Loading...
HomeMy WebLinkAbout15 - Purchase of Rescue AmbulancesCITY OF ° Y z BEACH, NEWPORT J City Council Staff Report Agenda Item No. 15 January 22, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Municipal Operations Department Mark Harmon, Director 949 - 644 -3055, mharmon @newportbeachca.gov Fire Department Scott Poster, Fire Chief 949 - 644 -3101, sposter @nbfd.net PREPARED BY: Mike Pisani, Deputy Municipal Operations Director Rob Williams, Assistant Chief, Marine Operations APPROVED: A TITLE: Purchase of Rescue Ambulances and Ancillary Equipment ABSTRACT: Emergency Medical Services are a vital part of the service delivery for the Newport Beach Fire Department. The Fire Department responds to over 8,000 medical requests for service each year. A rescue ambulance provides life saving personnel and equipment to the residents and visitors of Newport Beach. The current rescue ambulance fleet is aging and requiring major maintenance costs and downtime for repairs, along with having to use older reserve ambulances as primary response vehicles. Fire and Municipal Operations Department staff developed a new ambulance specification, and sought competitive proposals for the purchase of new units. New rescue ambulances and ancillary equipment will provide a higher level of service while reducing costs and staff time for maintenance. RECOMMENDATION: Approval of: (1) the purchase of three ambulances and ancillary medical equipment for a grand total cost of $827,207.64; (2) the Purchase Agreement with Halcore Group, Inc., DBA Leader Industries, for the purchase of three ambulances at a total cost of $642,527.64; (3) the allocation of an estimated $184,680 for the purchase of ancillary Purchase of Rescue Ambulances and Ancillary Equipment January 22, 2013 Page 2 medical equipment, and; (4) Budget Amendment No. 13BA- 030 in the amount of $649,207.64 to provide additional funding for the purchases. FUNDING REQUIREMENTS: The current adopted budget does not include complete funding for this purchase. Consequently, the attached Budget Amendment, in the amount of $649,207.64 is requested to fund the purchase. There are sufficient unappropriated reserves in the Equipment Replacement Fund for this purchase. DISCUSSION: The Fire Department operates a fleet of six medic units. Three of the units are in service 24 hours per day, seven days per week, and a fourth is in service seasonally during the peak summer months. Furthermore, one or two additional transport ambulances may be deployed as necessary when all primary rescue ambulances are busy. The current staffing model and deployment necessitates the need to have at minimum five ambulances available for response during high activity times. The current units are modular ambulance bodies on Ford E -450 Cutaway chassis. The units and ages are as follows: Unit Number Year /Make /Model 2641 2003 Ford/Wheeled Coach Ambulance 2634 2005 FordNVheeled Coach Ambulance 2642 2006 Ford/Wheeled Coach Ambulance 2643 2006 Ford/Wheeled Coach Ambulance 2644 2008 Ford/Wheeled Coach Ambulance 2645 2008 Ford/Wheeled Coach Ambulance The City Vehicle /Equipment Guidelines (Council Policy F -9) states that paramedic ambulances should normally be replaced after 80,000 miles or 6 years. These heavier duty units are expected to last longer than the current equipment; staff will reevaluate the equipment replacement guidelines in the near future. Ford no longer manufactures the chassis currently in use with a diesel engine, which has required Fire and Municipal Operations staff members to evaluate different ambulance configurations. Additionally, due to the high usage of the ambulance fleet, Purchase of Rescue Ambulances and Ancillary Equipment January 22, 2013 Page 3 Equipment Maintenance Division staff spend an inordinate amount of time maintaining these vehicles, both with normal wear items (brake pads and tires) as well as premature failure of other parts (air conditioning systems and shock absorbers /springs). Consequently, due to the deletion of the diesel engine and continuing maintenance issues, the Fire Apparatus Committee, consisting of Fire and Municipal Operations personnel, undertook a study to find an ambulance configuration that will meet the demands of City use, be more mechanically reliable, and still be easily maneuverable in tight areas. The Committee developed a vehicle specification that contained a similar ambulance body to the ones currently used, but mounted on a heavier, medium duty truck -based chassis. Units similar to this are currently used by the Cities of Orange and Huntington Beach. The FY 11 -12 Budget included funding ($178,000) for the purchase of one ambulance. Due to the time involved in studying the ambulance configuration, the specification was not completed prior to the end of last Fiscal Year. Consequently, the funds were rebudgeted in the FY 12 -13 Budget. The Fire Apparatus Committee developed a vehicle specification and the Finance Department released a Request for Proposals (RFP) in August. On September 5, 2012, a mandatory pre - proposal meeting was held, and four potential proposers were in attendance. Two proposals were received prior to the September 25, 2012 due date, from Halcore Group, Inc., DBA Leader Industries, of South El Monte and Braun Northwest, Inc. of Chehalis, Washington. An evaluation panel consisting of members of the Fire Apparatus Committee and Finance Department met to evaluate the proposals. Following the evaluations, the consensus was to choose the Halcore /Leader Industries ambulance due to the fact the equipment proposed met the written specifications (the other proposer's equipment had numerous exceptions) and the Halcore /Leader units are assembled in South El Monte, which assures a quick turnaround for warranty repairs, parts, or other needed services. The total cost of each unit is $214,175.88, including tax. The RFP stated that vendors should quote a price for multiple units; while only one ambulance was approved for purchase this fiscal year, it was assumed that additional units would be purchased in FY 2013 -14. In analyzing the current maintenance issues of the current aging ambulance fleet, staff is requesting approval to accelerate the purchase of the additional two units from next fiscal year to the current one. Consequently, the total purchase price of three ambulances is $642,527.64. Additionally, funding is required for the purchase of medical equipment for the units. This funding, estimated at $61,560 per unit, is also included in the request for a Budget Amendment. The total equipment cost is estimated to be $184,680. This brings the total cost to $827,207.64. Purchase of Rescue Ambulances and Ancillary Equipment January 22, 2013 Page 4 ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act ( "CEQA ") pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378)of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: Director Scott Poster Fire Chief Attachments: A. Agreement for the Purchase of Three Ambulances B. Budget Amendment PURCHASE AGREEMENT FOR THREE (3) EMERGENCY AMBULANCE MEDICAL VEHICLES FROM HALCORE GROUP, INC. DBA LEADER INDUSTRIES This Purchase Agreement ( "Agreement') is entered into as of this day of January, 2013 ( "Effective Date "), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City'), and HALCORE GROUP, INC., an Indiana corporation doing business as ( "DBA ") Leader Industries ( "Vendor "), whose principal place of business is 10941 Weaver Ave., South El Monte, CA 91733. RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City requires three (3) new emergency ambulance medical vehicles ( "Equipment') as further described in RFP No. 13 -14 which is incorporated herein by this reference. C. Vendor has carefully reviewed and evaluated the specifications set forth by the City for the Equipment and has committed to deliver the Equipment required for the price specified in this Agreement within Three Hundred (300) calendar days commencing upon issuance of the "Notice to Proceed." E. City has solicited and received a proposal from Vendor, has evaluated the expertise of Vendor, and desires to submit an order for the Equipment under the terms and conditions set forth in this Agreement. NOW, THEREFORE, in consideration of the mutual representations, warranties and covenants, and other terms and conditions as set forth herein, Vendor and City (each a "Party" and together the "Parties ") agree as follows: 1. TERM The Term of this Agreement shall commence on the Effective Date and shall terminate on January 31, 2014 unless terminated earlier as set forth herein. 2. COMPENSATION 2.1 Total Compensation for Equipment, including all sales taxes, shall not exceed Six Hundred Forty Two Thousand Five Hundred Twenty Seven Dollars and 64/100 ($642,527.64) (`Purchase Price ") as more fully described on the Customer Sales Order and Proposal Offer Form attached hereto as Exhibit A and incorporated herein by reference for the Equipment, which is described more fully in the General Bidder and Vehicle Requirements attached hereto as Exhibits B and incorporated herein by reference. Vendor agrees to accept this compensation as full remuneration for delivery to City of the Equipment. 3. ADMINISTRATION This Agreement will be administered by the Municipal Operations Department. Deputy Director Mike Pisani, or his designee, shall be the Purchase Administrator and shall have the authority to act for City under this Agreement. The Purchase Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 4. DELIVERY 4.1 Delivery to City of the Equipment shall be made within three hundred (300) calendar days from City issuance of the notice to proceed. 4.2 Delivery shall be made to the City's Yard at 592 Superior Ave., Newport Beach, CA 92663. Time of delivery is of the essence in this Agreement. City reserves the right to refuse any goods and to cancel all or any part of the goods not conforming to applicable specifications, samples or descriptions. Acceptance of any part of the order for goods shall not bind City to accept future shipments nor deprive City of the right to return goods already accepted at Vendor's expense. Over shipments and under shipments of goods shall be only as agreed to in writing by City. Delivery shall not be deemed to be complete until all goods have actually been received and accepted in writing by the City. 4.3 Vendor shall submit all requests for extensions of time for delivery in writing to the City Purchase Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Purchase Administrator shall review all such requests and may, at his sole discretion, grant reasonable time extensions for unforeseeable delays that are beyond Vendor's control. 4.4 The parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should the Vendor fail to complete the delivery as called for in this Agreement. Should Vendor fail to complete the delivery as called for in this Agreement, Vendor agrees to the deduction of liquidated damages in the sum of One Hundred and Fifty Dollars and no /100 ($150.00) per day, per vehicle, for everyday beyond the date scheduled for delivery provided in Section 4.1. Execution of this Agreement shall constitute agreement by the City and Vendor that the sum of One Hundred and Fifty Dollars and no /100 ($150.00) per day, per vehicle, is the minimum value of costs and actual damages caused by the failure of Vendor to deliver the Equipment within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Vendor if such delay occurs. 5. ACCEPTANCE /PAYMENT Unless otherwise agreed to in writing by City, acceptance shall not be deemed complete unless in writing and until each the Equipment has actually been received, inspected and tested to the satisfaction of City, and payment shall be made in arrears after satisfactory acceptance. Leader Industries Page 2 6. NOTICES 6.1 All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Vendor to City shall be addressed to City at: Attn: Mike Pisani, Deputy Director Municipal Operations Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Phone: 949 - 644 -3059 Fax: 949 - 650 -0747 Email: mpisani .newportbeachca.gov 6.2 All notices, demands, requests or approvals from City to Vendor shall be addressed to Vendor at: Attention: Sandy Stipe, Director of Sales Leader Industries, Inc. 1941 Weaver Ave. South El Monte, CA 91733 Phone: (626) 575 -0880 Fax: (626) 575 -0286 Email: sandy.stipe @leader - ambulance.com I�IF-110.4 =K The price quoted includes any and all applicable taxes and fees, including federal state and /or local sales or use taxes. Vendor agrees, and is solely responsible for, the proper submission of any and all applicable federal, state and /or local taxes and fees to the appropriate taxing entity. 8. ENTIRE AGREEMENT This Agreement, when accepted by the Vendor either in writing or by the shipment of any articles, goods, or other commencement of performance hereunder, contains the entire Agreement between the parties with respect to all matters herein, and there are no restrictions, promises, warranties, or undertakings other than those set forth herein or referred to herein. No exceptions, alternatives, substitutes or revisions are valid or binding on City unless authorized by City in writing. Electronic acceptance of any additional terms, conditions or supplemental agreements by any City employee or agent, shall not be valid or binding on City unless accepted in writing by the Purchase Leader Industries Page 3 9. WARRANTY 9.1 Vendor expressly warrants that the Equipment covered by this Agreement are: 1) free of liens or encumbrances; 2) of merchantable quality and good for the ordinary purposes for which they are used; and 3) fit for the particular purpose for which they are intended. Acceptance of this order shall constitute an agreement upon Vendor's part to indemnify, defend and hold City and its indemnities as identified in Section 15 below, and as more fully described in Section 15, harmless from liability, loss, damage and expense, including reasonable counsel fees, incurred or sustained by City by reason of the failure of the goods to conform to such warranties, faulty work performance, negligent or unlawful acts, and non- compliance with any applicable state or federal codes, ordinances, orders, or statutes, including the Occupational Safety and Health Act (OSHA) and the California Industrial Safety Act. Such remedies shall be in addition to any other remedies provided by law. 9.2 Vendor and manufacturer's warranties, are attached hereto as part of Exhibit B, and incorporated in full by this reference. The Warranty Period shall commence on the date the Equipment is accepted by the City. All warranty repair work shall be conducted by a Vendor certified dealer/ agent in the Southern California region. 9.3 As of the execution of this Agreement the Vendor certified dealer/ agent for purposes of all repairs and warranty work is: 10941 Weaver Ave., South El Monte, CA 91733. 9.4 In the event that Vendor designates a different certified dealer/ agent for the Southern California region, Vendor shall provide City with written notice of such change within ten (10) days of the change. 10. ASSIGNMENT OR SUBCONTRACTING The terms, covenants, and conditions contained herein shall apply to and bind the heirs, successors, executors, administrators and assigns of the parties. Furthermore, neither the performance of this Agreement nor any portion thereof may be assigned or sub - contracted by Vendor without the express written consent of City. Any attempt by Vendor to assign or subcontract the performance or any portion thereof of this Agreement without the express written consent of City shall be invalid and shall constitute a breach of this Agreement. 11. TERMINATION 11.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written Leader Industries Page 4 notice thereof. Cause shall further be defined as any breach of this Agreement, any misrepresentation or fraud on the part of the Vendor and/or filing of any petition in U.S. Bankruptcy Court or entering of Bankruptcy by Vendor. 11.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Vendor. In the event of termination under this Section, City shall pay Vendor for services satisfactorily performed and costs incurred up to the effective date of termination for which Vendor has not been previously paid. On the effective date of termination, Vendor shall deliver to City all equipment, reports, documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 12. CONSENT TO BREACH NOT WAIVER No term or provision of this Agreement shall be deemed waived and no breach excused, unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented to such breach. Any consent by any party to, or waiver of, a breach by the other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any other different or subsequent breach. 13. REMEDIES NOT EXCLUSIVE The remedies for breach set forth in this Agreement are cumulative as to one another and as to any other provided by law, rather than exclusive; and the expression of certain remedies in this Agreement does not preclude resort by either party to any other remedies provided by law. 14. PERFORMANCE Vendor shall perform all work under this Agreement, taking necessary steps and precautions to perform the work to City's satisfaction. Vendor shall be responsible for the professional quality, technical assurance, timely completion and coordination of all documentation and other goods or services furnished by the Vendor under this Agreement. Vendor shall perform all work diligently, carefully, and in a good and workman -like manner; shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary therefore; shall at its sole expense obtain and maintain all permits and licenses required by public authorities, including those of City required in its governmental capacity, in connection with performance of the work; and, if permitted to subcontract, shall be fully responsible for all work performed by subcontractors. 15. INDEMNIFICATION 15.1 To the fullest extent permitted by law, Vendor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties') from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, Leader Industries Page 5 judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any work performed or services provided under this Agreement including, without limitation, defects in workmanship or materials (including the negligent and/or willful acts, errors and /or omissions of Vendor, its principals, officers, agents, employees, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 15.2 Notwithstanding the foregoing, nothing herein shall be construed to require Vendor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Vendor. 16. BILLS AND LIENS Vendor shall pay promptly all indebtedness for labor, materials and equipment used in performance of the work. Vendor shall not permit any lien or charge to attach to the goods, but if any does so attach, Vendor shall promptly procure its release and, in accordance with the requirements of Section 15 above, indemnify, defend, and hold City harmless and be responsible for payment of all costs, damages, penalties and expenses related to or arising from or related thereto. 17. INSURANCE Without limiting Vendor's indemnification of City, and prior to commencement of Work, Vendor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 18. CHANGE OF OWNERSHIP Vendor agrees that if there is a change or transfer in ownership of Vendor's business prior to completion of this Agreement, the new owners shall be required under terms of sale or other transfer to assume Vendor's duties and obligations contained in this Agreement and complete them to the satisfaction of City. 19. FORCE MAJEURE Vendor shall not be assessed with liquidated damages or unsatisfactory performance penalties during any delay beyond the time named for the performance of this Agreement caused by any act of God, war, civil disorder, employment strike or other cause beyond its reasonable control, provided that Vendor gives written notice of Leader Industries Page 6 the cause of the delay to City within 36 hours of the start of the delay and Vendor avails himself of any available remedies. 20. CONFIDENTIALITY Vendor agrees to maintain the confidentiality of all City and City - related records and information pursuant to all statutory laws relating to privacy and confidentiality that currently exist or exist at any time during the term of this Agreement. All such records and information shall be considered confidential and kept confidential by Vendor and Vendor's staff, agents and employees. 21. FREIGHT (F.O.B. DESTINATION) Vendor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under this Agreement. 22. TERMS AND CONDITIONS Vendor acknowledges that it has read and agrees to all terms and conditions included in this Agreement. 23. SIGNATORIES AUTHORITY Each and every one of the persons executing this Agreement expressly warrants that he or she is authorized to do so on behalf of the entity for which he or she is executing this Agreement. The City and Vendor represent and warrant that this Agreement is executed voluntarily, with full knowledge of its significance. 24. STANDARD PROVISIONS 24.1 Compliance with all Laws. Vendor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 24.2 Waiver. A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 24.3 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and Agreements of whatsoever kind or nature are merged herein. No verbal Contract or implied covenant shall be held to vary the provisions herein. 24.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Exhibits attached hereto, the terms of this Agreement shall govern. Leader Industries Page 7 24.5 Amendments. This Agreement may be modified or amended only by a written document executed by both Vendor and City and approved as to form by the City Attorney. 24.6 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. The California Commercial Code shall be the controlling law for the terms of this Agreement. 24.7 Equal Opportunity Employment. Vendor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 24.8 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 24.9 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 24.10 No Attorney's Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorney's fees. 24.11 Counterparts. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original and all of which together shall constitute one and the same instrument. [SIGNATURES ON NEXT PAGE] Leader Industries Page 8 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, A California municipal corporation and charter city Date: By: Keith Curry Mayor CONTRACTOR: Leader Industries, Inc. a California corporation Gary Hunter President Date: By: Sandy Stipe Director of Sales [END OF SIGNATURES] Attachments: Exhibit A: Customer Sales Order and Proposal Offer Form Exhibit B: General Bidder and Vehicle Requirements Exhibit C: Insurance Requirements A13 -00003 Leader Industries Page 9 EXHIBIT A CUSTOMER SALES ORDER AND PROPOSAL OFFER FORM LF=RDF=R I � I EMERGENCY VEHICLES 10941 Weaver Avenue South El Monte, CA 91733 Steve De La Montanya, Sales Representative Mobile: (707) 529-7522 Fax: (707) 546-1070 QUOTATION City of Newport Beach 3300 Newport Blvd Newport Beach, California, 92658. 10-Jan-2013 TERMS ERM COD 7_7 FOB FOB: Newport Beach, CA SHIP VIA Ground Pricing 5B, 4'AES C I ]ON v��'T, EACH EXTENDED AMOUNT PY- 3 2015 NavistarTerrastar/2013 Leader S172 Custom Ambulance. $ 205,298.75 $ 615,896.25 3 Multi Unit Discount: Two or more vehicles build consecutively $ (3,000.00) $ (9,000.00) 3 Leader CA customer Discount: $ (4,000.00) $ (12,000.00) 3 Pre Construction Conference Travel Costs: Leader South El Monte $ - $ 3 Mid Construction Conference Travel Costs: $ - $ 3 Final. Inspection Conference Travel Costs: $ - $ - 3 CA Tire Fee $1.75 (Per Tire) $ 12.25 $ 36.75 Sub-Total _V 1-98,311.00 $ 594,933.00 3 Sales Tax @ 8.00% (Orange Cc) $ 15,864.88 $ 47,594.64 3 Estimated DMV Fees N/A Exempt. $ - $ - TOTAL QUOTED AMOUNT $ 214,175.88 $ 642,527.64 Estimated Delivery: 180 Days from reciept of chassis. Customer Approval: Payment: (Please check one) Signature Leasing 0 Company Check Im Wire Transfer 0 Date Purchaser agrees to defend, indemnify and hold Halcore Group Inc., dba Leader Industries, harmless from any claims, costs (including actual attorney's fees), damages and liabilities caused in whole or inpart by any alteration or modification of, or change TERMS: All Vehicle Sales Are C.O.D. Titles to be Processed Upon Receipt of Payment in Full. THANK YOU FOR YOUR BUSINESS ATTACHMENT I: PROPOSAL OFFER FORM All prices quoted shall be for a definite fixed price. Prices shall exclude Federal excise taxes. The City shall pay State and Local Sales or Use Tax on the services rendered or goods supplied to the extent that the City is not exempt. All pricing shall be F.O.B. City of Newport Beach, 3300 Newport Blvd., Newport Beach, California, 92658. Payment shall be made on acceptance of the purchased item, in Accordance with the provisions of the California Prompt Payment Act. Government Code Section 927 et seq. Clauses requiring prepayment of any portion of the contract amount will render the Proposal non - responsive whereupon it will be rejected. IRTIQI�.. - � New, unused Emergency Ambulance Medical Vehicle Chassis Year /Make /Model: 2013 / options 195.1, 195.2 inc. 1 3 $ 198,311.00 $ (x3) 594 933.00 Body Year /Make /Model: 2013 `Pricing must include all specifications and requirements listed in this RFP on an all- inclusive basis' Chassis G.P.C. or Up fit Rebates if Applicable 1 -$ SUBTOTAL 594,933.00 New Sales Tax Rate 111/2013 8% SALES TAX (7.75%) 47,594.64 CATIRE RECYCLING FEE INCLUDED CA DMV REGISTRATION FEES (EXEMPT STATUS) INCLUDED Pre - Construction Conference Travel Costs for (3) Persons (see General Bidder and Vehicle Requirements, Section 5) INCLUDED Mid - Construction Conference Travel Costs for (3) Persons (see General Bidder and Vehicle Requirements, Section 6) INCLUDED Final Inspection Conference Travel Costs for (3) Persons (see General Bidder and Vehicle Requirements, Section 7) INCLUDED DELIVERY (see General Bidder and Vehicle Requirements, Section 8) INCLUDED GRAND TOTAL 642,527.64 City of Newport Beach RFP No. 13 -14 Page 31 Emergency Ambulance Medical Vehicles OPTIONAL PRICING Refer to Section 195.1 of the Vehicle Specifications 1 2,400.00 $ (Custom Lettering) 'NOTE" Do not add these amounts into the GRAND TOTAL (x3) above; City shall compute new total and any applicable Indicate the estimated delivery time sales tax. 3 $ 7,200.00 OPTIONALPRICING Refer to Section 195.2 of the Vehicle Specifications 1 1,200M $ (Custom Lettering). 'NOTE' Do not add these amounts into the GRAND TOTAL (x3) above; City shall compute new total and any applicable sales tax. 3 3,600.00 $ DISCOUNT TERMS Indicate if your firm offers early invoice payment discounts. Discount: _ ° %/ _ days DELIVERY TIME Indicate the estimated delivery time for this unit, from date of order 180 Delivery: days A.R.O. Build Sheet /Priced Feature List: The Proposal Offer Form shall be accompanied with a Build Sheet or Priced Feature List which shall show all the itemized and priced components of the proposed unit. Statement of Non - Collusion: The undersigned certifies that submission of this Proposal is made without prior understanding, arrangement, agreement, or connection with any corporation, firm or person submitting a Proposal for the same services, and is in all respects fair and without collusion of fraud. The undersigned certifies that they have not entered into any arrangement or agreement with any City of Newport Beach public officer. The undersigned understands collusive practices are a City of Newport Beach RFP No. 13 -14 Page 82 Emergency Ambulance Medical Vehicles violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Cooperative Purchasing: The City reserves the right to extend the conditions and terms of this ambulance specification and solicitation process to make them available for cooperative purchases by the City and other agencies approved by the City. The term of this Proposal may be extended to two (2) years with one (1) annual price adjustment on the manufacturer's total conversion price. This adjustment will not to exceed the amount reflected in the West Coast Consumer Price Index. The Chassis will be subject to the Current Chassis pricing. Proposer Signature Steve De La Montanya Printed Name and Title City of Newport Reach RFP No. 1 3-74 Emergency Ambulance Medical Vehicles 01/10/2013 Dote Page 83 EXHIBIT B GENERAL BIDDER AND VEHICLE REQUIREMENTS Leader Industries, Inc. ATTACHMENT A: GENERAL BIDDER AND VEHICLE REQUIREMENTS Instructions: Initial the bottom of each page of the General Bidder and Vehicle Requirements in the space provided and remit as part of your Proposal as Attachment Ar acknowledging a demonstrated understanding of the stated requirements. Any and all exceptions to the stated mandatary minimum requirements shall be indicated on the Statement of Compliance (Attachment O) and identified by the Item Number listed in the specifications. Each specification must also be circled to note as compliant or not compliant. Failure to note compliance or to list exceptions sholl result in your bid being deemed as non - responsive. Introduction: The following specification describes a new ambulance that is to be acquired by the City. The specification describes the needs of the City as far as chassis configuration and module body design. A state of the art vehicle is required. However, manufacturers that utilize prototype equipment or manufacturing processes will not be considered. The builder's manufacturing history shall be supported by documentation where applicable, and by the reference section within this specification. The benchmark for the initial configuration of this ambulance shall be the current KKK federal Specification for Ambulances. However, most requirements in this specification exceed the federal specifications because of the specific needs of the City. Please note that the following specifications represent minimum general terms or requirements. While it is not the intent of the City to preclude any qualified Bidder from submitting a Proposal it must be clear that any Bidder deviating in any substantial manner from these specifications will be rejected as being non - compliant. .ITEM .:_. SPECIFICATIONS COMPLIANT? NUMBER;, -.- I CIRCLEONE 1. PROPOSAL COMPLETION PROCESS 1.1 Various areas in the following specifications require a response from the Bidder. In order to aid in the evaluation process all responses must be consistent and, most importantly. legible. Therefore, the areas that are to be completed by the Bidder, O N along with any other materials that may be submitted by the Bidder, must be Typed. Bids that are submitted with either hand- written responses or with hand stamped responses shall be automatically rejected as being non - compliant. 2. ENGINEERING SUPPORT -- 2.1 "'REQUIRED DOCUMENTATION "" Due to the complexity of the design of the vehicle, proposals will be accepted only from manufacturers that utilize well- defined engineering techniques. Computer Aided Design )CAD) drawings of both the interior of the patient area and the overall layout of the module body will be mandatory. At a minimum these drawings shall include all exterior elevations, all interior views (A), and a plan view of the roof /ceiling. All options and elements required within these O N specifications shall be depicted on the prints. The purpose of this requirement is to assure this purchaser that vehicle proposals indeed meet the stated requirements as set forth in these specifications. Generic CAD drawings are not acceptable. The drawings, as submitted, shall accurately depict the exact vehicle that is being proposed. Bidders not including the required drawings wil! be considered non- responsive and will, therefore, be rejected. Proposers In!lio7; l City of Newport Beach RFP No, 13 -14 Page 11 Fmergenry Ambulancz Medical vehicles Pmooscr'5 fwtioljJC�� R city of Newport 8e3cn RP No. 1345 Page 12 Emergency Ambulance Medical Vehicles Are the required drawings Included with this Proposal? 3. MINIMUM VEHICLEREQUIRED STANDARDS 3.1 The highest degree of quality, both in the materials and in the building processes, is required for the emergency medical vehicle being proposed. At a minimum the manufacturer being proposed must meet all current mandated and voluntary OY N ambulance design standards in effect at the date of the proposal submission. All current Federal Motor Vehicle Safety Standards (FMVSS) must be met. ' 3.2 All electrical and mechanical equipment furnished shall comply with the California administrative Coded Title 8 (Industrial Safety Orders), Title 24 (State Building Standards Law) and Title 17 (Public Health), All electrical equipment furnished shall OY N be grounded, with any exceptions only as approved in the referenced applicable titles. 3.3 "REQUIRED DOCUMENTATION ••' The body shall be capable of providing impact, deformation and penetration resistance in the event of a collision. The body structure shall be capable of passing a standalone static load test on a type tested body. The test shall be conducted in accordance to AM D-001 except the test weight shall be 55,000 pounds or 5.7 times the curb weight of the finished vehicle. (Over 3.8 times the test weight imposed by AMD -001). Additionally the same unit shall be Oy N subjected to the same test with the body turned on its side. Complete copy of the testing documents with photos, must accompany the bid /proposal. Exceptions to this requirement will not be considered. Noncompliant proposalsshall be rejected. Are the required testing documents included with this Proposal? 3.4 ***REQUIRED DOCUMENTATION "' Safety is of the upmost importance to the purchaser. While currently there are no federal standards for crash testing an ambulance, the purchaser requires an outside third party test by a certified SAE facility to validate the structural crash worthiness of the ambulance conversion. The test will exceed the standards established by the National Highway Traffic Safety Administration and the Insurance Safety Institute for Highway Safety for side impact Qy of a standard passenger sedan. To more accurately replicate the severity of a side N impact collision on an ambulance the speeds should be boosted to 42 miles per hour. Complete copy of the testing documents with photos, must accompany the bid /proposal. Exceptions to this requirement will not be considered. Noncompliant bids will be rejected. Are the required testing documents included with this Proposal? 3.5 Bidder shall keep records of parts used in the manufacture of the specified equipment and shall notify the buyer of any improvement or modifications that may 0 improve the specified equipment. 3.6 "'REQUIRED DOCUMENTATION "' The manufacturer shall comply with Ford Motor Company's QVM program. A copy of the manufacturers current QVM certification must be submitted with the Proposal. O N Is the current Ford QVM certification included with this Proposal? Pmooscr'5 fwtioljJC�� R city of Newport 8e3cn RP No. 1345 Page 12 Emergency Ambulance Medical Vehicles 3.7 ** *REQUIRED DOCUMENTATI ON'" The manufacturer shall comply with Sprin ter ambulance converter requirements. A copy of the manufacturers' current Sprinter Ambulance converter certification must be submitted with the bid. 0 N Is the current Sprinter certification included with this Proposal? 3.8 "* *REQUIRED DOCUMENTATION* "* The Vendor shall include with their bid a copy of their California Automobile Dealers License, O N Is a copy of the California Automobile Dealer's License included with this Proposal? 3.9 ** *REQUIRED DOCUMENTATION "* The Proposer submitting this Proposal shall - include with their bid a copy of their California Vehicle Sale Person License. y N Is a copy of the California Vehicle Sale Person License included with this Proposal? A. LIABILITY 4.1 The bidder shall defend, indemnify, and save harmless the purchaser and its officials from all claims, demands, payments, suits, actions, recoveries, and judgments of every description, whether or not well founded in law, brought or recovered against it, by reason of any act or omission of said bidder, his agents or employees, in the execution of the contract or in consequence of insufficient protection or for the use yO N of any patented invention by said bidder, and a sum sufficient to cover aforesaid claims may be retained by the purchaser from money due or to become due to the bidder under this contract, until such claims have been discharged or satisfactorily secured. 4.2 ** *REQUIRED DOCUMENTATION"* Each bidder must furnish a Certificate of Insurance showing aggregate total of insurance, which shall not be less than twenty - five million dollars ($25,000,000). YO N Is a Certificate of Insurance included with this Proposal? 4.3 In addition, the bidder into assume any risk of loss to the ambulance until the ambulance is delivered to this purchaser. O N Does the bidder understand this requirement? S. PRE - CONSTRUCTION CONFERENCE 5.1 A pre - construction conference will be held at the successful bidders manufacturing facility by three (3) Department representatives within 14 days of award of bid. A trip requiring travel of more than 200 miles shall be via commercial air carrier and. shall include transportation, room, and board for 3 day /2 night stay. O N Number of personnel:3 Are these Pre-Construction trips included in this proposal? 6. MID - CONSTRUCTION CONFERENCE Proposer's Oitkel City of Newport Beach aFP No. 13-14 rage 13 Emergeeney Ambulance Medical Vehicles 6.1 A Mid - Construction conference will be held at the successful bidders manufacturing facility by three (3) Department representatives after the body is painted and mounted to the chassis, but prior to the install of wiring or cabinets-This is to confirm that the module configuration is compliant and that paint color and finish are to specifications. Final build detail will be reviewed at this time. .A trip requiring travel of more than 200 miles shall be via commercial air carrier and shall include O N transportation, room, and board for 3 day /2 night stay. Number of personnel:3 Are these Pre - Construction trips included in this proposal? 7..: FINAL VEHICLE INSPECTION 7.1 Vehicle will be inspected for compliance with these specifications by three (3) Department representatives of the City at the manufacturing facility prior to delivery. It will be the responsibility of the Dealer to ask for inspection when vehicle is ready for delivery. The burden of proof of compliance with this specification will be the responsibility of the bidder. A trip requiring travel of more than 200 miles shall be via commercial air carrier and shall Include transportation, room, and board lO N for 3 day /2 night stay. Number of personnel: 3 Are these Pre - Construction trips included in this proposal? S. VEHICLE DELIVERY 8.1 The vehicle shall be delivered over the road to the purchaser. 0y N 8.2 The vehicle will be delivered cleaned fueled with a full tank of diesel and in as new O N condition. 8.3 The mileage on the ambulance when delivered to the City shall not to exceed 200 O N miles. Vropose/s In1UOl5 City of Newport Beach RFP No. 13 -14 Page 11 Ertsrgene/ Ambulance Medical Vehicles ATTACHMENT B: CHASSIS SPECIFICATIONS Instructions: Initial the bottom of each page of the Chassis Specifications in the space provided and remit as part of your Proposal as Attachment B, acknowledging a demonstrated understanding of the stated requirements. Any and all exceptions to the stated mandatory minimum requirements shall be indicated on the Statement of Compliance /Attachment OJ and identified by the Item Number listed in the specifications. Each specification must also be circled to note as compliant or not compliant. Failure to note compliance or to list exceptions shall result in your bid being deemed as non - responsive. The chassis required for this project is specified in detail below. Failure of the bidder to provide the chassis exactly as specified will be grounds for rejection of the bidder's proposal as being non - responsive. Exceptions will be made only if the bidder can prove that a required feature is unavailable from the chassis O.E.M. The acronym O.E.M. Is Original Equipment Manufacturer. The O.E.M. is the chassis manufacturer and the vehicles Make Origin. PlapOs,,r laitlai" A 6a City at NeWport Beach Rl No. 13.16 Page to Emergene /Ambulance Medical Vehicles SPECIFICATIONS.. COMPLIANT? - NUMBER.? CIRCLE, ONE -. 9! CHASSIS - - 9.1 Chassis: 2013 Terrastar SFA 4x2 (T A005) The vehicle converter shall supply a 2013 or newer 183.00" wheelbase, 108.60 Cab Axle, 63.00 Axle to Frame: Terrastar chassis for the ambulance conversion. The O N wheelbase shall be factory supplied by the O.E.M. Modified wheelbases made from chassis with shorter or longer wheelbases are not acceptable. 10. AMBULANCE CHASSIS PROFILE . 10.1 The package shall be designed to hold up to the demands and duty cycles inherent with Emergency Medical Vehicles. O N 10.2 Requested GVWR: 19,500. Calc. GVWR: 19,000 Y N 10.3 CALL -START / GRADE ABILITY: 44.000/ / 4.90% @ 55 MPH Calc, Geared Speed: 75.6 © N MPH 10.4 DIMENSION: Wheelbase: 183.00, CA: 108.60, Axle to Frame: 63.00 Y N 10.5 ENGINE, DIESEL: (MaxxForce 71 EPA 10, 300 HP @ 2600 RPM, 66016 -ft Torque@ O Rl 1600 RPM, 2800 RPM Governed Speed, 300 Peak HP (Max) 10.6 TRANSMISSION, AUTOMATIC: {Allison 1000EVS1 4t1h Generation Controls; Close Ratio, 5- Speed; With Overdrive, Includes Park pawl, With Provision for PTO, Less OY N Retarder, With 19,500 GVW & 26,000 -GCW Max. 10.7 AXLE, FRONT NON- DRIVING: {Dana Spicer D700 -N1 I -Beam Type, 7,000 -lb Capacity AXLE, REAR, SINGLE: {Dana Spicer 51101 Single Reduction, with offset Lousing, OY N 13,500 -Ib Capacity, 160 Wheel Ends Gear Ratio: 4.83 10.8 CAB: Conventional Y N PlapOs,,r laitlai" A 6a City at NeWport Beach Rl No. 13.16 Page to Emergene /Ambulance Medical Vehicles 10.9 TIRE, FRONT: (2) 225/70R19.5 G647 RSS (GOODYEAR) 640 rev /mile, -load range F, 12 Ply OY N 10:10 TIRE, REAR:. (4) 225/701119.5 G622RSD (GOODYEAR) 641 rev /mile, load range F, 12 ply O N 10.11 SUSPENSION, REAR, AIR, SINGLE (international) Ride Optimized Suspension (IROS); 12,000 -lb Capacity, 6.0" Ride Height, With Shock Absorbers O N 10.12 PAINT: Cab schematic 100TA Location 1: 9036 ; Cool Gray Light (Std) N - -11.. ENGINE AND RELATED EQUIPMENT- 11.1 Engine performance shall comply with or exceed the most current revision of KKK -A- 1822 O N 11.2 ENGINE, DIESEL (MaxxForce 71 EPA 10, 300 HP @ 2600 RPfvl, 660 lb ft Torque @ 1600 RPM, 2500 RPM Governed Speed O N 11.3 AIR COMPRESSOR AIR SUPPLY LINE: N aturally-Aspi rated Y N 11.4 CRUISE CONTROL: Electronic; Controls Integral to Steering Wheel O N 11.5 ENGINE OIL DRAIN PLUG: Magnetic O N 11.6 ENGINE SHUTDOWN: Electric, Key Operated liY1J N 11.7 FUEL /WATER SEPARATOR: Engine Mounted N 11.8 FUEL HEATER: Included in Fuel Separator N FILTER: Engine Mounted (Glow Plug: Automatic with indicator light) N E10 11FUEL GOVERNOR: Electronic m ljlJ N 11.11 OIL FILTER, ENGINE: Spin -On Type �IM1J N 11.12 FAN DRIVE: [Borg - Warner Series 7901 Viscous Type, Screw On Fan 11fiJ N 11.13 FAN_: Nylon lJt\l N 11.14 RADIATOR: Aluminum; 2 -Row, Cross Flow, Over Under System, 6975q In Louvered, With 225 Sq In CAC, Includes In -Tank Oil Cooler 0 N 11.15 ANTI - FREEZE: Red Shell Rotella Extended Life Coolant; -40 Degrees F/ -40 Degrees C N 11.16 DEAERATION SYSTEM: with Surge Tank V V%h N 11.17 HOSE CLAMPS: RADIATOR HOSES: Gates Shrink Band Type; Thermoplastic Coolant Hose Clamps N 11.18 RADIATOR HOSES: Premium, Rubber 0 N City or Neriport eexh RFP No. 1314 Page 17 Emergency Ambol3nce Medical Vehicles 11.19 AIR CLEANER: With Service Protection Element. O N 11.20 - GAUGE, AIR RESTRICTION: (Filter- Minder) with black bezel mounted in "CLEANER instrument panel N 11.21 THROTTLE; HAND CONTROL Engine Speed Control; Electronic, Stationary, Variable Speed; Mounted on Steering Wheel N 11.22 ENGINE CONTROL, REMOTE MOUNTED: Provision for; Includes Wiring for Body Builder Installation of PTO Controls; with Ignition Switch Control for MaxxForce post YO N 2007 Emissions Electronic Engines " 11.23 FEDERAL EMISSIONS: for 2010; MaxxForce7 Engines 0 N - 11.24 FAN_ DRIVE SPECIAL EFFECTS:, Fan Coaling Ring with Fan Shroud Effects, Engine 0 N Mounted 11.25 EMISSION COMPLIANCE:. Engine Shutdown System Exempt Vehicles, Complies With California Clean Air Regulations © N 11.26 TRANsm, is5i0N: TRANSMISSION, AUTOMATIC :(Allison 1000 -EVSI 4th Generation Controls; Close Ratio, 5- Speed; With Overdrive, Includes Oil Level Sensor, Inciudes 0 N Park Pawl, With PTO Provision, Less Retarder, With 19,500 -lb GVW & 26:000 -lb GCW Max. 11.27 OIL FILTER: Mounted on Transmission 0 N 11.28 OIL PAN: Magnet in Oil Pan l%hJ N 11.29 TRANSMISSION OIL Synthetic; 20 thru 28 Pints N 11.30 SHIFT CONTROL PARAMETERS: Allison Performance Programming in Primary and Allison Economy Programming in Secondary V N 12.� :ELECTRICALSYSTEM 12.1 ELECTRICAL SYSTEM: 12 -Volt, Standard Equipment O N 12.2 BATTERY SYSTEM: Group 31 Maintenance -Free, (4) 12 -Volt 4000CCA Total. (I) N Battery shall be isolated for communications purposes and (1) Battery shall be. 0 isolated for emergency starting purposes. 12.3 BATTERY BOX: Steel N 12.4 JUMP START STUD: Remote Mounted N 12.5 DATA LINK CONNECTOR: For Vehicle Programming and Diagnostics In Cab N 12.6 FUSES, ELECTRICAL: SAE Blade -Type ply N 12.7 STARTER SWITCH Electric, Key Operated 0 N 12.8 STARTING MOTOR: (Delco Remy 29MT) 12 Volt; less Thermal Over -Crank Protection, 0 N with integrated magnetic switch Pr000ser Initials: My of N, -Port Reach RFP No. 13 -14 Page 19 Emergency Ambulance Medical Vehicles Proposar Wtiors � City of Newport Beach RFP No. 13-14 Page 19 Emergency Ambulance Medical Vehicles 12.9 HAZARD SWITCH: Push On /Push Off, Located on Top of Steering Column Cover N 1210 HEADLIGHTS: Halogen; Composite Aero Design for Two Light System; Includes Daytime Running Lights, headlights on w/ wipers, headlight warning buzzer © I N 12.11 HEADLIGHT DIMMER SWITCH: Integral with Turn Signal Lever O N 12.12 TURN SIGNAL SWITCH: Self-Cancelling for Trucks O N 12.13 TURN SIGNALS, FRONT: Includes Reflectors and Auxiliary Side Turn Signals, Solid State Flashers; Flush Mounted O N 12.14 PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light 01 N 12.15 WINDSHIELD WIPER SWITCH: 2 -Speed with Wash and Intermittent Feature (5 Pre- Set Delays), Integral with Turn Signal Lever © N 12.16 WINDSHIELD WIPERS: Single Motor, Electric, Cowl Mounted, windshield wiper speed control — force wipers to slowest intermittent speed when parking brake set and wipers left for a predetermined time. N 12.17 CIGAR LIGHTER: Includes Ash,Cup Q N 12.18 WIRING, CHASSIS: Color Coded and Continuously Numbered O N f 12.19 HORN, ELECTRIC: (2) : 0 I V N 12.20 AIR HORNS: GROVER AIR HORNS Mounted On Hood., Foot Switch position to be determined at pre - construction conference I N 1121 BODY BUILDER WIRING: Back of Standard Cab at Left Frame_ or Under Extended or Crew Cab at Left Frame; Includes Sealed Connectors for Tail/ Amber Turn /Marker/ Backup /Accessory Power /Ground and Sealed Connector for Stop/Turn O N 12.22 SPEAKERS IN CAB: (4) Coaxial with Premium Interior © N 12.23 POWER SOURCE, TERMINAL TYPE: 2 -Post 0 N 12.24 SWITCH, TOGGLE, FOR WORK LIGHT: Lighted; on Instrument Panel and Wiring Effects for Customer Furnished Back of Cab Light N 12.25 INDICATOR, LOW COOLANT LEVEL: With Audible Alarm O N 12.26 CIRCUIT BREAKERS: Manual -Reset (Main Panel) SAE Type III With Trip Indicators, replaces all fuses except for 5 -amp fuses (D N 13. INTERIOR APPOINTMENT STANDARDS 13.1 ARM REST: (2) Molded Plastic; One Each Door O N 13.2 CLEARANCE /MARKER LIGHTS: (5) (Truck Lite} Amber LED lights, Flush Mounted on cab or sunshade O N Proposar Wtiors � City of Newport Beach RFP No. 13-14 Page 19 Emergency Ambulance Medical Vehicles 13.3 COAT HOOK CAB: Located on Rear Wall, Centered Above Rear Window N 13.4 CUP HOLDERS: Two Cup Holders, Located in Lower Center of Instrument Panel. 0 N 13.5 DOME LIGHT: CAB Rectangular, Door Activated and Push On -Off at Light Lens, Timed Theater Dimming, Integral N to Console, Center Mounted 116 GLASS, ALL WINDOWS Tinted I0 N 13.7 GRAB HANDLE, CAB INTERIOR: (1) "A" Pillar Mounted, Passenger Side N 13.8 GRAB HANDLE, CAB INTERIOR: (2) Front of "B" Pillar Mounted, One Each Side O N 13.9 ANTERIOR SHEET METAL: Upper Door (Above Window Ledge) Painted Exterior Color 0 N 13.10 STEP (4) Two Steps per Door /'hN lJ 13.11 AIR CONDITIONER, PROVISION: For Accommodation Package, for Air Conditioning Includes (1) SD7 Sanden Auxiliary Compressor in Secondary Compressor Position and YO N Compressor Drive Effects for Vehicle with Primary Compressor Mounting 13.12 GAUGE CLUSTER: English with English Electronic Speedometer O N 13.13 GAUGE CLUSTER: (5) Engine Oil Pressure (Electronic), Water Temperature O N (Electronic), Fuel (Electronic), Tachometer (Electronic), and Voltmeter 13.14 ODOMETER DISPLAY: Miles, Trip Miles, Engine Hours, Trip Hours, fault Code Readout O N 111S WARNING SYSTEM: Low Fuel, Low Oil Pressure, High Engine Coolant Temp, and Low O N Battery Voltage (Visual and Audible) 13.16 GAUGE: oil temp, Allison Transmission Y N 13.17 GAUGE: AIR CLEANER RESTRICTION (Filter- Minder) With Black Bezel Mounted in 0 N Instrument Panel 13.18 IF CLUSTER DISPLAY: On Board Diagnostics Display of Fault Codes in Gauge Cluster Y N 14. INTERIOR CAB TRIM (PREMIUM) 14.1 CAB INTERIOR COLOR: The color of the cab interior shall be gray. All conversion © manufacturers' added consoles and devices shall be color keyed to the interior color N provided by the O.E.M. 14.2 CAB INTERIOR TRIM PANELS: Cloth Covered Molded Plastic, Full Height; All Exposed O N Interior Sheet Metal is covered 14.3 CAB SOUND INSULATION: Includes Dash and Engine Cover Insulators O N Propaser lnit,0150a& Cicy of Newport Beach RFP No. 13-14 Page 20 Emergency Ambulance Wdical Vehicles 14.4 CONSOLE, OVERHEAD: Molded Plastic; With Dual,Storage Pockets with Retainer Nets, Radio Pocket, Speakers,.and Reading Lights O N 14.5 SUN VISOR: (3) Padded Vinyl:2 Moveable (Front-to -Side) Primary Visors, Driver Side With Vanity Mirror and Toll Ticket Strap, plus 1 Auxiliary Visor (Front Only), Drivers OY N Side 14.6 STORAGE POCKET: Door, (2) Molded Plastic (Carpet Texture), Full- Length; Driver and O N Passenger Doors ' 14.7 DOOR TRIM PANELS: with Cloth Insert on Bolster Driver and Passenger Doors 0 I 14.8 FLOOR COVERING: Rubber, Black 1 0 N 14.9 COURTESY LIGHT: (2) Mounted In Front Map Pocket Left and Right Side 10 l0 N 14.10 HEADLINER: Soft Padded Cloth N 14.11 INSTRUMENT PANEL TRIM: Molded Plasticwith Black Center Section O N 14.12 GAUGE: TEMPERATURE, AMBIENT Includes Compass Readout and Wiring and Sensor N With Display Unit Mounted in Cluster 14.13 WINDOW, POWER: (2) and Power Door Locks, Left and Right Doors, Includes Express Down Feature © N 14.14 KEYLESS ENTRY SYSTEM REMOTE: With Panic and Auxiliary Buttons, Includes One Key Fob O N (Transmitter) 15 SIDEREAR VIEW MIRRORS - -`; - - - - -- 15.1 Dual O.E.M. Mirrors with power adjusted mirror glass and manually telescoping mirror heads, shall be mounted to the forward, lower corner of the cab door © window, Both mirrors shall feature a bi- directional break -away function to permit N folding the mirror heads against body in close quarters 15.2 MIRRORS (2) {Lang Mekra) Styled; Rectangular, 7.09" x 15.75" & Integral Convex Both Sides, 102" Inside Spacing, Breakaway Type, Heated Heads Thermostatically OY N Controlled, Power Both Sides, Clearance Lights LED, Bright Finish Heads & Brackets -.16. FRONTAXLE 16.1 NON - DRIVING: {Dana Spicer D700 -N), [-Beam Type, 7,000 -lb Capacity © N 16.2 SUSPENSION, FRONT, SPRING: Taper Leaf; 7,000 -lb Capacity; With Shock Absorbers © N 16.3 SPRING PINS: Rubber Bushings, Maintenance -Free O N 17. REAR AXLE - - - - - Fmposer Initials: _Ok City of Nempart Beach RFP No. 13 -14 Page -21 Emergency Ambulance Medical Vehicles 17.1 DRIVING: {Dana Spicer S1101 Single Reduction. with offset housing, 13,5001b Capacity, 160 Wheel Ends. Gear Ratio: 4.88 - N 17.2 REAR AXLE DRAIN PLUG (1) Magnetic,, For Single Rear Axle © N 17.3 SUSPENSION, REAR, AIR, SINGLE: (International} Ride Optimized Suspension (IROS); 12,000 -lb Capacity, 6.0" Ride Height, With Shock Absorbers O N 17.4 SUSPENSION AIR CONTROL VALVE: Pressure Release Control in cab (tj vjv(A N 17.5 DUAL LEVELING VALVES & PING TANKS VJ N 18. ;EXHAUST SYSTEM -- - - `- - - - - -` - 18.1 HORIZONTIL EXHAUST: Single, Horizontal, After treatment Device Frame Mounted Right Side back of cab, Includes Horizontal Tail Pipe NOTE: The Horizontal Tailpipe Includes a Temperature Control Device. YO N 18.2 TAIL PIPE (1) Exhaust shall terminate on driver's side O N 19.,AIR;CONDITIONER -- 19.1 AIR CONDITIONER: (Blend -Air) With Integral Heater & Defroster r 11 N 19.2 CLAMPS, HEATER HOSE: Mubea Constant Tension Clamps: HEATER HOSES Premium Q I N 19.3 REFRIGERANT: Hydro fluorocarbon HFC -134A O N 19.4 AIR CONDITIONER, PROVISION: Accommodation Package, for Air Conditioning, Includes (1) SD7 Sanden Auxiliary Compressor in Secondary Compressor Position and Compressor Drive Effects for Vehicle With Primary Compressor Mounting YO N 20. EXTERIOR TRIM 20.1 FRONT END: Tilting, Fiberglass, With Three Piece Construction © N 20.2 INSULATION: UNDER HOOD For Sound Abatement l N 20.3 FRONT BUMPER: Full Width, Aerodynamic, Chrome Plated Steef; 0.142" Material Thickness Front ©J N 20.4 TOW HOOK: FRONT, (2) Inside Rail, Frame Mounted N 20.5 GRILLE: Chrome, with Chrome headlight bezels, painted modesty panels, fender extension —Grill ember screen mounted to grill 0. N 20.6 GRAB HANDLE: Chrome; Towel Bar Type With Anti -Slio Rubber Inserts; for Cab Entry Mounted Left Side Only at "B" Pillar N 21. STEERING. - -' - - - - P, opuse,1,.Va7s4. Cit7 of Newport Beach RFP No. 13-14 Page 22 Emergency Ambulance Medcal Vehicles 21.1 STEERING WHEEL: 2- Spoke, 18" Diam., Black O N 21.2 STEERING COLUMN: Tilting 0 N 21.3 STEERING GEAR: (Shepard MD831 Power o N ,224 ,WHEE,lS AND TIRES -�- �:, - . • - 22.1 All tires shall be identical make, tread type, size and load range N 22.2 All tires shall be balanced per current KKK -A -1822 lid N 22.3 Aluminum Wheels not Painted or Coated V N 22.4 WHEELS, FRONT DISC; 19.5" Polished Aluminum; 10 -Stud (225 MM BC) Hub Piloted, Flanged Nut, Metric Mount, 6.00DC Rims; With Steel Hubs O N 22.5 WHEEL SEALS, FRONT: (Chicago Rawhide Nitrile} for Oil- Lubricated Wheel Bearings © N 22.6 TIRES, FRONT 225/70819.5 G647 RSS (GOODYEAR) 640 rev /mile, load range F, 12 ply © N 22.7 WHEELS, REAR DISC; 19.5" Polished Aluminum Outer Wheel, with aluminum inner wheel, 30 -stud (225MM BC) Hub Piloted, flanged nut, Metric Mount, 6.00 DC Rims; with steel hubs 0 N 22.8 WHEEL SEALS, REAR Oil Lubricated, Includes Wheel Bearings O N 22.9 TIRES, REAR 225/70R19.5 G622 RSO (GOODYEAR) 641 rev /mile, load range F, 12 Ply O N 22.10 WHEEL, SPARE [FRONT]: DISC 19.5" Polished Aluminum, Outer ONLY, 5 Hand Hole -, 10 -Stud (22511 BC) 6.00" DC Rim N 22.11 WHEEL, SPARE [REAR): DISC 19.5" Polished Aluminum, Inner and Outer, 5 Hand Hole, 10 -Stud (225MM BC) 6.00" DC Rim O N 22.12 TIRE, SPARE: (1) 225%70R19.5 G647 RSS (GOODYEAR) 640 rev /mile, load range F. 12 Ply O N 23. CHASSIS BRAKES` 23.1 BRAKE SYSTEM, HYDRAULIC; (TRW 3551 Split System, with Three Channel ABS © N 23.2 AIR DRYER [Mentor Wabco System Saver 12001 with Heater O N 23.3 BRAKE, PARKING [TRW] Drum -In -Hat Type; for hydraulic brake chassis; activated by Lever in Cab; mounted in rear wheels O N 23.4 BRAKES, FRONT, Hydraulic Disc (TRW) 15.35" x 1.54" Rotors; Dual 2.36" (60 mm) Diameter Pistons lJ 0 N 23.5 BRAKES, REAR, Hydraulic Disc [TRW] 15.35" x 1.54" Rotors; Dual 2.36" (60mm) Diameter Pistons © N 23.6 AIR COMPRESSOR [Bendix Tu -Flo 5501 13.2 CFM Capacity; and Tank for air source on Hydraulic Chassis © N 24. CAB SEATS: DRIVER /PASSENGER /OEM CAPTAIN'S CHAIR Proposer InitolsA� /1 City of Newport Beach RFP No. 1344 Page 23 Emergency Am Sul ante Medical Vehicles 24.1 SEAT, DRIVER :(National 20001 Air Suspension, High Back With Integral Headrest, Cloth, Isolator; 1 Chamber Lumbar, 2 Position Front Cushion Adjust, 73 to +14 Degree Back; Angle Adjust O N i ARM REST: Right Side - 24.2 SEAT, PASSENGER (National) Air-Suspension, High Back With Integral Headrest, Cloth, Isolated, 1 Chamber Lumbar, 2 Position Front Cushion Adjustment, —3 to +14 Degree Seat Back Adjustment . O N • ARM REST: Left Side 24.3 OCCUPANT RESTRAINT SYSTEM: The front, forward facing cab seats shall be equipped with O.E.M. installed three point seat belts. The seat belts shall have pre - tensioners built into the seatbelt assembly to take up belt slack during a violent frontal collision. The seat belt assemblies shall meet or exceed F.M.V.S.S. 208 and O N 209. The inside conversion panels shall not interfere with the swivel arc of the shoulder rings 25:- ..TUELTANK. 25.1 FUEL TANK: Top Draw, Rectangular, plastic, 40 U.S. Gal., 151 L Capacity, 15" Depth, Mounted between frame sidemembers and behind rear axle O N 26:'BATTERIES''' ':; .. . - .. ... ... 26.1 BATTERY SYSTEM: Group 31 Maintenance -Free, (4) 12 -Volt 4000CCA Total Y N 26.2 1UM P START STUD Remote Mounted N 26.3 BATTERY DISCONNECT SWITCH (Joseph Pollack 51 -315] Positive Type, Lever Operated, Cab Mounted O N 27 ALTERNATOR .. .. 27.1 ALTERNATOR: (Leece- Neville 14931PAH) Brush Type, 12 Volt 320 Amp. Capacity, Pad Mounted N 28. THROTTLE HIGH IDLE 28.1 The OEM high idle shall be wired into the second stage manufacturing electrical for To FN system charge protection 29...WARRANTY� -.. - .. .. 29.1 The chassis manufacturer's standard vehicle warranty policies shall apply Q N 30. DOCUMENTATION - - - - - - 30.1 In addition to the standard chassis and conversion Operators Manuals, a complete set of Chassis, Engine, and Transmission Shop manuals on CD or DVD. Will be O N provided and shipped loose with the vehicle. Proposer shall include diagnostic software for engine, transmission, chassis and brake diagnostics (Windows- Proposer Initials:AL01% City of Newport Beach RFP No. 13 -14 Pig= 24 Em erg ency Ambulance Medical vehicles Proposer Ieipals: City of Newport Beach RFP No. 13 -14 Pape 25 Emergency AmbUbr.ce Medical Vehicles compatible) CHASSIS HARDWARE AND ACCESSORIES �•.` ' •`- The iFems [o fohow lepresent dhass s modif cations; hardware, and'eccessories that are required railure to provide these features wi ll be cause for relectlort of the bidder's proposal as being non:responslve ." 3Y CHASSIS TOM ODULAR.. PASS- THROUGH `•`: 31.1 The chassis cab shall be modified by the successful bidder to allow for passage between the cab and the patient compartment. The required opening shall be cut out of the back of the cab. A flexible weather -tight Hypalon bellows shall be installed around the perimeter of the opening between the back of the cab and the front of the module body. All of the work required under this section shall be performed by YO N the successful bidder, The work shall notbe performed by a third party vendor. This shall guarantee a consistent level of quality and warranty protection while assuring that the work is engineered specifically for use with the module body and other equipment as specified 3Y CAB STEP WEL /RUNNING BOARDS ' 32.1 Diamond plate step well covers shall be installed on both the curb side and street side cab step wells. The covers shall be made of .125" thick polished diamond tread O N plate with a minimum 3003 -H14 alloy. The street side cover shall include a pull out tray for the four (4) chassis batteries .. HUB .. . - :33.'.WHEEl, HUB AND LUG NUT COVERS 33.1 Phoenix, Polished S/S Hub and Nut Covers. The center steel hub and lugs shall be capped off with bright stainless steel, snap on caps designed to cover wrench marks, O N normally left on the lug nuts. The design shall not affect tire and wheel balance When the vehicle is driven between zero and eighty miles per hour 34,' MUD FLAPS, REAR 34.1 The vehicle converter shall install individual rubber mud flaps behind each rear wheel. The mud flaps may incorporate the converter's corporate logo provided that the logo is made out of stainless steel or equivalent and attached to the mud flap. © f•1 Logos either printed on, or otherwise incorporated into the mud flap are not desirable as they cannot be removed and possess a tendency to fade 35. REAR STEP /BU M PER ASSEMBLY 35.1 The rear of the vehicle shall be equipped with a step /bumper assembly to be - O N fabricated from .250" wall square steel tubing and plate 35.2 The bumper shall mount directly to the frame rail lower section by four (4) %" grade O N 8 fasteners I 35.3 The assembly shall be spaced out from the rear kick plate a minimum of 1.5 ". The O N center section of the assembly shall pivot up and over center on two (2) .5" bolts to stay in the 'up' position. This section shall be a minimum of 9.5" deep and shall be Proposer Ieipals: City of Newport Beach RFP No. 13 -14 Pape 25 Emergency AmbUbr.ce Medical Vehicles Proposer lnitlols: {/]�{.�"J✓ City of Newport Beach RFP NO. 1313 Page 26 Emergency Ambulance Medical Vehicles constructed with grip -strut on the - stepping surface to provide for better footing. The ends of the assembly shall be covered in fixed polished aluminum diamond Treadplate 35.4 The distance between the top of the step and the ground shall not be less than 16 O N '36. DOC BOWERS ':':. 36.1 Black rubber pods 16" long x 2.S" tall z 2" deep N 36.2 Each rubber docking bumper shall be fastened through each bumper end cap to the O N supporting .250' steel frame by three (3) 3/8" grade 8 fasteners 37.`- REARTOWNOOKS 37.1 Each tow hook shall be made from forged steel with a minimum capacity of ten © thousand pounds (10,000) and mounted to the bumper frame by two (2) h" grade 8 N bolts 39. REVERSE ALARM 33.1 An audible alarm shall be installed to activate when the vehicle is placed into reverse O N gear 38.2 There shall be, installed on the front console and wired through the vehicle electrical system, a momentary cutoff switch to disable the alarm. This switch shall O N automatically reset each time the vehicle is placed into reverse gear 39. CONVERTER-PROVIDED BATTERIES - - - 39.1 One (1) Converter added battery will be provided I N 39,2 The vehicle shall also be equipped with four (4) OEM batteries © N 39.3 All four (4) batteries will be located under the drivers side door on a roll -out tray O N 40. EMERGENCY STARTSYSTEM 40.1 The emergency start batteries may be used to start the vehicle by utilizing a switch on the console to tie together all four batteries. If the system for emergency © N purposes is tied together a notification will appear on the master display 41. SPARE TIRE STORAGE - - 41.1 A full size, fully inflated spare tire shall be provided and shipped loose in the completed unit O N 41.2 The spare tire will boxed and secured in such a manner as to insure that the unit is O N not damaged Proposer lnitlols: {/]�{.�"J✓ City of Newport Beach RFP NO. 1313 Page 26 Emergency Ambulance Medical Vehicles ATTACHMENT C: AMBULANCE MODULE SPECIFICATIONS Instructions: Initial the bottom of each page of the Ambulance Module Specifications la the space provided and remit as,part of your Proposal as Attachment C, acknowledging a demonstrated understanding of the stated requirements. Any and all exceptions to the stated mandatory minimum requirements shall.be indicated on the Statement of Compliance (Attachment D) and identified by the Item Number listed in the specifications. Each specification must also be circled to note as compliant or not compliant. Failure to note compliance or to list exceptions shall result In your bid being deemed as non - responsive. 42. DIMENSIONS ITHE COMPLETED VEHICLE SHALL HAVE THE FOLLOWING MINIMUM DIMENSIONS): 42.1 (Exterior Module) - Height: 92.5" O N - Width: 95" - Length: 172" 42.2 1 (Interior Module) - Height: 72" O N -Aisle 46" - Length: 168" 423 1 OVERALL DIMENSIONS (Including Chassis, Module and - Height: 108" O I N - Width: 98" - Length: 306" 43 MODULAR BODY STRUCTURAL DESIGN REQUIREMENTS: - 43.1 The module body shall be designed and fabricated with the following key elements in mind: 1. The greatest possible load carrying capacity is desired; © N 2. The safety of all vehicle occupants is of paramount concern; 3. The body design, including construction materials and fabrication techniques shall be proven to be durable. 4. The body shall be easily retrofitted to a new chassis should that need ever a rise. 44. GENERAL B ODY.D ESCRI PTI ON P: opazer InitiaB'Jg� Gty or Newport BeaCh RFP No, 13 -13 Page 18 Emergency Ambulance Medical Vehicles 44.1 SERVICE INTENT: The ambulance body shall beall aluminum. The body sheet shall be reinforced with structural members designed to resist deflection and hold up to O N extreme ambulance service per current revision of Federal specification KKK -A -1822 442 BODY MEMBER ALLOY: The side, roof, front and rear sheet shall be derived from 5052 -H -32 Aluminum sheet. The roof sheet shall be one piece, from roof rail to roof OY N rail. The side structure and structural shapes shall be extruded of 6063 -T6 aluminum 443 BODY WARRANTY; The body shall carry a 1S- yearwarranty following the date of delivery to the end user. The warranty shall cover repairs or replacement of body O N elements or components that fail due to structural defects in materials and workmanship - 44.4 The body shall be re- mountable to a future new chassis, of exact specification, without voiding the 1S -year body warranty, provided the remount is done by the YO N Original Ambulance manufacturer or its authorized agent 45..PAYLOAD REQUIREMENTS: 45.1 The vehicle payload shall meet or exceed that called for in the current KKK -A -1822 specification. Before delivery of the completed unit the manufacturer shall weigh the vehicle. This purchaser reserves the right to have the finished vehicle weighed independently upon delivery. It should be noted that this purchaser, while interested in attaining the greatest possible payload, is unwilling to compromise on YO N the structural requirements of a strong, durable, and safe body. All bidders must understand these factors supersede concern over payload, and that the lightest body (greatest payload) will not necessarily be deemed sufficient to meet the stringent quality and safety requirements set forth herein -46, MODULE BODY STRUCTURAL INTEGRITY - 46.1 The body shall be capable of providing impact, deformation and penetration resistance in the event of a collision. The body structure shall be capable of passing a standalone static load test on a type- tested body. The test shall be conducted in accordance to AMD -001 except the test weight shall be 55,000 pounds or 5.7 times the curb weight of the finished vehicle. (Over 3.8 times the test weight imposed by OY N AMD -001). Additionally the same unit shall be subjected to the same test with the body turned on its side. Complete copy of the testing documents with photos, must accompany the bid /proposal. Exceptions to this requirement will not be considered. Noncompliant bids will be rejected 46.2 Safety is of the upmost importance to the purchaser. While currently there are no federal standards for crash testing an ambulance, the purchaser requires an outside third party test by a certified SAE facility to validate the structural crash worthiness of the ambulance conversion. The test will exceed the standards established by the National Highway Traffic Safety Administration and the Insurance Safety Institute for O N Highway Safety for side impact of a standard passenger sedan. To more accurately replicate the severity of a side impact collision on an ambulance the speeds should be boosted to 42 miles per hour. Complete copy of the testing documents with photos, must accompany the bid /proposal. Exceptions to this requirement will not be considered. Noncompliant bids will be rejected Proposer laitiob:.trd -a/ r v City of Newport Beach RFP No. 13 -14 Page 29 Emergency Ambulance Medical VehlCles 46.3 WELD QUALITY: All welds within the modular body shall meet American Welding O N Society codes for structural -and sheet welding 46.4 CREVICE PREPARATION: All skin and extrusion surfaces destined to be mated shall be primed with chromate, etching primer prior to assembly. Additionally, all over © N lapping extrusion to skin surfaces shall be bedded with a one part polyurethane adhesive sealant 47,- SIDE-- STRUCTURACM EMBERS` 47.1 The sheet edges will be fit into slots designed within a proprietary, double hollow, corner post extrusion. The sheet will be M.I.G. Welded to the extrusion. Double - © hollow designed Corner post extrusions shall be used to weld side and end N assemblies together. Horizontally oriented, adjoining structural box tubes shall be welded to the corner post with at least 4" of weld length 47.2 The intermediate structural members of the side grid shall be two inch by two inch 6063 -T6 aluminum, architectural box tubing. All entry and compartment door adjacent members shall be one quarter (.250) (double thickness) two inch by two inch architectural box tubing. The main structure shall frame in the compartment D N openings and provide intermediate skin support. The intermediate structure spacing shall have a nominal dimension of twelve inches. All grid structure shall be welded together with at least four inches of weld length 47.3 The side skin shall be bonded to the structural grid using two inch wide, VHB (Very © N High Bond) adhesive tape I 48.`- BODYSHEET - -: - - -- - - - 48.1 The side sheet shall be a one piece, seamless, .125 thick, 5052 -H32 aluminum. The side sheet compartment opening cut outs shall be cut with CNC controlled, gantry mounted plasma or high -speed routing equipment. This method will encourage square openings to receive the pre -hung door assemblies and maintain critical structural locations. Pre - determined ventilation louvers shall be formed into the YO N body sheet, where specified. A seamless doorjam exterior is required to minimize corrosion- extruded type door jambs do not meet this specification. The skin shall completely conceal the doorjamb from view. The only visible seams on the body sheet shall be at the corner posts 49. -SEAT BELT ANCHORAGE 49.1 Occupant seat belts shall be through bolted through one -half by four inch plates that 0 N F are continuously M.LG. Welded to the structural grid 50.- ROOF CONSTRUCTION - - - - - - - - - 50.1 PERIMETER EXTRUSIONS: A double hollow extrusion shall provide a structural transition between the module walls and the roof assembly. The shape shall O N incorporate a full perimeter drip rail. An anti - torsion web shall also be incorporated to enhance the bend resistance of the shape. The alloy shall be 6063 -T6 50.2 ROOF SHEET: The roof sheet shall be a one piece, seamless, .090 thick, 5052 -H32 © N aluminum. The four edges of the sheet shall be continuously welded to the roof rail Proposerrndiol:A pj_ City oFNewport Reach RFP No. 13 -14 - Page 30 Emergency Ambulance Medreal Vehicles Proposer lnitialAo& . City of Newport Beach RFP No. 13 -14 Page 31 Emergency Ambulance Medical Vehicles extrusion to prevent leaks. All perimeter welds shall be ground smooth and worked smooth prior to the overall paint job 50.3 ROOF BOWS: The roof sheet shall be supported by full width .125 x 2.25 x 2.25 inch architectural box tubing. The roof bows shall be located on twelve inch centers. The roof bows shall be M.I.G. Welded to the roof rail extrusions with no less than fourO N and one -half inches of continuous weld per end. The roof sheet shall be bonded to the roof bows with VHB (Very-High Bond) adhesive tape - 50.4 ROOF CORNERS:_ The roof rail extrusions shall be welded together along the roof bow mating walls at the corners. In addition, the outer surfaces of the roof rail extrusions shall be continuously M.I.G. Welded to cast aluminum corner castings. O N The castings shali have rail shaped heat risers behind the weld sites to interlock the joint. The corner cabs will incorporate a cast in recess to facilitate the install of DOT marker lights at 45 degree angles at each corner 50.5 The lens of the installed lights will have a near flush appearance A''1 N -- 51.: FLOOR CONSTRUCTION 51.1 FLOOR MEMBERS: All Floor structures shall be one - quarter (0.250) by two by three O N inch aluminum, 6063 -T6, architectural rectangular tubing 51.2 GUSSETS: The floor member to sidewall gussets shall be made of 6061 -T6 aluminum flat bar, one - quarter inch thick by four by four inch. A gusset shall be welded at Oy N each main cross member site ' 51.3 FULL WIDTH CROSS MEMBERS: The module floor shall provide core support for the side assemblies. A minimum of four (4) full body width floor members shall connect to and support the sidewall assemblies. Each member shall be made of 6063 46 aluminum. Two of the members shall be one- quarter inch by two inch by three inch O N rectangular architectural box tubing and be located just forward and aft of the wheel housing. The front member of the box shall be six -inch aluminum channel and the rear threshold member shall be one - eighth inch by two inch by two inch architectural box tubing with a formed reinforced 1/4" return angle 51.4 ALUMINUM PLATES: One -half inch thick plates shall be welded into the floor structure assembly at all locations where cot fasteners will be installed. All cot fastening hardware shall be through bolted. One inch (1 inch) thick tapping plates shall be welded in at all sites where through bolting cannot be done over fuel tanks. Floors that are uneven or are incapable of adequately supporting the load being carried on the vehicle are unacceptable. For that reason thin Floor panels and /or a lack of floor supports are not desirable. To prevent buckling, sagging, oil canning or any other structural breakdown of the Flooring system a detailed description of the O N required construction process is provided. The floor, from the front to the rear and from curoside to street side shall be supported by minimum 2" x 3" tubular beams with a .25" wall. The Floor just behind the axle shall be supported by a minimum 1.5" x 3" tubular beam with a .25" wall. All beams shall be strategically located at the load bearing points of the Floor and welded into place. The sub floor, above the aluminum sheet noted above, shall consist of W marine grade plywood. There shall be a minimum of pockets or voids at the floor to the sidewalk areas where water or moisture can become trapped or cause unsanitary conditions. All voids and pockets shall be filled with a sealer or caulking compound to provide a 100% smooth finish Proposer lnitialAo& . City of Newport Beach RFP No. 13 -14 Page 31 Emergency Ambulance Medical Vehicles F(ij)052I INf10( City of Newport Beach RFP rlo. 13 -14 Page 32 Emergency Ambulance Medical Vehicles from floor to wall. The floor bottom shall . be completely sealed to prevent rnoistp re and toxic fume penetration i WATER TIGHT PATIENT CABIN: The plywood sub floor shall be shielded from moisture.. A. forty -mil thick aluminum sub sheet shall be sealed to the floor structure with silicone sealant, Additional aluminum plates shall be intermittent welded between compartments, wheel well liners, step wells and fuel filler - YO N housings. All of the areas shall be thoroughly sealed from one to the other, creating a sealed patient cabin from the outside. Extrusion hollows shall be filled with expandable foam sealant to prevent fumes and moisture from entering S2. MOUNTING SYSTEM.. 52.1 The OEM chassis manufacturer determines the outside dimension, across the frame rails on this chassis. A minimum of (5) five Mounting platforms shall be attached along the outside of each chassis frame"rail for a total of (10) ten. Each platform shall consist of (1) top plate of .375" thick steel and (2) side reinforcement plates made of .25" steel. There shall be a .375" full backing plate where the mount attaches to the frame rail. The plates shall be welded along all seams with a heavy continuous weld. The body substructure shall include a .5" by .3" solid aluminum tie down bar welded to each substructure cross member. To complete the body to chassis attachment, a dull isolation tuned mounting system shall be used. The elastomer mount shall be custom -tuned to the specific chassis type for vibration YO N reduction, structure borne noise attenuation and to provide low profile, low frequency isolation necessary for Ideal patient compartment conditions. Standard chassis furnished mounting donuts will not meet the requirements of this specification. The Isolation Mount shall be attached to each platform by (2) .625" Grade 8 bolts with washers and locking nuts. The platform shall be attached to the chassis frame rail with a minimum of (3) ,625" diameter Grade 8 bolts with washers and locking nuts. The failsafe elastomer isolation mount shall then attach to the aluminum body tie down bar with a..75" diameter Grade 8 bolt, a washer, and a locking nut. 53. CURBSIDE ENTRY DOOR - - -- " - - 53.1 CURB SIDE ACCESS DOOR! The curbside access door shall be at least 84 13/16" high Q N by 31" wide measured at the doorjamb opening ' 53.2 STEP WELL A curbside entry door shall feature a two step "step well" to assist in patient cabin egress. The steps shall have a tread dimension of not less than 9 inches. The riser dimension shall not exceed 10 inches, measured from the step tread to the floor of the patient cabin. A right - angled trim, made of polished Stainless Steel, shall be formed over the flooring material and wrap around the 3- OY N sided perimeter of the step well. Step well material shall be 0.100 thick, Polished aluminum diamond plate. The step well shall be illuminated by a GROTE Brand LED light. The light will be activated by the side entry door. The step well shall meet or exceed the current revision of Federal specification KKK -A -1822 54. REAR ENTRY DOORS - - -- _ - - - - F(ij)052I INf10( City of Newport Beach RFP rlo. 13 -14 Page 32 Emergency Ambulance Medical Vehicles 54.1 REAR ACCESS DOORS: The rear of the module shall be equipped with double seamless patient compartment access doors. The doors shall be centered on the O N body and align with the patient compartment aisle space. The doors shall measure 46 3/4 inches wide by 56 5/8" high, jamb to jamb 54.2 REAR ACCESS DOOR JAMB: At the rear access doors, a full width, formed seamless stainless steel jamb protection plate shall be provided to prevent the cot frames from chipping the paint. The stainless steel protection package shall start from © under the kick plate and follow the contour of the outer jamb and convert to a 45 N degree entry transition ramp as it enters the door opening and covers the end of the sub - floor. The sill is to extend onto the module floor and cover the last six inches of the vinyl floor covering 55. COMPARTMENT CONSTRUCTION - - - 55.1 MATERIALS: Unless specified otherwise, all exterior compartment walls and backs shall be.constructed of .100 polished aluminum diamond plate. All compartment floors shall be formed of .125 aluminum sheet. Compartments for Generators, Oxygen, and Backboards will have .250 compartment floors. All compartment O N ceilings shall be formed of .090 aluminum sheet. The ceilings and floors shall form around the sides and back to provide an overlapping joint. The floor and ceiling surfaces shall be double action (DA) sanded to 180 grit. The floors and ceilings are bonded to the walls and back and intermittent welded on six (6) inch centers 55.2 VENTILATION: All compartments, made from aluminum sheet, shall have at least eight louvers of ventilation to the outside. All compartments shall be louvered through an interior sidewall with at least nine (9) square inches of free - vented area. oy N An exterior splash shield will be provided to prevent water and to minimize the intrusion of dust to the interior of the compartment 55.3 DRAIN HOLES: Drainage holes shall be provided on the bottom of the compartments. Each hole shall be baffled to prevent splash water from entering the 0 N compartment 55.4 ADJUSTABLE SHELF: When a shelf is specified a standard duty aluminum adjustable shelf shall be provided. The shelf shall be formed of .125 (1/8 ") thick polished 0 N aluminum diamond plate, with 2 inch upward turned lips on all four sides 55.5 SHELF MOUNTING: When a shelf is specified unit strut track will be installed. The Unistrut channel shall be made from 15/8' x 13/16 "x 16 gauge 6063 -T6 extruded aluminum. The channel shall be plug welded vertically through the out side of the compartment body, with a minimum of five (5) %" diameter welds per each channel. O N The channel nuts shall be made of case hardened steel with V -20 threads and spring loaded to prevent slipping while being adjusted. The shelf mounting bracket shall be made of cast aluminum with a brite finish. The casting size shall be 2" x 2" x 2" and a minimum of 1/8" thick 55.6 SURFACE PROTECTION: All exterior compartments shall have black rubber matting O u on compartment bottoms, shelves and slide -out trays Proposer lnitials: 0 Clvl of Newport Beach RFP No. 13 -14 Page 33 Emergency Ambulance Medical Vehicles 55.7 COMPARTMENT LIGHTING: LED strip lighting in all exterior compartments. (2) per compartment. © t4 Location: Inside compartment doorframes. Run full height on both sides. The lights will come on when the door is opened - 56..DOOR CONSTRUCTION - - 56.1 DOOR SKIN: The door skin shall be .125 thick 5052,H34 aluminum sheet formed on all four sides to create a crevice free surface for best paint adhesion and corrosion resistance. The formed edges shall not have elongation cracks due to forming. The © N formed edges uniformly rounds off exposed edges for better paint adhesion and aesthetic appeal. The Skin will not be formed into the door frames. 56.2 DOOR FRAMING -The door frame shall reinforce the perimeter of the skin pan. The extrusion shall incorporate a T -slot to receive an extruded, hollow, closed cell weather strip. The door frame shall also add torsion resistance to the door assembly. The door frame shall be mitered at the corners, assembled with one -way, drive -in O N splines, and continuously welded on the inside.. The door frame shall also incorporate a clearance way for UNF threaded blind fasteners for the door panels. The door frames will have a visible flange on the exterior of the body. 56.3 FINAL DOOR ASSEMBLY: The door skin shall be bonded to the frame assembly with an adhesive sealant in addition to intermittent welding. Additional adhesive sealant shall be applied to the inside of the door skin to prevent moisture from becoming trapped between the skin and the door frame extrusion. For entry doors: Additional, horizontal structure shall be added to maintain door skin flatness as well as penetration resistance in the event of a collision. The C- shaped, horizontal © N members shall be formed from one hundred twenty five mils thick aluminum sheet. A minimum of two. horizontal members shall be welded in. A vertically oriented c- channel shall be welded to the webs of both horizontal channels for additional buckling resistance 56.4 CORNER SPLINES: Both the door frame and the doorjambs will be constructed of extruded aluminum 6063 -T6. The extruded shapes shall be designed to mate together. There shall be a corner spline located in each corner of both the door frame and jamb. The corner spline shall be a solid milled aluminum shape that when in place creates a perfect ninety (90) degree corner. The spline shall completely fill the hollow cavity of the door frame and jamb extrusions. The spline shall be slightly larger than the cavity of the extrusions so that it must be driven into place. The O N spline shall have four (4) barb style wedges that prevent the spline from being removed once it is driven into place. The splines shall be approximately one half inch thick by one inch wide by four inches long (.5" x V x 4 ") in both directions from the ninety degree corner. Modular bodies that do not use bath extruded door frames and jambs, nor bodies that do not use drive -in splines are not acceptable 56.5 DOOR PANELS: The inside door panels shall be made of 100 mills (0.100) thick aluminum plate. The center panel shall be removable for easy lock O N service /lubrication. The edges of the door panel shall be recessed into the door frame extrusion. The panels shall be fastened to the door frame with stainless steel, #10 -32 UNF machine screws threaded into aircraft quality blind fasteners. Each Pro poser lniriah -. City of Newport Beach RFP No. 13 -14 Page 34 Emergency Ambulance Medici! Vehicles Proposer Initials City of Newport Beach AFP No. 1344 Page 35 Emergency Ambulance Medical Vehicles screw shall have an internal tooth lock washer to preclude loosening 56.6 DOORJAMB: The doorjamb shall accommodate rigid fastening of compartment door hinges. The jamb shall include a hollow cell that shall conceal wiring for the non - mechanical door switch. The doorjamb corners shall be mitered and have drive -in corner spines to hold the door square and rigidly together at the corners. O N Additionally, the jamb shall be continuously M.I.G. Welded on the inside and the outside corners. A seamless door jam exterior is required to minimize corrosion - extruded type door jambs do not meet this specification. The skin shall completely conceal the doorjamb from view. "No Exterior Door Extrusions Allowed" 56.7 HINGE: All doors shall have stainless steel, continuous, piano hinge. The pin diameter shall be .250 and staked into place to prevent drifting out of the hinge leaf. The knuckle lengths shall be one inch. The hinge attachment bolts shall be one © quarter inch diameter, twenty threads per inch by one inch long stainless steel Type N F hex head bolts. All tapped holes for hinge bolts shall be treated with an anticorrosion compound prior to installation of each hinge bolt. Each hinge leaf shall have a Mylar insulation strip between the leaf and the Jamb /Door 56.8 LATCHES: The latches shall meet FMVSS 206. All latches shall be two - stage, rotary- type. The latches shall be through bolted to the door frame extrusion. All entry doors shall have two rotary latches per door. To assure uniform latch timing and functional door reliability, only straight, one - quarter inch diameter rods shall connect the latches to the handle. Bends in door latch rods are NOT O N acceptable. Bends in door rods will straighten at undefined rates and cause latch timing problems. Unless otherwise specified herein, all single hung compartment doors shall have one rotary latch. All double hung compartment doors shall have two rotary latches per door. All striker pins shall be headed to prevent the door(s) from opening under impact 56.9 EXTERIOR HANDLES: The entire exterior handle assembly shall be Tri /Mark Series 2100 cast metal that is chrome plated and buffed to a -high Iuster.Blind fasteners shall be used to fasten the handles to the door. Every paddle handle shall have an Isolation gasket between the paddle body and the door skin. All door skin surfaces shall be painted prior to installation of the hardware. All paddles, on single hung and leading double doors shall be locking type and keyed the same. Trailing doors © N shall; have non-locking paddle handles, mounted on the outside of the door. The Handle shall have a bright chrome like finish mounted into a bright chrome coated dish. The latching mechanism will incorporate a free floating handle design 56.10 INTERIOR HANDLES: The interior handle shall be lever type. A Lock /Unlock lever shall O N be installed below the inside lever handle and be clearly marked Lock /Unlock 57. HOLD -OPEN DEVICES -. - -- - - -- - - 57.1 The following door hold -open devices shall be installed: OY N Compartment doors: Gas filled, 100 - degree extension actuator. Proposer Initials City of Newport Beach AFP No. 1344 Page 35 Emergency Ambulance Medical Vehicles - Side access door: Gas filled, -110- degree extension actuator. Spring - loaded devices are not desired because of their weaker holding capabilities and a lack of smooth door operation - 57.2 DOOR SWING: The compartment door checks shall be installed to allow the door to - ©- N open ninety degrees (90) from the fully closed position S7.3 REAR ACCESS DOOR CHECKS: Rear access doors shall open at least 1S0 degrees. The door checks shall be 2 piece, heavy duty, cast aluminum, grabber type with gaskets. The door shall have a'' /= round stock loop that plunges into a positiv^ Q N rubber /cast socket - -58: WINDOWS, MODULE BODY. ENTRY DOORS 58.1 REAR ENTRY DOOR WINDOW: The two rear doors shall feature a window with fixed glass. Each of these windows shall measure 16.5 "h x 17 "w and shall be glazed and tinted in accordance with FMVSS. The windows shall be encased in extruded ® aluminum frames. Under no circumstances will RV style windows, windows that rely N on rubber gaskets, windows that do not feature extruded aluminum frames, or windows that do not meet the above stated minimum dimensions be acceptable 58.2 SIDE ENTRY DOOR WINDOW: The side access door shall feature a sliding window. The window shall measure 16.5 "h x 17 "w and shall be glazed and tinted in .accordance with FMVSS. The window shall be encased in extruded aluminum © frames.. Under no circumstances will RV style windows, windows that rely on rubber N gaskets, windows that do not feature extruded aluminum frames, or windows that do not meet the above stated minimum dimensions be acceptable 59.- PRIVACY GLASS..- -. -... .... 591 All of the patient area windows, as specified above, shall feature a dark 'privacy' tint. This tint shall be incorporated into the glass. This process is required over those O N utilizing laminates or films due to the tendency of such materials to peel or bubble overtime W. INSULATIONS 60.1 The patient area of the vehicle shall be insulated with 2" Technicon polyfiber for both thermal and acoustic insulation. The compartment and access doors shall be Q fully lined with polydamp intefoam extensional damping pad for thermal and N acoustical insulation. The duct work for the heating and air conditioning system shall be lined with .250 inch rigid foil back polystyrene insulation 61. SOUNDPROOFING.- - -- - - - 61.1 To insure good working conditions and to create a stable patient environment, the vehicle shall be manufactured with particular attention paid to sound control. The following process must be performed throughout the manufacturing cycle of the O N vehicle: 1. Door interiors are to be lined with polydamp intefoam extensional damping pad Proposer lnitiols: Abe,- City of Newport Beach RW No. 13 -14 Page 36 Emergency.Ambolance Medical Vehicles Proposer Initia6'J /!1 Yi'IA City of Newport Beach RFP No. 13 -14 Page 37 Emergency Ambulance Pdedics! Vehicles 2. All walls shall be insulated with 2. inch Technicon polyfiber acoustic insulation. 3. Headliners shall be double insulated with 2 inch Technicon Polyfiber and a Reflectix barrier 'MODULE CONFIGURATION - 62.1 MODULE LENGTH: The interior module length shall be at least one hundred sixty O N eight inches ' 62.2 MODULE WIDTH: The module width shall comply with current revision of Federal O N Specification KKK -A -1822. The module shall be ninety five inches wide, excluding lights and accessories 62,3 MODULE HEAD ROOM: The module shall not be less than seventy two inches actual © measured headroom. The measurement shall be taken from the patient N compartment Floor to the ceiling panels 62.4 LOAD HEIGHT: Load height is defined as the vertical measurement from the level OY ground to the finished floor plane. The load height specified herein shall not exceed N the current Federal specification KKK -A -1822 63:':LEFT, FRONT COMPARTMENT =:- 63.1 This compartment shall be located in the left front corner of the modular body. The minimum compartment dimensions shall be: O N Actual Dimensions: 65" High x 21.5" Wide x 20" Deep Clear Door Opening: 18.7' Wide x 63.5" High 63.2 COMPARTMENT DOOR: A single, outside, forward hinged door shall be set for this, compartment. The door shall have a single handle and two rotary latches. The © compartment shall house the vehicle's primary 02 cylinder. The compartment shall N be vented to the outside. 63.3 COMPARTMENT FLOOR CONFIGURATION: Due to the stress transmitted to "the floor of this compartment as a normal part of the loading and unloading of the main 02 cylinders the floor of this compartment will made of.250" flat plate Aluminum. This compartment floor shall be a sweep out type floor. The compartment floor shall be O N flush with the lower doorjamb to facilitate compartment floor cleaning. The edge of the compartment floor shall be continuously welded to the lower door jamb. Heat generated from welding shall not distort the straightness or flatness of the jamb or compartment floor. The weld quality must be aesthetically uniform 614 MAIN 02 MOUNTING HARDWARE: Standard Zito Mount Oy N 63.5 FIXED VERTICAL DIVIDER: A fixed vertical divider will be located 8" to the right of the left hand wall in the compartment.. O N The divider will be full height X 18" deep and made of .125 Aluminum plate Proposer Initia6'J /!1 Yi'IA City of Newport Beach RFP No. 13 -14 Page 37 Emergency Ambulance Pdedics! Vehicles 63.6 ADJUSTABLE SHELF. A single; adjustable shelf will be located above the main 02 to the right of the fixed divider in this compartment. All exterior compartment shelves OY N shall be constructed of .125 polished aluminum diamond plate 63.7 DROP PAN FLOOR: Install a 4" drop pan in the 8" wide forward section to Miller N accommodate 72" tall board storage forward of the divider 64.- ':LEFT INTERMEDIATE COMPARTMENT, 64.1 This compartment shall be located in the right of the left front compartment. The minimum compartment dimensions shall be: O N Actual Dimensions: 43" High x 55.5' Wide x 20" Deep Clear Door Opening: 51.8" Wide x 39.8" High 641 COMPARTMENT DOOR: A pair of outside, forward hinged, compartment doors shall he set for this compartment. The doors shall each have a single handle and one © N rotary latch 643 COMPARTMENT FLOOR CONFIGURATION: This compartment floor shall be a sweep out type floor. The compartment floor shall be flush with the lower doorjamb to facilitate compartment floor cleaning. The edge of the compartment floor shall be © continuously welded to the lower doorjamb. Heat generated from welding shall not N distort the straightness or flatness of the jamb or compartment floor. The weld quality must he aesthetically uniform 64.4 ADJUSTABLE SHELF. A single, adjustable shelf will be centered in this compartment. © N All exterior compartment shelves shall be constructed of .125 polished aluminum diamond plate 65. LEFT REAR COMPARTMENT -.- -- 1 65.1 This compartment shall be located in the left rear corner of the body. The minimum compartment dimensions shall be: Actual Dimensions: 66.5' High x 37.4" Wide .x 20" Deep. Clear Door Opening: 32" Wide x 63.5' High N O The Upper 24.5' section above 42" will be 14" deep. , 6.5" deep Interior cabinets will back to the portion of the compartment. This compartment has been designated for SCBA and Safety equipment storage 65.2 COMPARTMENT DOORS: A pair of outside, forward hinged, compartment doors shall be set forthis compartment. The doors shall each have a single handle and (D N one rotary latch 653 COMPARTMENT FLOOR: This compartment shall feature a Three inch (3 ") dropped © N floor. The edge of the compartment shall be continuously welded to the lower door Proposer W-fo$: Gry of Newport Beach RFP No. 13-14 Page 34 Emergency Ambulance Medical Vehicles Proposer Ini Go! � City of Newport Beach RFP No. 13 -14 Page 39 Emergency Ambulance Medical Vehicles jamb 65.4 ADJUSTABLE SHELF: an adjustable shelves will be located in this compartment. Location: Center in the full depth lower section. O N All exterior compartment shelves shall be cgnstructed of .125 polished aluminum diamond plate 65.5 TOOL MOUNTING PLATE: Install a pair of Unistrut style shelf track on the back wall, upper 24.5" portion. N Bolt a .250" brushed aluminum plate on the Unistrut track. This will be used for install of SCBA hardware 66. RIGHT REAR BACKBOARD COMPARTMENT - - - - 66.1 This compartment shall be located in the right rear corner of the module body. The minimum jamb pass through dimensions shall be: OY N Actual Dimensions: 29.6" Wide x 83.6" High x 20" Deep Clear Door Opening: 25.1" Wide x 80.7" High 66.2 COMPARTMENT DOOR: Asingle outside, forward hinged, compartment door shall be set for this compartment. The door shall have a single handle and two rotary OY N latches 663 COMPARTMENT FLOOR CONFIGURATION: Due to the stress transmitted to the floor of this compartment as a normal part of the loading and unloading of back boards and the stair chair the floor of this compartment will made of .250" flat plate Aluminum. O N This compartment floor shall be a sweep out type floor. The compartment floor shall be flush with the lower doorjamb to facilitate compartment floor cleaning. The edge of the compartment floor shall be continuously welded to the lower door jamb. Heat generated from welding shall not distort the straightness or flatness of the jamb or compartment floor. The weld quality must be aesthetically uniform 66.4 FIXED VERTICAL DIVIDER: Quantity: Two (2) A fixed vertical divider will he located 8' to the right of the left wall in the compartment.. OY N The divider will be full height x 18" deep and made of .125 Aluminum plate. A second 40" tall divider will be located 9.5" to the right of the full height fixed divider 66.5 FIXED SHELF: The bottom shelf will be located to the right of the full height -fixed N divider 40" above floor level to accommodate the storage of a stair chair and Auto © Pulse below Proposer Ini Go! � City of Newport Beach RFP No. 13 -14 Page 39 Emergency Ambulance Medical Vehicles Proposer Ini[iOly ry City of Newport Beach aFP No. 13 -14 Page 4J Emergency Ambulance Medical Vehicles i 66.6 ADJUSTABLE SHELF: Two (2), adjustable shelves will be located to the right of the full height divider and distributed above the fixed shelf. OY N All exterior compartment shelves shall be constructed of .125 polished_ aluminum - diamond plate '._ CURBSIDE .FRONT ,COMPARTMENT 67.1 This compartment shall be located in the right front corner of the body. The minimum compartment dimensions shall be Actual Dimensions: 26.7'• Wide x 83.6" High K 30" Deep Clear Door Opening: 22.1" Wide x 79.1" High This area shall be accessed through a single outside, hinged door and from an opening located on the curb side forward wall (vehicle interior front wall area). O N This compartment shall be primarily usedfor storage of customer furnished jump kits. Nate: 3 batteries can be accommodated under the driver's side of the cab; if additional batteries are requested, a lower battery storage compartment will be installed below floor level. The upper door will be shortened and a second lower door and a Kwikee slide out battery tray shall be installed. 67.2 COMPARTMENT DOOR: A single, forward hinged, compartment door shall be set for O N this compartment. The door shall have a single handle and one rotary latch 67.3 COMPARTMENT FLOOR: This compartment shall feature a sweep out door opening Y - N < -j BODY PROTECTION AND BRIGHT WORK- .- • ...: '`` 69. MODULE BODY �CORNER �PROTECTION , 68.1 The lower seventeen inches (17 ") of the corner past extrusions shall be protected against stones and road debris. The corner post guards shall be formed of .080 thick polished aluminum diamond plate, contour fit to the corner post extrusions and O N riveted into place. A bead of silver colored, silicone sealant shall be applied across the too edge of the guards. The bottom of edge of the guard shall be left unsealed to promote moisture drainage 69. FRONT STONE GUARDS - - 69.1 The front of the body shall have skirt -line protection plates made of polished Stainless Steel. The corner pasts shall have form fit diamond plate protection height © matched to the front body stone guards. The height of the protection is seventeen N inches up from the body skirt line 70. REAR KICK PLATE -- -- _ - - - Proposer Ini[iOly ry City of Newport Beach aFP No. 13 -14 Page 4J Emergency Ambulance Medical Vehicles 70.1 The rear kick plate shall be made of 0.100 inch thick polished aluminum diamond plate and run from corner post to corner post. The height shall be from the skirt-line OY N of the body to the bottom doorjamb under the rear access doors 71. REAR FENDERS - - 71.1 The rear fenders shall be made of polished Aluminum. The mounting fasteners shall - © be Stainless Steel bolts with 100% nylon nut inserts. The fastener centers shall not N exceed ten (10) inches 72. SKIRT RUB RAMS 72.1 The entire skirt-line of the body, forward and aft on the rear wheels shall have formed Polished Stainless Steel skirt rails to protect the body. Each skirt rail shall meet current Federal Specification KKK -A -1822, Each rail shall be chamfered 45 degrees at both ends. The rails shall not have exposed fasteners in the rail when N viewed from the standing position -The rails shall not cut into the paint. They shall be mounted to the lower part of the modular body in such a way that they are spaced off the body ' a -- S: -- INTERIOR 73. CABINETS -. 73.1 All cabinets shall be constructed of plywood. The plywood shall have a minimum of seven plies and all plies shall be made with hardwood type woods. Plywood's constructed of softwoods like fir or pine is not acceptable. The face of cabinet modules shall be one piece of plywood with the compartment openings routed out for strength. A high impact, phenolic backed, high impact, and abrasion resistant high pressure laminate shall be used on both sides of the plywood. Gator -ply or Kraft type paper backers are not acceptable due to potential moisture absorption.' OY N which can result in cabinets warping or absorption of blood born pathogens. This material as well as all interior components shall meet or exceed F.M.V.S.S. #302. The laminate shall be adhered to the plywood prior to cutting and routing to maximize the bond and minimize edge chipping. The glue shall be a PVA (poly vinyl acetate) and each piece shall be put in a glue press for a minimum 90 minutes at 30 pounds per square foot ' 73.2 Cabinets shall be assembled utilizing three construction methods; gluing, stapling and screwing. The length of the fastener shall be at least 2.25 times the thickness of the material being pierced through. Screw heads shall be counter -sink type and y N driven flush. Staples shall be placed on two -inch intervals along the joints. Where ever possible joints shall be tongue and groove. The glue used shall be yellow colored waterproof resin type 73.3 Each cabinet shall be designed and constructed as an independent modular component. Partial cabinets are not acceptable because it reduces overall structural integrity. Cabinets shall be bolted to the body structure. Cabinets that are welded or otherwise permanently affixed to the module body structure will be 0 unacceptable. Such permanent installation methods limit the ability to make design updates at a later time. They also increase the time and cost involved with regard to remounting the body onto a new chassis should that occasion ever arise. Likewise, cabinets mounted with the use of either rivets or adhesives of any kind will not be Proposer InfGOtiv I City of Newport Beach RFP No. 13 -14 Page 41 Emergency Ambulance Medical' Vehicles Proposer Inirials'}'� OCr ci Newport Reach RFP Na 13 -14 Page 42 Emergency Ambulance Medical Vehicle> considered without exception 73.4 All trim through out the interior conversion shall be anodized aluminum or formed stainless steel. "Mill Finish" aluminum trim is not acceptable due to constant oxidation problems inherent in unfinished aluminum. All exposed corners within the O patient compartment shalt have padded or rounded corners. The round over trim N shapes shall be dent resistant and designed to reinforce the structural integrity of the cabinet 73.S Mitered joints through out the interior conversion shall have a gap -less, hairline fit. Openings and misalignments at the corners are not acceptable. Misapplied trim to cover manufacturing mistakes is not an acceptable solution to poor design and /or workmanship. Doors shall be warp free. Sliding polycarbonate door assemblies shall be scratch free and all edges shall be smooth and free of saw marks and sharp .� edges. Cabinets shall fit tightly against the ceiling as well. Doors and drawers shall N fit the opening. All doors shall open and close bind -free. Drawers shall slide in and out freely, without drag. All drawers shall be side mounted, full - extension drawer slides, rated at no less than 75 pounds per pair. All hinged wood core doors shall have positive latches 716 When specified, flush fitting doors shall have even door to opening gaps. All doors shall open and close bind -free. Drawers shall slide in and out freely, without drag. All drawers shall be mounted on side mounted, full- extension drawer slides, rated Q N no less than 75 pounds / pair. All hinged wood core doors shall have positive latches 73.7 All shelves shall be made of hardwood laminate and be surfaced on both sides and trimmed in aluminum. The shelves shall be held in place by aluminum Unistrut track O N that is recessed into the cabinet wall to allow for maximum shelf width. Surface mount shelf track shall not be acceptable 74. STREETSIOE LOWER. FRONT CABINETS (A.1) 74.1 The street side main cabinet wall shall be assembled according to the cabinet construction section. The assembly shall be bolted to the module body structure O N 74.2 Streetside lower cabinet, exterior Stainless Steel riser, interior laminate white. CPR section w/ storage below w/ hinged lid & hold open gas strut w/ FlexDraw hold YO N down latch. Gibralter countertop'/:" retention lips in attendant area 74.3 SHARPS POCKET: Attendant area back wall, (1), Stainless Steel, for Sage tlR1002, Sharps container. © N Refer to the provided prints ' 75. - STREETSIDE UPPER REAR CABINET (A.2) 75.1 The street side main cabinet wall shall be assembled according to the cabinet O N construction section. The assembly shall be bolted to the module body structure 751 A -2 UPPER: Custom 13" Tall x 30" Wide x 18" Deep upper rear storage cabinet w/ sliding polycarbonate doors and one (1) adjustable shelf, upper exhaust vent blower O N access in left wall Proposer Inirials'}'� OCr ci Newport Reach RFP Na 13 -14 Page 42 Emergency Ambulance Medical Vehicle> 75,3 A2 MID LEVEL:, Custom 23" Tall x 34" Wide x 6" Deep mid level cabinet set located below the upper full depth upper cabinet and backing to the partial depth section of YO N the exterior compartment. 75.4 Right side area 23" Tall x 20" Wide x 6" Deep storage cabinet with two (2) adjustable © N shelves w/ sliding polycarbonate doors I 75.5 Left side Glove Box Storage, (3) glove boxes with a side hinged flush to surface polycarbonate door with pull through openings O N 75.6 A2 LOWER LEVEL: Cabinets have been deleted to accommodate full depth section of the raised exterior compartment O N 76. STREETSIDE CABINETS REARWARD CENTER POSITION (A3) 76.1 The street side main cabinet wall shall be assembled according to the cabinet construction section. The assembly shall be bolted to the module body structure O N 76.2 A3 UPPER LEVEL: Custom 13" Tall x 20" Wide x 18" Deep cabinet w/ sliding polycarbonate doors and one (1) adjustable shelf ' O N 76.3 A3 MID LEVEL: Custom 12" Tall x 20" Wide x 18" Deep cabinet w/ sliding polycarbonate doors above Two (2) 4" tall drawers with solid fronts with locking YO N Chrome Steel, D ring pull latches 76.4 A3 LOWER LEVEL: Custom 12" Tall x 20" Wide x 18" deep storage cabinet vi/ sliding polycarbonate doors © N 77. STREETSIDE FRONT WALL(A-4) '.• ;,:_:.., :' - 77.1 The street side action wall shall be assembled according to the cabinet construction section. The assembly shall be bolted to the module body structure O N 77.2 A4 UPPER LEVEL: Two (2) Custom 13" Tall z 25" Wide x 18" Deep, Street side action © wall cabinets, (1) storage area w/ sliding polycarbonate doors and one (1) adjustable N shelf, each 77.3 RESTOCKING FEATURE: These cabinets are to have top hinged face frames, with gas strut hold open and positive locking devices to secure the frames in the closed O N position 77.4 A4 MID LEVEL: Attendant panel, three quarter ply with carbon fiber appearance. Cutouts for one (1) 02 outlet, Electric 02 monitor and emergency bypass, SSCOR panel, Time Manager Clock) Radio Volume control, and the main attendant switch O N panel 77.S Attendant area back wall, Stainless Steel Surround, cut outs for One (1) 12V outlet, Two (2) 110V outlets and a sharps pocket, recessed style, for Sage #R1002,.bright O N Stainless Steel 77.6 A4 INSERT CABINET: One (1) 24" Tall x 14" wide x 12" deep Mid level inset Storage N cabinet with two (2) adjustable shelves and a pair of side hinged flush to surface O polycarbonate doors with non locking Chrome Steel, D ring pull latches. Cabinet Proposer Initla!s�:/I Otf of Newport Beach RFP No. 13 -14 Page 43 Emergency Ambulance Medical Vehicles P(cposPr Inivo 15J!II City of Ne-p.0 Beach RFP No. 13-14 Page 4-1 Emergency Ambulance Medical Vehicles located at the forward end of the attendant counter 77.7 A4 LOWER: Attendant counter with Gibraltar, Corian or equivalent material, N rt countertop with half inch raised edge 7$ STREETSIDE CPR SEATAREA (A.1) 79.1 The street side rear cabinet Wall shall be assembled according to the Cabinet construction section. The assembly shall be bolted to the module body structure 78.2 Streetside CPR seat area, exterior laminate light grey, rear wall 78.3 Hinged backrest wl Stainless Steel tray on back side DI 78.4 The back rest pad shall consist of a two inch thick foam sheet over a hardwood (D N plywood backing board and covered in vinyl upholstery 78.5 Seamless padding specifically designed to protect the head is required. The pads shall consist of a two inch thick foam sheet over a hardwood plywood backing board (D N and covered in seamless vinyl upholstery 79. .STREETSIDE BULKHEAD CABINET (A.6) f 79.1 Streetside bulkhead cabinet & wall with upper A/Gremovabie panel, and opening for o IN oxygen access with hinged Plexiglas door 79.2 A vertical storage cabinet 50 Y" tall x 20 %" Wide x 16" Deep' shall be located behind the attendant seat. It shall be assembled according to the cabinet construction section. The assembly shall be bolted to the module body structure. Streetside bulkhead cabinet, exterior laminate light grey, interior laminate white, cabinet is split into two (2) sections: Upper section for Misc. equipment storage, right side facing, right side hinged door 0 N wl locking latch and two (2) adjustable shelves. Lower section right side facing, right side hinged door w/ locking latch, and vent (charger comp.). Top of cabinet to have Gibraltar, Corian or equivalent material countertop with half inch raised edge 80. CABINET FRONT OVERHEAD (A.7) 80.1 A 6" deep X 37" wide X 20" tall Electrical Cabinet will be located over the cab/module walk thru opening. This cabinet shall include a solid hinged door hinged on top with gas shock to hold door in upright position for maintenance. This cabinet N shall conform to all cabinet construction requirements 81.: PARTITION (A.8) 81.1 Solid Partition, exterior laminate light grey, sliding (clear) Plexiglas window P(cposPr Inivo 15J!II City of Ne-p.0 Beach RFP No. 13-14 Page 4-1 Emergency Ambulance Medical Vehicles X82. CURBSIDE BULKHEAD JUMP- KITCABINET(A.9), 82.1 A cabinet shall be provided on the front wall of the patient area just inside the side access door. This cabinet shall run from floor to ceiling and shall be assembled according to the cabinet construction section. The cabinet shall be anchored at both the top and © N bottom for stability. This storage area shall be used to house purchaser supplied bagged equipment and supplies.. This cabinet will be 68" Tall x 30" wide x 25" Deep. Cabinet will have a fixed shelf 12" down from top of cabinet. Install a vertical divider centered in the space above the shelf. 82.2 Left section to accommodate Knox 5502 Medi - vault, Upper tight storage cabinet w/Top hinged polycarbonate door with non locking Chrome Steel, D ring pull latch. The area below is to be open to the interior with Three (3) adjustable shelves. OY N This cabinet will have LED strip lighting full height inside of the left and right side cabinet openings. , 83:. SQUAD BENCH'(A.10) - '- 83.1 A minimum 20" wide x 72" long squad bench shall be provided on the curbside of the patient area. It shall be assembled according to the cabinet construction section. The lid shall be split and shall not include posts or wheel cups for a stretcher. Exterior Stainless Steel riser, interior laminate white, (2) hinged lids w( hold open gas. struts and Southcd rubber " FlexDraw" hold down latches HEAD END SEATING POSITION:;, One (1) pair of seat belts shall be installed in this area for the seated position. The belts shall conform to FMVSS Standard No. 209 (seat belt), and 210 (seat belt anchorage). O N FOOT END SEATING POSITION: One (1) pair of seat belts shall be installed in this area for the seated position. The belts shall conform to FMVSS Standard No. 209 (seat belt), and 210 (seat belt anchorage). On the curbside wall there shall be Four (4) rectangular cushions for backrests. These too shall be easily removed for bio - hazard cleaning. The cushions shall be attached to the lids with Velcro to make them easy to remove for bio- hazard cleaning. Two additional belts shall be supplied for backboard retention of a seconday patient 83.2 BIO -WASTE COLLECTION AREA: A biological waste area shall be provided and located at the head of the bench. One six quart (346 cubic inch), rimmed plastic waste container shall be supplied and fitted into the "Bio- waste" enclosure. The enclosure shall be covered with a red Plexiglas hinged door. The door pull shall be full length. A white colored "Bio - waste" symbol and legend shall be applied to the door. The © N sharps containers shall be a drop in, horizontal top drop, Sage #R1002 rimmed plastic container with closure. Trash & sharps containers to be included 84. CURBSIDE UPPER CABINET - :, PraPaser lnit ols:.40(,i�r�, City of Newport Beach RFP No. 13 -14 Page 45 Emergency Ambulance Medical Vehicles 84,1 The curbside upper - cabinet wall shall be assembled according to the cabinet construction section, The assembly shall be bolted to the module body structure. Curbside storage cabinet, exterior laminate light grey, interior laminate white. 0 N Cabinet over squad bench, divided into two sections w/ hinged (flip up) 3/8" polycarbonate doors w/ Chrome Steel "D" ring latches 84.2 ADJUSTABLE VERTICAL DIVIDERS: QUANTITY: Two.(2) Sets. OY N Install a set of 6 Plexiglas dividers into each section of the upper curbside cabinet 843 RETENSION LIP: Two (2) 1O N Both sections to have 11/2" tall retention lip across the front edge 85. ATTENDANT SEATS - 1: ':... _. ... ..._ ... _..:. , 85.1 INSIDE ACCESS TO AN EXTERIOR COMPARTMENT: Location: Curbside rear, Access into upper forward portion of the curbside rear compartment. © N Configuration: Two (2) side Hinged Plexiglas Doors, non locking Chrome Steel pull latches 85.2 A bucket type attendant seat with built in child safety seat shall be installed. The seat shall be bolted to a pedestal with 3 point retractable seat belts. The seat shall be capable of sliding both front and backward. The seat shall be upholstered to match the vehicle interior, and shall be capable of adjustment from front to rear. O N Seat shall conform to FMVSS Standard No. 209 (seat belt), 210 (seat belt anchorage). Manufacturer must be able to supply compliance documentation 86. VENTER CONSOLE DRIVER.AREA 86.1 A center console shall be installed in the driver area and attached to the floor. It shall be removable for engine service and include adequate service loops on the wire harness. The main console shall provide mounting space for customer supplied MDT, a Siren controller, Intercom system and at least Two (2) radios, and the Main Switch Panel. Meters and Warning Lights will be installed on a removable panel in the Chassis OEM front console. (D N The Specified Traffic advisor controller will be located overhead in the Navistar cab upper storage area. Directly behind console is a separate removable map box w/ adjustable polycarbonate dividers, w/ (2) cup holders. , Exact layout to be determined at Pre - construction Proposer )mtio ?s:/d� City of Newport Beach RFP No. 13 -14 Page 46 Emergene/ Ambulance Medical Vehicles �87. HEAD PROTECTION— CURB SIDE-ACCESS 000R 87.1 A seamless pad specifically designed to protect the head during egress is required. The pad shall consist of a two inch thick foam sheet over a hardwood plywood OY N backing board and covered in seamless vinyl upholstery 88. HEAD PROTECTION— REAR ACCESS DOOR: - 88.1 A seamless pad specifically designed to protect the head during egress is required and shall comply with current Federal Specification KKK -A -1822. The pad shall consist of a two inch thick foam sheet over a hardwood plywood backing board and covered in seamless vinyl upholstery -- INTERIOR TRIM AND COLOR 89. FLOOR COLOR /MATERIAL 89.1 The floor covering in the patient compartment shall be Loincoin II Flecks, Color Onyx #150uv. p N This floor incorporate an Anti microbial protection. It will be coved up the side walls a minimum of 3" 90., UPHOLSTERY cOLOR, REAR 90.1 Unless otherwise specified, the upholstery color for the patient compartment shall O N be Sierra Light Gray TL -2000 91. WATER FALL UPHOLSTERY, REAR - - -' - 91.1 UPHOLSTERY JOINERY TYPE: All long runs of cushion corners shall be vinyl wrapped. Sewn seams are permitted only on the cushion corners. Sewn seam lengths shall be Q N restricted to the cushion thickness. All vinyl surfaces shall be pulled tight against the foam, utilizing a hardwood plywood backing board 92. LAMINATE COLOR, U PPER 92.2 Unless otherwise specified, the laminate color for all upper cabinetry shall be - Light Gray - D 35S - O N -93. LAMINATE COLOR, LOWER MATTE . 93.1 Unless otherwise specified, the laminate color for all lower cabinetry shall be Dark Gray - 10592, matte finish O N 94. POLYCARBONITE DOORS - - . -- - - 94.1 Unless otherwise specified, the sliding Polycarbonate shall be .240 thick. O N Sliding doors will have full height anodized aluminum handles installed, in addition V diameter Finger holes will be provided for cable ties. P,00CSer Initla(s: J W City of Newfumq Beach RFP No. 13 -14 Page 47 Emergency Ambulance Medical VeMcles Proposer Inifia8: City of Newport Peach RFP No. 1314 Page 48 Emergency Ambulance Medical Vehicles . Hinged Doors shall be .375" thick and be installed recessed into the aluminum extrusion to provide a flush surface. The Color shall be Light Tint 95.ISEAT;CUSHIONS 95.1 All seat cushions in the patient area shall be 2" foam, double stitched seams. They O N shall be attached with Velcro fasteners for quick release and cleaning 96 COUNTER TOPS -- 96.1 All counter tops are to be high strength 1/2 -inch thick Gibraltar solid surfacing material (like Codan). The material shall be edged with a one (1) inch wide strip to prevent equipment from sliding off the countertop as well as retaining any spilled O N fluids. The entire countertop shall be glued and sanded to create a continuous waterproof tray that will not absorb fluids and is easy to clean. It shall also be impervious to all high strength cleaning and disinfecting solutions 97.,HEADLI NER;:'.. 97.1 The patient area ceiling shall be constructed of a bright white laminate over 1/4 inch luan plywood. This material shall be smooth, easy to clean; and durable. Headliner O N material that is padded or upholstered in any way will not be considered due to the lower degree of durability and the risk of contamination inherent in such materials 98.'WARRANTY :.: .... .. ... :. ..:.. ... r.. ... . 98.1 An inner door pan shall fit flush with the inner edges of the door. Inner door pans that do not fit flush will have sharp or ragged edges exposed and will not be acceptable. The panels must be attached to the door structure with machine screws and Nutserts to prevent stripping. Sheet metal screws or rivets will not be accepted. (D N A closed cell cross linked polyolefin foam tape shall be used beneath the inner door panels to isolate the panels from the doorframes. This process will prevent door rattling 98.2 Unless otherwise specified, the laminate colors for all upper door panels shall be — Gray, © f N finish D355 Light matte laminate 983 The lower portion of the patient area entry doors shall be covered with single sheets of stainless steel. Designs that do not incorporate this feature will not be considered O N as theywill not be capable of protecting the door panels from damage due to co[ movement, foot traffic, etc. 99. STAINLESS STEEL DOORSILL 99.1 Door sills, (rear), bright Stainless Steel, w /ramp edge, (side) bright Stainless Steel sill ® N 11/2" x 2 1/2" 100, RISER 100.1 The street side riser beneath the main cabinet wall shall be covered with a single O N sheet of stainless steel. The stainless material shall be installed flush with the riser and trimmed at the top and both sides so as to cover the edges. The bottom of the Proposer Inifia8: City of Newport Peach RFP No. 1314 Page 48 Emergency Ambulance Medical Vehicles . ProposzNnitios: �- City of Newport Beach RFP .No. 13 -14 Page 49 Emergency Ambulance Medical Vehicles material shall be formed at a 90 degree angle so that, upon installation, the 4" rolled floor will seal against the stainless steel. Designs that do not include this stainless steel riser will not be considered as they will not be capable of protecting the riser from damage due to cot movement, etc. ` -. 101.BENCH RISERS - 101.1 The curbside riser beneath the squad bench.shall be covered with a single sheet of stainless steel. The stainless material shall be installed flush with the riser and trimmed at the top and both sides so as to cover the edges. The bottom of the material shall be formed at a 90 degree angle so that, upon installation, the 4" rolled O N Floor will seal against the stainless steel. Designs that do not include this stainless steel riser will not be considered as they will not be capable of protecting the riser from damage due to cot movement, Etc. In addition, stainless steel risers that have exposed edges, or that are more than one piece, will not be acceptable "_..'.WARNING DEVICES. 102. 102.1 The Iightbar specified below shall be installed per the lightbar mounting instructions supplied by the manufacturer. FRONT LIGHT BAR: Whelan 4500 Series, W 18, 400 Super LED sections, 88.00 inch long. The light bar shall include Six (6) Red LED lights and two (2) White LED Lights with . Clear lenses and a GTT low- profile LED emitter in the center section of the light bar. The Two (2) center lights shall be steady burning Reds. YO N F F F SB SB F F F Corner RED /RED /White/ RED /Opticom \RED \White \RED \Corner RED The emitter shall be wired "ON" with the Primary warning Light switch and shall disengage when the vehicle is place in "PARK" or "NEUTRAL ". There shall be a separate cutout switch installed on the front switch panel. Refer to Whelan Print 103. TRAFFIC ADVISOR REAR UPPER - - 103.1 One (1) Whelan Low Profile tfTAM85 with (8) TIR6 Super LED Traffic Advisor mounted above the rear doors with the control head in the chassis OEM driver's overhead console. O N NOTE: The Traffic Advisor shall be wired directly to the batteries " ProposzNnitios: �- City of Newport Beach RFP .No. 13 -14 Page 49 Emergency Ambulance Medical Vehicles 104. WARNING LIGHTS REAR UPPER -:' 104:1 The module shall have two (2) Whelen M9 Series LED (red) w/ chrome flange - N warning lights with RED lenses mounted on the rear outboard corners of the module O 105. WARNING LIGHTS REAR MID 105.1 The module shall have (2) Whelen M9 series LED (Amber) w/ chrome flange warning- - lights with Amber lenses mounted on the rear of the module at window level. They should be positioned to show through the windows when the doors are in the open O N position 106.` WARNING LIGHTS REAR LOWER LEVEL " =. -- - -_ 106.1 The module shall have two (2) Whelen M6 Series LED Red Warning lights on the lower rear of the vehicle, above the Brake Taillights, installed in top position of OY M Whelen ftM6FCV4 Chrome Flange 107:' WARNING LIGHTS, MODULE SIDES 107.1 The module shall have four (4), Whelen M9 series LED (Red) w/ Chrome Flange warning lights with RED lenses. Two (2) located on the streetside upper corners and © N (2) on the curbside upper corners 108. FORWARD WARNING LIGHTS -' -- - -- 103.1 There shall two (2) Whelen N17 Series LED with Red lenses mounted in bright cast aluminum light housings in the grille. (1) Light shall be able to Flash and the other QY N light shall be steady red. 109. FRONT FENDER WARNING.LIGHTS. ^ -` `- -� -- 109.11 Intersection lights, front fenders, (2) Whelen Prl7 Series LED Split Red /Clear w/ chrome flange warning lights with Red /Clear lenses, (1) on the streetside fender and © N (1) on the curbside fender 110:'REAR FENDER WARNING LIGHTS 35.3 Intersection lights, Rear fenders, (2) Whelen N16D Series LED Split Red /Clear LED w/ chrome flange warning lights with Red /Clear lenses, (1) above the streetside fender OY N and (1) above the curbside fender 111. SCENE LIGHTS, REAR: 111.1 There shall be two (2) Whelen M6LZCSeries LED (clear) w /chrome flange and with 26 deg. Optics mounted on the rear of the module just above the rear doors O N 112. REVERSE ACTIVATED REAR SCENE LIGHTS -- - - - 112.1 The above specified rear scene lights will be wired to activate when the vehicle is N placed in reverse gear in addition to operating when the rear doors are opened Proposer Wrials: OVA 1 City of Newport Beach RFP No. 13 -14 / Page 50 Emergency Ambulance Medical Vehides r 3113. SCENE LIGHTS; -SIDE I 113.1 There shall be (4) total, (2) per side Whelen M9LZC Series LED (clear) w/ chrome N flange. Lights shall be mounted next to the red warning lights ' 114 CHROME FLANGES =- ^i -•- '' 114.1 All emergency and scene lighting specified is to have Chrome flanges installed to O enhance the appearance of the unit N All SIREN, ELECTRONIC 115.1 The vehicle manufacturer shall supply and install a Whelen 295SLSA -1 siren, CA spec, 100 Watt w /mic, (hi -lo deleted), flush mounting bezel, (horn ring control). This siren © N shall be compliant with California Title 13 requirements - 116:.,SIREN SPEAKER 116A Cast Products 100 watt through bumper siren speakers will be installed. Speakers will be installed in a manner that will not disrupt airflow to the radiator or engine area. The speaker driver itself shall be a single unit; two piece siren speaker OY N assemblies are not acceptable due to greater susceptibility to environmental damage 117.. INSTALL MANUFACTURER SUP. PLIED FEDERAL MECH. SIREN GRINDER /GROWLER ".. 117.1 Federal Mech. Siren grinder /growler install In the front bumper wire to (1) drivers side foot switch activated via Primary /Secondary switch. Siren brake on the front console. Exact location of siren install to be determined after evaluation of bumper O N and siren 11B.A .:AIR HORN SWITCH 118.1 Air horn system to be supplied with chassis provide a single Line Master Clamshell st y le foot switch on drivers side in cab. Location to be determined at Pre YO N construction conference 119. _: HEADLIGHT FLASHER' 119.1 The vehicle headlights shall alternately flash through the activation of the appropriate switch on the cab control console. The flasher circuit must be designed so the daytime running lights (low- beams) are cut out when the flasher circuit is 0 N engaged. This is an OEM requirement to reduce heat build -up in the light housing, which could result in severe damage ' 120.: WARNING LIGHT FLASHER 120.1 An ambulance flasher module shall be installed to supply momentary power (flash) for the warning lights O N 121• UPPER BRAKE LIGHT _ 121.1 A Brake light, rear upper center, Whelen M7 Series LED (red) w/ chrome flange. shall Y N Proposer lnitiaft; City of Newport Rea:h RFP No. 1314 Page 51 Emergency Ambulance Medical Vehicles Aropos or lnRials, ` City of Newport Beach RFP No 13 -14 Page 52 Emergeoc'Amhulance Medical Vehicles be instal led, in the center of the mod directly above the rear entry doors. - - It shall be wired to the chassis brakes and operate in conjunction with the brake lights 122 MARKER LIGHTS,,' 122.1 Front, rear and side FMVSS marker lights shall be LED type: Front; amber lights are supplied on light bar. © N Side; two red lights in upper rear of module side. Rear; five red lights in upper corners and above doors module rear 123. TAILLIGHT FLANGE 123.1 Whelen #M6FCV4 Chrome Flange Note: This is a Four (4) light Flange includes the tail lights and 1 emergency,flashi ng O N light. Install left and right rear above the tread bright _. - 124:: - TAILLIGHTS 124.1 Whelen brand back -up, turn and brake lights shall be supplied as follows: (2) Whelen M6T LED (amber) w/ arrow turn signal © N (2) Whelen M68TT (red) Stop/Tail light (2) Whelen M68UW LED (clear) back -up light 125.:, ENTRY DOOR MARKER LIGHTS:. ( •' ., .. 125.1 Install Weldon LED Red door marker lights on the upper and lower corners of each. inner module entry door panel. O N Quantity: Six (6). Two (2) per door. Configure to come on when the door is opened 126. DOOR REFLECTORS _- 126.1 Red reflectors shall be installed on the inside on the patient area doors O N 127. BODYREFLECTORS 1271 The module shall have amber reflectors in the lower front corners and red reflectors in lower © N the rear corners ELECTRICAL CONTROL CENTER - -� Aropos or lnRials, ` City of Newport Beach RFP No 13 -14 Page 52 Emergeoc'Amhulance Medical Vehicles 128. ELECTRICAL;SWITCH PANEL FRONT .... , 128.1 Two (2) consoles shall be installed in the cab - The lower console shall be fabricated to match the OEM dashboard, material, and YO N color. The console shall be installed at floor level to allow for siren and radio read installation in its face 128.2 LOWER CAB CONSOLE: Lower console mounted between the cab seats with a forward section to accommodate the siren, two radios and the Customer supplied MDT. The switch panel, cup holders and open map storage will be located rearward. Under no circumstances shall the console interfere with the OEM vehicle controls or gauges, nor shall the control panel be installed in such a manner as to interfere with the OEM vehicle controls, gauges, or the driver's line of vision- There shall Also be an emergency disconnect switch for manual, emergency shutdown. All switches shall OY N be high cycle Rocker Switches, with Silver Contacts and Nickel Plated Brass Connection Blades. They will incorporate Color Coordinated LED illumination. Each switch will be back lit and labeled with specific function. (Including module disconnect switch). System shall also incorporate an automatic shut down timer IS minute) activated when ignition is turned off. Switch MASTER ON Switches and legends are to be back lit 128.3 SWITCHES: A. PRI- SEC- LIT RED/ AMBER LED B. HEAD LIGHT FLASER -LIT CLEAR LED C.LIGHT BAR WHITE DEFEAT. . D .OPTICOM E. BLANK F. BLANK G. BACK UP ALARM -RESET TYPE - MOMENTARILY ON (NON LIT) H. LEFT SCENE WHITE LIT LED O N I. REAR SCENE WHITE LIT LED J. RIGHT SCENE WHITE LIT LED K. PATIENT DOME 3- WAY - LIT AMBER LED L. PATIENT A/C HEAT 3 -WAY -. LIT BLUE LED M. BLANK N. MOD. DISCONNECT -GREEN LIT LED - 0. EMERGENCY START,ON -OFF GUARDED (NON LIT) PILOT LIGHTS 128.4 CENTER OEM DASH CONSOLE: A custom fabricated and painted steel panel will be located into the chassis OEM center dash console area. All functions shall be identified by etched plastic labels. All jeweled lights shall be Cole Hersee, PL 86 -RC P. PILOT LIGHT - PARKING BRAKE RED LED Q. PILOT LIGHT - DOOR OPEN RED LED O N R. PILOT LIGHT- EMERGENCY START RED LED S. PILOT LIGHT - ALTERNATOR RED LED T. PILOT LIGHT- MASTER ON GREEN LED - AMPERAGE METER DIGITAL, TST WITH REMOTE INDUCTION SENSOR — NO SHUNT. - VOLTAGE METER DIGITAL, TST 0 -18 VOLTS. - HOUR METER, TSD, ALTERNATOR ACTIVATED Praposer lniools: City of Newport Beach RFP No. 13 -14 Page 53 Emergency Ambulance Medical Vehicles 128.5 UPPER OEM DASH CONSOLE: A custom fabricated and painted steel panel will be located into the chassis OEM overhead console area. This will accommodate the OY N specified Traffic adviser control module 128.6 WHELEN #TAMES CONROL HEAD © N Note: These Consoles will be custom configured to fit the Navistar Chassis and meet the customer requirements 129. REMOTE - 129.1 Go -Light 2020 Remote control spot light. YO N Light located cab roof center line, Control on front console 130. MAP LIGHT - 130.1 Install a Federal Mini Light on right side of the front console. O N Wire to a cab control panel switch 131.. RADIO MOUNTING BEZEL - 131.1 Two (2) Radio mounting bezels will be provided and installed in the front console. These are to adapt radio port in console to specified tyro -way radios, Steel, Black finish. Q N Quantity: Two (2) Maker and model of radios to be provided prior to build 432. AUDIBLE CHIME 132.1 Module Door Open Audible Chime. Q N Wire to a module entry and compartment doors ELECTRICAL PATIENT COMPARTMENT 133. ELECTRICAL SWITCH PANEL ATTENDANT AREA - 1311 All switches shall be high cycle Cole Hersey, or approved equivalent Rocker Switches, with Silver Contacts and Nickel Plated Brass Connection Blades. They will incorporate Color Coordinated LEO illumination. Each switch will be back lit and labeled with specific function. Ten (10) positions: Switch, DOME 3WAY, panel mounted, Cole Hersey LED, black, lit amber. Q N Switch, DOME HI -LO, panel mounted, Cole Hersey, black, non lit. Switch, COMPARTMENT LIGHTS, C.H. LEO, lit White Switch, BLANK Switch, EXHAUST, panel mounted, Cole Hersey LED, lit amber. Switch, ELECT SUCTION, panel mounted, Cale Hersey LED, lit amber. Switch, PATIENT HEAT A /C, 3 -way panel mounted Cale Hersey LED, A/C on lit blue. City of Newport Beach RFP No. 13 -14 Vag= 51 Emergency Arnb0ance Medical Vehides Proposer Initials: City of Newport Beach RFP No. 13 -L9 Page 55 Emergenry Ambulance Medical Vehicles Switch, A /C, FAN HI -LO, 3 -way panel mounted, Cole Hersey, non -lit. Switch, A /C, HEAT -COOL, 3 -way panel mounted, Cole Hersey, non -lit. 134.1LECTRICALSWI7CH PANELS OTHER • - • - -, , : • -.. .. ,.... ,_..: • ,,: :... ,. 134,1 All switches shall be high cycle Cole Hersey, or approved equivalent Rocker Switches, with Silver Contacts and Nickel Plated Brass Connection Blades. They will incorporate Color Coordinated LED illumination. Each switch will be back lit and labeled with specific function. Electrical Switches /Defeat, Panel. O N Switch defeat, PATIENT DOME, side and rear door, Cole Hersey, non -lit. Switch defeat, RIGHT FLOOD, Cole Hersey, non -lit. Switch defeat, REAR FLOOD, Cole Hersey, non -lit - 135.' DOME LAMPS LED::, 135.1 Eight (8) Whelen nine diode,. white LED dome lights shall be installed in the patient area ceiling. These will be configured for two light intensities, high and low. The lens shall be high strength Lexan. The lights shall be recessed into the headliner and shall not protrude from the ceiling more than 1/8 ". Each light shall not draw more than OY N 1.5 amps at full intensity. All dome lighting shall be controlled via multi -way switching at the patient action, module doors, area and the front electrical control console 136. CABINET LIGHTING 136.1 Interior cabinet lighting, LED disc light in each interior cabinet, action wall panel O N lighting attendant area, and ALS cabinet to have LED strip lighting, both activated w/ switch in action area 137. STEP. WELL; LIGHT 137.1 A Grote LED light shall be installed in the side step well to light the step well area when the side access door is opened. The light shall be activated by a magnetic door © N switch installed on the door as described elsewhere within this document 138. ATTENDANT LAMP 138.1 12 Volt LED Strip Lighting mounted to bottom of upper cabinet to illuminate the O N action wall area -139. RESTOCKING LIGHT TIMER - - - - 139.1 TWO (2) 15 MINUTE TIMERS: A variable 0 to 15 minute, spring wound, mechanical timer switch shall provide temporary illumination of the patient cabin for check out purposes. The switch input shall be wired directly to the vehicle batteries. N The switches shall be located on the curbside wall „one by the C/5 access doors over the squad bench, the other inside the patient compartment on the wall by the right Proposer Initials: City of Newport Beach RFP No. 13 -L9 Page 55 Emergenry Ambulance Medical Vehicles Proposer Initial: City of Nev,ocrt Beach RFP No, 13 -14 Page 5E Emergency Ambulance Medical Vehicles rear door.- - - - The timer circuit shall comply with the latest revisibn of KKI( -A -1822. LIGHTS POWERED BY TIMER: The aforementioned timers shall power Three (3) LED -dome lights over the cot 140. ELECTRICAL OUTLET 12V DC. - - -- 140.1 The 12 volt outlet shall be wired through a 10 amp auto reset circuit breaker. All outlets, unless noted otherwise below, shall be on with the ignition timer /circuit. All 12 volt outlets shall be labeled. Adapter type shall be a cigarette lighter style. O N A 12 volt electrical outlet shall be installed at the attendant action area. A 12 volt electrical outlet shall be installed in the curbside bulkhead cabinet next to the 110V outlet 141. - ELECTRICALOUTLET.120VAC 141.1 Two (2) Duplex 120V, 15 amp interior electrical outlets shall be installed. Outlets shall have an indicator light to be on when outlets are hot. O N One (1) at the action wall. One (i) in the upper section of the ALS cabinet 142. SHORE POWER -- -- - - - - 142.1 The vehicle shall be equipped with a 120V NEWMAR 20 AMP Kwik Eject shore power inlet. Note: Wire to the specified Newmar charger in the inverter cabinet. O N Cover Color: RED Locate Mount shoreline plug on the streetside of the module above the intermediate compartment 143. -" BATTERY CHARGER ` - -- - - - - - - - - - - - - 143.1 Newmaf20 amp Charger, W/ Charge monitor. " Charge Monitor shall be located above exterior shore inlet. YO N Charger shall be located In the designated lower streetside interior cabinet. 144. BLOCK HEATER WIRING - - - 144.1 Block heater wiring, from Block Heater to Shore Power, switch on partition behind © N driver seat base 145.- PATIENT AREA CLOCK - - - Proposer Initial: City of Nev,ocrt Beach RFP No, 13 -14 Page 5E Emergency Ambulance Medical Vehicles 145.1 Clock, Emergency Time Manager, mounted in action.wall panel, chimes. yO N Locate: Center over the rear doors '146. PATIENT AREA.AM /FM SPEAKERS -. - 146.1 AM- FM- Speakers (2) above rear access doors in patient compartment © N 1474 ;AIR RIDE CONTROL SYSTEM - -" 147.1 All switches shall be Cole Hersey, LED Euro style and color coordinated with their specific functions. Santex, back lit. In addition to the OEM factory switch on the yO N front console provide a defeat switch on the inner door panel of the right rear door 147.2 Air Ride Dump System to function as follows: To dump automatically when Left rear door is open, and fill when it closes. © N This defeat switch will not interfere with the OEM switch ' r.ELECTRICAL AND MECHANICAL' STANDARD 148. .ELECTRICAL. SYSTEM < - - 148.1 ELECTRICAL SYSTEM 12 Volt — General © N 148.2 MODULE GROUNDING: A minimum of (2( two braided ground straps shall be through bolted to the chassis frame and the floor structure of the modular body. The bolts shall be at least 3/8 diameter. A flat washer shall be provided under the O N head of the bolt, over the strap'Iug. Additionally an internal tooth lock washer shall preclude loosening. Conventional stranded copper cables are not acceptable because they do not suppress RFI and does not meet SAE 1551 148.3 GENERAL GROUNDS: To comply with current Federal specification KKK -A -1822 plus enhance ground quality and reduce trouble shooting time, all devices wired within the ambulance conversion shall be centrally grounded. Each device shall have a O N separate ground wire routed to a central buss bar then grounded via fine strand cable to the module body. Local grounds are acceptable only when the device is drawing at or less than 100 milliamps (0.1 amps) 148.4 12 VOLT WIRE: All wires within the ambulance harnesses shall meet current Federal specification KKK -A -1822. All wiring shall be 5XL type wire. Although GXL type wire is Ford QVM approved it does not have as high a rating as SXL and so therefore is not acceptable. Wire gauge used shall be 150 percent of circuit requirement. All crimps on 12 gauge or smaller thickness wire shall be done utilizing a hydraulic crimper. Manual crimping is not acceptable because it is more susceptible to long O N term failure. The wire shall he color coded, number coded and function printed every six inches. Every circuit shall be protected with an automatic resetting circuit breaker. Wire conductors shall be stranded copper 148.5 WIRE PROTECTION: All wire within the conversion shall be protected and run in split O N convoluted loom with a melting temperature of 300 degrees, Fahrenheit. All wire Proposer Minn 5� 1, City of Newport Beach RF? No. 13 -14 Page 57 Emergency Ambulance Medical Vehicle: Proposer Initicls. ", City of Newport Beach RFP Nu. 13 -14 Page 53 Emergency Ambulance Medical Vehicles harnesses shall be clamped and routed to eliminate possibility of damage due to cut /chaffed wire, Grommets made of rubber or plastic shall be used where harnesses pass through metal or wood, Large holes and irregular shaped mire passages shall use automotive edge trim to protect the wire conduit /loom. Wire harnesses shall be neatly clamped into protective routing. areas away from heat sources, unfriendly edges or moving devices .14&6j SPLICE -LESS WIRING: Each converter -added circuit shall be powered through an individual wire that is free of any splices within the wire harness. For ease of troubleshooting and for greater reliability, one end of the wire shall plug directly into the output module and the other end shall connect to the device or the pigtail YO N of the device being powered. The use of daisy -chain wiring will not be acceptable ' 149. CIRCUIT BOARD -- - - - -- 149.1 RMR Rail System, W/ LED Diagnostics O N 149.2 CIRCUIT BOARD: The single relay control board is a fully integrated relay control board designed and built to IPC Class 3" guidelines. The VF4 style socketed relay is rated at 20A at 24 VDC with built -in on -board diode suppression. Three status indicators for Blown Fuse, Coil Power and Load allow for intuitive operation and troubleshooting. Also included is a medium sized ATO blade style fuse / circuit breaker holder that is rated for 20A. Wiring connections are made via a WAGO Cage O N Clamp removable lockable connector, which provides a secure, vibration proof and corrosion resistant wire termination. Installation time is reduced by as much as 75 %. All of these features are mounted in a 2'x2" DIN Rail mountable package. Clearly, the Single Relay Control Board is a best -in -class solution for Emergency Vehicle relay, applications 150.. GROUND STRAPS, MODULE TO FRAME 150.1 Four (4) 7/8" wide by 1/8" thick, fine strand, woven straps shall provide a ground path from the module body to the chassis frame. Woven straps filter out RR noise originating from alternators, strobe power supplies and other devices, that may find their way into intercom, stereo and two way communication radios. Each end of the O N ground straps shall be through bolted with 3/8" diameter, grade 5 or 8, hex head bolts and lock nuts. Each connection site shall be cleaned to the bare metal prior to fastening the strap. The connections shall have a dielectric anti corrosion spray applied 151. EMERGENCY START SYSTEM 151.1 The four (4) battery system, as noted in the "Chassis" section of these specifications shall include four batteries on a roll out tray on the cab under the driver's door. The two (2) chassis batteries shall be primary and utilized for starting the vehicle and OY running the patient module. There shall be two additional secondary batteries to be N continuously charged but isolated from the primary batteries. In the event the primary batteries are depleted there shall be an emergency start circuit that upon activation ties the secondary batteries to the primary batteries. Each system shall be able to be monitored by a common voltmeter. If the system for emergency Proposer Initicls. ", City of Newport Beach RFP Nu. 13 -14 Page 53 Emergency Ambulance Medical Vehicles Proposer foitiai �� City of Newport Beach RFP No. 13 -14 Page 59 Emergeoe/ Ambulance Nledlcal Vehicles purposes is tied togethera jeweled, red, one- inch (1") light shall be activated._This light shall remain activated until it is reset by a method that is separate and not obvious to the driver. The intent of this system is to always have backup battery power for emergency starting and to force a system review when an "Emergency Start" event occurs 152. AUTO THROTTLE- - - 152.1 A NAVISTAR high idle device shall be supplied to control the high idle system 0 - N 153. SHUT-DOWN TIMEq - -- -- �- - - - -. - 153.1 The chassis electrical system shall incorporate an automatic shut down timer (5 minute) activated when ignition is turned off. The timer shall also be adjustable to OY N 10 or 20 minute time segments 154:, ELECTRIC DOOR LOCKS 154.1 Power activated door locks shall be installed on Patient area Access Doors. Locks shall be activated by cab door lock switch. Locks may be overridden by a manual i� N slide lever or by the door key ASS. ELECTRIC COMPARTMENT LOCKS 155.1 Power activated door lacks shall be installed on all Exterior Compartment Access Doors. Locks shall be activated by cab door lock switch. Locks may be overridden by the door key. 0 N NOTE: The lower curbside forward battery compartment will not require a pourer lock . 156.: ELECTRIC DOOR LOCKS-WIRED TOGETHER' '• "' 156.1 Cab, and module door's are to be wired into the same circuit so that the NAVISTAR remote controls all locks 157. ELECTRIC DOOR. LOCKS REMOTE SWITCH '. 157.1 Remote door lock release, upper portion of the rear license plate housing, controls O N all locks 158. COMPARTMENT LIGHTING 158.1 LED strip lighting on all exterior compartments. (2) per compartment. . OY N Locate: Inside compartment door frames. Run full height on both sides 159. 12 VOLT POWER - 159.1 12 Volt wiring, pair. Positive - Negative, Hot to Battery, w / 3 feet of coiled wire at termination point O N Note: Quantity:3 Proposer foitiai �� City of Newport Beach RFP No. 13 -14 Page 59 Emergeoe/ Ambulance Nledlcal Vehicles prapuwr Initials:, ' Cityof Newpor. Beach RFP Na. 1344 Paac 60 Emergency Ambulance Medica! Vehicles Locate: (1) one set behind the driver's seat. Locate: (1) one set behind the passenger seat. Locate: (1) one set in the streetside rear compartment 1fi0..RADlO POWER 'a 160.1 Two way radio power, Positive - Negative Ignition, with terminal strip. Quantity: Three (3) Sets Set #1 Locate: Terminate inside the streetside bulkhead cabinet behind the attendants seat. Configure: Provide 3 terminal blocks, 1 lead hot to Battery, 1 lead hot to Ignition, 1 Ground lead Set #2 Locate: Terminate cab bulkhead wall behind the driver's seat. O N Configure: Provide 3 terminal blocks, 1 lead hot to Battery, Head hot to Ignition, 1 Groundlead Set #3 Locate: Terminate inside the front console. Configure: Provide 3 terminal blocks, 1 lead hot to Battery, 1 lead hot to Ignition, 1 Groundlead Locate: Terminate behind the rear attendant panel. Configure: Provide 3 terminal blocks, 1 lead hot to Battery, 1 lead hot to Ignition, 1 Groundlead 161.�ANTENNA WIRING .r ' "" °' - `" - -• "' - -' 161.1 (4) Antenna wiring (2) RG58A /U coax cables shall be installed. A removable access plate in the patient area ceiling shall be provided for access to the exterior termination point located on the module body roof. Under no circumstances shall the vehicle design necessitate disassembly of the interior finish work to access the coax termination points. kl originates Module Roof centerline and terminates in the cab center console, w/ 3' coil. YO N k2 originates Module Roof centerline and terminates in the center console, w/ 3' coil. R3 originates Module Roof centerline and terminates behind the driver's seat, w/ 3' of coil k4 originates Module Roof centerline and terminates terminate behind the passenger seat w/ 3' of coil prapuwr Initials:, ' Cityof Newpor. Beach RFP Na. 1344 Paac 60 Emergency Ambulance Medica! Vehicles 162. -ANSTALL CUSTOMER - SUPPLIED RADIO CABLES 162.1 Install customer supplied radio cables from cab - bulkhead area to two (2) radio heads in front, console and one (1) radio head in rear attendant area. Install MDT cabling and GPS antenna leads to supplied docking station. OY N The exact lay out and wiring is to be provided by the customer at the pre - construction meeting 163. DAVID CLARK INTERCOM RADIO INTERFACE 163.1 Furnish and install a David Clark system per Newport Beach Specification PKG There will he (2) push -to -talk (PTT) buttons, one on each side of console face. A David Clark 3800 series communication system One (1), Master Station box. #U3800 to be located overhead, aft, between the driver and the passenger. Box shall accept two (2) head set, plugs with master and individual volumes. One (1) hanger for each of the two (2) headsets shall be mounted adjacent to the box. One (1), Remote Headset Station box 4U3801 to be located on the forward wall of the action area. Box shall accept one (1) head set plug with individual volume. One (1) hanger for the headset shall be mounted adjacent to the box. One (1), Dual Radio Interface Module box #U3812 shall be located next to the radios. This will allow communication from the head set microphone into either the UHF or the VHF radio. O N Three (3), Headsets #H3442 . Note: All boxes shall be as recessed as possible without the splitting of the components - CABLES NEEDED FOR CURRENT CONFIGURATION 1 x C3820 Power Cord - 20 ft. ' 2 x C3821 Radio Interface Cord - 21 ft. 1 x C38 -35 Jumper Cord - 35 ft. 1 x C38 -25 Jumper Cord - 25 ft, CUSTOMER SUPPLIED The customer will need to supply and install the custom interface cables to the radios after delivery. Proposer lnlbots: /' ` City of Newport Beach RFP No, 13 -14 Page 61 Emergency Ambulance Medical Vehicles 164. AIR CONDITIONING - 164.1 The chassis manufacturers largest capacity heat /AC system shall be supplied O N 164.2 A 12V heat /AC system shall be installed. The BTU and CFM ratings on this unit shall be as follows: Heat: 42,600 BTU O N A /C: 36,000 BTU CFM: 620 1643 The drain pan shall be formed from 1/8" ABS plastic sheet and shall be listed (tilted) toward the drain fitting. The Evaporator unit shall be mounted so that the weight of the coil, case and blower assembly does not rest on the pan. Additionally the entire © evaporator shall be tilted toward the condensation drain fitting to enhance water N flow to the drain hose. The drain hose shall be'/ :" I.D.; collapse resistant and fiber reinforced poly- tubing 164.4 Included shall be a central air type system that routes the conditioned air to a minimum of six (6) adjustable vents. One of the vents shall be located directly over the CPR seat. Vents should be capable of being closed off entirely and rotate 360 degrees. When all vents are open the air output at each vent shall be the same plus or minus 10 percent. The minimum output shall be 133 CFM at each vent or a OV N minimum air speed of 27 knots. In addition the unit shall be located as close to the ductwork as possible to minimize resistance. Manufacturer shall provide an access door for easy service and repair of unit. Shall also supply an air intake vent for true air re- circulation 165. AIR CONDITIONING SECONDARY CONDENSOR 165.1 A secondary condenser, dual fan will be provided and integrated into the rear AC system. O N The condenser will be located under body in a protected position 166. AIR CONDITIONING HOSE -. - 166.1 Air conditioning hose shall be low loss barrier type specifically rated for R134A type Y N refrigerant 167. HEATER HOSE '. 167.1 The heater hoses shall route from the O.E.M. tie in point to the rear heater core. Hose shall be 5/8 inch ID silicon type. This is the identical hose used by the chassis © N manufacturer. Hoses made from other materials shall not be used because they do not meet Ford Qualified Vehicle Modifiers Program (Q.V.M.) 168. POWER EXHAUST VENT 168.1 Exhaust vent, left rear streetside wall, Cast Products exterior cover, interior louver round. yO N Attwood Turbo 3,000 inline blower, 145 CFM blower to be located streetside rear Proposer lri!iuls::�hl/ %�1'� Cloy of Ne•.vpon Beach RFP No. 13 -14 Page 62 Emergency Ambulance Medical Vehides 4 Proposer Jnrtials:�/ *1 IV City of Newport Beach RFP No. 1344 Page 63 Emergency Ambulance Medical Vehicles viall. _T A.service: access panel will be provided inside the upper rear cabinet. (1) on /off switch tote located in the action area switch panel -SUCTION /OXYGEN SYSTEM. - 169. < OXYGEN SUCTION SYSTEM TYPE 169.1 The oxygen and suction outlets installed in the vehicle shall be Ohio Medical Quick Oy N Connect style outlets 170. ASPIRATOR . - -: -. 170.1 The manufacturer shall furnish and install an SSCOR on -board suction system. The system shall include a pump, a vented wall - mounted regulator, and a canister holder y N that accepts most hospital grade canisters. The aspirator shall be accessible for use from the inhalation area per the attached prints 171,•VACUUM PUMP. 1711 The pump shall be a oil -less diaphragm pump. The reason for this is to eliminate the need for maintenance. The pump shall be housed in the vehicle in an area to reduce N noise. It shall have clinical airflow in excess of 30 LPM (liters per minute) x'172. OXYGEN SYSTEM,. 172.1 Reliability, safety, and ease of operation are essential characteristics of the onboard oxygen system. System design must meet the following minimum guidelines. The regulator (when specified) shall include an integral dial type gauge to monitor the cylinder contents. The line shall be UL approved. There shall be NO connections installed in the line between the regulator and manifold assembly as these create a O N possibility for leakage. All connections shall be DISS style and shall be specific to the gas being supplied. The completed system shall be tested once it is installed in the vehicle. This test shall he performed at working pressure for a minimum of four (4) hours. After the system has passed the inspection process it shall be capped and tagged per Federal KKK 172.2 OXYGEN OUTLETS - GENERAL: Each outlet shall be comprised of an "Inlet Box" and a "Latch Plate" as defined herein. The "inlet box" shall be a universal inlet service box with a 165 mm type "K" (3/3 ") OD Copper inlet pipe stub which is silver brazed to a Oy N brass, one piece, (15/16") inlet body. The "inlet box" shall be designed specifically for positive pressure gas service and feature a primary and secondary check valve. Each check valve shall be rated at 1,379 kPa (200psi) 172.3 The "Latch Plate" shall insert into the universal "Inlet Box ". The "Latch Plate" is comprised of the outer cover plate and latching mechanism that will define the adapter type /Brand that will ultimately connect the patient to the oxygen system. , Y N The outlet cover shall be color coded GREEN in addition to having a clear permanent legend that identifies the gas type. Dual gas specific safety pins shall be integrated in the face of the outlet "Latch Plate" for safety 172.4 Outlet adapter types shall be easily changed by simply removing the "Latch plate" specifically designed for brand "A" to brand "B" without any further plumbing N changes 4 Proposer Jnrtials:�/ *1 IV City of Newport Beach RFP No. 1344 Page 63 Emergency Ambulance Medical Vehicles 172.5 As with all medical gas outlets specified herein, all outlets shall be hydrostatically tested and cleaned for oxygen service. All medical gas outlets specified herein shall be UL (Underwriters Laboratory) listed and CSA approved. All outlets will be subject y N to a line pressure of 50 PS.I. And shall be leak " tested at 150 P.S.I. Per federal .specification KKK -A -1822. Pressure drop across the outlet shall be less than 2.0 P.S.L; at normal working pressure, ' 173 ELECTRIC 02'CONTROL WITH DIGITAL MONITOR 173.1 Electric switched oxygen with digital read and low pressure warning. Locate on the main attendant panel. A manual emergency by -pass is to he located on the attend area wall below the O N attend panel. - Switch to be located in attendant control panel. System is to include a main cylinder regulator 174: OXYGEN OUTLETS - - - - - - 174.1 Arnica Ohio style quick release, Three (3) outlets: Two (2) outlets in ceiling above head end of cot. yO N One (1) outlet on wall above squad bench Ala head end 175. OXYGEN BOTTLE MOUNT 175.1 Install Zico QR -MV Standard 02 Mount or comparable. Y N 176.: .OXYGEN WRENCH -'. -- 176.1 A wrench designed to fit the main oxygen bottle will be provided. YO N Locate: Cable to wall by large bottle HARDWARE 177. SEAT BELTS 177.1 Seat belts shall be installed in the squad bench area for the seated position, and for backboard retention for a secondary patient. These belts shall meet all applicable testing requirements as set forth in the latest federal'K'specs. One seat belt set shall be provided for the primary bench attendant at the head end seating position. Oy N One seat belt set shall be provided for the second bench attendant at the foot end seating position. , One (1) Three point seat belt set shall be provided for attendant seat. Proposer City of Newport 8eac1h RFP No. 13.13 Pag^ fia Emergenry Ambulance Medical Vehicles Pmpose/Ini[rafsr city of NeWport Beach RFP No. 13 -14 Page 65 Emergency Ambulance Medical Vehicles One (1) seat belt set shall be provided for the CPR seat 178. LV. HOLDER 179.1 IV holders, Two (2) positions, Cast products Polished Aluminum, flush mount_. O N Locate' Refer to the provided prints 179.• ANTI-MICROBIAL COATED PULL HANDLES -- 179.1 - CURB SIDE ENTRY DOOR GRAB HANDLES: An angled door handle shall be installed on the interior door panel of the curbside entry door. The handle shall be one -piece and shall be constructed of Stainless Steel. The handle shall feature smooth radius corners and flange mounts at each attachment point. YO N Because contamination occurs most often as a result of contact, this feature must be treated with an anti - microbial agent consisting of an inorganic ceramic coating embedded with silver ions. This coating shall be effective against a broad range of microbes including bacteria, molds, algae and fungi - 179.2 REAR ENTRY DOOR GRAB HANDLES: Angled door handles shall be installed on the interior door panels of each rear access door. The handles shall be one -piece and shall be constructed of Stainless Steel. The handles shall feature smooth radius corners and flange mounts at each attachment point. Because contamination occurs O N most often as a result of contact, this feature must be treated with an anti - microbial agent consisting of an inorganic ceramic coating embedded with silver ions. This coating shall be effective against a broad range of microbes including bacteria, molds, algae and fungi 180:_ ANTI - MICROBIAL COATED CEILING. GRAB PULL - 180.1 A grab rail shall be installed in the ceiling as noted below. This rail is to be constructed of stainless steel. Integral stanchions shall be welded into place at fixed points along the length of the rail for attachment to the ceiling. The rail shall attach through aluminum mounting plates that are welded to the module roof structure for strength and durability. Because contamination occurs most often as a result of contact, this feature must betreated with an anti - microbial agent consisting of an inorganic ceramic coating embedded with silver ions. O N This coating shall be effective against a broad range of microbes including bacteria, molds, algae and fungi. Size: 72" Locate: Above the right edge of the cot 181. BENCH RESTRAINT 181.1 RESTRAINT NET: A detachable net shall be installed at the head of the squad bench. O N The net shall be a grid of 1 %" wide safety web, spaced on maximum centers of 8 Pmpose/Ini[rafsr city of NeWport Beach RFP No. 13 -14 Page 65 Emergency Ambulance Medical Vehicles Proposer initic" "A-Pik GLY or Newpart Beach RFP No. 13.14 Page 66 Emergency Ambulance Medical Vehicles inches 181.2 All Restraint Net attachment devices shall be aviation quality and pull sfrength tested. .A 2,000 pound force applied in shear (Horizontally). Detachment of the net shall be done without the need for a removal or installation. tool (s). Each device shall feature a cadmium plated steel attachment ring that is forged in one continuous ring, without a split or seam. Each device shall be sewn onto the net webbing with a 13/4 inch square shaped thread path and diagonal X- shaped thread path to assure web to ring security. YO N Four attachment points: Two (2) at the floor at head of squad bench. Two (2) at the ceiling at head of squad bench 182. SHARPS POCKET 182.1 Provide and install a, (1), recessed pocket style sharps pocket for a Sage #R1002 sharps container, bright stainless steel. © N LOCATE: Attendant area back wall 183. CAST PRODUCTS LICENSE PLATE BRACKET - - - - 183.1 Cast products License plate holder with light, rear # CP 30002. Locate: One (1) on LEFT side above the Tread bright area. O N Note: Install the specified hidden power lock switch in the top of the fixture In lieu of one of the lights ' 184. MDT MOUNT. -' .. - - ` —.. . .. ..... - ._...... 184.1 Provide and install in the front console, One (1) Gamber Johnson Panasonic 19, O N #7160- 0264 -00 MK4 Docking Station (NO /RF) - 'PATIENT- HANDLING EQUIPMENT..'- - .. 185. COT FASTENER -- - - - 185.1 PRIMARY COT MOUNT: The main cot mount shall be a single position, Stryker model 0 N No 6370. The mounts shall be set as specified below: 185.2 COT FASTENER MOUNTING METHOD: All mounting bolts shall be 3/8" diameter, socket head cap screws with at least 16 threads per inch. All mounting blocks shall be supplied and manufactured by the cot mount manufacturer. The mounting O N blocks may protrude above the flooring surface by up to 3/16 ", as long as all of the edges are chamfered. The cap screws shall not protrude above the upper surface of ) the mounting block 185.3 All cap screws shall be through bolted through 1/2 (.500) inch thick, 6061 -T -6 O N Aluminum plate structure. All cot plate structure shall be continuously welded to the floor structure members. Bolt tapping is acceptable ONLY over blind areas, Proposer initic" "A-Pik GLY or Newpart Beach RFP No. 13.14 Page 66 Emergency Ambulance Medical Vehicles Proposer Inipos llV ✓..`y City of Newport Beach RFP No. 1341 Page 67 Emergency Ambulance Medical Vehide: where through bolting would require removal of the rear fuel tank AND access has been blocked off by permanent, critical structure or components. Plate tapping - shall not be done unless the plate is at least one (1") inch thick. Mounting bolts shall not point toward fuel Filler or fuel vent hoses, in accordance with good engineering practices set forth by the Society of Automotive Engineers and Ford's Qualified Vehicle Modifiers' program 185.4 Bidders shall meet or exceed mechanical' strength described in the minimum fastening method. Material thickness and /or through bolt criteria is mandatory even N if the vendor has current certification to A.M.D.. Standard 004 utilizing lesser materials 185.5 COT POSITION No 1: This cot position shall be set up for a Stryker POWER PRO 6500 cot. Set_ approximately 8" out from the left side wall cabinet. The longitudinal location shall be set 30 inches measured from the backrest of the attendant's seat OY N (set all the way toward the front of the patient cabin) to the head of the primary cot frame, per current KKK -A -1822 186. COT SAFETY HOOK 186.1 Install a Stryker Yellow safety hook w/ 2" reflective tape on rear door sill. OY N Set up for a Stryker POWER PRO 6500 `- PAINT, BODY AND GRAPHICS - 187. PAINTAND STRIPING. 187.1 An acrylic urethane paint process is required on the module body. This process shall extend to the chassis if the vehicle converter must perform paint or body work to the chassis. The acrylic urethane process is required so that the highest possible gloss will be provided. Acrylic urethane possesses superior color and luster retention characteristics when compared to other types of paint. In addition, an acrylic urethane process provides a higher resistance to chemical sprays, salt sprays, O N humidity, and temperature changes. Lastly, this process, given the expected life of the vehicle and its heavy -duty cycle, will best resist chipping. The final paint application shall be free of material application imperfections such as orange peel, streaking, or a dull finish. The final application shall provide a high gloss on all body surfaces including the roof and excluding the underside 188. PREPARATION .... . .. . ... : ..' .. :.: .. - 188.1 100% PAINT FILM COVERAGE: All stages of primer and paint shall cover all surfaces. Hinge mating surfaces on the doors and jambs shall be painted. Bare aluminum and primer only preparation is not acceptable under door hinges. Doors shall be painted O N without actuation handles installed and doors removed from body. Paint film thickness to be no less than 4.1 mil thickness 188.2 PAINT SYSTEM TYPE: The paint shall be Poly- Urethane type O N 188.3 MECHANICAL ADHESION PROMOTER: The entire module shall be degreased. O N Degreaser shall be applied to manufacturers' recommendations. Body to be inspected for flaws and imperfections and to assure built to order specifications. All Proposer Inipos llV ✓..`y City of Newport Beach RFP No. 1341 Page 67 Emergency Ambulance Medical Vehide: Proposar Wvols* k City of Newport Beach RFP No. 13 -14 Page 68 Er,ergency Ambulance Medical Vehicles surfaces shall be sanded with 150 grit paper and all imperfections repaired 188,4 CHEMICAL ADHESION PROMOTER: The module shall be hot -water washed at (140 degrees of greater). Then the aluminum Body shall be treated with Alumiprep 33 acid etching followed by a complete body rinse. To ensure all surfaces are cleaned, O N this step shall be repeated a- second time. The ent;re unit shall be wet coated with Alodine 5700 conversion coating and de- ionized water mixed 188.5 PRIMER: Apply 3 coats of BTLV HI Solids Polyurethane. The unit is then baked at 140 degree metal temperature for one hour. Assure minimum at 3 mil thickness. OY N Primer shall be sanded with 360 grit paper to assure flat, orange peel free surface 389.6 TOP COAT (PAINT): Entire module shall be de@reased. Degieaser shall be applied to manufactures recommendations. Two coats of BTLV High Solids color shall be 0 N applied 188.7 CLEAR COAT: The clear coat shall be manufactured by the same company as the © primer and base coat. Three coats of "clear coat polyurethane shall be applied per N the manufacturers instructions - 188.8 3M POLISHING SYSTEM: Prior to 100% paint cure, the paint on the ambulance body shall be sanded to 1200 grit and polished flat per 3M5 Perfect -It product program for OY N smooth finish 188.9 PAINT WARRANTY: The conversion paint shall be warranted to the original owner for a period of 4 years, 48,000 miles. The color shift shall be no greater than Delta E of O N 4.0 with a minimum gloss retention of 60 gloss units at twenty- degree angle. Warranty to include a 36 month Corrosion coverage with no exclusions 199. CORROSION 189A EXTERIOR FASTENERS: All screw sites require a replaceable nylon insert for the fastenerto thread into. This will isolate the dissimilar metals. Additionally each O N hole shall be treated with an Electrolysis Corrosion Control compound prior to installation of the nylon inserts. All exterior screws shall be stainless steel 190 . - PAINT CONFIGURATION ' -- -' -- - - - -- 190.1 Custom paint (subject to change at before final build) NOTE: The Cab is to be repainted. Terrastar OEM paint is not deemed as an acceptable finish. WHITE UPPER HALF from 2" below windows, Hood to red with the exception of the raised hood scoop section to be white. OY N RED LOWER HALF. Refer to provided prints Module to be painted RED Proposar Wvols* k City of Newport Beach RFP No. 13 -14 Page 68 Er,ergency Ambulance Medical Vehicles Proposer InitI l fir] City of Newport Beach RFP No. 1344 Page 69 Emergency Ambulance Medical vehicles Paint color to be selected from manufacturers paint color book, Decision to be made at pre - construction conference. Color Code: RED (107) Color Code: WHITE (267) ' 191. REFLECTIVE BELTLINESTRIPE - 191.1 White Reflective Stripe, Seven (7) year warranty . Single 6" beltline, Mid Body, upward jog on the forward portion of the module. OY N The stripe shall include 5/16 inch Black reflective pinstripe on edges. Refer to prints 192. REAR CHEVRON REFLECTIVE STRIP - 192.1 There shall be a rear Chevron reflective stripe set on the flat rear surfaces. The stripes shall be NFPA 1091 compliance. O N The Chevron stripes shall be 6.00 wide and be in an upside down "V" pattern. The colors shall be Red and Yellow per NFPA 1901 requirements 192.2 The stripe shall include 5/16 inch Black reflective pinstripe on edges. Y N 193. MODULE ENTRY DOOR REFLECTIVE STRIPE 193.1 Install 3" wide Red and White, High Index candy cane stripe. N Locate: Stripes along lower edge of inside door panels 194. EMBLEMS - - 194.1 All emblems shall be of durable weather resistant material Y N GRAPHICS 195. CUSTOM LETTERING (Option) - 195.1 The City may elect to complete lettering and decals internally. However, City may opt to have lettering done via the successful Vendor. Accordingly, prospective N Proposers shall quote for the following as an option: Laminated Gold Leaf, 1" Engine turn, 1/8" White borders, Black shadow left. Module Sides: "NEWPORT BEACH" (Straight) S.S inches "FIRE DEPARTMENT" (Straight) 5.5 inches Proposer InitI l fir] City of Newport Beach RFP No. 1344 Page 69 Emergency Ambulance Medical vehicles Proposer Wt.,ol /G City of Newport Beach RFP No. 13 -14 Page 70 Emergency Ambulance Medical Vehicles Other lettering: "PARAMEDICS" (Straight) 4 inch Red Reflective Scotchlite Unit Numbers: NPB, M63 (Straight) 5.5 inch White Reflective Scotchlite Module Rear: "NEWPORT BEACH" 4 inch .below the windows "EIRE DEPARTMENT" 4 inch lower portion of doors Unit Numbers: NPB M63 (Straight) 5.5 inch White Reflective Scotchlite Refer to prints 195.2 Gold leaf paint break stripe with black pinstripe top and bottom. White pinstripe below the lower black pinstripe on chassis cab. Y O N 196. INTERIOR /EXTERIOR LAYOUT DRAWINGS 196.1 Proposer shall refer to Appendix A for a complete set of interior /exterior layout drawings O N Proposer Wt.,ol /G City of Newport Beach RFP No. 13 -14 Page 70 Emergency Ambulance Medical Vehicles EXHIBIT C 1. INSURANCE REQUIREMENTS —VENDORS 1.1 Provision of Insurance. Without limiting Vendor's indemnification of City, and prior to commencement of Work, Vendor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here: If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 1.2 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Vendor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. 1.3.1.1 Vendor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. 1.3.2 General Liability Insurance. Vendor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - cornpleted operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 Automobile Liability Insurance. Vendor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Vendor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an Leader Industries, Inc. Exhibit C -Page 3 amount not less than one million dollars ($1,000,000) combined single limit each accident. 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Vendor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Vendor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. 1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 Evidence of Insurance. Vendor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at anytime. 1.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Vendor sixty (60) days advance written notice of such change. If such change results in substantial additional cost to the Vendor, the City and Vendor may renegotiate Contractor's compensation. 1.5.3 Enforcement of Contract Provisions. Vendor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Vendor of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Leader Industries, Inc. Exhibit C -Page 4 1.5.4 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 1.5.5 Self- insured Retentions. Any self- insured retentions must be declared to and approved by City. City reserves the right to require that self - insured retentions be eliminated, lowered, or replaced by a deductible. Self - insurance will not be considered to comply with these requirements unless approved by City. 1.5.6 City Remedies for Non Compliance If Vendor or any subVendor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this agreement, or to suspend Vendor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Vendor or reimbursed by Vendor upon demand. 1.5.7 Timely Notice of Claims. Vendor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Vendor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. 1.5.8 Vendor's Insurance. Vendor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Leader Industries, Inc. Exhibit C -Page 5 City of Newport Beach NO. BA- 13BA -030 BUDGET AMENDMENT 2012 -13 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: AMOUNT: $sa9,zo7.sa Increase in Budgetary Fund Balance Pq Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations for the purchase of three ambulances and ancillary medical equipment per the guidelines for the replacement of paramedic ambulances. The replacement of one ambulance was proposed in the FY11 -12 ISF Vehicle Replacement budget and was rebudgeted in FY12 -13 due to time needed for the study. ACCOUNTING ENTRY: BUDGETARYFUND BALANCE Fund Account 610 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Equipment Maintenance Fund - Fund Balance Description Description Division Number 6120 Fire - Equipment Maintenance & Purchase Account Number 9100 Fire - Rolling Equipment Division Number Account Number Division Number Account Number Division Number Account Number Signed: �d d (� ' /�� "6�v )—v � l�l l/ Financial;Approval: Finance Director Signed: Signed. Approval: City City Council Approval: City Clerk Amount Debit Credit $649,207.64 Automatic $649,207.64 r6 13 Date Ib 1 Dale Date