HomeMy WebLinkAboutSpecifications O I U
m Q
a b
ti 4. qgA
b, m a a
~~ r �., . �v..�y ' W x u�i � £t b
@� - ® = I II 'a) $„ 111,,,,A511
�
iu
7i) 4.7:: P5 i h N
—
,[--2 : el?!
I o 1 11111111ff
f Q
M
CI
II - O
or; e °
4 0
a
ai
o
e Lii �® X 'l 5v �a . i o
O
Hm 0- - V
Qv. ZZ a ,
Q N a.
q
0
r W W/A
N. LA 1.- W
�
Y Ar JI :_ C U u:
11 W
RRRR \\\\. b�C\.
in 1 O '... __ __._ �I 1 J 3 O y n W L"
Q1I 1 1®t CO Z~ N
it,' orL.-... Lt LC—
{ 1-1 \�
t •
LC aoa• N
Li j
V) E-
x:1 w
Ct,.so
s - a,
Att
0
:e•
P.R N .1,)
EU
4 a v a
4s
t,...= — a Jr —4 :..: ...:
N
Fl
N. O OII
ti' o
\ _ ,n n v
3 O i� •
Nr—y 0 4
y V ,
" \ XIli7 h W v .n ..
O ` x n
$ u
0
N
v y H
m U 4 lr a
0 co
CI
0 C n- C
4 v
7• %'
O I U t m
l�� Q
U m
a h
Ck
N
2 Y A, O.O W
Z x pJ�.,J W yy t g1 �qj�
�J 5gi \C V i" F pq 2gi
Wm0 J > a 9 lit i i
— i ME `�C00t:�t����`J�i<?��:���Lu 64 qW _ psWppE Ppnpg�4aFY,7e
2
_ K
��cu
V6 ,
�� ii i7
WPM ``
t,
,.... Lu ..,...
..... . ..
Cs e ..r— 1 1 1 t\ .,-
�♦ � w
I sw tt
Ili '
a
ET — le
Q t
Ea. ill O W w h
U �
VI o '
�
‘.--\-.. � // W ¢
_m
� a
� ^ ^ O
__ AMP":
II :50 .:.ci wwSw'' CS WE.4
Z -i
K h y
La
O 0 0 5
EL
N Q w V
Q
.� m i W Pe
a. kg
x xra W
Co a x �W/
N U. J C W W
U. 0 '(Jy w
U. a O
' r� ;z: z O
El
: : i' I
® O 2 a:
`:� : g W3
0 : ♦♦ N O
1-------- 1 14 ) 0 - •.,'....i.•
♦♦ V
�° Rom' O I I m •�t\ .. ♦ u gC
p. ZW ♦♦♦ \ I O y.
U
N U ^ I ♦♦♦' `` / q a
U
trdr-o* ';1.1 . , E-
v 3N CI WY W: - —
^ J U F.W n
` O _ �fA UO `Z•
0
Q Q J
in
OZ 4
CO ? rl�"� Caa en-afZ Q v
R ti� �♦` W A ❑ w Lal I. Q CO
ey
c ',e) �-'`f'.I °d CO j a is
i. z Ixea3 e
CI IU t m I
0 m a
as i b
Q W N y .n >1` R35b ..
, - e -
g
z . [ __-_ri L - / el
>Ft 1d],.. �%i
N.N. .g.o. 1 ni ,o, CU
de }
` ^ .tom
W
N I aLI
Q.
i / yg 4
H 'I-' ✓ fZ' n4fgtiil
I W
S ,5 f y
I ¢ M
9/ I W . _
ti \ 1 / Lri' I:. S J . J 3 3 W f a i7
— W \� Vt F- '
�^ ~ IL F- pH. —
C O . —_ — � � O r0 CA CC 2Q m• 2='
0_ CZ 2 C
�� -'77�� W Ja 3 3 v.S J y z
0: E-- {- ~ Z o� = O
v \ al RIVr{ I I 0 0 0 `c y a O
1 U O ce a
yL` -i _- V � Q F-�
cc
m \ :f t 1 } z z z z z z z
p. \ z
in $ RRRRRRR
t� .: s• . ..r.. , .• ;�••.I . o z z z z z z =N P OOGOCODy
' a• a.. J J J J JJ O
w
Q\ �1 mmm n ym mF1.
\ I
_ V v..w � v) � x
—
L.J ~T F— 2 —
•
o Li_ p`. 00000000 00
irk1 I N C W k o0000000 .
tp \ III Y W h F F r- F- 1- F• FF (-. c/
O
3 W
'- F-
u I 2�0
Z<Z ahC a a :0 'rya
- y I v I ^3 :"" tiCob no _ = " moo (�
w \1I 1 a>w O —
y
Q IJ II (1`.. 1 =O K m
M - ... ..... hQN � Qp � MNn N
��
a
IIIcINIP Z
0 Ri 40 e 'vee . C _
U m n m o
,—.
.4/I 4L z °q
e
CO 0 t 03 4
0 U W CO Q
i eg2S B
os w g
^^,, a. a 5
$'
,.�111
aV V a � �
>
r 9
J
L1 1{
y �. 1".; 1 i N
4 co y
a r \ ei tw"o ff i gi
W -
0-
hiliiiii
-I3.W.1 N
❑R —1R
T
3 Q H V) (/ ^ a
aX rc —
2 W Q
II- Q m T = y
Mk 1 uLI
e .
m \` \ oohs o
no \ : W xF
mr
Q ¢
-F--- o F
11 I 11 1 1111 1 0; p ° P. W
„ ii „ It tilt , o g� � � � w
Lilt_ CZ in
/ �Q xx = O.'
Yf ✓, F = H 7 O. Q
m p4 -\ v —
\ •.. u
-,
\ N ^ r <
Oa
\\ ex o
\o � Y HoN F•
Lo, c H
a
_ _
4 F c e n "a
C
—
iW k P T „ N „ C.
m '° C
-j N U.
r.
Os N
O�
N
j
R % 4 N K
0 U n n _ _
`� n
I\ _1l n 4j Cu
o
+ Y
V 4
0 U i m
Q
O U v m Q
E B
-
M b o iii g5
N i
x•+ C
ig
V111 i �6 -
•°
v ,..:, 0
V folv\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\��\\\\\\\\\\\\\%v\\,\\\\� g
JI
•T. N
\ m aIII ._
\ � J K Os to 6 % ;' OM
a 3 > 2 :
�����������*AA•�•
1 o 04 a
—
I VD c4 —
I Zr ` L:7 O
II .. >" O
m }, 11 1 a c . w -
x i.
—
h0 0 O O —
N F
W
a U ,4Z
p
Ytin 1.... n x F
a�F.
4Z
m N F.
COc O
m
O
4
a 0 IJ CO Q
U $ m <
a --8/£ LT— h IS
} :rrn . :S i; , :+';j % �, I-- �� V STY l g
u $< igi 5
3 " > gas >
4 �i+
5 ig ip
'.a7,J'... -F U .I sal
au \ • 'l2 ..Z..i {I1•.
12
: -.);S: 1..: / '
^• ` (N '
1>., t � 11: 3K w caD i A
i �it� fi 'ww � ..iit;; WN LLI
I N a NV Ws 0 pe
g
O R'� 'el WeS r,i'i,}ti*S^ ,M1:i','y'{i,'iys:.,f}(y,' ' I;..i ... m
It-
DN '�1,.,'y.l ++,, .4rwSA.1, . a - 1. mot—
F- "t ' 'z a.,/ 'T'`.'''V„a .'il I,i1:.:; n.., S D.: ry ;If •i : _ , r `
Nvl . .t;i..t r.:• .�st�.: y:wn'. {} 46 s4e7w Q
� l,i, t:32:r'Y•://' .nrt':%,i::'4•:••' :i :!://•' w 02 O O '� 4 Q —1
sl
.+< W ¢
r ..
1:21
i wOF
4\ .: ,...', ,4 _ O ti a aw OW
Fy
Ifs :a S:•'.'0 e\e\\\ i ii\i\i\i\i w py\4
m a
pQ N.,,,, F wroa H a/ —
— `\ 11113114 q C7 .Q S
L®�j IIIIIIIIIIII) O aFN ' Fa
n " a
i� ! 3 Zinn ay .'rii n
\,
V
cc
Y CCD o_ o ' ' —
`\\\\\\\�������\\��k,:\\\\\\�\\\�\\�\�.\�x�x\x\\�\\\\\�
m
CO Er ; Rq COw
. rr co �., 0. C
V U D.
r•
o 0 W m <
tpSERipe tp1ERLo0
ftt )
44016
BID PROPOSAL
WATERLOO FIRE RESCUE
CITY OF WATERLOO, IOWA
Preamble
The undersigned being a corporation existing under the laws of the State of
Iowa: A partnership consisting of the following
partners:
or an individual doing business as
being familiar with the Specifications affecting the cost of this service,
hereby offers to furnish said service to Waterloo Fire Rescue, 425 East
Third Street, Waterloo, Iowa 50703.
Submission of Bids
Sealed bid proposal will be received by the City of Waterloo, Clerk's office,
715 Mulberry Street, Waterloo, Iowa 50703, until 1:00 p.m. on the 3rd day
of September 2015. All bidders understand that they may be in attendance
at the bid opening.
Any bid submitted after the specified time will be rejected. Bid sheets shall
be the first pages of your proposal.
Bid Prices
(As per notice to bidders)
Please list bid prices on the attached Specification Sheets.
General Requirements for Submission of Bids
All bids must be submitted to the City Clerk's office in a seal envelope
clearly marked as follows:
"Bid Proposal For Waterloo Fire Rescue
As Per Notice To Bidders"
The name of the business submitting the bid must also be clearly marked on
the envelope.
All bids must meet or exceed minimum Specifications as previously
defined. Bids that do not meet or exceed minimum Specifications, as
determined by the City, shall be rejected.
All Bid prices, upon submission by bidder are recognized by the City and
Vendor to be irrevocable for the minimum of thirty (30) calendar days from
the date of the Bid opening.
The bidder shall specify any deviations that he proposes from the above
Specifications on a separate sheet and in the same sequence as stated in said
Specifications. By attachment, the listed deviations become part of this bid.
Standard procedures dictate that the City of Waterloo will accept the lowest
responsible bid. However, the bidder understands that the City reserves the
right to reject any bid that is either considered not to be responsible or not
most advantageous to the City. The City will award the contract to the
responsible bidder whose bid meets or exceeds minimum Specifications.
The City of Waterloo, Iowa, reserves the right to reject any and all bids.
Furthermore, the City of Waterloo reserves the right to reject any portion(s)
or item(s) of any or all bids.
Upon acceptance of the bid, a copy of this Proposal bearing the City Clerk's
n signature shall constitute acceptance of the bid and therefore, be a legal
binding Agreement.
Opening and Acceptance of Bids
Bid proposals will be read at the City Council meeting on
September 8, 2015 at 5:00 p.m. in the Council Chambers, City Hall,
Bids will be acted upon at that time, or a later time, which shall then be
established.
Cancellation
The successful bidder understands that the City of Waterloo shall cancel this
Agreement, with thirty (30) days notice, if the City has knowledge that all
conditions as stated in this Bid Proposal have not been fulfilled.
BID BOND
At the opening of the bids a 5 per cent bid bond or check for 5 per cent of
the bid shall be required.
If applicable, the bidder guarantees that title conveyed shall be good and
goods shall be delivered free from security interest or other lien or
encumbrance of which the City at the time of purchase had knowledge.
Payment Notice
Lump sum payment shall be made by the City of Waterloo, Fire Department, 425
East Third Street, Waterloo, Iowa 50703, within thirty (30) days of receipt of
billing from the Vendor and acceptance of commodity by the City.
This bidder, having fully read this document, herby acknowledges that this Bid
Proposal completely reflects the total Bid as contained herein.
Name of Company: Al S g"'674.7 l/f—Alc/v4i
40A 4/ dcP N 17
By Address
Title Date
Approved:
Suzy Schares, City Clerk
Bid Prices
The bidder proposes to meet or exceed the Specifications for the below quoted
prices.
$ /9 7 Y97 OD Total Base Price- including freight and delivery
for (1) one ambulance to Waterloo Fire Rescue, 425 East Third Street, Waterloo,
IA 50703. eastonier-te supply 2016 Ford F-450 Ambulance.
Waterloo Fire Department
BIDDERS REQUIREMENTS
INTENT OF SPECIFICATIONS
It is the intent of these specifications to cover the furnishings and delivery to the purchaser; a complete
apparatus equipped as hereinafter specified. With a view to obtain the best results and the most acceptable
apparatus for service in the EMS field, these specifications cover only the general requirements as to the type
of construction and tests to which the apparatus must conform, together with certain details as to finish,
equipment, and appliances with which the successful bidder must conform. Minor details of construction and
materials where not otherwise specified are left to the discretion of the contractor, who shall be solely
responsible for the design and construction of all features. Unless otherwise stated in this bid specification,
the vehicle or vehicles supplied must be new, current year models. "Demonstrator" vehicles are not
acceptable.
QUALITY AND WORKMANSHIP
The design of the apparatus must embody the latest approved automotive engineering practices. The
workmanship must be of the highest quality in its respective field. Special consideration will be given to the
following points: accessibility of the various units which require periodic maintenance operations, ease of
operation, and symmetrical proportions.
Construction must be rugged and ample safety factors must be provided to carry loads as specified and to
meet both on and off road requirements and speed conditions as set forth under traditional EMS conditions.
GENERAL CONDITIONS OF BID
All bid prices shall be in both words and figures. Signature shall be in ink and in longhand. Proposals that
are incomplete, conditional or obscure may be rejected as informal.
No oral or telephonic proposals or modifications of proposals will be considered. Proposals shall be submitted
in a sealed, opaque envelope marked with the name of the bidder and marked "AMBULANCE BID".
Addenda, if any, issued before opening of bids, shall be taken into account, and included into any proposal.
Verbal answers will not be given to any inquiry in regard to the meaning of the specifications, nor will any
verbal instructions be given previous to the award of the bid. No verbal statement regarding the bid by any
persons previous to the award of the bid will be authoritative. Any explanation desired by any bidder must be
requested in writing. If reply is made it will be communicated to all bidders who have indicated their intention
to bid.
All requests pertaining to the above must be brought to the attention of the purchaser not later than ten (10)
days prior to the opening of the bids.
1
Waterloo Fire Department
The attached specifications describe an emergency medical vehicle suitable for use by the purchaser. These
specifications are intended to provide a common standard to which all parties may bid.
If the bidder is not going to furnish the item exactly as described, he/she must indicate a deviation even though
he/she believes he/she may be exceeding what is described. For each deviation taken, the bidder must
include a detailed technical description of what he/she will furnish as well as an explanation of why their
deviation equals or exceeds the item in the specifications.
It is the intent to purchase proven equipment. A prototype will not be accepted. Every bidder will be required
to demonstrate a vehicle of the requested construction and configuration within 72 hours of request by the
purchaser. Failure to do so will result in rejection of the vehicle as a prototype unit. All bids must be
completed on the enclosed form. No other forms or specifications are to be used. By rejecting any bids not
so submitted, the buyer will insure that all bidders are bidding on the same standard so a fair evaluation can
take place.
The purchaser retains the right to reject any and all bids if an error within these bid specifications is found prior
to or after the bid date. The purchaser additionally retains the right to reject any and all bids if any or all parts
of the specifications are not complied with, regardless of total bid price. Final decision of whether or not a bid
complies with these specifications is solely the judgment of the purchaser. Each bidder agrees to accept the
decision of the purchaser as final without recourse or prejudice. The purchaser reserves the right to waive
any informalities and/or specification requirements that in the opinion of the purchaser best suits the
purchaser's interests.
Each bid submitted must contain a non-collusion statement, signed by an officer of the corporation of the
bidder. All exceptions and/or deviations to these specifications shall be listed on the form provided.
Where specific materials and production methodology have been specified, it is done with the intent of
establishing a level of quality and performance required by this agency. If you propose materials or
methodology other than those distinctly specified, you must take exception in the appropriate spaces and
describe in detail how your deviation still meets the performance and quality standards of the materials and
methods specified in this document. Any exceptions to or deviations from the methods, materials, and
quality specified must be noted and clearly described on the "Exceptions" forms.
VERIFICATION AND CERTIFICATION INFORMATION
All bidders shall provide in writing from an independent testing facility that their proposed vehicle conforms to
federal G.S.A. specifications KKK-A-1822F. In-house certifications will not be accepted due to the nature of
their potential bias.
Bidder Complies YES NO
2
Waterloo Fire Department
As an indication of good quality control processes, bidders must provide proof that they are currently members
of the National Truck Equipment Association's (N.T.E.A.)Ambulance Manufacturers' Division (A.M.D.), and
enrolled and certified in Ford's Qualified Vehicle Modifier (QVM) Program. Manufacturers must remain
enrolled in the QVM program for the duration of the construction period and through delivery.
Bidder Complies YES ) NO
REFERENCE LIST
Each bidder shall furnish satisfactory evidence of his ability to construct the vehicle as herein specified, and
state the location of his factory where the vehicle is to be built. Each bidder must state ten (10) locations
where a similar vehicle, built by the manufacturer, has been delivered and is in operation, thus showing its
ability to comply. These ten (10) vehicles must be built on identically sized and type chassis' built by the same
chassis manufacturer as specified herein. The names of the organization, date of delivery, and a contact
person's name and phone number must be included.
Bidder Complies YES < NO
In addition, each bidder shall list five (5) vehicles built by the manufacturer which have been re-mounted onto
new chassis' by the manufacturer within the last three (3) years. The year of original manufacture, as well as
the date of re-mounting must be included along with the name, address, and phone number of the organization
that is currently operating the re-mounted vehicle.
Bidder Complies YES > NO
The manufacturer must be engaged actively in the business of manufacturing emergency medical vehicles.
The manufacturer must have had at least twenty(20) years prior experience in building emergency medical
vehicles. Proof must be submitted with bid.
Bidder Complies YES NO
All parts and components not specifically mentioned herein which are necessary to provide a complete
well-equipped and safe emergency medical vehicle shall be furnished by the bidder and shall conform in
quality, strength, and workmanship. Certification may be required on non-specified component parts.
Bidder Complies YES X NO
SERVICE
Bidder must offer on-site service for minor repairs and adjustments, and a drive-to service facility for all chassis
and conversion warranty and non-warranty items. Drive-to service facility shall be no more than 40 miles from
3
Waterloo Fire Department
the purchaser's place of business. Pick-up and delivery service to the drive-to service facility shall be included
at no additional charge. Service for both the chassis and conversion must be provided. If the vehicle is
reported to be out-of-service it must be picked-up in 24 hours or less. Diagnostics must commence
immediately upon arrival. If parts are not in stock they must be shipped overnight express. Once repairs are
completed the vehicle must be returned in 12 hours or less. NO EXCEPTIONS. Bidder must state their
service provisions and requirements necessary to maintain the manufacturer's warranties and the location of
the nearest manufacturer's authorized service facility. SERVICE MUST BE PROVIDED BY THE SELLING
DEALER. USE OF A THIRD-PARTY SUB-CONTRACTOR WILL BE UNACCEPTABLE. NO EXCEPTIONS.
Bidder Complies YES Cit. NO
GARAGE LIABILITY AND GARAGE KEEPER'S LIABILITY INSURANCE
The bidder will maintain Garage liability insurance coverage with a minimum of$3,000,000 per occurrence
(Umbrella/ Excess accepted). The coverage limit will be in effect at the time the bid is submitted and at the time
the Emergency Medical Vehicle is accepted. The bidder will maintain Garage Keepers liability insurance
coverage with a minimum coverage limit of$750,000 for each location. The Garage Keepers coverage will be
written on Direct Primary coverage form. Policies that are secondary to the buyer's own liability insurance
shall be unacceptable. NO EXCEPTIONS. The coverage limit and coverage form will be in effect at the time
the bid is submitted and at the time the Emergency Medical Vehicle is accepted. A copy of valid insurance
proof shall be included with this bid. Bidders failing to submit proof of this insurance requirement cannot be
accepted and their bid proposal will be rejected.
Bidder Complies YES NO
Bidder must be a registered and/or licensed automobile dealer within the state of the purchaser. This will
assure the purchaser full protection under the laws governing the sale and service of automobiles within the
purchaser's state. A copy of the dealer's license must be submitted with the bid.
Bidder Complies YES NO
Bidder shall list all applicable warranties, including the modular body. Stated warranties will be a factor in the
bid award.
Bidder Complies YES X NO
The manufacturer shall be a member in good standing of the Ambulance Manufacturer's Division (AMD) of the
National Truck Equipment Association (NTEA). This is to demonstrate active industry participation in evolving
standards processes and technological changes.
Bidder Complies YES - NO
4
Waterloo Fire Department
PROPOSAL FORMAT
For ease of comparison, all bid proposals must be submitted in the same order as these specifications. NO
EXCEPTION TO THIS REQUIREMENT WILL BE ACCEPTED.
Bidder Complies YES NO
DRAWINGS
Bidder must include color 81/4" x 11" proposal drawings of the vehicle being proposed, showing the locations of
all requested equipment, cabinets, and compartments. Views must include front and rear exterior views,
street side and curb side exterior views, and interior views of front wall, rear wall, main cabinet wall, bench
wall, and overhead.
Engineering blue prints showing dimensions of all cabinets and compartments must be approved by an
authorized agent for the purchaser prior to any metal being sheared or cut for the unit. The purchaser and the
manufacturer shall each have a copy of this blue print. This blue print shall then become a part of the total
contract.
Both sets of drawings must show, but not be limited to, such items as the chassis being utilized, lights, horns,
sirens, all compartment locations and dimensions, etc. In actuality, this blue print is to be a visual
interpretation of the unit as it is to be supplied.
Bidder Complies YES X NO
LICENSING
Bidder must be a legally licensed Iowa State New Vehicle Automobile Dealer. Bidders shall include a copy of
their valid IA DMV license with the bid documents. Failure to provide proof of licensing shall deem the bid
non-responsive and will be rejected.
Bidder Complies YES X NO
DELIVERY
The completed vehicle must be transported from the manufacturer over-the-road to insure a proper break-in
period. Vehicles that are delivered via tow truck, flatbed, trailer, or other means shall not be acceptable.
Delivery of the proposed vehicle must be within 120 calendar days from receipt of bid award. Bid price must
include delivery to the purchaser's place of business. Since delivery proposals by the bidder will weigh heavily
in the determination of this bid award, the delivery schedules that are being submitted by the bidder will
automatically become binding upon the award of this contract to the successful bidder. The bidder or
manufacturer will not be held liable for delay in delivery caused by floods, accidents, strikes, or any events not
subject to their control. The bidder will hold him/herself legally responsible if these specifications are not met
at the time of delivery.
5
Waterloo Fire Department
The successful bidder must provide a training seminar for members of the purchasing organization to
familiarize them with the operation of the vehicle upon delivery.
Bidder Complies YES NO
ACCEPTANCE
Should the vehicle being proposed not meet or exceed the specifications called for within this package, the
purchaser reserves the right to reject the vehicle penalty free.
Bidder Complies YES x NO
PAYMENT
Bid price must remain binding for a period of thirty(30) days from the bid opening date. Payment will be made
in full only after delivery and acceptance of the completed unit. A Bill of Sale and both chassis and conversion
Manufacturer's Statements of Origin (M.S.O.) must be provided at time of delivery and receipt of payment in
full.
Bidder Complies YES $- NO
***WARRANTY***
The proposal shall include all printed warranties that are required in the following detailed specification. All
Vehicles shall be covered by a minimum of five individual warranties. All warranties shall be from the
manufacturer as opposed to a distributor or a service center. Thus protecting the purchaser from a false
warranty
The Five Warranties Include:
Ambulance Modular: shall be Lifetime with unlimited miles
Ambulance Conversion: shall be for a period of five years or 60,000 miles.
Interior Cabinet: shall be Lifetime Limited, unlimited miles.
Electrical: Elite Touch module components shall be for Ten years or 100,000 miles.
AXALTA Paint: shall be for a period of three years 100% with an additional three years
pro-rated for a total of six years with unlimited miles.
Bidder Complies YES NO
Fuel
The Ambulance fuel tank shall be full at the time of delivery.
Bidder Complies YES NO
6
Waterloo Fire Department
Ford GPC Fleet Discount
***BODY STYLE***
The module body shall be designed and fabricated with the following key elements in mind:
1. The greatest possible load carrying capacity.
2. The safety of all EMS providers and patients shall be of paramount concern.
3. The body design, including construction materials and fabrication techniques shall be proven to be durable.
4. The ambulance body shall be easily retrofitted to a new chassis.
5. The manufacturer shall have a separate facility to complete refurbishments and remounts.
6. The ambulance body shall meet all current testing requirements available.
The ambulance manufacturer shall design and construct its own bodies, and maintain a design staff at its
manufacturing facility. Vehicle manufacturers who design and build their own bodies and who have the
expertise within their facility will possess a greater capacity to handle a custom project of this type and insure a
finished product of the highest standards and quality.
Bidder Complies YES 74- NO
Body exterior shall be a minimum of 171-3/4" long x 96" wide x 92" high. All body panels, structures, and
extrusions shall be fabricated of ALL aluminum construction using alloys consistent with the load requirements
of the vehicle. Overall vehicle length, including bumpers, shall be approximately 26'. Overall vehicle height,
ground to top of module, shall be approximately 116". The cab to modular connection shall allow for a pass
thru with a minimum dimension of 12" x15". All ambulance bodies shall be manufactured on site.
Bidder Complies YES NO
***CHASSIS***
The chassis shall be a Ford Model F-450 4x4 Dual Wheel Super Duty Chassis Cab, 2016 model year.
Bidder Complies YES 'C" NO
The engine shall be a 6.7L Power Stroke Diesel 300 HP and 660 ft-lb Torque.
The transmission will be theTorqShift Heavy Duty 6-Speed SelectShift Automatic.
Bidder Complies YES T NO
7
Waterloo Fire Department
The chassis shall include the Ford Ambulance Prep Package #47A and be modified to meet the Ford QVM
standards.
Bidder Complies YES ' NO
Gross Vehicle Weight Rating: 16,500 LBS
Bidder Complies YES NO
Wheelbase: 189"
Bidder Complies YES X NO
Cab to Axle Dimension: 108"
Bidder Complies YES Y"-: NO
Front axle will be 7,000
Rear axle will be 12,000
Bidder Complies YES / NO
Fuel tank shall be 40 gallon.
Bidder Complies YES NO
The cab interior shall have OEM heavy duty rubber flooring.
Bidder Complies YES 7( NO
Wheels
Ford Chassis to include OEM Aluminum Wheels.
Bidder Complies YES NO
8
Waterloo Fire Department
Suspension Kit
The suspension shall be Liquid Spring Suspension which utilizes a compressible liquid contained in the struts
and secondary volumes. The liquid within the struts, and in conjunction with the secondary volumes, provide
the spring and damping forces. Valving, in conjunction with an ECU, shall be configured to control the spring
rates and damping. A hydraulic pump, coupled to a motor and controlled by the ECU, shall regulate vehicle
height. The ECU shall process and utilize data derived from speed sensor, brake sensor, height sensors, and
steering sensor.
Bidder Complies YES 74- NO
Side view Mirrors
OEM recreation type mirrors shall be located on each door of the cab and shall include a blind-spot mirror.
Bidder Complies YES NO
AM/FM Radio
Manufacturer O.E.M. AM/FM/CD stereo radio shall be installed with two speakers in the driver's cab and shall
include a digital clock.
Bidder Complies YES NO
Throttle Manager
A low voltage throttle manager shall be installed as part of the ambulance package. All safety interlocks must
be in place for the manual throttle to activate the high idle function.
Bidder Complies YES x- NO
Hand Held Cab Spotlight
There shall be a 400,000-watt candlepower"Optronics Blue-Eye" hand held spot light located in the vehicle
cab. A Polyurethane covered open top box large enough to accommodate the hand held spot light shall be
supplied.
Bidder Complies YES NO
Drivers Console
A custom driver's control panel console shall be installed. This console shall be designed to allow easy access
from either cab seat. This console shall be manufactured out of wood and a color coordinated laminate. The
radius corners shall be an aluminum extrusion. The console shall include a switch and siren area, radio control
area, map storage, and cup holders.
Bidder Complies YES 7- NO
9
Waterloo Fire Department
Map Light
A flexible shaft map light with switch shall be mounted on the passenger's side of the console for use by the
seated passenger.
Bidder Complies YES NO
Glove Box Holder
There shall be a custom built Glove box holder installed in one (1) cab door(s).
Bidder Complies YES 7 NO
Rear Air Ride
There shall be an auto dump feature added to the O.E.M. suspension system. This auto dump shall be tied to
the secondary rear door and include a safety cutoff switch mounted to the primary rear door.
Bidder Complies YES X NO
Battery
The ambulance shall be equipped with a matching third battery. The battery shall be located in an exterior
compartment, next to the standard batteries.
Bidder Complies YES 2( NO
Owner's Manual
A complete ambulance manufacturer's owner's manual shall be included with vehicle. The manual will include
wiring diagrams as well as a wiring narrative about the vehicle. Also included will be all additional manufacturer
instructions from options provided.
Bidder Complies YES '>C NO
Audible Alarm
One (1) audible alarm(s) shall be mounted in the cab area.
Bidder Complies YES X NO
Ambulance Manufacture shall mount customer supplied radio cables.
10
Waterloo Fire Department
** MODULAR BODY **
Module Body Construction
All body panels, structures, and extrusions shall be fabricated of ALL ALUMINUM construction using alloys
consistent with the load requirements of the vehicle. Exterior body sides and ends shall be fabricated from
.125" thickness 5052-H32 single flat sheet aluminum, a highly corrosive resistant marine grade alloy with 2.5%
magnesium and having a tensile strength range of 31,000 to 35,000 PSI.
Bidder Complies YES NO
Skin to Support Attachment
All exterior aluminum body panels shall be attached to the underlying structural supports via high performance
two sided tape. The tape shall consist of acrylic foam which is viscoelastic in nature. Viscoelastic means the
foam absorbs energy and relaxes stress, as compared with other types of foam core tape. The tape shall also
provide for an environmental resistance creating a strong durable bond. The tape shall be used as an
insulating agent to hold the panels tightly against the structural supports, thus eliminating vibration and
oil-canning. In addition to the tape attachment system, all panels shall be welded to structural members at the
perimeter. The use of the tape as described will eliminate heat distortion without damaging the structural
integrity of the module body. Methods of panel attachment that utilize rivets will not be acceptable.
Bidder Complies YES .x NO
Module Mounting
The chassis cab module shall be mounted using outrigger type mounts and OEM rubber spacers with steel
sleeves. A minimum #8 grade bolt and locking nut shall be used. There shall be a minimum of 10 mounting
points. These mounting points shall utilize existing OEM frame rail holes whenever possible. An extruded
EPDM closed cell cab sponge seal shall then be attached to the rear of the cab opening to seal the opening
between the module and cab. This flexible seal shall be installed as one continuous piece.
Bidder Complies YES 7.. NO
11
Waterloo Fire Department
Framing
Body wall vertical framing shall consist of 2" x 2" x .125" and 2" x 3" x .125" aluminum extruded tubing of
6063-T6 alloy (6063-T6 is a highly corrosive resistant alloy with 1% magnesium and .6% silicone with a tensile
strength range of 31,000 to 35,000 PSI). A minimum 2" x 3" x .188" aluminum triple hollow tube shall be
installed fore and aft of the rear wheel well housings. A 2 x 3 tube shall be installed at the rear of the module.
Bidder Complies YES NO
A horizontal 2" x 3" x .125" extruded tube shall be utilized at the lower edge. A 2" x 2" x .125" tube shall be
utilized as a minimum at the midline of all walls to provide superior impact protection. Each side wall shall have
at a minimum five horizontal tube supports that will provide additional protection in the event of a side body
impact.
Bidder Complies YES X NO
Vertical aluminum radius-type corner extrusions, of a hollow core design, utilizing 6063 T6 alloy, which
interlock with the body side sheets and vertical framing shall be utilized. These corner post extrusions must
include an integral X-frame running full length of the extrusion for added impact resistance. 2" x 2" x .125" and
2" x 3" x .125" (where applicable) extruded tubes shall be welded to the outside of the X-frame on either side of
the corner post extrusion to complete a 7.5" radius corner post design. Because the structural integrity of a
body is derived in part from the corner posts, corner posts that are a part of the exterior body skin (e.g. rolled
corner posts)will not be considered.
Bidder Complies YES )C NO
All compartment and patient door jams must be separate from the body skin and must be fully welded to a
minimum 2" x2" x .125" 6063-T6 extrusion. At the rear of the body a minimum 2" x 3" x .125" 6063-T6
extrusion shall be used. The exterior lip will be flush with the exterior wall skin when installed. The door frame
extrusion will be continuously welded to the wall skin and the minimum two inch square framing extrusion
around the exterior perimeter. The door jamb trim shall also be welded on the interior side where each door pin
is located. The fully welded door frames shall provide additional protection in the event of an impact.
All seams shall be sealed and caulked.
Bidder Complies YES } NO
12
Waterloo Fire Department
Roof
The roof shall be one piece .090 sheet, 5052-H32 alloy, which is supported by a grid consisting of a minimum
6" x 2" x .150" channel with .230" flanges running longitudinally and 4" x 2" x .125 "hat channels extending
transversely from the longitudinal channel to the roof frame extrusions. These hat channels shall be spaced
no more than 18" apart. The minimum 6" x 2" x .150" center spine channel shall also function as a wiring
raceway. Aluminum plates shall be welded between each "hat channel" to provide support for all ceiling
mounted hardware. The roof frame extrusions and corner extrusions shall be the reinforced type, hollow core
design. All roof rail extrusions shall be 6061-T6 alloy. No radius corners consisting of a rolled sheet will be
accepted.
The roof extrusions shall incorporate a drip rail on all four sides of the body. The roof shall be crowned 1/2" to
facilitate water runoff. The roof sheet shall interlock with the roof frame extrusions. The roof shall be insulated
with two inch plank foam and include a four millimeter vapor barrier.
Bidder Complies YES X NO
Interlocking and Insulated Modular Floor Base
The floor shall be engineered using interlocking .125" 6063-T6 alloy aluminum extrusions set at a 90 degree
angle from the frame rails thereby minimizing the twist felt in parallel mounting systems.
These extrusions shall form a full two inch thick sub floor.
The .125 floor extrusion shall consist of a "C" channel with hollow "V"joint receptacle on one end and an
extruded solid "V" edge which mates with the hollow "V" receptacle on the adjoining extrusion.
When the solid "V" edge of one piece is inserted into the hollow "V" receptacle of another, the toothed leg shall
lock to form one side of the 2" tubular frame. These integrated extrusions shall form the sub floor with
interlocking 2 x 2 tubes every ten inches. A triple hollow 2 x3 x .188 tube shall be placed fore and aft of the
wheel well. A 2 x 3 tube shall be placed at the forward most end and a 2 x 2 x .25 tube shall be placed at the
rearward most point. A minimum 4 x 3 aluminum angle shall run lengthwise and be welded to each interlocking
extrusion.
The interlocked floor extrusion shall be welded both on top and on the bottom.
The voids between the 2" x 2" frame members shall be filled with 2" foam plank insulation. The insulation shall
be glued into place.
To help dissipate noise and temperature, the bottom side of the sub floor shall be covered by a sheet of .050"
13
Waterloo Fire Department
aluminum with sealed seams and then undercoated, thus providing a smooth 2" thick integrally insulated
double aluminum floor.
Insulation sprayed directly onto the underside of the floor shall not be acceptable.
Bidder Complies YES X NO
Modular Body Warranty
A lifetime, modular body structural, warranty shall be provided. Lifetime is defined as no maximum mileage or
time limit.
Bidder Complies YES X NO
Modular body construction methods and materials must be certified in compliance with AMD Standard 001,
"Static load test for ambulance body structure".
Bidder Complies YES `-C NO
Undercoating
After the body is assembled, all under body surfaces are to be heavily coated with automotive grade petroleum
based undercoating to protect against road salts and to provide additional sound deadening.
Bidder Complies YES )C NO
Finished Headroom
The interior of the patient compartment will provide no less than 74 inches of finished headroom from floor to
ceiling.
Bidder Complies YES NO
Pass-Thru Door
A chassis cab to modular body pass- through entrance to the patient compartment shall be provided. It shall be
a minimum of 18" wide. This entrance shall have a sliding door that latches open and closed only from the cab
side. The door shall have a window. A track shall provide rattle free operation. The door shall be lockable from
the cab side.
14
Waterloo Fire Department
Bidder Complies YES ' ( NO
Vents
There shall be a minimum of three Perko style intake and exhaust vents mounted high on the ambulance body.
Bidder Complies YES )( NO
Wheel Well Trim Rings
There shall be a one-piece stainless steel wheel well trim ring installed around the rear body cutout above the
rear wheels. These trim rings shall provide an aesthetically pleasing rounded opening as well as provide
impact and paint protection.
Housings shall attach to the modular body utilizing stainless steel bolts. Fastener inserts shall be applied
between the fender and the modular body.
FORMED SHEET METAL, RUBBER, OR FIBERGLASS FENDERS ARE NOT ACCEPTABLE.
Bidder Complies YES k NO
Fuel Fill Housing
Chassis OEM fuel-fill assemblies shall be utilized. A cast aluminum fuel fill protector shall be recessed into the
body above and behind the street side rear wheel well.
Bidder Complies YES NO
Fuel Fill Housing
Chassis OEM Diesel Exhaust Fluid fill assemblies shall be utilized. A cast aluminum urea fill protector shall be
recessed into the body between the first and second street side compartment.
Bidder Complies YES NO
Ambulance Manfucture shall mount and install customer supplied Knox Box in front console
Lowered Front Body Skirt
The ambulance module body skirts ahead of the rear wheels on both the passenger side and the driver's side
shall be dropped 3" lower than the rear module skirt.
Bidder Complies YES NO
***MODULE DOORS AND WINDOWS***
Module Door Design
15
Waterloo Fire Department
Door panel separation, dirt accumulation at seams, paint imperfections, misalignment and malfunctions where
the door cannot be operated have been identified in many styles of door construction. These problems, along
with the heavy use of vehicle doors shall be eliminated by using a process that includes an extruded, pan
formed construction.
Module Entry Doors
There shall be entry doors on the curbside and the rear of the patient compartment. The entry doors shall be
recessed into the extruded frame that shall be level with the exterior wall skin. The entry doors shall be of an
extruded pan formed labyrinth style. They shall be a minimum of three inches thick. In addition to the
extrusions reinforcing each outer door pan, the extrusions themselves shall be reinforced through a dual
joining method. Each mitered corner, where the framed corners join, shall be fitted with an angled gusset and
an exterior .125 door pan skin. The door facing and the edge shall be a single .125 skin. The entire corner
shall then be welded and finished smooth. All doors shall include a 2"foam plank insulation and a four mil
vapor barrier. Doors that employ square tube and box pan sheet construction are not acceptable.
Bidder Complies YES NO
Protective Padding
There shall be protective pads directly above the side and rear doors. These pads shall be a minimum of 2"
thick and shall be constructed of high-density foam and heavy-duty vinyl. No piping shall be used and all
seams shall be sealed to repel contaminates. The cushions shall be installed with industrial grade plastic hook
and loop Velcro allowing easy removal for cleaning. Pads over entry doors shall extend below the Nader pins
to prevent serious head injury. These pads shall be trimmed on the exterior side with stainless steel.
Bidder Complies YES ' NO
Insulation
All entrance doors shall be fully insulated with 2" foam plank insulation. Entrance doors shall also be finished
with a 4-mil polyethylene vapor barrier.
Bidder Complies YES NO
16
Waterloo Fire Department
Door Seals
The door seals must be EPDM hollow core and provide a 360-degree uninterrupted seal with a full 1/2" of
compression. Door latches shall be inboard of the seal, therefore protecting latches from dirt, moisture, and
weather deterioration.
NO EXCEPTION ALLOWED.
Seals shall be mounted in a way to protect them from abuse. All door latch Nader pins shall be adjustable.
Inner and outer sills of the entrance doorframes shall be trimmed with formed, brushed stainless steel plates to
protect painted surfaces. They shall be applied with adhesives. No mechanical fasteners may be used.
Bidder Complies YES 7L NO
Door Hardware
Each modular body entrance door shall be equipped with two heavy-duty rotary latches to meet FMVSS 206
standards.
Each rotary latch shall close on a post (Nader pin) mounted to the doorframe extrusion. A minimum 2" x 2" x
.125" frame member shall be placed behind the extrusion for positive two point latching.
Both rear doors must latch onto the doorframe.
All door latch posts shall be adjustable.
A continuous Clean Seal #50512 door gasket shall be installed 360 degrees around the entire door.
Stainless steel sill plates shall be installed on all inner and outer doorsills.
Each door shall have a continuous three inch wide stainless steel hinge with a .250" pin.
The hinge shall have an ultimate strength of 4,400 lbs per every twelve inches.
Bidder Complies YES >4.- NO
Hinges shall be slotted for adjustment and attached to the door with .250" stainless steel Truss head bolts for
easy removal. Hinges shall also be bolted to the module body frame. The use of rivets or self-taping
screws/bolts will not be acceptable. A dielectric barrier to include "Eck" and anti-corrosive tape shall be
provided between the hinge and the door-frame.
17
Waterloo Fire Department
Bidder Complies YES -4 NO
Module Entry Door Reflectors
There shall be two (2) model number B491 R red reflectors mounted on each module entry door.
Bidder Complies YES X NO
Module Side Entry Door
The side entrance door shall be equipped with a heavy-duty gas dampening hold open device that shall hold
the door open at 90 degrees.
Bidder Complies YES X NO
Side Entry Door
The side patient entry door shall have a threshold with non-slip tape installed.
Bidder Complies YES X NO
Side Entry Door Window
Side entry door shall be equipped with a manufacture designated 16" x 20" non opening safety plate window in
an aluminum frame. The window shall incorporate an electronic tint feature. This feature shall allow the window
to become opaque at the touch of a switch.
Bidder Complies YES X NO
Rear Module Doors
The ambulance module shall have a minimum of 56 inches of pass thru height at rear doors. The rear doors
shall also have Grabber style hold opens with replaceable rubber catches. The Cast Products "Grabber" style
hold opens shall be installed on each door with the appropriate socket being installed on the rear body wall
attached to a 2 x 2 aluminum support tube.
Bidder Complies YES X NO
Rear Entry Door Window
Rear entry doors shall be equipped with a manufacture sized 16" x 20" non-opening safety plate window in an
aluminum frame. The window shall incorporate an electronic tint feature. This feature shall allow the window to
become opaque at the touch of a switch.
Bidder Complies YES 7, NO
18
Waterloo Fire Department
Door Assist Rail
Both rear doors and the side patient door shall be equipped with exterior chrome assist handles.
Bidder Complies YES )( NO
Door Latches
Doors shall be equipped with stainless steel, slam style paddle handles. (A Tri-Mark 30-8 latch is preferred.) A
nonskid easy-grip surface shall be applied to the backside of the handle to permit a gloved or wet hand from
easily gripping the handle. The right rear and side entrance doors shall be lockable from inside or outside.
There shall be a rubber gasket installed between the paddle handle and the door. All screws shall be coated
with an anti-corrosive paste prior to application. All entrance doors and exterior compartment doors shall be
keyed alike.
Bidder Complies YES `,C NO
Rear DoorLatch
Rear Entry doors will have a primary and secondary exterior and interior door paddle latch.
Bidder Complies YES y NO
Door Latches
All exterior module doors shall have a pre-stressed shielded cable as the means to activate door latches and
door rotaries. The shielded cable shall have machine crimped ends. The ends shall be crimped at a 100 psi
setting and be subject to a minimum 175 peak load, lbf. "Locktite" shall be applied on both ends.
Bidder Complies YES NO
Door Panels
All module door interior panels shall be installed using stainless steel, fine thread, flathead machine screws
with locking cage nuts. All areas that will not accommodate a cage nut shall be a minimum quarter inch thick
and be tapped. The use of self tapping screws will not be allowed.
Bidder Complies YES NO
Door Panels
Each modular entrance door shall have removable .100" aluminum inside access panel to facilitate latch
adjustment or repair. The lower interior panel shall be .100 polished, bright aluminum tread plate. The upper
interior door panels shall be .100" aluminum covered with laminate. They shall be recessed into the door
extrusion and attached using stainless flathead screws and locking cage nuts. All areas where a locking cage
nut cannot be applied, a stainless steel machine screw will be tapped into a minimum .250 aluminum. Interior
19
Waterloo Fire Department
door panels that are not recessed could have sharp edges and increase the probability of contamination by
blood borne pathogens. The use of self tapping fasteners or rivets will not be accepted. No Exceptions.
Bidder Complies YES 'K NO
Step Well
A formed aluminum side entrance doorstep shall be recessed into the body and be lined with bright aluminum
tread plate on all exposed surfaces. The step well shall be lighted.
Bidder Complies YES x NO
Side Body Window
There shall be a sliding window installed in the side of the module body. The window shall be a minimum of
30" x 16".
Bidder Complies YES X NO
Privacy Panel
The side body module window shall have a single section sliding privacy panel with marker board installed.
Bidder Complies YES NO
***EXTERIOR COMPARTMENTS***
Module Exterior Compartments
The exterior compartments shall be formed from a minimum .090" aluminum sheet. The compartments shall be
welded to the body floor and sidewall structure for strength and rigidity. All corner seams shall be welded and
caulked.
Bidder Complies YES )C NO
Module Door Design
Door panel separation, dirt accumulation at seams, paint imperfections, misalignment and malfunctions where
the door cannot be operated have been identified in many styles of door construction. These problems, along
with the heavy use of vehicle doors shall be eliminated by using a process that includes an extruded, pan
formed construction.
20
Waterloo Fire Department
Module Compartment Doors
All doors shall be a minimum of 3" thick, framed by aluminum extrusions of labyrinth design. The door jamb
extrusions shall be made from 6063-T5 aluminum. The door frame extrusion will be continuously welded to the
wall skin and a minimum, two-inch square framing extrusion. The door frame extrusion shall be level with the
side and rear body skin. In addition to the extrusions reinforcing each outer door pan, the extrusions
themselves shall be reinforced through a dual joining method. Each mitered corner, where the framed corners
join, shall be fitted with an angled gusset and an exterior .125 door pan. The corners shall then be welded and
finished smooth. The door facing and the edge shall be a single .125 skin. All doors shall include 2" foam plank
insulation. Doors that employ square tube and box pan sheet construction are not acceptable.
The compartment doorjamb shall be welded to a minimum 2" x 2" tube. The doorjamb trim shall also be
welded on the interior where each door pin is located. All doors shall mate with the doorframe extrusion,
forming a gasket area for the pneumatic door seal. The exterior door panels shall be formed to surround the
extruded perimeter framing and be welded in place: Door corners shall be welded and ground smooth. The
maximum space between each of the three quarter welds shall be fifteen inches. Interior panels shall be
recessed into the extruded frame and screwed into place using stainless steel flat head machine screws and
locking cage nuts. All areas that will not accommodate a locking cage nut will have screw holes tapped into a
quarter inch of aluminum.
Bidder Complies YES > NO
Compartment Door Hardware
Doors shall have rotary latches with stainless steel, slam style paddle handles. A nonskid easy-grip surface
shall be applied to the backside of the handle to permit a gloved or wet hand to easily grip the handle.
There shall be a rubber gasket between the paddle handle and the door. All door latch posts shall be
adjustable. All compartment doors shall be keyed alike and lockable with a double bit key.
A continuous Clean Seal #50512 door gasket shall be installed 360 degrees around the entire door.
Stainless Steel sill plates shall be installed on all inner and outer doorsills.
All doors, except the battery compartment, and the rear oxygen storage door (if applicable) shall have a
heavy-duty gas dampener style hold open device.
The battery compartment, as a minimum shall open near 180 degrees. It shall be equipped with rubber
bumpers to protect the doors and finish.
21
Waterloo Fire Department
Each door shall have a continuous stainless steel hinge with a .250" pin. Hinges shall be slotted for adjustment
and attach to the door with .250" stainless steel truss head bolts for easy removal and cleaning. The truss
head bolts shall be mated with a machine applied nutsert. Hinges shall not be riveted to body or doors. A
dielectric barrier to include both "Eck" and an anti-corrosive tape shall be provided between the hinge and the
door-frame. All single compartment doors on sides shall be front hinged for safety and convenience.
All doors taller than the belt line shall have two (2) latches and Nader pins.
Compartments requiring double doors shall provide frame latching for the second door.
Doors that latch to each other shall not be acceptable. Each door shall have an exterior latch.
Bidder Complies YES NO
Door Seals
The door seals must be EPDM hollow core and provide a 360 degree uninterrupted seal with a full 1/2" of
compression. Door latches shall be inboard of the seal, therefore protecting latches from dirt, moisture, and
weather deterioration. NO EXCEPTION ALLOWED.
Seals shall be mounted in a way to protect them from abuse. All door latch Nader pins shall be adjustable.
Inner and outer sills of the compartment doorframes shall be trimmed with formed brushed stainless steel
plates to protect painted surfaces. They shall be applied with adhesives. No mechanical fasteners may be
used.
Bidder Complies YES YC NO
Venting
In order to prevent airlock inside compartments, all exterior equipment storage compartments shall be vented.
There shall be two stainless steel vents in each compartment, one left side, and one right side. All vents shall
be above the floor line to prevent dust from entering the compartment. The only exception (unless otherwise
specified) shall be the oxygen compartment, which may have a vent in the door and/or below the floor line. All
vents below the floor line shall have a scotch-brite style filter installed to help prevent moisture and dust from
entering the compartment. Other vents in compartment doors will not be acceptable.
Bidder Complies YES > NO
22
Waterloo Fire Department
Reflectors
There shall be two model number B491 R red reflectors mounted on each full height compartment door.
Bidder Complies YES k NO
Door Panels
All compartment interior door panels shall be polished diamond plate aluminum. They shall be recessed into
the door extrusion and attached using stainless flathead screws and locking cage nuts. All areas where a
locking cage nut cannot be applied, a stainless steel machine screw will be taped into a minimum .250
aluminum. Interior door panels that are not recessed could have sharp edges and increase the likely-hood of
contamination by blood borne pathogens. The use of self tapping fasteners or rivets will not be accepted. No
Exceptions.
Bidder Complies YES NO
Door Switches
Door jamb switches for interior lights, exterior compartment lights, door ajar lights and rear load lights shall be
magnetic style with ground wire trigger activated relays. This method of wiring eliminates hot wires running into
door jams and therefore any amp load on the switch itself.
Bidder Complies YES >L NO
Exterior Compartment Lining
All exterior compartments shall be lined with a blended component polyurethane/polyurea coating. This coating
shall have a minimum thickness of .0625" in low wear areas and .125" to .188" in all other areas. The material
shall be nonporous and allow for easy cleaning. It must be highly resistant to scratching and scuffing.
The minimum performance specifications for this coating material are.
1. Shore "A" Hardness 55 +
2. Tensile Strength 3,025 PSI
3. Elongation at Break 275%
4. Tear Strength 475 PLI
5. Compaction/Impact Factor 52,000 PSI
This material shall be sprayed on all exterior compartment surfaces and finished in a mottled texture to
minimize slippage; it shall provide a water/air tight seal and superior noise suppression. The
polyurethane/polyurea Lining will not crack, peel or warp and will resist scratches. The color of this material
shall be medium gray.
Bidder Complies YES ' NO
23
Waterloo Fire Department
Compartment Lights
All exterior module compartments, except the battery compartment shall have LED strip lighting.
• Ultra thin 3/16" strip
• 12VDC Not to draw anymore than.40A per yard (white)
• 30 Lumens per LED
• Low-Profile surface mount adhesive design
• High flexibility conforms to irregular surfaces
• Over 50,000 hours of life
• High quality LED's don't change color over time
• 180 Degree output
• 10 Year Limited Warranty
Bidder Complies YES NO
Compartment Vents
All exterior compartments shall be vented using a 5.5" x 12.25" stainless steel vent cover. All vents shall be
installed above floor line. The only exception shall be the oxygen compartment.
Bidder Complies YES 'k NO
Curbside Compartment
The curbside front inside /outside compartment shall include an area for tall backboard storage. Actual
compartment size shall be determined at the pre-build conference.
Bidder Complies YES . < NO
Compartment Shelves
The inside/outside right front cabinet shall have three (3) aluminum adjustable shelves.
Bidder Complies YES .- NO
Cabinet Lining
The inside/outside right front cabinet shall have a sprayed on Polyurethane-Polyurea interior lining.
Bidder Complies YES X NO
Battery Compartment
There shall be a curbside front exterior battery compartment with slide out tray. The tray shall have a lockable
latch on each side. It shall be capable of holding a minimum of two batteries. The vertical hinge side of the
24
Waterloo Fire Department
door shall have a stainless guard attached. Actual compartment size shall be determined at the pre-build
conference.
Bidder Complies YES < NO
Curbside Rear Compartment
There shall be a curbside double door rear compartment. Actual compartment size shall be determined at the
pre-build conference.
Bidder Complies YES NO
Streetside Compartment
There shall be a full height streetside front storage compartment. Actual compartment size shall be
determined at the pre-build conference.
Bidder Complies YES )C NO
Streetside Compartment
There shall be a single door streetside front intermediate storage compartment. Actual compartment size
shall be determined at the pre-build conference.
Bidder Complies YES X NO
Streetside Rear Compartment
There shall be a streetside double door rear compartment. Actual compartment size shall be determined at
the pre-build conference.
Bidder Complies YES X NO
Rear Compartment
There shall be a left rear out the rear vertical backboard compartment. Actual compartment size shall be
determined at the pre-build conference.
Bidder Complies YES 7C NO
Compartment Shelves
There shall be one (1) diamond plate adjustable shelves installed. Each shelf shall have two inch lips and a
ribbed rubber shelf matting.
Bidder Complies YES NO
25
Waterloo Fire Department
Vertical Divider
There shall be one (1)fixed .125 inch polyurethane/polyurea covered aluminum vertical divider(s).
Bidder Complies YES X NO
Inside/Outside Compartment of R-1 at the top.
Bidder Complies YES X NO
Compartment Straps
Two (2) compartment(s) shall have a set of equipment straps installed.
Bidder Complies YES x NO
Ambulance Manufacture will install customer supplied shovel mount, PAC tool mount for married irons on door
of D-1, SCBA mounts in D-2, and BP cuff on side entrance door.
Bidder Complies YES NO
***REAR STEP AND BUMPER ASSEMBLY***
Module Rear Bumper
There shall be a heavy-duty bumper extending to each side of the step. The under carriage shall be
constructed of 4-inch aluminum channel and tubing, bolted to the body and the chassis frame rails with a
minimum of eight bolts. The bumper framing shall be reinforced with an additional 4 inch aluminum support
coming out from the chassis frame rails at a 45-degree angle to the outside corners of the bumper. The entire
assembly shall be spaced out from the rear kick plate a minimum of one inch.
There shall be a 45" wide by 10" deep passenger step at the rear of the body. It shall be constructed of open
face "Grip-Strut" safety grating, rigidly framed and supported. The rear step shall be hinged to allow it to be
folded against the rear of the body.
End sections outboard of the step shall be covered with .125 aluminum diamond tread with all corners TIG
welded. The outside corners of the covers shall be tapered 15-degrees to minimize bumper dragging. Two
heavy-duty rubber dock bumpers shall be installed on the outer face of the diamond plate bumper pod.
Bidder Complies YES NO
Rear Kick Panel
The vertical surface at the rear of the modular body between the rear step and the floor of the patient
26
Waterloo Fire Department
compartment shall be faced with a full width 3003 diamond tread aluminum. The rear kick panel shall be
attached using stainless flathead countersunk machine screws. The screws shall be tapped and applied with
"ECK" prior to installation. The top edge of the rear kick panel shall be caulked using white auto body sealant.
Bidder Complies YES N4 NO
***IMPACT RAILS, STONE SHIELDS AND RUNNING BOARDS***
Mid Body Impact Rails
There shall be a rigid, two piece 6063-T5 extruded, tubular, anodized aluminum 3" by 1.5" impact rail with cast
aluminum end caps installed at mid module on each side of ambulance body.
RUB RAILS MUST BE ALUMINUM TWO PIECE EXTRUSIONS. BREAK FORMED "C" CHANNEL OR
OTHER FABRICATED RUB RAILS WILL NOT BE ACCEPTABLE.
Bidder Complies YES •>C NO
Diamond Plate Running Boards
Bright finished aluminum diamond plate running boards of .125 shall be installed on both the curb and street
side of the cab doors. Running boards shall incorporate front splash shields.
Bidder Complies YES NO
Diamond Plate Running Board Lights
Two Whelen V-2 running boards shall be illuminated by surface mounted lights. These lights shall be installed
on the front of the module body.
Bidder Complies YES .f NO
Mud Flaps
The chassis shall have heavy-duty rear rubber mud flaps with metal stabilizers installed.
Bidder Complies YES ,C NO
Front Stone Guards
There shall be diamond tread aluminum stone shields 24" high wrapped around each front corner of the body
and extending into cab depth. The edges shall be sealed.
Bidder Complies YES )( NO
27
Waterloo Fire Department
Rear Stone Guards
There shall be diamond tread aluminum rear corner stone shields at rear kick plate height installed. The edges
shall be sealed.
Bidder Complies YES "-)1 NO
***ELECTRICAL SYSTEM***
Electrical Control Systems Requirements
A Microcomputer and Microprocessor based electrical system with driver's and attendant's control centers
shall be supplied and installed by the ambulance manufacturer. Only systems manufactured independently will
be considered. NO SYSTEMS MANUFACTURED BY THE AMBULANCE MANUFACTURER WILL BE
CONSIDERED.
Bidder Complies YES X NO
The electrical system modules shall be designed for simple, quick replacement. The system shall incorporate a
fully programmable design allowing the user to select and define how the system will operate now and into the
future.
Bidder Complies YES 'C NO
All electrical and electronic components shall be selected to minimize electrical loads, thereby allowing the
vehicle's generating system to not only meet the vehicle's electrical load requirements but to maintain an
adequate reserve generating capacity. The system shall include automatic load management and automatic
high idle control.
Bidder Complies YES NO
The electrical system shall be a "Touch Screen" System or an equivalent. The technology used is to preserve
the life of the system by removing current loads before it disconnects. The display shall be easy to read with a
minimum character of eight points, or graphical Icons that indicate function.
Bidder Complies YES NO
The electrical system shall have as standard a password Secured self-contained WiFi module. This WiFi
28
Waterloo Fire Department
module will host its own web page accessible from any WiFi enabled device. The web page will allow access
• the power locks,
• climate control
• perimeter flood lights
• "Real time" access to the status of each input and output in the system.
• Maintenance and instructional videos
• Scheduled maintenance reminders
• System event log.
Bidder Complies YES ' NO
The electrical control system shall include "one touch" technology. This technology will allow simple activation
at 360 degree contact of all switches.
Bidder Complies YES Y NO
The system shall be a fully integrated microprocessor based system utilizing complete Touch Screen, "J1939
CAN Technology".
^ Bidder Complies YES �t NO
The system shall afford the manufacturer the opportunity to customize, the flexibility to expand, and shall
control power distribution and system monitoring requirements.
Bidder Complies YES '>C NO
The system shall be scalable and allow the OEM the ability to expand the number of outputs. The expansion of
the system will be accomplished through the addition of output modules.
Bidder Complies YES > NO
The system will include (1) camera for back-up/reverse & will allow for additional video cameras.
It must also have provisions for:
• Full screen camera display
• Automatic full screen camera in reverse
• Integrates a built-in turn signal display option.
29
Waterloo Fire Department
Bidder Complies YES NO
The system must allow for full programmability by the manufacturer, where he/she can create and select only
the required number of outputs. Programmability shall also include control panel switch placement.
The system must have real time monitoring of all critical functions.
Bidder Complies YES NO
The system must have the following protections built in:
• Full reverse voltage protection
• Full RFI protection
• Full over voltage protection
• Full transient protection
• Full under voltage protection
• Protection during a brown out voltage scenario
• Protection during slow rise or recovery mode
• Protection against voltage stutter
• Protect from failure of relay boards.
Bidder Complies YES NO
The system will be thoroughly tested to assure dependability in a variety of different elements.
The testing shall include the following:
• 1 - Thermal Stability Testing to include; non powered resistance to cold testing, low temperature operating
testing and high temperature operating testing.
• 2 - Highly Accelerated Life Testing to meet standards; MIL-STD-810G and SAE J1455.
• 3 - Highly Accelerated Stress Screening to meet standards; MIL-STD-810G and SAE J1455.
• 4 -Thermal Shock Testing meeting standards; MIL-STD-810G Method 503.5 and IEC 60068- 2-14.
• 5 - Vibration Testing meeting standards; MIL-STD-810G Method 514.6, SAE J1455, and ISO 16750-3.
• 6 - Mechanical Shock Testing meeting standards; MIL-STD-202G Method 213B, and ISO 16750-3.
• 7 - Immersion Testing meeting standard; ISO 20653.
• 8 - Controls Durability Testing including; set Duration, Actuation Force, Cycle Rate,
• Temperature, Operational Status, Monitoring and Test Criteria.
• 9 - Fluid Contamination Testing meeting standards; SAE J1455 and MIL SPEC 461F.
• 10 - Salt Spray testing meeting standards; MIL-STD-810F and Method 509.4 ASTM B117.
• 11 - Dust Testing meeting standard; MIL-STD-810F.
30
Waterloo Fire Department
• 12 - Power/Temperature/Humidity Testing to meet standard; MIL-STD-810F.
• 13 - Solar Radiation Testing meeting standards; SAE J1960 and ASTM G 155.
Bidder Complies YES i( NO
The Power Modules shall have solid state current limiting protection.
Bidder Complies YES )( NO
The system must survive the initial crank voltages without experiencing a computer reboot down to seven
volts.
Bidder Complies YES NO
The system start to ready to function duration shall not exceed twenty seconds. The system start shall be
activated by cab door open circuit, or remote activation.
Bidder Complies YES (` NO
Each output Module shall be equipped with its own diagnostic LED's including Communication Status, Module
Status and Output Status LED's. These LED's are useful in quickly determining the status of each output.
Bidder Complies YES NO
Touch Screen User Interfaces
The system must contain displays that are:
Touch screens with resistive technology to prevent unwanted activation
True button feel and operation.
IP 67 Rated and Tested
Bidder Complies YES NO
There must be multi-leveled brightness and audio controls. Operating temperature range must be from -40 F to
158 F. Screens must connect to system network via a 2 conductor cable using "J 1939 CAN" protocol.
Bidder Complies YES NO
31
Waterloo Fire Department
Front Touch Screen
The front control screen shall be a Color LCD panel with programmable switch functions. The screen must be
( IP67 ) rated and tested.
Bidder Complies YES X NO
The front control screen shall be a 8.25"w x 6.25"h.
Bidder Complies YES X NO
The electrical system must have a quick start of twenty seconds.
Bidder Complies YES )( NO
The front control screen must be able to interface with perimeter cameras.
Bidder Complies YES NO
The front panel must be field update able with software updates via a USB connection.
Bidder Complies YES )( NO
In an effort to give the driver more rear patient control. All rear screen controls must be available at the front
screen.
Bidder Complies YES XC NO
All alarms (both visual and audible) must be present in the front panel. Alarms must include Compartment and
Patient Doors, 02 /Medical Air Low Warning.
Bidder Complies YES NO
32
Waterloo Fire Department
All Emergency Master Functions must be available in the front panel.
Bidder Complies YES X NO
There must be selectable switches/buttons on each tab of the screen. The panel must be able to display
warnings and alerts.
Bidder Complies YES NO
The system must incorporate:
• The ability Add/Remove/Reposition buttons, on the same screen
• The panel must also contain active voltage indicators.
• There must be provisions for an engine hour meter.
Bidder Complies YES k NO
The system must have optional provisions to automatically switch between Primary or"Pursuit" Modes and
Secondary or"On Scene" modes through inputs from the chassis for automatic control; or manual control
through the panel.
Bidder Complies YES X NO
The Emergency Master sequencing, Primary/Secondary operations, and Load Management functions must be
user-selectable.
Bidder Complies YES 'X NO
The system must have a fully-interlocked, auto throttle control.
Bidder Complies YES y NO
As a precaution, there must be secure access to programmable functionality through a hierarchical password
control.
Bidder Complies YES � NO
33
Waterloo Fire Department
The front touch screen must include the following; Volts, Message Center, Door Open indicators, Emergency
Master, Module Disconnect, Shore Power indicator, Sequencing (EM), Load Management (LM) and access to
patient panel.
Bidder Complies YES X NO
The System Front Control Panel must include:
• Auto revert to main page after lOsec
• Operation from 8 to 32 volts
Bidder Complies YES NO
Rear Touch Screen Controls
The rear control screen shall be a color LCD panel with instant-on technology. Screens shall include operation
from eight to thirty two volts. As well as include a brightness and volume control.
The screen must be ( IP67 ) rated and tested.
Bidder Complies YES "C NO
The rear control screen shall be a 8.25"W X 6.25"h.
Bidder Complies YES NO
The system must allow for additional rear panels.
Bidder Complies YES ' NO
Each panel must have definable switches/buttons. All buttons and menus must be available on screen. Buttons
will include provisions for diagnostic controls. Buttons must be re configurable (labels, functions, and outputs).
Bidder Complies YES '7` NO
34
Waterloo Fire Department
Rear screens must have complete HVAC (heating and air) controls. There must be a semi-automatic and
manual controls of the HVAC system.
Bidder Complies YES "( NO
The rear screens must have provisions for optional configurable tank displays (02/Medical Air). The
combinations of available tanks are: one 02 tank, two 02 tanks, or one 02 tank and one Medical Air tank.
There must also be a low level warning for 02 /Medical Air with alarm override functionality.
Bidder Complies YES k NO
The Main System shall also include:
Programmable Emergency Master Sequencing for Pursuit and On-Scene modes.
Primary battery disconnect
Programmable Load Management
Automatic Climate Control, with Pulse Width Modulated (PWM) fan control and 1 temperature sensors.
• Climate Control must have intelligent automatic control, via the monitoring of temperature differentials
between actual temps and set points.
• Robust communications
• Twisted pair cabling
• Cancels out electromagnetic interference
• Differential signaling
Automatic Throttle Control output.
Easy to read LED diagnostics.
• High Speed "J 1939 Compliant CAN Bus"
• Reliable communication protocol
Bidder Complies YES ( NO
Serviceability
The System shall include:
• Easy to read diagnostic LEDs allowing the user to determine if the system is functioning properly. These
will
include Input status, Module status and Output status LED's.
Components that are easily exchanged with minimal work for the service personnel.
Output Modules that are interchangeable without the need for reprogramming to aid in ease of repair and
reduction in parts inventory.
35
Waterloo Fire Department
• A main electrical compartment containing all main electrical components for ease of trouble shooting and
repair.
Bidder Complies YES >C NO
The control modules shall be protected by fuses and high current outputs utilizing solid state protection. The
system must be allowed to sense a fault and shut off the appropriate output. Once a fault is repaired it shall
reset by the system toggling off and back on.
Bidder Complies YES \$ NO
The Touch screen Main Display Panel shall Include:
Programmable buttons / switches (includes text)
Video color cameras
Water resistant and cleanable (IP67 rated)
Bidder Complies YES )( NO
The Main Info Center-Message Center shall include:
• Volts Display(standard)
• Shore Power Indicator
• Over-current event Indication
• Compartment Open
• Module Door Open
- Emergency Master
• Module Disconnect
Bidder Complies YES '$ NO
All wiring and cable assemblies shall be totally encased in protective, convoluted, high temperature,
300-degree flame resistant, automotive type, and polyethylene loom or equivalent braiding. Wiring which is
routed near potentially sharp edges shall be protected by grommets or edge guard material.
Bidder Complies YES > NO
All wiring shall be permanently color-coded and permanently embossed with number and function codes,
36
Waterloo Fire Department
spaced every 4 inches on each wire. Wiring labels that are glued or otherwise attached to the wire shall not
be considered permanent and will not be acceptable.
Bidder Complies YES NO
Circuits shall serve the ambulance body and accessory electrical equipment separate and distinct from the
vehicle chassis circuits.
Bidder Complies YES y NO
All wiring used shall be copper with GXL thermoplastic insulation rated to 125 degrees Centigrade. All splices
and terminals provided shall comply with SAE J163, J561, or J928 as applicable.
Bidder Complies YES NA NO
All wiring between the cab and module shall be connected to a terminal block located in an exclusive wire
terminal interior cabinet. This exclusive interior electrical cabinet shall limit the access by EMS providers and
provide a clean/dry environment for all electrical control components.
Bidder Complies YES NO
The completed ambulance must meet or exceed AMD Standard 005/ NFPA 1917 Standard 7.4.1, Ambulance
12-Volt DC Electrical Load Test.
Bidder Complies YES NO
A complete Owner's/Operating/Service Manual shall be provided. It shall contain a complete set of wiring
schematics of the ambulance manufacturer's electrical system. It shall also contain the owner's manuals for all
add-on and after-market components supplied by the ambulance manufacturer.
Bidder Complies YES NO
Alternator
See chassis specifications for description of alternators. Any alternator(s) offered as part of an ambulance prep
37
Waterloo Fire Department
package by chassis manufacturer must be supplied. These alternators must be installed and covered under
warranty by chassis manufacturer.
Bidder Complies YES NO
Battery System
The battery compartment shall be sealed off from the patient compartment, exterior compartments, and cab.
Battery cables shall be a minimum of 1/0 gauge. See chassis specification for description of size, number and
location of batteries.
Bidder Complies YES NO
High Idle Control
A Manufacturer's throttle control device or equivalent shall be installed. It shall be preset so that when
activated it will operate the engine at a speed necessary to maintain proper system voltage. The device shall
operate only when the vehicle is in "park" and the parking brake is engaged. The device shall disengage when
the service brake pedal is depressed or the transmission is placed in gear. The device shall automatically
reengage when the service brake is released or the vehicle is again placed in "park" and the parking brake
engaged. (When allowable, the above the throttle system shall interface with the Electrical Control System)
Bidder Complies YES X NO
Ground Straps
A single ground connection shall exist between the system and the vehicle chassis.
• Two copper-strand, plated, woven type ground straps with crimped and soldered lugs shall be installed
between modular body and chassis frame.
• Two copper-strand, plated, woven type ground straps with crimped and soldered lugs shall be installed
between cab and chassis frame.
• One copper-strand, plated, woven ground strap with crimped and soldered lugs shall be installed between
the engine and the chassis frame.
Bidder Complies YES NO
38
Waterloo Fire Department
Cameras
There is(are) to be one (1) cameras installed. The locations of these cameras will be determined at the
pre-build conference.
Bidder Complies YES NO
Camera Module (Elite Touch Screen System Only)
Reverse Activated Alarm
The backup lamp switch shall be a cut off for the backup alarm and shall automatically reset when the vehicle
is taken out of the reverse gear. This switch shall be capable of being set prior to going in reverse, allowing the
backup alarm to not activate. The model shall be an ECCO 575 back up alarm.
Bidder Complies YES 'k NO
Ejector Type Shoreline
A 20 amp Kussmaul super auto eject device shall be provided which disconnects the shore power plug when
the chassis ignition is energized.
-- The ambulance shall be equipped with a 2-wire plus ground 115 VAC wiring system that is separate and
distinct from the vehicle's 12 VDC system. The 115V system shall incorporate a ground fault interrupter(GFI)
device and shall have a 20 amp circuit breaker that can be used as a master disconnect switch. The exterior
inlet shall have a hinged, heavy duty Hubble spring loaded inlet cover to prevent moisture. The inlet shall be
located near the driver door on the ambulance body. The inlet shall be properly marked 115 VAC and shall be
provided with a mating plug.
The interior duplex outlets shall have indicator lights at each outlet to indicate when 115 VAC power has been
applied. Outlets shall be marked "115 VAC".
Bidder Complies YES ) NO
Inverter
A Vanner model number 20-1050 CUL, 1050 watt inverter with 55Amp charger and display shall be supplied
and installed. The inverter shall be equipped with an automatic transfer relay which disconnects the inverter
when the shore power is applied. A remote on/off switch shall be provided in the attendant control panel.
Inverter 20-1050CUL-DC 20-1000TUL-DC
Output at 120 VAC RMS (Continuous Power Rating): 1050 Watts
Surge Capacity at 120 VAC (3 sec): 2100 Watts
Input Voltage, VDC (Deep Cycle Battery Recommended): 12 VDC, Nominal 10.5 VDC min, 16.0 VDC max.
AC Output Voltage: 120 VAC ± 5%
39
Waterloo Fire Department
DC Current Draw (Battery)
OFF: 0.017 Amps Typical
In Load Demand: 0.09 Amps Typical
Full ON at No AC Load: 0.7 Amps Typical
Full On with Load: Approx. AC Load Watts divide by 10
Frequency: 60 Hz ± 0.2%
Output Wave Form: Modified Sine Wave
Battery Charger
Charging Capacity (note "DC Source" section below): 55 Amps (High) 15 Amps (Low)
Input Voltage: 120 VAC ± 10%
Input Current: 12.0 Amps
Bulk Voltage: 14.2 VDC (flooded), 14.1 VDC(gel)
Float Voltage: 13.2 VDC (flooded), 13.6 VDC(gel)
Bypass Transfer
Output Current, GFCI Outlet: 12 Amps
DC Source
Output Voltage: Battery Voltage
Output Current: 20.0 Amps Max. (Current must be subtracted from "Charging Capacity" above)
Other Specifications
AC Input Termination: 3ft. Line Cord
AC Output Termination: Duplex GFCI Receptacle
Ambient Temperature: -20° to +110°F, -29° to +43.4°C
Cooling Air: Fan Cooled
Chassis: Aluminum
Dimensions: 11.57"W x 5.94"H x 11.04"D
Weight: 221bs
Bidder Complies YES ,C NO
12-Volt Outlet
The patient action area shall be furnished with a 12-volt, cigarette style outlet.
This separately protected circuit shall have one receptacle located in the main action area, cigarette type
connector of the following designation, ms3112e12-3s. The polarity of the connector shall be as follows: pin
a- + 12v, pin b - ground and pin c- not used. One (1) mating-plug shall be furnished and shall be
ms3116f12-30. Mating plug shall be tagged with polarity requirements.
This circuit shall also include a "SCHOTTKY" diode isolator with heat sink to isolate medical equipment and
medical equipment batteries from any electrical loads that the remainder of the ambulance electrical system
may impose.
40
Waterloo Fire Department
Bidder Complies YES ( NO
12-Volt Outlet
The right front stack interior cabinet shall be furnished with a 12-volt, cigarette style outlet.
This separately protected circuit shall have one receptacle located in the action area. A Cigarette type
connector with mating plug and polarity requirements shall be supplied.
This circuit shall also include a "SCHOTTKY" diode isolator with heat sink to isolate medical equipment and
medical equipment batteries from any electrical loads that the remainder of the ambulance electrical system
may impose internal 12-volt power.
Bidder Complies YES NO
125 Volt Outlet
An Interior duplex outlet shall be installed in the action area. An Indicator light shall be included at the outlet to
indicate when 125v AC power has been applied. The outlet shall be labeled "125v AC". This 125v AC
system, including wiring and associated equipment, shall comply with AMD Standard 009.
Bidder Complies YES X NO
125 Volt Outlet
An Interior duplex outlet shall be installed in the R.F.S. Cabinet. An Indicator light shall be included at the outlet
to indicate when 125v AC power has been applied. The outlet shall be labeled "125v AC". This 125v AC
system, including wiring and associated equipment, shall comply with AMD Standard 009.
Bidder Complies YES )( NO
125 Volt Outlet
Three additional Interior duplex outlet(s) shall be installed in the vehicle. An Indicator light shall be included at
the outlet to indicate when 125v AC power has been applied. The outlet shall be labeled "125v AC". This
125v AC system, including wiring and associated equipment, shall comply with AMD Standard 009.
Bidder Complies YES '< NO
Heat Controlled Cabinet
Two 12 volt Smithworks IV fluid warmer tray shall be installed and mounted in an interior cabinet.
Bidder Complies YES 7( NO
41
Waterloo Fire Department
Power Door Locks
Side entry & rear entry doors shall have power locks installed. These power locks shall be activated from the
OEM cab area and be thermally protected with a pulsed signal.
Bidder Complies YES X NO
Power Door Locks
One (1) designated exterior doors shall have power locks installed. These power locks shall be activated from
the OEM cab area and be thermally protected with a pulsed signal.
Bidder Complies YES x NO
Power Door Locks
A hidden, power door unlock switch shall be installed in the grille area.
Bidder Complies YES NO
Power Door Locks
Two} interior body power door lock switch(s) shall be installed. It shall use a pulsed signal and provide both
lock and unlock for all designated doors.
Bidder Complies YES k NO
***INTERIOR LIGHTING***
Compartment Light
An oxygen compartment light shall be installed and controlled from the action area control panel.
Bidder Complies YES NO
Step-Well Light
A LED step-well light shall be installed in the side door step-well. This light shall illuminate when the side door
is open.
Bidder Complies YES NO
Interior Lighting
The patient compartment shall be illuminated by eight Tecniq model E08 LW10-1 with white trim, 18 individual
light sources, output of 1500 Lumen LED dome lights, recessed into the patient compartment headliner and
mounted to a .125 aluminum plate.
42
Waterloo Fire Department
The left and right banks of lights shall each have their own "high" and "low" switch positions. The right bank
"low" setting shall also be activated by doorjamb switches at the side and rear doors. A 5-minute timer shall
activate one bank of lights on "low" when the battery switch is off.
Bidder Complies YES '‘Z., NO
Interior Lighting
The patient action area shall have a 12-volt LED strip light installed.
Bidder Complies YES X NO
Interior Lighting
Four (4) LED ceiling overhead lights shall be installed in the ceiling of the patient compartment. They shall be
evenly spaced down the center of the vehicle. These lights will be capable of operating on either 12-volt or
110-volt power when the vehicle shoreline is activated. Each Light will have it's own individual switch, in
addition a separate master on/off switch will activate all the LED lights from the front bulkhead wall.
Bidder Complies YES NO
Electrical Cabinet Light
There shall be a 12" Grote LED light with on / off switch installed in the electrical cabinet.
Bidder Complies YES 'C NO
***EXTERIOR LIGHTING***
Stop/Tail Lights
There shall be Whelen MO Series "LED" stop/tail lights with chrome trim bezels installed. The actual location
shall be determined at the pre-build conference.
Bidder Complies YES x NO
Turn Lights
There shall be Whelen M6 Series "LED" populated amber turn signals with chrome trim bezels installed. They
shall be wired to flash sequentially in the direction of the arrow. The actual location shall be determined at the
pre-build conference.
Bidder Complies YES >4- NO
License Plate Housing
The rear license plate housing shall be a CPI housing. It shall include two clear LED license plate lights.
43
Waterloo Fire Department
. The actual location shall be determined at the pre-build conference.
Bidder Complies YES ' NO
Back-Up Lights
There shall be Whelen M6 Series LED backup lights with chrome trim bezels installed. The actual location
shall be determined at the pre-build conference.
Bidder Complies YES 'X NO
Rear Load Lights
There shall be two reverse activated, Whelen M7ZC series rear load lights with chrome trim bezels installed.
The actual location shall be determined at the pre-build conference. bezels installed. The actual location shall
be determined at the pre-build conference. These lights shall also be controlled by the front and or the rear
control panel
Bidder Complies YES )( NO
Side Scene Lights
There shall be four Whelen M9ZC series scene lights installed. Two scene lights shall be installed on each side
of the module body. They shall be located at the top of the module next to the warning lights. The light head
refraction design shall create a flood of light and shall be optically projected at a downward angle
approximately thirteen degrees from the horizontal plane. The scene lights shall meet or exceed federal
specification KKK-A-1822F. All scene lights shall have bright chrome-like flanges. bright chrome-like flanges.
The side scene lights shall illuminate when the side entry door is opened. Switching for the side scene lights
shall be included in the front and rear control panels.
Bidder Complies YES NO
Side Scene Lights
The right side scene lights shall come on when the side entry door is opened.
Bidder Complies YES 'C NO
Recessed Door Lights
There shall be five (5) recessed LED flashing door lights with guards installed. The lights shall be installed on
the lower interior door panel. The actual location shall be determined at the pre-build conference.
Bidder Complies YES NO
ICC Marker Lights
44
Waterloo Fire Department
The exterior ambulance body ICC lights shall be Weldon model number 9186-1500-10 (red) and 9186-1500-20
(amber). They shall be installed above the integrated drip rail extrusion.
Bidder Complies YES NO
Rear DOT Clearance/Brake Light
There shall be a red Innovative Slimline light mounted above the rear doors. Unless otherwise specified, it
shall be mounted above the drip rail. The mid sections are to be wired thru the brake light circuit.
Bidder Complies YES x NO
Front DOT Clearance Light
There shall be a front amber Innovative Slimline light center mounted above the drip rail.
Bidder Complies YES ' NO
Remote Spot Light
A Whelen PT36OPTW remote control cab light shall be installed on the chassis roof.
Bidder Complies YES NO
***RADIO PROVISIONS AND AIR HORNS***
Power Studs
The ambulance shall include three power point studs located in the interior electrical compartment. The studs
shall include a full-time hot, ignition hot, and ground.
Bidder Complies YES X NO
Air Horn Compressor System
There will be a Buell Strombos air horn compressor#15412 for(2) Air Horns with reserve tank. Activation
shall be from a weatherproof drivers side floor switch.
Bidder Complies YES X NO
Air Horns
There shall be one 10" and one 10" Buell air horns mounted thru open space above the front bumper.
Bidder Complies YES NO
45
Waterloo Fire Department
Three Power Point Studs Located In The Interior Electrical Compartment
Radio Antenna
One RG58U antenna coaxial cable shall run from antenna access base on the roof of the patient compartment
and terminate behind the driver's seat. This cable shall have a 36" service loop.
Bidder Complies YES X NO
Radio Cables
Manufacturer shall install two (2) customer supplied radio cables.
Bidder Complies YES ' NO
Radio Cables
Manufacturer shall install one customer supplied GPS antenna on the front drivers corner of the box.
Bidder Complies YES \ .. NO
***SIRENS AND EMERGENCY LIGHTING**
Siren
There shall be a Federal Model number EQ2B electronic siren system installed. Actual location shall be
determined at the pre-build conference.
Bidder Complies YES X NO
Siren Speakers
There shall be C.P.I. Model number SAD 3806 and a SAP 3806 bumper wing siren speakers installed. These
speakers will have to be used because air horn location.
Bidder Complies YES )< NO
Side Module Warning Lights
There shall be four Whelen model number M9 Series "LED" side module warning lights installed. There shall
be two lights mounted on each side of the body on the top upper outside corners, but below the drip rail.
Bidder Complies YES 7, NO
Rear Module Warning Lights
There shall be two Whelen model number M9 Series "LED" rear module warning lights installed on the outer
46
Waterloo Fire Department
most corners of the module.
Bidder Complies YES N,C NO
Rear Module Warning Lights
There shall be one Whelen model number M7 Series "LED" center rear module warning light installed.
Bidder Complies YES 'X NO
Grille Lights
There shall be four Whelen model number 500 LIN6 LED forward facing grille lights installed.
Bidder Complies YES ?` NO
Intersection Lights
There shall be two Whelen model number 700 Super"LED" intersection lights installed.
Bidder Complies YES )( NO
Rear Wheel Well Lights
There shall be two Whelen model number M6 Series "LED" rear wheel well lights installed.
Bidder Complies YES X NO
Front Module Warning Lights
There shall be 7 Whelen model number M9 Series "LED" front module warning lights installed across the front
module wall. The lens shall be in Color.
Bidder Complies YES NO
Opticom
The ambulance manufacturer shall pre wire for an Opticom to be installed at a later date. The pre wire shall
include a park-neutral disable switch.
Bidder Complies YES X NO
Rear Traffic Advisor
There shall be a Whelen model number TAL85 47" LED rear traffic advisor installed.
Eight Lamp LED Traffic AdvisorTM, 46.82" Long
High intensity LEDs are rated for over 100,000 hours of service with low, low current consumption. Four
operating modes (left, right, split and flash) are selected from a compact, remote control console Model
47
Waterloo Fire Department
TACTRL1A. A rear panel dip switch provides eight unique flash pattern choices such as Solid Arrow,
Sequence On/Sequence Off, etc. An LED display replicates the lamp sequence and visual pattern of the
device. For Traffic Advisor's with 16 halogen lamp modules, control console model TACTRL3 is standard.
Maximum warning light intensity
Lowest current draw of comparable models
Rugged, solid state LED display stands up to road shock and vibration, have low, low current
consumption and are rated for 100,000 hours of operation
All solid state electronics (patent pending) provide greater reliability and cooler operation
Control console has master on/off/- high/low rocker switch, four function Rotary Switch,
external spade-type fuse and reverse polarity protection
Control console includes a rear panel dip switch which can be set to choose from 8 different
lamp sequencing patterns
Interconnecting cable includes quick disconnect feature
VOLTAGE (VDC) - 12.8
TOTAL CURRENT DRAW (amps) - .52 ea. LED lamp .24 ea. flashing end lamp
DESCRIPTION - 8 lamp, LED, flat style housing
DIMENSIONS IN INCHES (H x W x L) - 2-7/8 x 2-1/4 x 46-7/8
Bidder Complies YES NO
Emergency Lights
There shall be six (6)Whelen model number WIONSMC* "LED" light(s) installed. Location shall be determined
at the pre-build conference.
Bidder Complies YES NO
Emergency Lights
There shall be two Whelen M9 Series "LED" lights installed at rear window height.
Bidder Complies YES > NO
***PATIENT COMPARTMENT***
Cabinet Construction
Cabinets shall be constructed of Formaldehyde free, furniture grade exterior-rated hardwood plywood. The
plywood shall be made from a deciduous wood with the face, core and back all being the same species. A
melamine bonding glue shall be used to join the 7-ply together. The exposed layers shall be hardwood on both
sides of the sheet. The layers shall be 99% void free. Cabinet interiors and exteriors shall be covered with high
48
Waterloo Fire Department
pressure plastic laminate at least 28 mils thick. All cabinets shall be constructed using both glue and screws
for maximum strength. Screws shall be a maximum of 10" from each other. All exterior radius corners shall
have a 6063-T5 aluminum extrusion installed. This extrusion shall be screwed in-place from inside the cabinet.
THE USE OF STAPLES IN THE ASSEMBLY OF CABINETS SHALL NOT BE ACCEPTED.
Because of the superior sound dampening and insulating qualities of plywood cabinetry, aluminum or other
metal cabinetry will not be accepted.
Bidder Complies YES ' NO
Cabinet Doors
The cabinet openings shall have sliding polycarbonate doors, hinged doors, or a combination of both. The
sliding doors shall slide in felt/ nylon lined 4-sided aluminum extrusions that completely surround each opening
and are removable. Each sliding door shall have a full height, beveled corner extruded aluminum handle on the
outer edge. This shall provide additional strength and rigidity. All hinged doors shall have a polished stainless
steel hinge with .125" pin diameter.
Bidder Complies YES " NO
Impact Protection
All exterior corners subject to abuse shall have an extrusion installed for added durability and rounded for
occupant safety. A 6063-T5 aluminum radius shaped corner with inside X-frame shall be used on any corner
not protected by a padded vinyl covered cushion. The use of this extrusion will allow the cabinet exterior
corners to be attached from the inside, thereby eliminating the use of screws on the cabinet face.
Bidder Complies YES K NO
Cabinet Shelves
All cabinets over 14" high shall have fully adjustable shelves. The shelves shall be made of glossy PVC to help
eliminate issues caused by blood-borne pathogens. All shelves shall be fastened to the adjustable track to
eliminate rattle. A polished aluminum lip shall be provided on all shelf outer edges.
Bidder Complies YES ,X NO
49
Waterloo Fire Department
Cabinet Attachment
AU interior cabinets including the squad bench shall be bolted securely to modular body frame members and
floor. The attachment bolts shall be a minimum 1/4" machine grade bolts. All fasteners and washers shall be
stainless steel, or coated to protect from corrosion or another non-corrosive material. All cabinets must be
removable for ease of future interior modification.
Bidder Complies YES '-/ NO
Fit and Finish
Mitered joints throughout the interior conversion shall have a gapless, hairline fit. Sliding polycarbonate door
assemblies shall be scratch free and all edges shall be smooth and free of saw marks and sharp edges.
Cabinet to cabinet joints shall not require more than a 7/32" diameter welting to create a finished and well fit
look. Cabinets shall fit tightly against the ceiling as well.
Bidder Complies YES y NO
Patient Compartment Testing
The vehicle shall meet or exceed AMD Standard 006, "Sound Level Test Code for Ambulance Compartment
Interiors" and AMD Standard 007, "Carbon Monoxide Levels for Ambulance Compartment Interiors".
Bidder Complies YES )( NO
Warranty
The interior cabinet warranty shall be a Lifetime Limited, unlimited miles.
Bidder Complies YES 7 NO
Smooth Ceiling Headliner
The ambulance module ceiling shall be a two piece smooth thermoplastic sheet. To be Fire retardant
ABS/PVC (FR-ABS)formulations with significantly higher impact and extensibility. To have great resistance to
corrosive chemicals and cleaning solutions. Meet Fungus resistance testing in accordance with ASTM G-21
and bacteria resistance testing in accordance with ASTM G-22, Procedure B.
50
Waterloo Fire Department
Bidder Complies YES NO
Sliding Doors
There shall be quarter inch clear polycarbonate sliding cabinet doors on all interior cabinets. The sliding door
handle shall be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The
full length door handle corners shall be cut at forty-five degrees.
Bidder Complies YES x NO
Cot Mount
A Stryker cot fastener shall be provided. It shall provide for a Stryker cot to be center mounted in the patient
compartment.
The cot fastener installation must meet or exceed AMD Standard 004, Litter Retention System.
Bidder Complies YES N7 NO
Left Rear Overhead Cabinet
There shall be a left rear overhead cabinet with sliding polycarbonate doors installed. The sliding door handle
shall be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The full
length door handle corners shall be cut at forty-five degrees. The vertical ends of the framed cabinet will have
EPDM rubber foam to protect the handles from damage. The actual dimensions shall be decided at the
pre-build conference.
Bidder Complies YES '$ NO
Left Top Center Cabinet
There shall be a cabinet above the side CPR seat with sliding polycarbonate doors installed. The sliding door
handle shall be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The
full length door handle corners shall be cut at forty-five degrees. The vertical ends of the framed cabinet will
have EPDM rubber foam to protect the handles from damage. The actual dimensions shall be decided at the
pre-build conference.
Bidder Complies YES 7- NO
Left Front Overhead Cabinet
There shall be a left front overhead cabinet with sliding polycarbonate doors installed. The sliding door handle
shall be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The full
length door handle corners shall be cut at forty-five degrees. The vertical ends of the framed cabinet will have
EPDM rubber foam to protect the handles from damage. The actual dimensions shall be decided at the
pre-build conference.
51
Waterloo Fire Department
Bidder Complies YES . NO
Left Rear Base Cabinet
There shall be a left rear base cabinet with sliding polycarbonate doors installed. The sliding door handle shall
be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The full length
door handle corners shall be cut at forty-five degrees. The vertical ends of the framed cabinet will have EPDM
rubber foam to protect the handles from damage. The cabinet shall include (2) adjustable shelves. The actual
dimensions shall be decided at the pre-build conference.
Bidder Complies YES ,X NO
Telemetry Cabinet
There shall be a telemetry cabinet with speed load doors installed. The bottom of the cabinet is to be
sweep-out style. The cabinet door frame shall be secured at the top by a full length piano hinge. The entire
frame shall hinge upward and be held in place by gas piston hold-open devices. The cabinet frame shall be
held in the down position by two spring-loaded dead bolt style slide catches. The vertical ends of the speed
load framed cabinet will have EPDM rubber foam to protect the handles from damage. All speed load cabinets
that are taller than 23" and wider than 32" shall have a 1/8" x 1-1/2" anodized aluminum support. The actual
dimensions shall be decided at the pre-build conference.
Bidder Complies YES x NO
Lower Telemetry Cabinet
There shall be a lower telemetry area cabinet with sliding polycarbonate doors installed. The sliding door
handle shall be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The
full length door handle corners shall be cut at forty-five degrees. The vertical ends of the framed cabinet will
have EPDM rubber foam to protect the handles from damage. The actual dimensions shall be decided at the
pre-build conference.
Bidder Complies YES x NO
Action Area Cabinet
There shall be an action area cabinet with sliding polycarbonate doors installed. The sliding door handle shall
be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The full length
door handle corners shall be cut at forty-five degrees. The vertical ends of the framed cabinet will have EPDM
rubber foam to protect the handles from damage. The actual dimensions shall be decided at the pre-build
conference.
Bidder Complies YES $ NO
52
Waterloo Fire Department
Lower Action Area Cabinet
There shall be a lower action area cabinet with sliding polycarbonate doors installed. The sliding door handle
shall be made from an aluminum extrusion and shall run the full length of the polycarbonate door. The full
length door handle corners shall be cut at forty-five degrees. The vertical ends of the framed cabinet will have
EPDM rubber foam to protect the handles from damage. The actual dimensions shall be decided at the
pre-build conference.
Bidder Complies YES 'I NO
Tip-Out Trash
The action area shall have a tip out trash cabinet installed.
Bidder Complies YES )4. NO
CPR Seat
A seat approximately 21" wide with rear hinged lid allowing for cabinet storage shall be recessed into the street
side cabinet wall directly rearward of the main action area. A 2" thick foam seat cushion, a backrest, a left and
a right thigh protection cushion all covered with heavy-duty vinyl shall also be provided. There shall be no
piping on the cushions to accumulate contaminated material. All seams shall be sealed to repel
contaminants. A seat belt with outside wall-mounted retractors shall be provided. Upper cabinets shall have
left and right head protector cushions to match the seat cushion.
Bidder Complies YES X NO
Attendant's Seat
There shall be a high back, captain's chair-type, attendant seat at the front of the patient compartment. This
seat shall be covered with color coordinated heavy-duty vinyl with minimal seams for ease of cleaning. The
seat shall include an automotive type seat belt and retractor. The seat shall have a fore and aft adjustment on
heavy duty sliding tracks. This and all seats in the patient compartment shall meet all FMVSS requirements.
An electrical storage cabinet shall be incorporated into the attendant seat base. The seat shall be mounted on
a hinged platform to swing the seat out of the way and provide adequate access to electrical components
under the seat and the electrical cabinet behind the seat.
Bidder Complies YES NO
Electrical Cabinet
A storage cabinet shall be installed on the left front wall behind the rear facing attendant seat. Access shall be
gained from behind the attendant seat. This cabinet shall be for storage of the Power Distribution Center.
Bidder Complies YES NO
53
Waterloo Fire Department
Right Front Cabinet
A storage cabinet shall be installed on the right front wall, upper section that permits equipment to be accessed
from either the patient compartment through solid doors or through an exterior compartment door. It shall
have one (1) adjustable shelf. The actual dimensions shall be decided at the pre-build conference.
Bidder Complies YES NO
Right Front Cabinet
A storage cabinet shall be installed on the right front wall, lower section that permits equipment to be accessed
from either the patient compartment through solid doors or through an exterior compartment door. It shall
have one (1) adjustable shelf. The actual dimensions shall be decided at the pre-build conference.
Bidder Complies YES NO
Right Front Cabinet
A storage cabinet shall be installed on the right front wall that permits equipment to be accessed from either
the patient compartment through a "ROM" auto latch door (or equivalent), or through an exterior compartment
door. It shall have one (1) fixed and (2) adjustable shelves. The actual dimensions shall be decided at the
pre-build conference.
Bidder Complies YES >C NO
Pass-Thru Cabinet
There shall be a cabinet mounted in the lower pass thru area. The actual dimensions shall be decided at the
pre-build conference.
Bidder Complies YES >< NO
Squad Bench
The ambulance shall be equipped with a squad bench approximately 73" long by 22" wide. The squad bench
lid shall have a 2" foam pad covered with color coordinated heavy-duty vinyl. The squad bench lid shall be
two-piece 70/30 split, with center divider, and have two heavy-duty, bi-directional gas piston hold-open
devices. The force value selected and ball stud locations shall provide lift assistance after twenty degrees of
bench lid lift angle. The ball stud mounts shall be at least ten millimeter. The lids shall be attached to the bench
with a continuous hinge. Each lid shall have a self-latching, stainless steel, paddle style-latching device.
The lids shall be finished with minimum 2" thick cushions. There shall be no piping and all seams shall be
sealed to preclude absorption of contaminants. These cushions shall be installed with industrial grade, plastic
hook and loop Velcro for easy removal and cleaning.
54
Waterloo Fire Department
Three sets of encased restraints and seat belts shall be installed on the squad bench. Retractors shall be
installed against the outer wall.
Bidder Complies YES '74 NO
Squad Bench Retaining Board
The squad bench shall have a 10" high, rigidly mounted end cushion to protect bench occupants in case of
unexpected vehicle deceleration.
Bidder Complies YES > NO
Squad Bench Cabinet
There shall be a cabinet mounted at the head end of the squad bench. The actual dimensions shall be decided
at the pre build conference.
Bidder Complies YES NO
Squad Bench Cushion
There shall be a backrest covering the wall directly behind the squad bench. This backrest shall be a
minimum of 2" thick and shall be constructed of high-density foam and heavy-duty automotive grade vinyl.
There shall be no piping and all seams shall be sealed to repel contaminated material.
Bidder Complies YES NO
Bandage Cabinet
There shall be a two section bandage cabinet with sliding polycarbonate doors mounted above the squad
bench. The sliding door handle shall be made from an aluminum extrusion and shall run the full length of the
polycarbonate door. The full length door handle corners shall be cut at forty-five degrees. The vertical ends of
the framed cabinet will have EPDM rubber foam to protect the handles from damage. The actual dimensions
shall be decided at the pre-build conference.
Bidder Complies YES NO
Glove Box
The bandage cabinet front section shall have two (2) glove box cutout(s).
Bidder Complies YES / NO
Grab Rail
There shall be a formed 2" diameter brushed aluminum overhead assist rail. It shall be located on the ceiling
over the patient area. This rail shall be a minimum of 100" long.
55
Waterloo Fire Department
Bidder Complies YES ``< NO
Grab Rail
There shall be a formed 2" diameter brushed aluminum overhead assist rail. It shall be located over the
squad bench. This rail shall be a minimum of 100" long.
Bidder Complies YES 'X NO
Grab Rail
There shall be "L" shaped formed 2" diameter brushed aluminum entrance door grab handles installed on the
curbside and both rear entry doors. The "L" shall start horizontally under the door window and turn at a 90
degree angle up alongside the hinge side of the window to provide safe entry from the street level and safe exit
from the patient floor.
Bidder Complies YES X NO
Grab Rail
There shall be a formed 2" diameter brushed aluminum grab assist handrail mounted at the head end of the
squad bench.
Bidder Complies YES k NO
Grab Rail
There shall be a formed 2" diameter brushed aluminum grab assist handrail. It shall be located at the left rear
wall.
Bidder Complies YES NA NO
IV Hangers
There shall be two CPI Model IV 2008 recessed rubber, non-swinging type IV hangers that fold flat when not in
use mounted in the ceiling over the lower portion of the patient area. They shall be bolted to the roof framing
structure.
Bidder Complies YES NO
Cabinet Latches
There shall be stainless Southco M1 cabinet latches installed on all interior door style cabinets.
Bidder Complies YES ' NO
56
Waterloo Fire Department
Cabinet Drawer
There shall be one (1) interior cabinet drawer(s) installed. The drawer shall be made from .125 aluminum and
have a wood face. The actual dimensions shall be determined at the pre-build conference.
Bidder Complies YES NO
Cabinet Drawer
There shall be an interior lap top computer drawer installed below the action area. The drawer shall be made
from .125 aluminum and include a wood face. The actual dimensions shall be determined at the pre-build
conference.
Bidder Complies YES X NO
Clock
There shall be an Intellitec clock/time manager mounted in the rear head cushion. This clock shall be digital
and include an elapsed timer with alarms. The actual location shall be determined at the pre-build conference.
Bidder Complies YES X NO
Locking Cabinet Door
The interior cabinets shall include a locking cabinet door with a Simplex push button lock.
Bidder Complies YES 7C NO
Sharp's Container
There shall be a drop in style sharp's container mounted at the head end of the squad bench.
Bidder Complies YES ?- NO
Sharps Container
There shall be a drop in style sharps container mounted in the telemetry area. The actual location shall be de
at the pre-build conference.
Bidder Complies YES )( NO
Trash Container
There shall be a tip out trash container. The actual location shall be determined at the pre-build conference.
Bidder Complies YES $ NO
Side Wall Scuff Protector
57
Waterloo Fire Department
There shall be a six inch high, polished stainless scuff protector mounted on the left wall.
Bidder Complies YES '`4- NO
Side Wall Scuff Protector
There shall be a six inch high, polished stainless scuff protector mounted on the right wall.
Bidder Complies YES )C NO
Interior Walls
High Pressure Laminate to be supplied and installed. The laminate shall meet or exceed the following
specifications:
• National Electrical Manufacturers Association Performance Standards (NEMA LD3-1995)
• Fabrication to comply with Architectural Woodwork Quality Standards Certification Program guidelines
from the American Woodworkers institute
The "Glossy" laminate finish selected shall be Folkstone Grafix Sparkle 507.
Bidder Complies YES )C NO
Interior Cushions
To be seam sealed cushions with high density foam with PVC base. Installed with heavy duty hook & loom for
easy removal for cleaning. The vinyl shall meet the following specifications:
• Nominal Weight of 32 ozs.
• Contents 100% Virgin Vinyl
• Cold Crack to meet -10 Degrees F
• Meets Class Rating of ASTM- D-3690
• Passes Abrasion Resistance (HD Wyzenbeek)
• Thickness of 1.02
• Passes UV Stabilized Pigments 300 Hour Min.
• Passes Flammability Reg.: MVSS 302
• Passes Cal. Tech. Bulletin 117 Section E
The cushion vinyl color shall be Sierra Dark Red SIE-6526.
Bidder Complies YES )(.. NO
Cabinet Welting
There shall be color matched automotive grade welting placed between cabinet sections. The color is to be
Maroon.
58
Waterloo Fire Department
Bidder Complies YES 7- NO
Counter Tops
The counter top is to be of a solid surface material.
Solid polymer components
• Solid surface is defined as nonporous, homogeneous material maintaining the same composition
throughout the part with a composition of acrylic polymer, aluminum tri-hydrate filler and pigment.
• Cast, nonporous, filled polymer, not coated, laminated or of composite construction with through body
colors meeting ANSI Z124.3 or ANSI Z124.6, having minimum physical and performance properties
specified.
• Thickness of Material to be ''A" , 3 pieces to create the 1-1/2" thick top with 1" Lip, giving the option of
an accent stripe.
• Superficial damage to a depth of 0.010 inch (.25 mm) shall be repairable by sanding and/or polishing.
• Form joints between components using manufacturer's standard joint adhesive without conspicuous
joints.
• Does not support microbial growth.
Solid surface color shall be Dusk.
Bidder Complies YES ` - NO
Counter Tops
The counter top is to include accent stripe to be of a solid surface material.
Solid surface color(s) shall be Pompeii Red.
Bidder Complies YES >, NO
Interior Floor
The flooring is to be Lonseal. The style and color of the flooring shall be Lonplate II #424 Gunmetal.
DIVISION
09 65 00 Resilient Sheet Vinyl
Applications
Excellent for interior, retail, commercial, or institutional use where design parameters call
for a high performance, sophisticated flooring solution.
Suitable Substrates
Subject to Lonseal's Technical Manual for Interior Flooring Products - Concrete (all grade levels),
underlayment grade plywood, metal, and terrazzo.
Composition
It's constructed in multiple layers, composed of a co-calendared wear layer that is formulated to provide
59
Waterloo Fire Department
maximum resistance to foot traffic and most commercial and healthcare chemicals. The middle layer provides
dimensional stability, sound-absorbing properties, and resiliency under foot. The backing layer provides
strength and stability of the flooring and enhances the bonding strength of the adhesive.
TECHNICAL DATA
Applicable Standards
Type: I
Grade: I
Backing: Class A or B
Conforms with ASTM F 1303 or ASTM F 1303-95
MAINTENANCE
Initial maintenance is essential for increased longevity of vinyl flooring. Ensure initial
maintenance is completed 48 hours after installation. For best results, we recommend use of Lonseal's
maintenance products: Lonbuff, Loncare, Lonprime, Lonfinish and
Lonstrip.
Bidder Complies YES "& NO
A bottom hinged door at the rear of the inside to axcess the top part of R-1
***PATIENT COMPARTMENT ENVIRONMENTAL SYSTEM ***
Fresh Air Intake
A filtered fresh air intake shall be mounted on the upper right front (passenger side) corner of the modular
body. The heater/air conditioner fans shall control the intake of fresh air. The system shall be a constant flow
style with a thermostat to control heating and cooling, therefore providing a fresh environment throughout the
patient compartment.
The air return system shall be located within the right front cabinetry. This cabinetry shall include an integral
plenum wall and duct system. This system shall allow the blower fans to pull air from the floor, thereby
speeding the process of heating/cooling and therefore provide a consistent temperature at all levels of the
patient compartment.
Bidder Complies YES NO
Exhaust Fan
A power exhaust vent fan shall be installed in the rear upper wall below the roof line. The fan shall be
controlled from the rear control switch panel. The vent shall be filtered and located on the rear outside body
sidewall.
The front fresh air intake vent and the rear (power) exhaust vent shall provide efficient cross through patient
compartment ventilation. The exhaust fan shall have a minimum of 100 CFM in system and 145 CFM open
flow.
60
Waterloo Fire Department
Bidder Complies YES - NO
Ducted HVAC
The HVAC shall be ducted down the center ceiling strip. There shall be a minimum of six round adjustable
ducts. The ducting shall be tapered to allow full flow of air to the further most vents.
Bidder Complies YES >C NO
In-Line Booster Pump
A 12-volt centrifugal liquid pump shall be installed. The pump shall boost the flow capacity of the engine
coolant.
Bidder Complies YES X NO
AC Condenser
The vehicle shall have an auxiliary AC condenser installed on front the module body.
Bidder Complies YES ) NO
Insulation
There shall be two inch thick plank non-deteriorating high density "Yellow Certifoam" insulation. The thermal
resistance of the insulation shall hold a five year aged value of 11.2 @25 degree F mean temperature. The
importance of aged value relates to initial "R" values that over a five year period deteriorate and allow for a
false "R" value.
Insulation shall be placed between all framing and include the module body walls, floor, ceiling and patient
doors. There shall also be a four MIL vapor barrier placed in the module walls, ceiling and patient doors. This
vapor barrier shall serve as an additional moisture barrier for the changing outside environment.
Bidder Complies YES ."-)4, NO
Undercoating
The ambulance module shall be undercoated with automotive grade under-coating.
Bidder Complies YES NO
***OXYGEN SYSTEM***
Oxygen System
The oxygen system shall be capable of storing and supplying a minimum of 3000 liters of oxygen. A suitable
61
Waterloo Fire Department
high-pressure hose shall be provided. The hose shall be certified to meet 250 psi and have a 1000 pound burst
rating.
Bidder Complies YES NO
The entire oxygen system shall be subjected to a 200-psi leak test for a minimum two hours. A certification
label shall be located in the oxygen compartment.
Bidder Complies YES X NO
Oxygen Outlet
There shall be one Ohio style oxygen outlet located on the back wall of the front action area.
Bidder Complies YES X NO
Oxygen Outlet
There shall be one Ohio style oxygen outlet located in the Ceiling of the module in the area above the patients'
head.
Bidder Complies YES )C NO
Oxygen Outlet
There shall be one Ohio style oxygen outlet located on the right interior wall at head of squad bench midway
between the squad bench and the ceiling.
Bidder Complies YES y NO
Oxygen Door
Access to the oxygen cylinder gauge shaft be provided through a hinged 7" x 16" Lexan Glass door with a
passive latch mechanism. The door shall be located on the inside of the patient compartment opposite the
exterior oxygen compartment.
Bidder Complies YES NO
Oxygen Tank Bracket
The "M" size, sliding oxygen cylinder storage cradle shall be mounted under the squad bench. The oxygen
cradle shall have three stainless steel restraining bands with bolt attachments and a front retaining yoke. The
bracket shall be securely bolted to the modular body frame.
The oxygen cylinder storage cradle installation must meet or exceed AMD Standard 003, Oxygen Tank
Retention System.
62
Waterloo Fire Department
Bidder Complies YES NO
Oxygen Mount
Two (2) Ferno model number 521 crash stable oxygen mount(s) shall be included. The location shall be
determined at the pre-build conference.
Bidder Complies YES ,x NO
***SUCTION SYSTEM***
Suction System
A permanent on board suction system shall be installed. The system shall include a quick disconnect outlet
mounted on the back wall of the action area and a 12 volt GAST suction pump to be mounted in the power
distribution cabinet. The system shall be controlled from the action area switch panel.
Bidder Complies YES X NO
Suction Outlet
An Ohio style suction outlet shall be mounted on the back wall of the front action area.
Bidder Complies YES )(. NO
Suction System
A permanent on board suction system shall be installed. The system shall include a quick disconnect outlet
mounted on the back wall of the action area and an electric suction pump. The system shall be controlled
from the action area switch panel. The suction regulator and adjustment valve shall be a wall mounted
SSCOR 22000 brand. The collection bottle shall be a wall mounted disposable Bemis (or equivalent) collection
bottle. Both units shall be mounted on the back wall of the front action area.
Bidder Complies YES )(-- NO
***PAINT***
Paint Design
The ambulance manufacturer shall use an American made Polyurethane paint.
All paint contains a film forming component, a solvent thinner, and a pigment. In conventional paint the film
forming component and pigment are deposited on the surface as the solvent evaporates. In polyurethane
paint, however, the film is formed when isocyanate, a chemical unique to polyurethane paint, becomes a
plastic like substance. In one component polyurethane paint, this happens as isocyanate reacts with moisture
63
Waterloo Fire Department
in the air. In two component paint, a moisture curing chemical is added. Polyurethane paint has excellent
performance characteristics: adhesion, hardness, gloss, flexibility, and resistance to abrasion, impact,
weathering, acids and solvents.
The paint must have:
1) High gloss retention and DOI
2) Strong UV properties to resist fading
3) Strong Chemical resistance
4) Strong Chip resistance
5) A 3.51bslgal VOC content or less (green component)
6)A proven durability in the commercial fleet industry
Please note, that because of the importance of proper paint preparation and application, any differences in
materials, preparations or procedures must be noted and explained in detail. Non-compliance with this
requirement will result in immediate rejection of entire bid response.
Bidder Complies YES NO
Facility Certification
The paint facility shall be in current compliance with 40 CFR (code of federal regulations) part 63 subpart
HHHHHH national emission standards for hazardous air pollutants: Paint stripping and miscellaneous surface
coating operations at area sources (6H-NESHAP). Spray guns shall also be high volume — low pressure
certified.
Bidder Complies YES NO
Painter Certification
All painters shall be certified. Documentation shall be available upon request.
Training documentation shall include:
EPA Rule 40 Part 63 Painter Requirements
Spray gun set up and usage
Spray gun maintenance
Hands on practical use of HVLP and RP Equipment
Cycle time reductions and improving productivity with correct equipment and usages
Air volume requirements
Air filtration and filter maintenance
Supplied air respiration
CO monitor requirements
Spot repair procedure
64
Waterloo Fire Department
RPS cups
Bidder Complies YES -K NO
Ambulance Module Prep
Prior to assembly, all joints and seams are to be mechanically etched.
All welds shall be ground smooth prior to priming.
The entire body shall be sanded and then washed with a silicone wax and degreaser remover prior to
application of the primer.
This process significantly aids in proper adhesion of the primer.
Bidder Complies YES ( NO
The following steps must be followed in sequence to properly apply paint to the ambulance.
1) SURFACE PREP
Clean entire modular body with 3919S Prepsol using the two-cloth method
Wipe with a clean cloth wet with 3919S
While still wet, wipe the body clean with a second dry and clean cloth
Mechanically etch the entire body
D.A. Sand with 80-grit paper thoroughly until bright
Bodywork using duraglas any area that is needed
Mechanically hand etch edges thoroughly until bright with 80-grit sandpaper
Final sand body with 80 or finer grit paper
Blow off dust from body using air gun
Clean body with 3939S using the two-cloth method to remove dust and contaminants
Step 1 is essential in achieving proper adhesion and corrosion protection.
Bidder Complies YES 7' NO
2) PRIMING:
Tack off the unit
Spray one double coat or two medium wet coats of chemical 615S self- etching variprime.
The use of Variprime®two-component, self-etching primer is important due to its fast-drying time, it's
ability to provide excellent corrosion resistance and it's direct to metal adhesion for spot, panel and
overall repairs.
Due to different painters ability in application a minimum of 1.2 mils DFT (Dry film thickness) is
65
Waterloo Fire Department
required. It is not acceptable to only state double coat or two wet coats.
Allow 30 minutes dry time
Apply three wet coats of 1340S two component low VOC URO Primer-sealer.
The wet film thickness shall be a minimum of 6 mils and be properly documented.
A minimum of 5 minutes shall be allowed between coats.
The unit shall be baked for a minimum of one hour @ 150 degrees.
A 45 minute cool down shall then occur before final sanding.
Bidder Complies YES - NO
3) SANDING
Block sand with 240-grit sandpaper
Blow off body with air gun
Clean any sand through areas with 3939S using the two-cloth method
Re prime sand-through areas with three coats of 615S self-etching primer
Block sand with 240-grit sandpaper followed by 320-grit sandpaper if necessary,
a scuff pad may also be used after the re-prime process
Dry film thickness after sanding shall be documented at a minimum 2.0 mils.
Proper DTF is required to assure the primer base coat is evenly applied.
Bidder Complies YES ' NO
4) PRE TOPCOAT PREPARATION
Blow off body with air gun to remove dust
Wipe with 3939S using two-cloth method
Seam seal with 3M non-shrinking silicone free sealer
Clean body with 3939S using the two-cloth method
Final wipe with a third clean clothe to remove any further residue
(All wipe down shall be done in a downdraft paint booth)
Tack rag unit
Bidder Complies YES NO
5) TOPCOAT PROCEDURE
Mix IMRON/ELITE polyurethane paint with activator
Apply a minimum of two separate medium wet cross coats to the entire body
The topcoat shall have a documented minimum of 2.5 mils DFT
66
Waterloo Fire Department
r
Bake body for 60 minutes at 150 degrees
The total topcoat and primer shall be a documented minimum of 5.7 mils DFT.
Bidder Complies YES NO
Warranty
A paint warranty between the paint manufacturer, the ambulance manufacturer, and the end user shall be
provided. The warranty shall include the paint manufacturers audit procedure to include spot checks made by
the paint manufacturer. The warranty shall be for a period of three years at 100% and three additional years
prorated at 50% fourth year, 25% fifth year and 10% at sixth year. The warranty shall be honored at any
AXALTA authorized body shop. With approval, the vehicle need not be returned to the ambulance
manufacturer for warranty paint repairs.
Bidder Complies YES $ NO
Paint Design
The chassis shall be color matched painted to the body.
Bidder Complies YES NO
Paint Design
The module body shall be color matched painted red and the top shall be painted white
Bidder Complies YES 'C NO
Door Pins
All Door Nader pins shall not be painted. They shall be installed after the paint process is completed.
Bidder Complies YES NO
Striping
There shall be 1" Scotchlite Reflective, adhesive backed striping tape applied to the vehicle. The actual design
shall be supplied at the pre-build conference.
Bidder Complies YES NO
Striping
There shall be 6" Scotchlite Reflective, adhesive backed striping tape applied to the vehicle. The actual design
shall be supplied at the preconstruction meeting.
67
Waterloo Fire Department
Bidder Complies YES NO
Chevron Striping
There shall be a 6" wide two color Scotchlite reflective chevron applied to the rear doors and wall of the
module. The actual design shall be supplied at the pre-build conference.
Bidder Complies YES NO
Chevron Striping
All Scotchlite reflective chevron shall be Diamond Grade.
Bidder Complies YES )4.- NO
Paint The Top Of Box White
***EMBLEMS AND DECALS***
Decal
Manufacturer shall install the roof Star of Life decal only. The remaining Star of Life decals shall be deleted.
Bidder Complies YES NO
Decals
No smoking and Fasten seat belt decals shall be installed.
Bidder Complies YES .7- NO
Ambulance Manufacture shall install all customer supplied lettering.
68