL CHECKLIST In order to be responsive, each Bidder must submit the following items:

A. Three (3) sealed hardcopies of the bid: Not later than the bid opening, Bidders must submit three (3) complete, sealed, signed and attested hardcopies of the bid. Submit your bids in one (1) envelope labeled AMBULANCE in the lower left hand corner and addressed to:

Orland Fire Protection District Attn: Fire Chief 9790 West 151 Street Orland Park, IL 60462

B. Signed and completed forms from Section II:

1. Bidder Summary Sheet

2. Affidavit of Compliance

C. Bidders are required to acknowledge receipt of any formal Addendum by signing

the Addendum and including it with the bid submission. A Bidder’s failure to include a signed formal Addendum in its bid submission may deem its bid non- responsive.

Page 85: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

85

II – REQUIRED BID SUBMISSION DOCUMENTS

Page 86: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

86

BIDDER SUMMARY SHEET Ambulance Business Name: _________________________________________________________ Contact Person Name and Title: _____________________________________________ Address (Street, City, State, Zip Code): ___________________________________________ Phone: (_____)____________________ Fax: (_____)__________________________ E-mail Address: _________________________________________________________ Price Proposal

GRAND TOTAL BID: $__________________

This price proposal is valid for at minimum sixty (60) calendar days from the date of bid opening.

Name: _________________________________________________________________ Signature of Authorized Signee:_____________________________________________ Title:___________________________________________________________________ Date:_____________________________________

Page 87: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

87

AFFIDAVIT OF COMPLIANCE Bidders shall complete this Affidavit of Compliance. Failure to comply with all submission requirements may result in a determination that the Bidder is not responsible.

The undersigned ______________________________, as ____________________________ (Enter Name of Person Making Affidavit) (Enter Title of Person Making Affidavit) and on behalf of _________________________________________________, certifies that: (Enter Name of Business Organization) 1) BUSINESS ORGANIZATION: The Bidder is authorized to do business in Illinois: Yes [ ] No [ ] Federal Employer I.D. #: _____________________________________ (or Social Security # if a sole proprietor or individual) The form of business organization of the Bidder is (check one): __ Sole Proprietor __ Independent Contractor (Individual) __ Partnership __ LLC __ Corporation _______________________ ___________________ (State of Incorporation) (Date of Incorporation) 2) ELIGIBILITY TO ENTER INTO PUBLIC CONTRACTS: Yes [ ] No [ ]

The Bidder is eligible to enter into public contracts, and is not barred from contracting with any unit of state or local government as a result of a violation of either Section 33E-3, or 33E-4 of the Illinois Criminal Code, or of any similar offense of "bid-rigging" or "bid-rotating" of any state or of the United States.

3) SEXUAL HARRASSMENT POLICY COMPLIANCE: Yes [ ] No [ ]

Please be advised that Public Act 87-1257, effective July 1, 1993, 775 ILCS 5/2-105 (A) has been amended to provide that every party to a public contract must have a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4) and includes, at a minimum, the following information: (I) the illegality of sexual harassment; (II) the definition of sexual harassment under State law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department of Human Rights (the “Department”) and the Human Rights Commission

Page 88: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

88

(the “Commission”); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act). (emphasis added). Pursuant to 775 ILCS 5/1-103 (M) (2002), a “public contract" includes “...every contract to which the State, any of its political subdivisions or any municipal corporation is a party."

4) EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE: Yes [ ] No [ ]

Bidder agrees to comply with the “Illinois Human Rights Act”, 775 ILCS Title 5 and the Rules and Regulations of the Illinois Department of Human Rights published at 44 Illinois Administrative Code Section 750, et seq. The Bidder shall: (I) not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or ancestry, age, or physical or mental handicap unrelated to ability, or an unfavorable discharge from military service; (II) examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization; (III) ensure all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, national origin or ancestry, age, or physical or mental handicap unrelated to ability, or an unfavorable discharge from military service; (IV) send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the Vendor’s obligations under the Illinois Human Rights Act and Department’s Rules and Regulations for Public Contract; (V) submit reports as required by the Department’s Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and Department’s Rules and Regulations for Public Contracts; (VI) permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and Department’s Rules and Regulations for Public Contracts; and (VII) include verbatim or by reference the provisions of this Equal Employment Opportunity Clause in every subcontract it awards under which any portion of this Agreement obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor. In the same manner as the other provisions of this Agreement, the Bidder will be liable for compliance with applicable provisions of this clause by such subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply therewith. In addition, the Bidder will not utilize any subcontractor declared by the Illinois Human Rights Department to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. Subcontract” means any agreement, arrangement or understanding, written or otherwise, between the Bidder and any person under which any portion of the Bidder’s obligations under one or more public contracts is performed, undertaken or assumed; the term “subcontract”, however, shall not include any agreement, arrangement or understanding in which the parties stand in the relationship of an employer and an employee, or between a Bidder or other organization and its customers.

Page 89: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

89

In the event of the Bidder’s noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Human Right Act, or the Rules and Regulations for Public Contracts of the Department of Human Rights the Bidder may be declared non-responsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and this agreement may be canceled or avoided in whole or in part, and such other sanctions or penalties may be imposed or remedies involved as provided by statute or regulation.

5) PREVAILING WAGE COMPLIANCE: Yes [ ] No [ ]

In the manner and to the extent required by law, this bid is subject to the Illinois Prevailing Wage Act and to all laws governing the payment of wages to laborers, workers and mechanics of a Bidder or any subcontractor of a Bidder bound to this agreement who is performing services covered by this contract. If awarded the Contract, per 820 ILCS 130 et seq. as amended, Bidder shall pay not less than the prevailing hourly rate of wages, the generally prevailing rate of hourly wages for legal holiday and overtime work, and the prevailing hourly rate for welfare and other benefits as determined by the Illinois Department of Labor or the District and as set forth in the schedule of prevailing wages for this contract to all laborers, workers and mechanics performing work under this contract (available at http://www.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx). The undersigned Bidder further stipulates and certifies that it has maintained a satisfactory record of Prevailing Wage Act compliance with no significant Prevailing Wage Act violations for the past three (3) years. In accordance with Public Act 94-0515, the Bidder will submit to the District certified payroll records (to include for every worker employed on the chassis the name, address, telephone number, social security number, job classification, hourly wages paid in each pay period, number of hours worked each day and starting and ending time of work each day) on a monthly basis, along with a statement affirming that such records are true and accurate, that the wages paid to each worker are not less than the required prevailing rate and that the Bidder is aware that knowingly filing false records is a Class B Misdemeanor.

Page 90: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

90

6) TAX CERTIFICATION: Yes [ ] No [ ]

Bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue, or if it is: (a) it is contesting its liability for the tax or the amount of tax in accordance with procedures established by the appropriate Revenue Act; or (b) it has entered into an agreement with the Department of Revenue for payment of all taxes due and is currently in compliance with that agreement.

7) AUTHORIZATION & SIGNATURE:

I certify that I am authorized to execute this Affidavit of Compliance on behalf of the Bidder set forth on the Bidder Summary Sheet, that I have personal knowledge of all the information set forth herein and that all statements, representations, that the bid is genuine and not collusive, and information provided in or with this Affidavit are true and accurate. The undersigned, having become familiar with the requirements specified in this bid, proposes to provide and furnish all of the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary to perform and complete in a workmanlike manner all of the work required.

ACKNOWLEDGED AND AGREED TO: _________________________________ Signature of Authorized Officer

______________________________________

Name of Authorized Officer ______________________________________

Title __________________ Date

Subscribed and Sworn To Before Me This _____ Day of ______________, 20__. _________________________ Notary Public Signature NOTARY SEAL

Page 91: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

91

REFERENCES Provide three (3) references for which your organization has performed similar work.

Bidder’s Name: _________________________________________________________ (Enter Name of Business Organization)

1. ORGANIZATION_____________________________________________________

ADDRESS ________________________________________________________

PHONE NUMBER____________________________________________________

CONTACT PERSON__________________________________________________

2. ORGANIZATION_____________________________________________________

ADDRESS ________________________________________________________ PHONE NUMBER____________________________________________________

CONTACT PERSON__________________________________________________

3. ORGANIZATION_____________________________________________________

ADDRESS ________________________________________________________ PHONE NUMBER____________________________________________________

CONTACT PERSON__________________________________________________

Page 92: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

92

III – EXHIBITS

Page 93: ORLAND FIRE PROTECTION DISTRICT · The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS) and Federal regulations applicable or specified for the year

93

EXHIBIT A LOCAL VENDOR PURCHASING POLICY The Orland Fire Protection District (District) believes it is important to provide local vendors with opportunities to provide goods and services to the District. This belief is based upon the fact that the active uses of commercial properties in the District benefits the community through stabilization of the property tax base and the provision of employment opportunities for citizens of the community and surrounding region. In an effort to promote the aforementioned benefits, the District wishes to provide local vendors with preferential treatment when competing for contracts with the District. A local vendor is defined as a business that has an actual business location within the corporate boundaries of the District and is licensed, if applicable. The District will not award a contract to a local vendor when the difference between the local vendors bid and the otherwise lowest responsive and responsible bid exceeds the applicable percentage indicated below. As such, when considering contracts, the District reserves the right to forego the lowest responsive and responsible bid in favor of a local vendor under the following circumstances: Contract Value Range (up to a maximum of) $0 - $250,000 2.00% $250,000 – 1,000,000 1.50% $1,000,000 – 2,000,000 1.00% Greater than $2,000,000 Not Applicable Under no circumstance will any contract be awarded to a local vendor when the local vendor’s bid exceeds the lowest responsive and responsible bid by $20,000 or more. This Policy shall only apply if formal notice of the aforementioned criteria is provided as part of the bid specifications. In addition, it should be noted that the District shall not be obligated to forego the low bidder in favor of the local vendor under any circumstances. However, this Policy simply provides the District with the option of doing so when applicable. Furthermore, this Policy shall not apply in any situation where any portion of the contract amount is being paid with funds other than District monies. Specifically, the Policy shall not apply in any situation where the District has received a grant or otherwise received a source of funds other than its own funds.