Loading...
HomeMy WebLinkAbout000715 Original ContractCity of Port Angeles Record #000715 PROJECT MANUAL CONTRACT DOCUMENTS for Medic Unit Purchase PURCHASE CONTRACT NO. ES-13-034 CITY OF PORT ANGELES WASHINGTON NOVEMBER 2013 CRAIG FULTON, DIRECTOR OF PUBLIC WORKS & UTILITIES MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS Reviewed by: Maher Abed Deputy Director of Operations Approved by: William Bloor City Attorney ES-13-034, Medic Unit Purchase page 1 of 46 CITY OF PORT ANGELES INVITATION TO BID for Medic Unit Purchase Sealed bids will be received by the Public Works and Utilities, Contracts Specialist until 2:00 PM, Tuesday, November 26, 2013 and will be opened and read in the Jack Pittis Conference Room — 1st floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: One (1) 2014 Model Year or Newer, Unused 14,500 GVWR Ambulance The materials to be bid are fully described in the instructions to bidders and the bid documents. Bid documents may be obtained at the Public Works and Utilities Oepnrbnent, between the hours of8:0Oam and 4:O0pm. City of Port Angeles, 321 E. 51h Street, Port Angeles, Washington 98302' (3S0)417'4541. Technical questions regarding this bid should be addressed to Dennis McBride, Fleet Manager at (360) 565-3860, between the hours of 7:00 AM and 3:00 PM. The City of Por Angeles (hereafter "City") reserves the right to reject any or all bids and to waive minor irregularities in the bids. Subject to the foregoing, the contract may be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, odor, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE November 26, 2013 PURCHASE CONTRACT ND. ES-13-034. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Lucy Hanley, Contracts Specialist PO Box 115U.321 East Fifth Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: November 10, 2013 INSTRUCTIONS FOR BIDDERS ES-13-034, Medic Unit Purchase page 2 of 46 Medic Unit Purchase BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING DATE: November 26, 2013; PURCHASE CONTRACT NO. ES- 13-034." The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to: Public Works and Utilities Department Attn: Lucy Hanley, Contracts Specialist PO Box 1150, 321 East Fifth Street Port Angeles, Washington 98362 It is the intent of the attached specifications to describe the minimum requirements for the materials requested in sufficient detail to secure bids on comparable materials. All parts included in the bid shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, and one completed Non-Collusion Affidavit form. Faxed or emailed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. BASIS OF AWARD: The basis of award will be determined by the value of the base bid for each vehicle including all mandatory equipment, taxes, and licensing for that vehicle. The basis of determining award for each vehicle does not include the optional equipment and their associate taxes. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. ES-13-034, Medic Unit Purchase page 3 of 46 All items called for in the specifications, including but not limited to the equipment constructed as shovvn, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and nurnber, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. WARRANTY: The purchased vehicle must have full Manufacturer's new-vehicle vvornantieo, and the warranties must inure to the benefit of the City. Vendor agrees to these warranty provisions by signing the bid proposal. SAFETY: This unit shall completely comply with all State and Federal |ovve, ru|es, regulations and codes in effect at the time of delivery. The unit shall be tested by the successful bidder for compliance with all C)GHA/VV|SHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. DELIVERY & ACCEPTANCE: The successful bidder shall be responsible for delivery to the City's garage, 1703 South B Street, Building L in Port Angeles, VVeshington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule but not later than 180 days after the contract is signed. GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its opUon, in awarding this purchase contrect, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundarion, in accordance with RCW 39.30.040. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. Hovvever, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitoUon, shall not be discriminated against on the grounds of sex, nace, co|or, oge, national origin or handicap in consideration of an award of any contract or eubcontroot, and shall be actively solicited for participation in this project by direct ES-13-034, Medic Unit Purchase page 4 of 46 mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The Contractor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contracts Specialist, (360) 417-4541 or to co ntra cts@cityofpa. us. STANDARD TERMS AND CONDITIONS: THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. • CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. ES-13-034, Medic Unit Purchase page 5 of 46 4. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of invoice. 5. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $25 for each working day beyond the number of working days established for physical delivery of the equipment/material; and b. To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non-conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. ES-13-034, Medic Unit Purchase page 6 of 46 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to acceptance of the material by the City. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 17. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 18. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand that is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 19. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 20. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. ES-13-034, Medic Unit Purchase page 7 of 46 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this day of 2013, between the City of Port Angeles (hereinafter called the "Purchaser") and Braun Northwest, Inc. (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the Purchaser and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract". All obligations of the Purchaser and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the Purchaser shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the Purchaser, at the delivery points specified by the Purchaser in the form of a purchase order, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents, Schedule A, and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the Purchaser. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. ES-13-034, Medic Unit Purchase page 8 of 46 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring an employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the Purchaser may purchase the materials necessary for complete performance of this Contract, and the Contractor shall be liable to the Purchaser for any excess cost thereby. ES-13-034, Medic Unit Purchase page 9 of 46 ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. BRAUN NORTHWEST, INC. By Printed: Title: Dated: ATTEST: CITY OF PORT ANGELES By: City Manager ATTEST: City Appr ved to as to form City Attorney ES-13-034, Medic Unit Purchase page 10 of 46 City of Port Angeles Invitation to Bid Purchase Contract: ES-13-034 Schedule A Medic Unit Purchase GENERAL DESCRIPTION OF EQUIPMENT BEING BID: Bidders may list variations to these minimum specifications in the "Exception" section of the bid sheets. Bidders may also suggest alternatives to specified name brand products specified by the City of Port Angeles in the "Exception" section as an "Approved Equal." To be considered as an "Approved Equal,"the specifications of the suggested alternative must be attached for City review. The City of Port Angeles will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are also encouraged to list and price any options that are felt to enhance the use of item bid and/or would be desirable. All standard equipment to be included, specified or not. When a Society of Automotive Engineers (SAE), American National Standard Institute (ANSI), American Society for Testing and Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected level of performance, level of testing or design basis. GENERAL BID PROVISIONS: SCOPE OF BID The purpose of this specification is to obtain (1) One unused 2014 model year or newer 14,500 GVWR ambulance ITEMS TO BE INCLUDED WITH BID All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and/or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets these specifications, but also includes factory-listed requirements for its particular size. CONTRACT PERIOD The contract is to be in effect for a period of one year from the date of the award. PRICING A. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal any time during the contract period. ES-13-034, Medic Unit Purchase page 11 of 46 B. The City is entitled to any promotional pricing duhng0l8Dortn8[tpehod.vvhiChia lower than pricing as provided in the bid. DELIVERY DATE The Bidder must state on the bid proposal sheet the number of days after the date the purchase order is issued that delivery of all contract specified units are guaranteed. LATE DELIVERY All vehicles must be completed and ready for inspection, with appropriate invoices, no later than the agreed delivery date. All vehicles are to be delivered within the number of days bid by the vendor and specified in the bid specifications. For vehicles delivered to the City by the Bidder, date of delivery will be date of receipt and/or acceptance of vehicle, whichever is later, at customer user's location. For vehicles to be picked up at Bidder's facility for oredit, date of delivery will be considered to be the date the Bidder notifies user that vehicle is available for pickup. DELIVERY LOCATION The unit will be delivered by the winning bidder to the City Corporation yard at: 1703 South B St. Building L Port Angeles WA. 98363 BID EVALUATION The award of this contract will not be based on cos alone, as other factors and features are equally important. Minor deviations from these specifications will be oonsidered, provided the manufacturer or dealer submits in writing a full description, in detail, for each variation, with reference made to each item to which the variation will apply. These variations must be submitted with, and made a part of, this bid. If no variations are called out, the Bidder will be required to meet or exceed each item in the specifications as written. The City will make evaluation on information supplied. If more than one make or model is Offe[8d, please copy the appropriate bid sheets. A separate bid shall be submitted for each item to be evaluated. APPROVED EQUAL The term "Approved equal" shall mean that the quality of equipment must meet the quality of the named reference and receive City approval. The City shall be the sole arbiter in the determination of equality and reserves the right to reject 8ny8Od8Ubids and accept the bid or bids th8t, in the sole and absolute judgment of the City, will best serve the interests of the City. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT • Signed priced invoice • 2 sets of keys for vehicle (with remote entry fobs if equipped) • Pre-delivery inspection report ES-13-034, Medic Unit Purchase page 12 of 46 • Parts, service and operator's manuals and drawings (as per specifications) • All documents required for Licensing and Registration All items called for in the specification must be supplied to the City before the final invoice will be processed. The application for Certificate of Title must have the following address: City of Port Angeles 321 E 5th St. P.O. Box 1150 Port Angeles, WA 98362 AVAILABILITY In the event items ordered become unavailable and cannot be supplied out of current model year production, a unit deemed by the City to be equal must be supplied. If a substitute is not available or acceptable, then a similar unit from the next model year must be supplied at the same price. If time does not permit this, the order may be canceled, and the vehicle purchased from other sources. The Bidder will reimburse the City for all costs over the contract price. If substitute/similar unit is obtained, the Bidder will not be assessed the liquidated damages cited above. WARRANTY REPAIRS The company/dealership awarded this contract will be responsible for any warranty repair work required on any equipment or options installed per these specifications. SPECIFICATIONS: All unspecified, installed components will be configured to match or exceed industry and safety standards for the requested GVW, vehicle and mounted equipment type. This unit will be designed and constructed in accordance with all current industry standards and will be in compliance with all applicable laws, rules, regulations and standards in effect at the time of manufacture. All equipment that is considered by the factory as standard, unless specifically called out in the specifications to be deleted, will be included. 2014 or Newer Unused 14,500 lb GVW Medical Unit Vehicle ' CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS OEM CHASSIS 1 2014 or Newer Ford E-450 or Equal 2 3 year/36,000 mile "Bumper to Bumper" warranty 3 Ambulance prep. package 4 Dual real wheels SPECIFICATIONS 5 4 x 2 Drive 6 14,500 lbs. GVWR 7 158" (inch) Wheelbase 8 100" (inch) Cab to axle X 9 10,000 lbs. Approximate curb weight 10 3,950 lbs Approximate payload X 11 500 lbs Front spring capacity X 5,000 lbs 12 9,450 lbs. Rear spring capacity 13 5,000 lbs. Front axle 14 9,450 lbs. Rear axle ES-13-034, Medic Unit Purchase page 13 of 46 ES-13-034, Medic Unit Purchase page 14 of 46 15 Rear Differential: 4 1O'1 Ratio, limited slip '' ' � track rear e�e �� ^~ POWER TRAIN 16 Gas engine 17 6.8 Liter EFI X 18 00 month/ 100,000 mile warranty 19 External oit cooler 20 Heavy duty ^ indicotor X 21 Engine cooling system X 22 Heavy duty, closed-air, free-Iiquid State type X 23 Coolant recovery system 24 5O/5O Solution permanent b/p�onbfraeze�o'40 ' (negative) Fahrenheit (F) ~� 25 Transmission: Heavy duty mutnmoUo.five /5\speed �� ^~ 27 External oil cooler in chassis grille area 28 Exhaust system System complies with federal motor carrier aafetv ^ regulations, part 393.83 =� 29 Suspended using three (3) hangers, excluding manifold attachment Discharge at right rear side of module Tailpipe shall not terminate within six (6) inches of the vertical axis of the fuel tank fihier opening. �~ STEERING 30 Power assisted 31 Tilt steering wheet X 32 Shock type steering stabilizer SHOCK ABSORBERS/ STABILIZER BAR 33 Heavy-duty shock absorbers front and rear ,� 34 � � OEM 1 0O^�nn�end1 125naeratabi|i�arber BRAKES 35 Heavy duty power assisted 86 Front and rear disc 37 Front 13.58^diameter 38 Rear 13.5R"diameter . 39 Front wheel ABS TIRES AND WHEELS 40 OEM LT225-75Rn'1OE all-season steel belted radials on 16.0 inch rims 41 Six (6) tires and wheels 42 Steel valve stems ELECTRICAL 43 Alternator — OEM 225 amp X 44 Batteries — OEM Dual 750CCA �.< 45 Auto throttle —|ntermoUve420VS)('B INSTRUMENT PANEL AND CONTROLS 46 Gauges: - Trip odometer - Tachometer - Voltmeter -Fuo| �� ^� 47 Coolant temperature 48 Oil pressure , 49 Dashboard warning tights ES-13-034, Medic Unit Purchase page 14 of 46 ES-13-034, Medic Unit Purchase page 15 of 46 50 Controls — cruise 51 Audio — OEM AM/FM radio CAB EXTERIOR 52 Horn — OEM dua electric 53 Windows — Tinted safety glass � 54 Windshield wipers - Two-speed electric - Washer and intermittent speed control X 55 Mirrors - Interior Day/Night rear view mirror - Two (2) black, below eye level, manually telescoping trailer tow - Power glass - Upper portion 7"W x 8.25"H; lower portion 6.5"W x 2"H convex 56 Chrome bumper and grille 57 Halogen headlamps X 58 Fuel tank — OEM 55 Gallons CAB INTERIOR 59 Seats — OEM - Cloth covered high back Captain's chairs - Combination lap and shoulder harness - Retractable arms on inoide, side door armrest == 60 Climate Control — OEM - Heavy duty, fresh high ^' air, ^ heater/defroster - Dehumidifying air conditioning system �~ 61 Interior Upgrade Package (18C) ,� 62 Cloth headliner 63 High — series door trim panels 64 Cloth sun visors ~� 65 Carpet `^ .� 66 Power door Iocks 67 Power windows 68 Lights and Convenience Group - Courtesy Iight switches on all doors - Warning chimes - Headlight-on audible alert - Illuminated entry 69 Ambulance Prep. Package 70 DuaI air bags X 71 12 volt power point � • COLORS 72 Extehor — Biddertomotchno\nrnohnmoofourrent ambulance. The cab shall be red to match that of our current ambulance. ~~ ~~ 73 Interior —U/uy CHASSIS MODIFICATIONS `' CHASSIS MODIFICATIONS — STABILIZER BAR 74 The OEM shall be removed and 1.375^ |P[) front and 1.50^ IPD rear stabilizer bars installed. ES-13-034, Medic Unit Purchase page 15 of 46 CHASSIS MODIFICATIONS — EXTERIOR MIRRORS 75 A convex mirror shall be mounted, overhead between the viaoro, to allow the driver to view patient area. CHASSIS MODIFICATIONS — SIMULATORS 76 Stainless steel wheel simulators shall be provided. Crossfire brand tire pressure equalization system shall be provided on rear wheels. CHASSIS MODIFICATIONS — EXHAUST HEAT SHIELDS 77 2ODa. galvanized steel sheets with stamped reinforcements and formed edges shall be used. Access openings shall be provided for shock obaorber, mounting bolts, etc. Heat shields shall be bolted to chassis frame and extend from back of cab to the frame cross member just behind the rear axle. ^= CHASSIS MODIFICATIONS — RUNNING BOARDS WITH SPLASH GUARDS 78 Shall be installed on both sides of the vehicle. They shall be made of 0.125" (inch) polished aluminum diamond plate. They shall have an insert of Morton Grip Strut to provide a true non-slip surface. The size of the insert will be 24" (inches) long and 5" (inches) wide. The running boards ` ' shall be flared to the front corner of module. The splashguards shall be welded to the forward end of the running boards. The entire assembly shall be securely mounted with stainless steel 1/4^(inoh) — 20 Truss head bolts. �= SHOCK ABSORBERS 79 A set of Bi|mtein® shock absorbers shall be installed on the front and rear of the Chassis, replacing the OEM shocks. =~ DRIVE SHAFT GUARD 80 A 16 gm. Steel two inch (2") wide steel drive shaft guard shall be installed and shall loop under and around the drive shaft near the forward portion. -- MODULE-TO-CHASSIS MOUNTING SYSTEM MODULE MOUNTING SYSTEM 81 Module mounting system shall be designed and used as supplied by chassis manufacturer. It shall consist of 12 rubber puck mounts secured with chassis manufacturer supplied 0.50" hardened bolts. �� �� CAB-TO-MODULE ATTACHMENT 82 The module shall be attached to the cab with (20) 5/16" Grade 5 plated steel bolts with Ny|ook0nute. Access plates shall be provided in the bulkhead wall for the servicing of cab to module bolts or for remounting of the body. CAB-TO-MODULE GASKET 83 Between the cab and modu|e, a closed-cell neoprene weatherproof gasket shall be installed to minimize electrolytic corrosion. -,' ES-13-034, Medic Unit Purchase page 16 of 46 MODULAR CONSTRUCTION All material utilized shall be of the correct type, alloy, and thickness to withstand the intended usage and provide protection against cracking, corrosion, or metal fatigue. All materias utilized shall be of open stock origin, commonly available through local sources, for rapid and economical repair or modification of the body. Any use of proprietary parts or materials in the construction of the body is unacceptable, due to potential delays or difficulties in future repairs or service. NO EXCEPTIONS TO BE TAKEN IN THIS AREA. This specification has been designed and written to fill specific needs of this agency. Where brand name, make, or model of equipment has been specified, no exceptions will be allowed. Where compartment and cabinet sizes have been specified, bidder must bid substantially (plus or minus 1") the size specified. MATERIAL 84 EXTRUSIONS SIZE ALLOY Structural Tubing 1^x2''xU.125''sq. 6003-T52 Structural Tubing 2''x2^rO.125''sq. 0003-T52 Cross Members 3^n3^x0.375^ 0001-T6 Cross Members 1.5^x3^n0.25" 0061-T6 FORMED SHEETING SIZE ALLOY Skin/Roof/ Compartments O.125" 5052-H32 /Subfloors/Doors Interior Cabinets 0.09O" 5052-H32 Diamond Plate 0.125^/0.08^ 3003-H32 Stainless Steel 16ga.-2Ogo. 304 # 4B MODULE DIMENSIONS 85 Overall Vehicle Dimensions: (Specifications are listed as minimums) X Length: 21' 10" 262 inches Width: 7' 10" 94 inches Height: 8' 11.125" 107.125 inches Exterior Module Dimensioris: (Specifications are listed as minimums) Length: 13' 11" 167 inches Width: 7' 10" 94 inches Height: 7' 4.335^ 88.325 inches lnterior Dimensions: (specifications are listed as minimums) Length: Forward Wall to Rear Doors 159" Width: Left Wall to Right Wall 89" Floor Width: Left Cabinets to Squad Bench 50" Height: Floor to Ceiting 72" Load Height: Ground to Floor Height 33" maximum ES-13-034, Medic Unit Purchase page 17 of 46 STRUCTURAL FRAMING 86 Side wall and rear waU construction shall consist of 2"x2"xO.125" aluminum square tubing extensions welded together with a maximum of 14" centers. 1"x2^xO.125" aluminum tubing may be utilized in addition to the 2''n2"tubing to accommodate custom compartment sizes. The bottom of the wafl structure shall be sealed with welded 2" x 2" tube, 2''x 2" angle or 0.125" plate depending upon location. Wall structure shall be capped vvitho2"s2"xO.125" header upon vvhioh the 2''x2"x0.135" roof structure is welded. This process provides a unitized roll cage structure for greater occupant safety. The front wall structure shall be constructed of a minimum of 1.250" x 3.875"nO.125'' formed aluminum channel toallow ample space for wiring raceways, heater AJC hooem, and cold air return duct. �� ^~ FOUNDATION SYSTEM 87 Shall consist of a 0.125" aluminum sheet subfloor with foundation members securely welded under the subfloor. Members shall consist of six (6) 3" x 3''x0.375" structural angles and one (1) 1.5''x3" x 0.250" channel (above fuel tank) running full width side to side with two (2) 0 25O" x 1 5" , , � � aluminum members running lengthwise between the structural angles. The floor/foundation of the module will be configured to accommodate the installation of a Stryker Load Master cot loading system. MODULE SEAMS 88 All body and compartment seams at or below floor level shall be full seam welded. The entire perimeter of the subfloor shall be comp!etely with material, creating a vvotortight, dust-free module environment. �� ^~ EXTERIOR SKIN 89 In addition to welding the exterior skin to structural framing, a Norton very high bond system shall be utilized full length on alt wall and roof frame members. A polyurethane adhesive sealant shall be applied to the edges of structural tubing. The module shall be constructed utilizing full size sheet construction to minimize body seams. Seams above the passage doors and cab shall be minimal. There shall be no corner or mid body seams. X ES-13-034, Medic Unit Purchase page 18of4G MODULE ROOF In order to improve module strength and reduce roof seams the fotiowing roof system shall be utilized. The roof shall be seamed in the center, have a 1.500" radius at the oornero, and provided a weatherproof overlap of the aluminum side sheets 5.250^ below the roofline. The roof shall be 90 supported by positive contract between sidewall framing and roof framing. All seams on the roof surface shall be full seam welded on the outside and caulked on the inside. In order to avoid the possibility of paint and/or weld oraohin0, no extrusions shail be used in the exterior construction of the roof or corners of the vehicle. MODULE Alt compartments are constructed from formed EXTERIOR 0.125" aluminum and are securely welded to the COMPARTMENTS oubOoor and structural framing. A baffled dram hole shall be provided in all exterior compartment 91 bottoms that extend below the floor line. All exterior adjustable shelves shall be mounted on heavy-duty aluminum unistrut track, which is securely welded to compartment interiors. Each shelf shall support at least 300 lbs. of equipment. COMPARTMENT #1 Interior Dimensions — 58"W x 39"H x 19"D Doorway Dimensions — 58"W x 39"H Location — Streetside front Shelving — One (1) adjustable Door(s) — Double Light(s) — LED rope style lights around perimeter 92 Additional Instructions — The 11 OVAC Power Box shal! be installed in the forward wall (Section 6.21 na|ated), recessed so as not to protrude into the compartment. A sharps container shall mounted in the upper aft corner of this compartment and be accessible thru the action area counter. ES-13-034, Medic Unit Purchase page 19 of 46 COMPARTMENT #2 93 Interior Dimensions —32"Wx74"Hn19^O Doorway Dimensions — 32"W x 73.75"H Location — Streetside rear Shelving — Two (2) adjustable bin type shelves Door — Single Light(s) rope lighting ' ^ perimeter Additional Instructions — Shelves shall be mounted on full-length Unistrut tracks. The bin type shelves shall be located in the aft portion of this compartment and be 16" wide. A purchaser acceptable mounting bracket for an SCBA will be installed in the aft portion. This compartment shall have three (3) straps setup for storage of an "N1" or "H' size cylinder in the forward portion. Bottle height is 53". There shall be a close out in the bottom !eft rear corner to allow for chassis leaf spring movement. There shall be an aluminum mounting bracket on the floor to accommodate a Stryker Stair Pro® Model #6252 �� ~~ COMPARTMENT #3 94 Interior Dimensions — 32"W x 75"H x 19"D Doorway Dimensions —32"VVx70"H Location — Curbside rear Shelving — Three (3) adjustable bin type Door — single Light(s) — LED rope style lights Additional Instructions — Two (2) backboard- reatraining straps shall be provided for storage of backboards, scoop stretcher, and C-collars in the aft portion. A formed stainless steel gasket cover shall be installed so that backboards do not cut gasket material. The bin type shelves shaTi be located in the forward portion of this compartment and be 18" wide. A purchaser acceptable mounting bracket for an SCBA will be installed in the forward portion of this compartment with an aluminum partition to separate backboard area from PPE and SCBA storage. There shall be a close out in the bottom right corner to allow for chassis leaf spring movement. The compartment shall be vented by louvers in the upper and lower portions of the forward door. �~ ES-13-034, Medic Unit Purchase page 2Oof4O COMPARTMENT # 4 — Battery Drawer 95 Interior Dimensions — 25 "W x 12 "H x 15 "D Drawer Dimensions — 25 "W x 12 "H x 15 "D Location — Curbside, forward Latch — Door shall have locking paddle type latch Door(s) — None Additional Instructions — This compartment shall be a roll out drawer battery compartment capable of holding one (1) Interstate 8D -MHD battery. The drawer shall have a drain hole, battery hold - downs, 250 Ib. capacity slides, and a stainless steel paddle latch with rotary catch. Battery cable shall be long enough to allow full extension of the drawer without disconnecting the battery. The compartment shall be vented to the outside. (Section 6.24X related). COMPARTMENT #5 — Inside /outside Access 96 Interior Dimensions — 25.5 "W x 55.5 "H x 32 "D Doorway Dimensions — 25.5 "W x 55.5 "H Location — Curbside forward Shelving — See Interior Cabinet #12 Door(s) — Single Light(s) — One (1) standard Additional Instructions — This compartment shall provide inside /outside access. X MODULE DOORS 97 The doors shall be box pan formed with a total thickness of 2 ". DOOR SEAL 98 Each doorframe will have a 0.875" flange for the installation of an air cell hollow core, 360- degree compression door seal. This seal creates watertight, dust -free compartment integrity. Door seal shall be knock -on type. DOOR HINGES 99 Door hinges shall be full length, piano type, stainless steel hinges, 2.5" wide with a 0.25" pin. The hinges shall be attached with 12 x 3/4 stainless steel truss head screws spread 4" apart and staggered 0.5" horizontally for additional strength and adjustability. All curbside and streetside doors shall be hinged on the forward sides. All rear doors shall be hinged on the outboard sides. x ES -13 -034, Medic Unit Purchase page 21 of 46 DOOR LATCHES 100 Latches shall be Eberhard® brand, model E- Grabbers, flush mounted, automobile style which meets FMVSS 206 requirements. Once final adjustments to latches are made, threads are to have Locktite® or equivalent applied. All double door compartments shall have an exterior stainless steel paddle handle and rotary latches on each door. Doors will latch to door frame mounted striker posts only and not to one another. All entrance doors shall have interior handles with dual point, rod actuated, rotary latch systems which are lockable inside and out. All latches will have a non -slip surface on the underside of the latch. All compartment and module access doors shall be keyed. COMPARTMENT DOOR CONTROL 101 A heavy -duty, double spring door control capable of holding the door open at approximately a 90- degree angle on any road surface shall be installed at the top of each compartment door. CURBSIDE DOOR CONTROL 102 Shall be a heavy -duty, double spring door check installed at the top of the door. This door check will hold the door open at approximately a 90- degree angle on any road surface. X REAR DOOR CONTROL 103 Shall be Cast Products "grabber" type hold -open devices with replaceable rubber catches. COMPARTMENT DOOR SKINS 104 Shall be flat- brushed finish aluminum plate and be removable to service door hardware. Reflectors shall be added to the bottom outboard corner of each door. ENTRANCE DOOR SKINS 105 Shall be Formica covered 0.090" aluminum plate with 20" stainless steel kick panels on the side door and 16" stainless steel kick panels on the rear doors. The door skins shall be removable to service door hardware. Reflectors shall be added to the bottom outboard corner of each door. ENTRANCE DOORWAYS 106 One (1) curbside and two (2) rear module entrance doors shall be provided. The curbside doorway dimensions shall be 28 "W x 69.75 "H. The rear doorway dimensions shall be 49.75 "W x 66 "H. THRESHOLDS 107 All compartment and module access doorframes shall have full width formed stainless steel threshold plates to protect the lower edge of frame. ES -13 -034, Medic Unit Purchase page 22 of 46 MODULE INTERIOR CABINETS 108 Shall be formed of 0.090" aluminum and shall be securely welded or mounted to the structural framing. All interior adjustable shelves shall be mounted on 1' wide aluminum Unistrut track. CABINET # 1 — Action Area 109 Dimensions — 36.5"W x 30"H and 19.5 deep (approx.) Counter top height to be approx. 30" Location — Streetside Shelving — None Door(s) — None Additional Instructions —Shall contain an attendant coritrol panel, vacuum connection, oxygen outlet, thermostat, fan biower switch, 11 OVAC outlet, clock and suction collector. A framed white marker board shall b8 located onthe rear wall over the counter top. The area shall be lighted by a 24" Thin|iteVDfluorescent light recessed in the ceiling above the Action Area counter top. Full depth counter tops shall be located below the action wall. The counter top shall be one-piece l6ga. 304 stainless steel with a 0.5" aluminum retaining lip. A sharps container shahl be accessible through the aft end of the counter. =~ CABINET #2 110 Dimensions — 25.25"W x 12"H x 14.75"D Location — Streetside upper Shm/vinB — None Door(s) — Clear polycarbonate with aluminum slide track and handle. Additional Instructions — Unistrut track shall be installed in the bottom of the cabinet and set up for dividers. Four dividers shall be installed. == CABINET # 3 Dimensions — 25.25"W x 12"H x 14.75"D Location — Streetside upper center Shelving — None Door(s) C|earpo|yoarbonate with aluminum ` ' handle and sliding track Additional Instructions — Unistrut track shall be installed in the bottom of the cabinet and set up for dividers. Four (4) dividers shahl be installed x CABINET # 4 112 Dimensions — 25.25"W x 12"H x 14.75"D Location — Streetside upper rear Shelving — None Dnor(s\—(�|eerpo|ycorbonote with aluminum Door( s) handle and stide track AddibonaY|nmtructkons — UnistruttnaokshaUbe instahled in the bottom of the cabinet and set up for dividers. Four dividers shall be installed. =~ ES-13-034, Medic Unit Purchase page 23of4G CABINET #5— Streetside Squad Bench with Storage 113 Dimensions — 60"W x 18.75"H x 19"D (Bench) 60"W x 9.125^H x 19"D (Storage) Location — Sbeetside Shelving — None Door(s) — A id shall provide access to the storage area, have an automatic hold-open device and 3' high density foam padding covered with seamless Vinyl NmugaFormFormfit20D. The Ud shall have a 1.5''overhang. Additional Instructions — The squad bench back andior head pads shall have 1' high density foam padding covered with seamless Vinyl Naugaform Formfit 2®. Two (2) sets ofneatbe|tn shall be installed on the bench. The Squad Bench base to be formed from aluminum and secur&y anchored to sub-floor. The bottom of the storage area shall be Iined with indoor/outdoor carpet. The aft wall of the bench shall have an Oxygen window and an Electric Oxygen display. CABINET # 6 114 Dimensions — OO"VVx12^Hx1U^[>aluminum partitions at 22 inches and 44 inches Location — Curbside upper rear Shelving—None Door — Clear polycarbonate sliding door with aluminum handle and slide tracks Additional Instructions — None ES-13-034, Medic Unit Purchase page 24o 46 Cabinet #7 Curbsde Dimensions - Squad Bench with 69.5"W x 18.75"H x 19"D (Bench) Storage 47.25"W x 8.125"H x 19"D (Storage) Location - Curbside Shelving - None Door(s) - A Iid shall provide access to the storage area, have an automatic hold-open device and 3" high density foam padding covered with seamless Vinyl NmuOmfornnFormfit2@. The Iid shall have a 1.5''overhang. The Iid shall provide access to forward end of bench storage area. Additional Instructions - The squad bench back and/or head pads shall have 1" high density foam padding covered with seamless Viny Naugaform 115 Formfit 2@. Three (3) sets of seatbelts shall be installed 0n the bench and set up for use with ait' up or stretcher patients. The Squad Bench base to be formed from aluminum and securely anchored to sub-floor. The sides and bottom of the storage area shall be Iined with indoor/outdoor carpet. ,- One (1) Oxygen outlet shall be installed in the curbside wall at the forward end of the bench. An 18" grab bar shall be installed on the waIJ at the forward end of the bench. The forward end of the bench, 23.0625"D, shall be open to curbside door step arid accessible thru the curbside squad bench Iid. Bottom shall be Iined with rubber mat and include a partitioned compartment for waste receptacle storage (See item#111 for specs). A nylon passenger safety net shall be mounted from bench to ceiling at forward end of this bench CABINET # 8 Dimensions - 28.5"W x 16"H x 25.875"D Locotimn - Front.upper|eft Shelving - None 116 Door(s) - Clear polycarbonate with gas shock Iift system and twist latch. �- Additional Instructions - An IV warmer shall be installed in the left side of the cabinet, set up with dividers at the side and aft ends of the area. CABINET #9 Dimensions -21.75''VVx13.O25"Hx25.875''D Location - Front, over pass thru 117 Door(s) - None Additional Instructions - The area shall house the AC/heating unit. ES-13-034, Medic Unit Purchase page 25 of 46 CABINET # 10 — Electrical Cabinet 118 Dimensions — 27.5"W x 14.5"H x25.875"O Location — Front, upper right Door(s) — Hinged e|unninunn, swing up door with hold-open device, rotating ' Thin-Lite Model #612 light with 12VOC dual 11" fluorescent bulbs. Additional Instructions — This cabinet shall house the power component module. CABINET #11 — Drawers 119 Dimensions — 32"W x 20"H x 25.875''[} Location — Front, center left Door(s) — None Additional Instructions — This cabinet shall have six (6) 13"W x 6"H x 19^O metal drawers. Each drawer shall operate on 18" slides rated at 250 Ibs. per set and have a gas shock hoid open/closed device to ensure drawers do not accidentally open or dose during operation of the vehicle. Drawers shall be formed nf1Oga. steel welded construction with an automotive gray enamel finish, and formed structural support on the sides and front of drawers. Each drawer shall have machine stamped divider supports along the side for at least four /4\ dividers per drawer with four (4) adjustable dividers provided with each drawer. The top Ieft drawer shall have a built-in combination lock. �~ CABINET #12 — Inside/Outside Access 120 Dimensions —29.25''VVx50.5''Hn25.875"0 Location — Front, right Shelving — Three (3) adjustable Door(s) — None Additional Instructions — This area shall provide inside/outside access and have one (1) 11 OVAC and one (1) 12V cigar style outlets installed below shelf #1 and one (1)11UVAC and one /1\12V cigar style outlets installed below shelf #2. �~ CABINET #13 — Action Area 121 Dimensions — 32"W x 34"H x 25.875"D Location — Front, lower left Shelving — One (1) fixed, Two (2) rollout bin Door(s) — None Additional Instructions — The upper area shall provide open storage. This cabinet shall also contain Two (2) rollout bin type shelves approx. 12"x24" One (1)11U\AAC and one (1) 12Volt cigar style outlets shall be installed above the fixed shelf on the left side of the cabinet. The radio antennas shall terminate in the back wall of the lower portion of this cabinet. ~~ ES-13-034, Medic Unit Purchase page 28of4G CABINET #14 - Facing into Cab 122 Dimensions -21.75^VVx17"Hn25.875^D Location - Forward Center Additional Instructions - The cabinet shau contain one metal drawer with interior dimensions of 11.75"W x 14"H x 19"D. The drawer shall open into the patient care compartment. The drawer shall aperate on 18" slides rated at 250 Ibs. per set and have a gas shock hold open/closed device to ensuredrawer does not accidentally open or cose during operation of the vehicle. Drawer shall be formed of 0.125 aluminum welded construction with an automotive gray enamel finish and formed structura support on the sides and front of drawer. A 10"W x 10"H x 4"D report holder shall be installed on the back of the drawer in the crew compartment. The top of the cabinet shall have a 0.5" pad made of foam and covered with heavy- duty vinyl. However, this area 15 not intended for use as a seat. ~~ SIDE DOORSTEP 123 A recessed curbside side doorstep shall be provided which is S.5" deep x 28" wide. There shall be a dram hole and an open grate step plate, which 15 removable forcleaning purposes. Polished aluminum diamond plate kick panei will be installed on the sides and face of doorstep. ~� FRONT MODULE WALL RECESS 124 Shall be recessed 6" into the modue body to provide for maximum adjustment of cab seats. CAB TO MODULE PASSAGE 125 Shall beovvo|k-thru measuring 21.75^VVx37^H. ELECTROLYSIS PREVENTION 126 All external materials and fasteners shall be selected to prevent electrolysis and corrosion due to dissimilar materials and exposure to the elements. The Module shall be painted before any exterior items (hinges, Iatches, door hold opens, etc.) are installed to provide an isolating film between dissimilar materiats. Module body shall be properly grounded to avoid the conditions which may allow electrotysis to occur. COATINGS AND FINISHES MODULE FINISH PREPARATION 127 The module shall be seam sealed and all imperfections on aluminum surfaces of module sh all be sanded smooth Th��n�|na����riormho|| bonneohonine||yotnhodandvvashedvvithvvaxand grease remover to ensure proper primer and paint adhesion. �� ~� MODULE PRIMER 12O Module shall be primed with urethane primer prior to applying the finish coat of acrylic urethane paint. ES-13-034, Medic Unit Purchase page 27of46 PAINT TYPE 129 Shall be premium quality automoUveocmUo --'— urethane. ~~ COLOR SCHEME 130 Base color: WHITE (Match current vehicle) Roof of Module, [)rip Rail Up RED(Match current vehicle) Chassis and Module below drip rail Stripe #1 ~~ Color: White Width: 12" Style: ��0ine ' Material: SoVtch|ite° Location: Sides of Cheaeio. Sides and Rear of Module Reference: Current Vehicle Stripe #2 Color: Black Width: 0.25" Style: Outline Material: Pinstripe Location: Outline Stripe #1 Reference: Current Vehicle LETTERING 131 Item #1 Lettering: "PORT ANGELES" Font: Block Gothic Color: White with bieck shadow, shadow down/left Size: O.5^/inoheo\ with shadow Material: Ooo0ch|ite0 Location: Sides of Module Reference: Current Vehicle -~ ES-13-034, Medic Unit Purchase page 28 of 46 LETTERING — continues Item #2 Lettering: "FIRE DEPARTMENT" Font: Bock Gothic Color: White with black shadow, shadow down/left Size: O.5^/inches\ with shadow Material: Scotch lite® Location: Sides of Module Reference: Current vehicle Item #3 Lettering: "PARAMEDIC UNIT" Font: Block Gothic Color: Black Size: 5^(inohee) Material: Scotch lite® Location: On Stripe #1 Reference: Current Vehicle Item #4 Lettering: "MEDIC ONE" Font: Biock Gothic 132 Color: shadow � shadow, down/left Size: 5.5^ with shadow (inohes) Material: Scotch lite® Location: Rear of Module Reference: Current Vehilce Item #5 Lettering: "PORT ANGELES" Font: Block Gothic Color: White with black shadow, shadow down/left Size: 5.5''(inchaa) with shadow Material: Scotch lite® Location: Rear of Module Reference: Current Vehicle Item #6 Red and yeUow Scotchiite® Chevron pattern to COVE entire rear of the vehicle COMPARTMENT FINISH All compartments shall be sanded, etched, washed, primed, and painted white with gray 133 splatter paint. ES-13-034. Medic Unit Purchase page 2Sof4G INTERIOR CABINETRY FINISH 134 All interior cabinetry shall be sanded, etched, washed, primed, and painted li ht gray MODULE UPHOLSTERY 135 Shall be Vinyl NaugaForm Formfit 2® / Dove Gray, and be seamless. MODULE FLOORING MATERIAL 136 Shall beGonome/#TF[W27O2\A/tro®Tranuflor Meta Slip-Retardant Sheet flooring providing durobi|itv, ease of maintenance and stain resistance. It shall contain a high concentration of microscopic aluminum oxide particles and colored quartz crystals suspended throughout the thickness with silicon carbide grains in the entire wear surface for sli p-retardant performance. It shall have a bacteriostat incorporated to give flooring excellent anti-bacterial activity and an overaUthickness of 0.11' nominal. Flooring shall be manufactured for Wear Resistance to meet A8TK4C501. indentation resistance inaccordance with ASTM F 1303 and ASTM F 970, Grade 1 standards, shall meet ASTM D 2047 Slip Retardant, ASTM F 970 Static Load, ASTM E648, CMVSS, FMVSS 302, CAN ULC S102.2 Fire Data Tests. It shall be seamless and cover up the side walis a minimum of 5" (inches) as a seat. An insulated floor shall be installed over the subfloor. It shall be constructed with square tubing /0.75"z 0.75"x 0.125"\, filled with 075" (inches) thick polystyrene foam inmu|otion, and covered with O.125"(incheo) aluminum sheet. (Section 2.04 related) ~� COMPARTMENT LINING 137 Compartment floors shall be Iined with light gray Mate'flex material and alt shelves with easy sweep mat. CABINET LINING 138 lnterior cabinet shelves shall be lined with easy sweep mats, which are removable for ease of cleaning. ,� ^~ SURFACES AND FINISHES 139 Alt surfaces and finishes shall be impervious to aoap, diainheotantn, and water to permit washing and sanitizing. ^~ AUTOMOTIVE UNDERCOATING SEAL 140 The entire chassis and module underbody (excluding drive shafts, wheels, exhaust system, and lubrication fittings, per manufacturer's specifications) shall be sprayed with undercoating for reduced corrosion and added sound deadening. TK ES-13-034. Medic Unit Purchase page 30 of 46 MODULE EXTERIOR STEP/BUMPER 141 Shall beo welded construction of3"n3"xO.37O aluminum angle and 2"xO.25O" plate and shall be covered by 0.125" bright aluminum diamond plate. It shall have an insert of Morton Grip Strut measuring 8^VVxD0^L and provide a7"(incheu) step width. Both outer most ends shall be angled to prevent dragging of corners in high angle of approach/departure areas. Diamond pate shall be formed on front and rear edges for channel type strength and a formed 0.090" aluminum close out shall be welded to the underside of the step/bumper. The bumper shall be bolted directly to the chassis frame using high strength Grade 5 bolts. Bumper shall be easily removable and replaceable in case of damage. Step/bumper to be designed to accommodate a one person cot. Two (2) heavy-duty black rubber dock bumpers (2" n2"n7.75".BNVV#5O573> shall be mounted on the rear face of the bumper. RUB RAILS 142 Shall be bright finished extruded aluminum of a double channel design and 0.125" wall thickness for maximum strength. Rub rails shall be 2.5" high x 0.75" wide and run along the lower edge of body, interrupted only by wheel well opening. ' FENDER RINGS 145 ShaI be installed on the module. They shall be bright po!ished aluminum with a rounded outer vv edg�fo||oingthefu||oontourofth� wheel well opening. ~~ DRIP RAIL 144 ShaTi be extruded, anodized aluminum running full Iength of module at the top of sides, front, rear and over each exterior compartment. Drip rails shall be installed with stainless steel screws and be deteohob|efore8ay replacement. All drip rails shall be finished with 45 degree angled ends to avoid hooking rnoteria|o, which brush against the vehicle causing damage. ~~ ROCK GUARDS 145 Made of bright aluminum diamond plate shall cover front modute corners 24" up from bottom of the body, 2.5" down the side of body, and meet the cab at the front of the body. REAR STEP GUARD 146 Shall extend from the top of the rear step to the bottom ofthe rear doors, full width formed around corners, and 2.5" (inches) forward on each side. .~ ES-13-034. Medic Unit Purchase page 31 of 46 FUEL FILL(S) 147 Shall be on the streetside of the module. Each Iocatiori shall have polished cast aluminum fihl well and beprooadvven��d. All be properly protected with 0.125" aluminum protection plate. FueI filis shahl be installed in accordance with "Body Bullder's" recommendation. ~~ MODULE WINDOWS 148 Shahl have black anodized aluminum frames, rubber gaskets, and be attached with screws for ease of rephacement. AII module windows to be dark tinted. The side door window shall be 18.75" x 18.75" with sliding glass and screen. =~ MODULE REAR WINDOWS The rear door windows shall be1875''x1O.75" fixed glass to prevent exhaust from entering the . module. Rear windows shall have privacy screen with "Star of Life "applied to the glass. ~= FUEL SPLASH GUARD 150 Shall be made of stainless steel and shall be vv installed below fuel fill. ~~ LICENSE PLATE HOLDER 151 A recessed license plate holder with two /2)|ight� shall be installed below naardnnra. ` ' �- MODULE INTERIOR .�'��'`'y���/�������'�`�`'``^'`����'�`�`/�''. All interior hangers, supports, fasteners, latches, and hinges shall be of a near flush type design when not in use. The patient compartment shall be free of sharp projections. Exposed edges and corners shall be broken with a nadiva, chamfer, or covered with aluminum trinn, plastic molding, or rubber edgin. UPPER WALL COVERING 152 ShalI be covered with hight gray heavy grade O.125" ABS vinyl. AII panels shall be attached with a Norton very high bond system. X HEADLINER AOL|NEFl 153 | hnUbeone-piecefiberg|aosreinforoedU.00O^ "��|oaboenj'�� with textured white surface. X MODULE ACCESS OPENING BUMPERS 154 ShalI be Iocated over ahh module access openings and shalh be 1" foam bumpers covered with heavy- heavy- duty vinyl matching upholstery. LOWER WALL COVERING - 155 The squad bench sides and lower portion of the atnaetoidevvo|| shall b9 covered vvithpo|ished � stainless steel. GRAB RAIL 156 One (1) 75" long x 1.25O" diameter stainless steel grab rail with three (O\muppo�braoke�eahe||be ' ' securely mounted to roof structural framing running through center hine. ~� ACCESS DOOR GRAB RAILS 157 Each moduhe access doorshahl have a 1.250" stainless steel grab handle. The rear doors shall have "L" style handles, which may also be used as entry assist rails. The side door shall have a 12" horizontal bar. An 18" verticah grab bar shall be installed on the wall at the forward end of the curbside squad bench. -- ES-13-034, Medic Unit Purchase page 32 of 46 PLASMA HANG 158 -Tvvo(2) oei|ingmnountedCaet#2O14reoenoed|V holders shall be supplied and installed over the primary cot at the waist position of patient. COT MOUNT 159 A Stryker cot mount /Power Load shall be installed. (Power Pro Cot() and Power Lood°to be provided by Purchaser COT PLATES 160 Two (2) bright finish stainless steel 7" wide cot p|ateo, which shall run from the rear door to the forward wheel position. The cot plates shaH be attached with a polyurethane adhesive sealant system. OXYGEN SYSTEM 161 The entire oxygen system to be assembled with certified Oxygen hose (1000 PSI burst strength) with brass fittings, pressure tested, and certified. Ohio type outlets shall be installed in the foHowing locations: one (1) in action area, one (1) in ceiling approx. 2" from the center grab bar and approx. 48" from the rear door of the ambulance above cot, and one (1) in the curbside wall above the squad bench. The Electric Oxygen system shall be controlled through an electric solenoid with manual bypass, have an LED content display, and audible low-pressure alarm. One (1) Oxygen tank wrench shall be included. ~� SUCTION PUMP 162 The unit shall have an electric pump as the source of suction. Control shall be on the attendant panel. Suction pump shall be vented to the outside of the vehicle under the module body. �= SUCTION COLLECTOR 163 Shall be a SSCOR #22000 model panel mount suction collector, with disposable container, mounted in the action area. X - SEATBELTS 164 Shall be DOT certified and shall be installed with all passenger seating. Three (3) sets shall be installed on the curbside squad bench and set up for use with sit-up or stretcher patients. Two (2) sets shall be installed on the street-side bench for sit up patients only. INSULATION 165 The module sides, ends, roof, and doors shall be insulated to enhance the interior environment and to prevent heat, cold and external noise from entering the module. The insulation shall beanon- settling polystyrene foam plank material of 2", 1.5" or 0.75" thickness depending upon Iocation and available space. In addition, a Norton VHB (very high bond) system shall be utilized on side walis and roof to provide a thermal and noise break between the outside skin and structural members. ~~ ES-13-034, Medic Unit Purchase page 33 of 46 MODULE CLIMATE CONTROL SYSTEM 1O0 Shall incorporate a combination heating/air conditioning unit with 36,000 BTU heating and 32,000 BTU cooling. The unit shall have a three- speed 5800FM fan with consideration given to nViae|eve|8ndheveoontno|siodependentnf the cab system. The module system shall be controllable by a thermostat located on the action wall =" EXTERNAL AIR INTAKE 167 To supplement heated or cooled air with fresh air, an external air intake shall be provided on the side of the module. The intake shall consist of six (6) stamped louvers above the side passage door. The interior chamber of the intake shall be made of aluminum and formed to prevent the collection of moisture. ~~ AIR RETURN 168 Designed into the front right bulkhead wall shaU be an air n*turn, which runs from the floor level to the heater A/C unit. The air return vent shall have formed louvers. EXHAUST VENT 169 A motor-powered exhaust vent shall be Iocated in the streetside rear corner of the module. It shall have Iwo speeds with the lower speed a reduced noise level fan. NO SMOKING/FASTEN SEAT BELTS SIGNS 170 Two (2) "No Smoking/Fasten Seat Belt" signs shall be installed - one (1) each in the driver's area and module. WHITE MARKER BOARD 171 ShaTi be installed in the following location(s): A framed 18.5"W � wall. �� CLOCK 172 A 12/24 hour digital clock shall be provided and mounted curbside rear wall above the bench seat and under Cabinet#6. It shall display time in bright numerals at least 1.5^|nheight. -- SHARPS/WASTE CONTAINERS 173 Twa (2) Sharps containers, one in Compartment #1 accessible thru the action area counter BD 8.2 quart oapocib/. F{ed, or equivalent and a second mounted to the wal? underneath the clock and above the bench seat. BD Sharps Container, Rotating Cylinder Top, 12inch x9 1/2inch x 4inch, Red, 5.4 Quart or equivalent. A waste receptacle for curbside bench seat forward section (reference |tenn#54) OXYGEN WINDOW 174 Shall be a clear, 0"x1O". acrylic window with � finger hole The se|�dosinghingeo. Window to be high enough for "K" cylinder. ES-13-034, Medic Unit Purchase page 34of4O ELECTR|CAL/- GENERAL SPECIFICATIONS 175 Alt added body and chassis electrical equipment shall be served by circuits separate and distinct from the vehicle chassis circuits. Alt vehicle wiring shall be copper arid conform to alt SAE Ji 128 requirements. The wiring shall be cotored, numbered, and function coded every 3" for permanent identificatiori and correspond with the vehicle schematics. Solder less, insulated connectors shall be used. Wiring pandult shall be used in power component module to ensure air circulation throughout power component wiring. The wiring shall be routed in conduit or looms and wiring shall be secured to the underbody or frame with insulated metal cable straps. All power distribution cabling shalt be covered with a protective split loom. Where wiring passes over the exhaust, a heat shield shall be installed. Wiring and electrical components shall not be placed under or behind the cab seats. The power component module shall be equipped with positive locking plugs to provide easy disconnect for remount or repair of body. Alt wiring devices, ovvitchnn, nuUota, oto., except circuit breahenn, shalt be rated to carry 125% of the maximum ampere load for which the circuit is protected. OVERLOAD PROTECTION DEVICES 170 Body electrical wiring shall utitize overload protective devices of the automatic reset, circuit breaker type. In addition, two (2) single pole, 2O- amp circuit breaker shalt be provided for future use. The circuit breakers, retays, and other electrical items shall be tocated in the enclosed power component modute. VOLTMETER 177 Shall be an OEM component installed in dash. The scale shall be from 8 to 18 V.D.C. (Section 1.01.08 related) AMMETER 178 Shall be a 300 amp analog ammeter, which shall be located on the driver's console. ^= IGNITION CONTROL 179 Chassis electrical circuits will be controlled by ignition switch as provided by the OEM chassis manufacturer. The auxiliary chassis related functions shalt be powered by one (1) 100-amp continuous duty sotenoid (rear heater/air conditioner, oire, spotlight, etc.). X MODULE POWER 180 Shall be controlled by a console-mounted switch, which activates one (1) 100 amp continuous duty sotenoids tocated in the power component module. WIRING ACCESS 181 Alt cabinets at ceiling level shail have removable backs, which are screwed, in place for access to horneeoen. Stack cabinets shall have removable panels for wiring and hose access. ES-13-034, Medic Unit Purchase page 35 of 46 BACK-UP ALARM 182 Shall be instalted and have a momentary disable switch in the driver's console. If disabled while in reverse, when shifted out of reverse. ~~ SERVICE LOOP 183 A O" service loop of wire or harness shall be provided at all electrical components, terminals, and connection points. DRIVER'S CONSOLE 184 Made of formed a|unninunn, shall be installed. This panel shall include the following: Switching to be determined at the pre-construction meeting. -~ SWITCHES 185 1. Module Disconnect 2. Emergency Master (Sequencer) 3. Lightbar - Red 4. Flashers 5. Flashing Headlights O ' Intersection/Grille 7. Opticom B. Left Scene 9. Right Scene 10. Rear Scene 11. Knox Key Alert System 12. Back Up Disable OTHER: 186 Analog Ammeter Door Open Warning Lights -Red passage/Amber compartment Siren Head Hour meter Auto Charger Battery Panel (Drivers Side) -- SWITCHES 187 Shall be Iighted rocker type and permanently marked by function. One (1) spare switch shall be provided. MAP LIGHT 188 A map light with a 19" flexible neck shall be mounted in the cab area on the passenger side. It shall have a red Iens DOOR AJAR WARNING LIGHT(S) 189 Shall be installed on the driver's console. A red flashing Iight and buzzer shall warn the driver of open passenger access doors an amber flashing Iight and buzzer shall warn the driver of open exterior compartment doors. ATTENDANT CONTROL PANEL 190 Shall be Jocated in the action area. Panel shall include one (1) row of switches, as follows: 1. Dome Hi/Off/Lo 2. Electric 02 3. Aspirator 4. Vent 5. Fluorescent A separate climate fan switch and thermostat shall be Iocated adjacent to the attendant control panel. �� ACTION WALL / AREA LIGHTING 191 Shall be included with the Module Interior Lighting. ES-13-034, Medic Unit Purchase page 36 of 46 STEP LIGHTS 192 Uoht �~ The side access doorstep weU shall have a installed. ~~ MODULE INTERIOR LIGHTING 103 Lighting shall be desigried to keep headroom to a maximum without interfering with the structural integrity Vfthe roof. Module interior lighting shall consist of eight (8) dual intensity recessed LED Iights, (8" diameter, round) over primary cot area and one fluorescent (1) over the action area. There shall be a Hi/Lo/Off switch for each bank of Iights and an On/Off switch for the fluorescent Iight on the attendant contro panel. Switches shall be located on the action wall. The four (4) dual intensity recessed ceiling lights on the curbside shall be automatically activated when the rear or side doors are opened. The four (4) dual intensity recessed ceiling lights on the streetside shall also be controlled by a timer switch (15 minutes) while connected to shore power for rig checks. Switch should be easily accessible from curbside door. AThin|ite#710NB){ recessed fluorescent lights shall be installed and connected to the battery charger (Section 6.23X related). The Iight shall be wired to be "hot" thru ignition and with shoreline plugged in. BASIC EXTERIOR LIGHTING 194 Shall include headlights, parking lights, directional signal |ighto, tail and stop lights, license plate light, back-up |ighta, side marker lights, hazard and warning |ightm, and clearance Iights as required by FMVSS 108. Side marker and back-up Iights shall be "Truck-Lite" sealed Iights. Red and Amber module clearance lights shall be "Truck-Lite" LED. Two (2) LED VVhe/en#O0R0OBRR stop/tail |ighto, two /2> LED VVhe\en#O0AOOTAR turn arrows, and two /2>VVhe|en#00JOOOCR back-up lights shall be installed on the kick panel, one (1) set each on each side of the vehicle. ~~ ANTENNA MOUNTS AND CABLES 1S5 Four (4) NMO universal antenna mounts with KUDPL25 cables shall be installed. Antenna base access shall be through the dome Iight openings. Provideen18"aerv|co|nopatthnantennebeses. Antennas shali terminate on the back wall of lower portion of Cabinet #1 1. ES-13-034, Medic Unit Purchase page 37 of 46 SHORELINE POWER 186 Utility power shall be furnished with 110 VAC ahonapovver via e30 amp Mehnco3O1-EL'B weatherproof plug Iocated on driver's side of vehicle and distributed via a formed 0.125" aluminum power box recessed into the streetside front compartment. Power box shall be flush mounted so as to maximize compartment. Plug designed to ensure minimal arcing during disconnect. The box shall contain three (3) 110 VAC outlets for power supply to: - Interior/exterior 110 VAC power (receptacles, IV warmer, etc.), <]F} protected - Battery charger One (1) breaker shall be installed, for protection of the shoreline Five (5) 110 VAC dupiex grounded outlets shall be Iocated as foliows: one (1) in the wall separating the cab from the module behind the driver's seat; two (2) in cabinet #14 on separate shelves, one (1) in Cabinet #10. and one U\on the Action Area wall. -- BATTERY GROUNDS 197 Ln addition to the two (2) OEM grounds, the foliowing ground circuits shall be added: 4 ga. ground cable from module power component panel to frame, two (2) braided ground straps from the modu!e body to the chassis to reduce RF interference. BATTERY CHARGER 198 A Power source PC 45 and Kussmaul 091-94-12 battery indicator panel shaU be installed. It shall be installed in the shore power compartment. Display shaU be Iocated in the cab chassis on the driver's side of the console. BATTERY MODIFICATIONS 199 One (1) Interstate 8D-MHD botteryvvith a 1400CCA rating shall be Iocated in the right front exterior compartment. /G�c�ion�1�O1�O7and2.O8 related) �� 124/{}LT RECEPTACLES 200 Three /3\ 12 volt, 20 amp cigar type receptacles shaH be provided. They shall be located twa (2) in the right front stack on separate upper shelves and one (1) in Cabinet #15 Iocated above the fixed shelf in the action area. COMPARTMENT LIGHTING 201 LED rope !ights shall be installed in each outside compartment and shall be activated by a door switch. EXTERIOR [}(]DR SWITCHES 202 Shall be of the magnetic design to facilitate less maintenance. All door switch terminals shall have Heat shrink installed. .~ ES-13-034, Medic Unit Purchase page 3Vof40 EMERGENCY WARNING SYSTEMS`.' All lighting must meet the NFPA and Federal DOT safety standards for ambulances. FRONT LIGHTBAR 203 Shall be a Whelen 45OO Plus Super LED 90" Lightbar or equivalent. Pattern from curbside to streetside as follows: Red F|oaher, Red Rototor, Red Rotator, C)pticonn®, Red Flotator, Red Rotator, Red Flasher. Opticom® shall deactivate upon pacing the transmission in park. �- REAR LIGHTBAR 204 Shall be a Whelen 4500 Plus Super LED 9O" Lightbar or equivalent. Pattern from curbside to atnaetsideaafollows: Red F|osher, Red Rotator, 17 Degree Angled Scene lights, Red lens Red LED Brake Light, 17 Degree Angled Scene lights, Red Rotator, Red Flasher. Opening the rear doors or when vehicle is placed in "Reverse" sha activate the rear scene Iights. -- FLASHERS 205 Four (4) fixed Red Super LED flashers shall be mounted twa (2) on each side of module iri upper corners. These Iights shall be Whelen Super LED 900 Series or approved equiva!ent. Two (2) ` ' flashers shall be mounted on the rear of the module at window height. Shall be visible thru the door windows with the rear doors in the open position. These Iights shall be Whelen Super LED or approved equivalent. ^� SCENE LIGHTS 206 Four (4) parabolic scene Iights, mounted twa (2) on each side, shall be installed. The scene Iights shall be fiush mounted and have internal optics to deflect the Jight down at 8-32 degree angles. The lights shall beVVhe|enS0O Series Super LED Opti- 800ne|ightanropprovedequive|ent The side door shall activate the curbside scene Iights. ~� SPOTLIGHT 207 300,000cp Shall boa30O000opL}u�etaN�nonfnnoun�ed spotlight, installed in the center of the cab roof. ^~ INTERSECTION LIGHTS 208 Two (2) Intersection lights shall be installed, one (1) on each fender. These shall be Whelen Super LED Red Iens Iights or approved equivalent. HEADLIGHT FLASHER UNIT 209 Shall be a Whelen UHF 21 50A head!ight flasher unit or approved equivalent. ~= GRILLE LIGHTS 210 8heUbe two (2)VVhe|onK4-7 aerioaRedLEO ` ' �oahensoroppnovedequiva|enL �� ~~ ES-13-034, Medic Unit Purchase page 3Sof46 SIREN 211 Shall be a Whelen® 295HFSB1, 200 watt. Siren oDU0na0o include radin, honn, manual, wail, yelp, ' and Hi/Lo. The "hands-free" siren function shafl be wired to the vehicle horn ring. ~� SIREN SPEAKERS 212 Shall beoVYhe|en®8A32ES7 "Dual UnderPno^ Center Mount, Under Bumper System with two /2\ 1 00-watt speaker drivers. ~� SEQUENTIAL SWITCHING SYSTEM 213 A Kussmaul sequential switching system shall be installed to control emergency Iighting. FLASHER CONTROL 214 A flasher control unit shall be installed to control flashers needing external control. The unit must be sufficient to supply more than 1 25% of the total load. FLUID WARMER 215 A 12 volt DCI1 10 volt AC dual voltage fluid warmer shall be installed in the right front stack. The warmer will be thermostaticaHy controlled at 95 to 105 degrees F. Space for ten (10) one-Iiter bags of fluids shail be provided. It shall be installed in Cabinet #8. ENGINE HOUR 216 An engine hour meter shall be mounted on the driver's console. -- SUPPORTING DOCUMENTS OWNERS MANUAL 217 Shall be provided with vehicle and consists of the following items: 1. Chassis owner information packet. 2. Extra set of keys. 3. Lifetime transferrable module warranty. 4. Factory warranty on Chassis. 5. 7 Year/75,000 miles limited electrical warranty. O. 2 Year/30.000 mile Conversion Warranty. 7. 5 Year Paint Warranty. 8. Module remount engineering check list. S. Climate control information and warranty. 10. Main schematic . 11. Electrical equipment amperage ratings 12. Wire coding list. 13. Schematics for standard system: (As Built) - Driver switch console - Attendant switch consote - Climate control system - DuaI battery system - Module harness routing - Interior and exterior lights 14. Operations manual 15. Schematics for individual options. 16. Warranty and parts Iistfor tight bar, etc. ~- ES-13-034, Medic Unit Purchase page 4Oof4G CHASSIS MANUFACTURER'S MANUALS 218 Two (2) sets of Ford or equivalent? electrcal/vacuum se.rvice manuals shall be provided with vehicle. Ford chassis and engine manuals. These shall be CD ROM. ~~ LABELS/PLATES 219 Twa (2) "No Smoking Oxygen in Use" Labels shall be provided. They shall be White with Red Lettering. MISCELLANEOUS EDICAL/FKESC%JEEQ0pN1EYAT LOOSE EQUIPMENT 220 The followirig equipment shaU be shipped loose with the vehicle: 1. 50 ' 2. Two (2) spare door latches 3. Six (6) console swtches 4. Twelve (12) dividers for interior cabinets -- OPTIONAL EQUIPMENT OPTIONS #1 COMMUNICATIONS EQUIPMENT The vehicle shall be equipped with the following communications equipment below: Note: The bidder shall be responsible for all cost associated with the purchase and installation af the above equipment. This cost shall not exceed $6,500.00. If the bidder opted out of any or all options below for Options 1, a local dealer shall be specified by the City to provide the installation and purchase any of the equipment below that is not supplied by the purchaser. Instruction for installation of equipment below: The VHF and UHF radios shall be installed in radio console located between the cab seats. The bidder shall provide power cables for both radios. The power cables are to be copper wire and terminate in console. Alt antenna and power cables to have minimum 36" extra cable at their respective termination points and shall be an appropriate gauge to supply the specified radios. 221 1 Motorola CDM 1250 VHF radio X 222 1 Motorola CDM 1250 Dual Head UHF radio X 223 1 Cellular Telephone 224 1 Dave Clark Radio/lntercom Headsets OPTIONS #2 225 S-Scort '' ^TanmunUonunit 226 – Nitrous Oxide System Matrix 227 A manual drop-down step at Module Side Door. The step shall measure approx. B''x24''and support e minimum of3O0|ba. -- 228 A hardwired U3B port in the action orea � 229 Install a CBT Mounting Bracketitower in the cab, next to passenger seat. This bracket to be supplied by purchaser. �— 230 Install inverter in compartment #1 with an outlet in action area. ,� ~~ 231 lncrease depth of cab into module to10"for increased seat adjustment ~~ ES-13-034. Medic Unit Purchase page 41of48 ES-13-034, Medic Unit Purchase page 42 of 46 232 Install an isolated battery power system for the module interior lights andentehorflooher operation while engine is off. Batteries to be mounted in a vented box with a slide-out tray on the floor of Cabinet #1 2 �� ^~ 233 One of the drawers in action area shall be a coolirig drawer sufficient for keeping meds belween 32°F and 50°F. Drawer must have dual source power supply to keep drawer coo when engine is off. X 234 Install a remote backing camera at rear of modue with 7inch screen on the driver's side dashboard. X 235 1 8tryher8teipPRO Model 0252 with footrest option 256 | Stryker Power PRO with: • XPS option • Power LOAD compatible option • Steer lock option • 3 stage IV pole PR option • Fowler 02 bottle holder option • Head end storage flat 237 Stryker Power LOAD with 6500PWRLOAD Comp upgrade k�and all necessary body rnndi�cskione to accommodate the Power LOAD system. T),A~\c ��'- _����— OTHER 238 Delivery date: DayS after the purchase order is received that the unit will be delivered to the City ' OAYS:220 ES-13-034, Medic Unit Purchase page 42 of 46 City of Port Angeles Bid No. ES-13-034 BID FORM Medic Unit Purchase Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following amounts for all material described in the Schedule A of the Contract Document. BASE BID: BID ITEM QTY MODEL YEAR VEHICLE PRICE 2014 Model Year or Newer, Unused 14,500 GVWR Ambulance N/A 167-3 2014 $136,667.00 Total with Washington State sales tax: Note: If vehicle is purchased outs.de Washington State, state sales tax of 8.7% shall apply. Vehicles purchased in the state of Washington, state sales tax of the origination of vehicle shall apply. based upon 8.1% 11 ,070.03 Total Bid Amount: 147,737.03 OPTIONAL EQUIPMENT BID FORMS FOR 1 AND 2 ARE BELOW: OPTION #1 BID ITEM DESCRIPTION UNIT PRICE 221 1 Motorola CDM 1250 VHF radio N/A 222 1 Motorola CDM 1250 Dual Head UHF radio N/A 223 1 Cellular Telephone N/A 224 1 Dave Clark Radio/Intercom Headsets N/A Subtotal N/A Sales Tax N/A $ Total Amount for Optional Equipment N/A ES-13-034, Medic Unit Purchase page 43 of 46 OPTIONS #2 A|[} ITEM DESCRIPTION UNIT PRICE 225 S-Scrot "Ten" suction unit 3 1 , 650 . 00 226 Nitrous Oxide System — Matrix Model #91120505 ' 0/A 227 A manual drop-down step at Module Side Door. The step shall measure approximately 8" x 24" and support a minimum of3OO|bs. 300 , 00 228 A hardwired USB port in the action area. Install a CBT Mounting Bracketltower in the cab, next to passenger seat. This bracket to be supplied by purchaser. 75 , 00 200 ,00 229 230 Install inverter in compartment #1 with an outlet in action area. 1 300 00 , ` 231 Increase deothof cab into module to 10" for increased seat adjustment. N /& 232 Install an isolated battery power system for the module interior lights and exterior flasher operation while engine is off. Batteries to be mounted in a vented box with a slide-out tray on the floor of Cabinet #12. I , 400 . 00 233 One of the drawers in action area shall be a cooling drawer sufficient for keeping medications between 32°F and 50°F. Drawer must have dual source power supply to keep drawer cool when engine in off. 2 , 200 . 00 234 Jnstall a remote backing camera at rear of module with 7 inch screen on the driver's side dashboard. 7 0 , 00 235 1 Gtryker8taipPRO Model 6252 with footrest option. ). p�� 236 1 Stryker Power PRO with: • )(P8 option • Power LOAD compatible option • Steer lock option • 3 stage IV pole PR option • Fowler 02 bottle holder option • Head end storage flat 1).\ ,c _ P-'-- 237 Stryker Power LOAD with 6500PWRLOAD Comp upgrade kit and all necessary body modifications to accommodate the Power LOAD system. ��� �V` \\^����+�� �'~— Subtotal 1 , ;? ��('� � ~1 - / 3=r""","" /« y Sales Tax /^�/'^� {- ~~ 3 � 2� 7-3-7_,80. Total /�00��uOtfor ��ptiona| Equipment ��� �����r m/'` ^'u� ~^~ ES-13-034, Medic Unit Purchase page44of46 City of Port Angeles Bid No. ES-13-034 Medic Unit Purchase BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice? ['es 0 No Based upon same model year chassis. ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). 1 to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER Braun Northwest, Inc. TYPE OF BUSINESS: liVorporation (limited) 0 Sole Proprietorship 0 Partnership (general) 0 Partnership 0 Limited Liability Company 150 North Star Drive ADDRESS P.O. Box 1204 CITY/STATE/ZIP Chehalis, WA 98532 PHONE 800-245-6303 FAX 360-748-0256 NAME (PLEASE PRINT) TITLE Sles11 11-get Wit 613 SIGNED Tami McCallum DATE 12/3/13 ES-13-034, Medic Unit Purchase page 45 of 46 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF Lewis The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Srgnature of der/Contractor Tami McCallum, Sales Manager Braun Northwest, Inc. Subscribed and sworn to before me this -day of Ofn , 20 Notary Public in and for the State of (OR Residing at () My Comm. Exp.: \'CI ES-13-034, Medic Unit Purchase page 46 of 46 BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 3 Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. ES-13-034, Medic Unit Purchase page 47 of 46 ■s, 1,�\` \\ \ \ \ \\ \`.�` \` \tip \��\ \` \\ SM�:m,�..1.'ho...4111� :,"�. �ti. ,.a.+.a�.:ti��,��' w.....� i��r.er� Ma ti'`5 1.a . • r� H X IT1 0 P1 z P, and CD 3Z ri ZVi zD ❑ C N z= 00 0 ❑ —I DZ rD r 0 z 3 ro d 3 N 0 0 w CO z m z m 0 0 O • \ \ \� \ \ \ \ \ \ \ \ \\\\\J ! \ Nal=\ \ \ \s mow' Nsmiuss\'..it a rq X ITI 0 P17,) ):) AMONAMOVW AAMOVIANIAOM 110.414#4141~010 01001010101~001 .111101A04010011~1040 EMM APPROX. 107 1 /8 S 3) D I1V S3139N 1-10N uilE En CD • X X Xr 4. X X 4 r .:•)'" 110 gi4 mm..... rr / -4' /7,, z: Nr/ri' r."1 0 /10'2 A, "ZIP ...+4 ...4f."1, ".":: ■ /• 9 f 0 .-:"1..14.! . N..... F. i7 . \ '‘'. "Wk•CS'Vr T.\\‘.V .. N .......... , , ■ 113.1.ZN:s 44 '4•:.'410.14104 'S .4.14. ..1%\ ..111N6 AlVo. '117'ilt 1 11:11011/1 .114111. 4 4 , 4.4,..164:1, 1...1.114‘10,,14144,,,, '4,1,1104.4., It. '474.111.1101101.116,4NZIMIN4114114 ," )" ■ N toll-0 1 r .111111111■111111111112, . `1111111 y n' 1r/i "rrF/,/ /,_j__ M �/ �JJ.%1i�jr.+l: Il zz ;fry, v„„, j %r 0 tio 3 CD 0 m rrn CID E 0 c) (D z 3 3 a i✓i "" CD cCn � V) d 3 z H m 0 rq z 3 0 CD 3 0 z z rn c 0 ri 0 ri 000 0 z o ca 0 o to 0 0 m z v) 0 z m Li) c 0 CD Ci) P1 0 11 0 Z H z ro v 3 o 0 -o 0 0 -o z 0 m to a f!1 oi I Mill .01:11111 !UNEVEN!! 11 61111111111011111110 01111111101111111111gi $ "IR wAme,h, Ira taw twAvir 044401444 • 164,014 KU *It 440 I ,iO4.■• 646%4 AMIN Il■r.:�• AhZ. , wwi vr-*4 .6.....s...4 ....4,..w.....w I Illitay. . ∎ ■ ∎ till aANI7 ■: WITAN +t4 SO stuomard autos otp. o spuo! qomm 'sou:m.1.100p uo posn oq iculu uopon.nsuoo jo ocriCi alms slq AV/ANODCI 21V3N SWV3S 113S0dX3 ON 1113111S 9NIEn1S aNinDs 2 X 2 SWV3S 11350.043 ON 41-13A dINS NV3S 1:1350c1X3 _L33HS .LC1011 REH-2SOS 133HS ),11011 2EH-2SOS N3N803 V38 IA1 U3RIDJ 2EH-2O g 1113M dINS WV3S a3S0dX3 NV3S G3S0dX3 (113M dINS 83W00 NV3M 1.01 1:1311nN1X3 91-1909 .$)iva! Apoq pu guppen piam puuluTed o 'T.up-uoi tom luolajpp lulpanuoo puu putdx iip siuuolum /Cone lualoipp omi SP/VALI! sup 'oas uuo noi( sy loaqs pal JO Xpoq u trim solum Isod JOI1.103 popn.nxo uu moq oos uup noic `mopq s&Ilmuip alp ui NOIID1111ISSIOD WflU11Uflp UJJOJ OT fuouulomu tuluounsanu! [emu! a2auj u sai!nbal uoponusuop tunauuniu pouuod .soduqs ponsop o aNarq ssaid u jo osn iq pouuoj atutputu sI Z£1-1-ZgOg Jo Xouu (re pm puma! opuB auuum jo looqs jj u s! — IATIMIIINITTV GMAT-210d .soiomon °pupal(' olluaunsontr! °pH sallnbai uollorulsuoo odklpapiumg uiq -Luau Xfuo oiqulluive a stud watuopuTdoi os spioul uo suoIsrupca Joog puu pal `JPILLOO `Joop osn Imp slarruoujnumu ai01113A '91-1909 s! paprup:a oq ueo ET41 unurruinte jo Jop fuo4 fq. u q2naup umuuunip jo siconu trluuoo 2u!ssaJd 'cq oputu s! iiq °dulls umuuunp pounoj s! NOISf121IXH .ourpon sr lnotiEnosql uuopod !pm opulon T4 mots puu 'osuqamd oloNon Xpuoaloula pcau JflOi OJ teoppo 5! imp uollutalojul 1mm not ap!noid illm uodal 1.upnolioj qj uopartilsuoD tantritunw papruixa *SA umuitunw pattuoi 930-617L-09C XD • £0C9-3tZ-002 • waD-4seivo_pouunoiqwwm Ze386 VM 's!IDI-PLID • POZ X02 Od • .JO -04S L-11-10N ()St oui isamiipoN unw 47 Virszarzrmr .emPosaw :Akarmar, giiizmft mum.= woo ormagalr rangemp," ilhattvn frf, IFY OPPT ,firb r ioop luelsIso.11ordt.u! oi0Til ‘.1001104S u sopInald snjj uollonusuoo popnuxo otn o ponduroo su ong u1q JqpJ 000ld ouo /quo osInbal osiu Xota .s.loop qijo lopoixo oq uo sureos alp jp soveuTur!To tioulm topulaguoo uud oTqnop u owi popTom puu pouuoj ai sloop Xpoq ampow aamfik --nn ikii SWV3S :310N sweas 100J papiam Allni 40 pue saoald z joo):1 upprulsuoa pamod Jels quoN leo!clAi a3C-13,0k dr>IS 2e1V SI4VDS :310N sweas mine° pue papam dNs 40 „ztv pue 9030!d g joa8 uopruisupo papri4x3 leo441 poi .1o5uo.us u rnpiAoJcJ s Ham su 2uptuoT wag uoIlooloid Iouoq sopyiard TILL .ureos posodxo ssoi luoolod 0c Isou 1p molls pal uo!sruixo ui o paludwoo pal pouuoj u jo `mopq umoqs si 'sums pal ota .suo!srulxo Tumatuis Xpoq Cu u aouldal O u!Au1T IflOT4iM `poRcurup j! `oTquoouTdol are put XTTunpIA!pu! polunoul are sup' aouesuolo puu sjitu dpa -spud moods Xuu Ioplo o uTMq lnotllIm oTolgon po2uurep inoi .1-Tudal U1O unuTumfe tp!m s3pom Imp Xlmouj on9ouloinu Atm `uoponlisuoo jo add odX sq LTITAk ADEN 303Id [Al V JO A3IA CN3 JOON 303Id 3ND V AO A3IA CN3 133HS MOO UCH ?SUS .52U CdA1) 3ani 'Ns wszr X ,U x .3 SNY3S II3S0dX3 ON 133HS JO 2CH 2SOG su NUJ 4EII3 SUE 133HS kaDff 2CH 2GOG .G2V dIXS C113/k dINS 1.33HS Jona r UCH UE05 NY3S G3S0dX3 d3NdOD JO0b 03GrA1X3 91-1909 .5uppelo wired JO pTom soieulurrio P4 uopomluoo pue uolsuudxo polTolum Joj 5u!moTiu snq Z £1-1-Zg `Xollu owes all si repolutu aoujins .lopoixo ify .uoporulsuoo tunuuunre pounoj 2u!sn loom Tiumoms puu par u mou oos JJTM no `moloq Oulmuip Oq uT NOILDflIIISNIOD pump j! oauTdal JO JTUdal o Iosn 44 JOJ XD503 0.10111 `amloujnuem o anIsuodxo ssoT olomon alp swim ssooald sua .suolsn.uxa .110141 mu! ooumuolo puu sue.' dup otr!qu'oo uoporulsuoo poprupco 2ulz-qpn siampujnuem Xtrew alp jo our! umop puu lsoo sosuonu! Iolouj sua ..loinioujnuutu aip 1.12nonp oiqullunu Xjuo o.i suoIsruixo luoumouTdal `poaculup s! °Toulon inoJ ji ojll puopourg Ja2uo! apTITOA .10jOS i 2uIM/10A jq SI.S00 rludal pue DOuuualuIrtu poonpor u! sNoucticed JT1J aiveq 'um nq uaunsonu! JiOJ annbai ui uoponnsuoo lunuwinte pouuoj `sIsicreue pug alp ui Boor -\\ maor iNior J.N ID r iroor 9 SINIOF (13S0dX3 NolionNistszio wrinainiv C[21q6:1_4 /,14ror imor iwor INIOr INI or -\\ LNIOr iNior iNlor iwor 21 OalInC3d siwor G3S0dX3 ullErNO NOIlalNISNO0 wrimwma UTIFIN1X3 iNror 1NIor 1 .uogonilsuoo pattuoj SUMOS payeultwp Jo poonpal alp o paredwoo si uoportnsuoo paprupca ut siwofjo Jaquinu aarei alp mopq s2wmuIp alp ui oopou !pm nom .Xiqurasse ampow aql jo uoporulsuoo alp ui par!nbai quip{ Jo icmuunb alp pug sureas pasodxo Jo Tunome alp s! Jap!suoo 0 2unp a.10111 ouo 31116 )13tlit 311I )11VE 113113A dDIS 3731€1 3/.113 11V 371-1 1'311S L 113111375 100'33 11111 3713NE100 11V - C1V31c11.1) - NIA1331,-360E10 MOM OWNOJ NVd XO 30125 .11,11:1N4 3111317 ON 3113 .1N0)44 flValcILLS — V 140)1335-5001:13 3013A MOM 2100a a3HVNA NOIsnNIK3 r x) 1< ❑ d 0 o z X 0 ❑ 7a z Pi 7J 0 N 0 z 0 0 0 ru 0 N 0 O 0 A 0 N 0 X 0 0 0 0 0 3 .t3 0 (4 N 0 CD QaJnNlx] AVMe1❑ ❑Q 0 P7 d P7 D 77 xv/`1a❑ ❑Q l Q13/\ dI)IS Wd3S QdS0dX] -stua-nald aures o spool !plum `sounTuspoop uo pasn aq ketu uo!pitusuoo jo odic]. aus sp.!' At/1,180CM Nki:N SWVDS a2sodx3 ON 3annnzus 9NIEICI1S Jeonos a X 2 —\\\ SWV3S E3SD.IX3 ON AVP\NDOCI GlAM dINS NV3S CI3S0dX3 013M JD'S NV3S G3S0dX3 NV3S U3S0dX3 C173M dINS 1321-1S ACME{ RCH-2n 123HS AXIDE 2E1-1-2g0g 111N3W00 enN 1J31 113NdO3 zeH-2O g 1 83NN. 03 dV3M IJ31 counalX3 91-1909 -qua! ipoq puu 2uppuJo ppm puu lured o 'T.Trproi `salui lualamp p panuoo puu puedxo Tutu sfeliainu Xoire luoJoipp OM SOAIOAIJI SiT-11 `30s uo no sv -pous pa! JO Xpoq ij1Ti sal= lsod UJO popmixo mot! oas uio no 'mop(' alumuip alp ui NOLLDallISNIOD (13WIIIIXa '11MUTILITIF LUJOJ o XJ01.1N3BUI Ut UOLUISOALII fe!uu1 ofs1 ! u so.unbal uolion.usuoo tunulumiu pan-viol -saduus poilsop o piq ssaid -e jo asn icq pouuoj aultputu SI T-1°Itim ZEH-zcog Jo iCollu uu TIAA rupaluat piJ UTJWJO Palls 1J u s! 1A1111\LIINIYIV CIHN210.4 -so-plum oartpoid O luaansanu! tuplu! aim! saunbal uoponnsuop 3dX1 papn.nxa -warp wag Xitio aiquffenu 3JU Spad lIJOUJOOEldal os spioul oul umo suolsrulxo .ioojj puu 'u100 `ioop asn 1-uul sJoinloujnumu oIoN0A. .91- 1 909 si paprulxa aq uuo !Btu umuluinve Jo Xou 1ijd1 au -plow u !pumqi tunulLunte jo sXolp ulupoo 2u!ssaid /cq aputu s! Tem adults tunuIumfe pauuoj -atullan slIlnotpnarui. auojiad JjTM alo!uon mot! puu `asulpind 310I113A X01.13.10U13 1.3(311 znoic o! feoppo s! 1109PLUJOJUT trim nod opywid 1.1odo.1 2u!molloj Ogi uown4suoD umultuniv papn.qxa 'SA tuniquinw pauuoi woolsamq.pouunoiq©saps - woolsamii.pouunaicrnAmm 95Z0-8i7L-09e mod - COC9-SiZ-008 ZCS'86 VM "s!101-1GI-13 - VOZI. x09 Od - 'JO JD 1S 1-11-IoN Oct DU IsGmuwoN unoiq uoop luels!sat 10BdUli OJOUI '1021.1011S sop!nald sTq .uoponpsuoo poprulxo 041 ol pamdtuoo su ong uutp lotpri opold ouo /quo 0.4nboi osp X04 j, .s.loop 041J0 Iopoixo alp uo sutras otp IP somuuuqo qoulm `uopringuoo uud oignop r mui poplom pur pouuoj am stoop Xpoq opipow 1[3[113M -nru 3NV SIO3S ,11DN sweas 100J papiam Al Ini10 „L[c pue sa3a0 z lool uonorulsuo0 patwoJ mIS 111-10N leo!dAi [13[113kt dINS 1eIV SVIV3S ,31ON sweas paneo pue papiam 0910 „zt7t, pue saoqd 9 food uo!lowlsuo0 papruix3 leo!diti 1j00.1 .1001.104S t 214p!noid s pom s &Imo! woij uopooloid ..tonoq soppkaid situ .turos posodxo sso! moond OE lsotup moils poi uolsnpxo U1 O p0JtdWO0joOi patwoj jo `moloq umogs su 'stuns joo.1 041 .suoIsnxo irimoruls Xpoq Xue ooridat o u!Arti moullm 'porturp j! `olcmooridoi oii puu Xpunp!A!pu! polunotu am supij aourreoio puu sp.! duo .suud moods Xui Japio o u!Arg inotp!m amtion parttrep inoX .1!tdoi Imo umuutmir tplm S/JOIA Trip idol onpotuoure icur 'uoporulsuoo jo odicl sup tp!/A, JOEM 303Id 11411 b' JO M3IA [IN3 133HS ACME 2EH ESDG .sav cdAi, aani '80S .S2V X .2 X .2 SWV3S U3S0dX3 ON 133HS 400N 2EH 2GOS say J008 333Id 3N0 V JO AMA CEN3 133HS glOg 2EH 250G .G21' al3A, dINS vork dINS 133HS Jooa UCH 20S WV NY3S O3S0dX3 1131nilX3 91-1909 d3H2100 upon lured JO nom somu!w4o Tem uopoepuoo puu uo!surdx0 potiomut Joj 2u!mour snip `ZEI-1-ZSOS `Xope owes 041 s! ppolutu oorprts Jop0pc0 JJV .uouorulsuoo umuuunfe pottuoj 2u!sn loom IlEmoMs pue poi r mot! oos 'pm not `moToci 5u!muip 041 UI NOILDAILLSNIOD 111f1NI111f11V GHIA1110.1 .poOrurep j! °arida! _to imcloz o Josn 041 Joj Aliso° NOW JUJ lug `atruorjrturw ol on!suodxo sso! opition otp SO7U1 SS300Jd SITU, "suolsnilxa Ilotp mu! slip!! oour.troTo per spai dup oumutoo uollotulsuoo paprupco Ot4z4un sioinloujntrew XtreN •iludal 041 jo atm umop puu lsoo sasratou! lolorj siqj ..lampujnurui alp 142nosql oicrep-enu ATuo am suo!sapxo luatuooridat `pogrurep Si Nomon JflOIjJ [13[113kt dINS 1eIV SVIV3S ,31ON sweas paneo pue papiam 0910 „zt7t, pue saoqd 9 food uo!lowlsuo0 papruix3 leo!diti 1j00.1 .1001.104S t 214p!noid s pom s &Imo! woij uopooloid ..tonoq soppkaid situ .turos posodxo sso! moond OE lsotup moils poi uolsnpxo U1 O p0JtdWO0joOi patwoj jo `moloq umogs su 'stuns joo.1 041 .suoIsnxo irimoruls Xpoq Xue ooridat o u!Arti moullm 'porturp j! `olcmooridoi oii puu Xpunp!A!pu! polunotu am supij aourreoio puu sp.! duo .suud moods Xui Japio o u!Arg inotp!m amtion parttrep inoX .1!tdoi Imo umuutmir tplm S/JOIA Trip idol onpotuoure icur 'uoporulsuoo jo odicl sup tp!/A, JOEM 303Id 11411 b' JO M3IA [IN3 133HS ACME 2EH ESDG .sav cdAi, aani '80S .S2V X .2 X .2 SWV3S U3S0dX3 ON 133HS 400N 2EH 2GOS say J008 333Id 3N0 V JO AMA CEN3 133HS glOg 2EH 250G .G21' al3A, dINS vork dINS 133HS Jooa UCH 20S WV NY3S O3S0dX3 1131nilX3 91-1909 d3H2100 upon lured JO nom somu!w4o Tem uopoepuoo puu uo!surdx0 potiomut Joj 2u!mour snip `ZEI-1-ZSOS `Xope owes 041 s! ppolutu oorprts Jop0pc0 JJV .uouorulsuoo umuuunfe pottuoj 2u!sn loom IlEmoMs pue poi r mot! oos 'pm not `moToci 5u!muip 041 UI NOILDAILLSNIOD 111f1NI111f11V GHIA1110.1 .poOrurep j! °arida! _to imcloz o Josn 041 Joj Aliso° NOW JUJ lug `atruorjrturw ol on!suodxo sso! opition otp SO7U1 SS300Jd SITU, "suolsnilxa Ilotp mu! slip!! oour.troTo per spai dup oumutoo uollotulsuoo paprupco Ot4z4un sioinloujntrew XtreN •iludal 041 jo atm umop puu lsoo sasratou! lolorj siqj ..lampujnurui alp 142nosql oicrep-enu ATuo am suo!sapxo luatuooridat `pogrurep Si Nomon JflOIjJ H H m� I 1 nd 11 mz I V) ❑ X H 23 ❑ n 23 z ❑ 23 0 0 Q3G13M dI)IS q 0 0 z 3 3 2 CD S002/20/20 0 f ca FORMED_VS_EXTRUDED_CDMPARE (4 q 0 (4 `lsaMflJoN un t7 KIQ GlAlVeLd Noisnaixo X dDDG Q3waOd NV'd