South Milwaukee Fire Department Ambulance Bid Specifications

Size: px
Start display at page:

Download "South Milwaukee Fire Department Ambulance Bid Specifications"

Transcription

1 South Milwaukee Fire Department Ambulance Bid Specifications Bids due by Tuesday, November 26, 10am CDT GENERAL CONDITIONS PURCHASER: The "Purchaser" who is hereinafter described as an individual, or a group of individuals who represent the interest of the City of South Milwaukee AND has been charged with the responsibility of purchasing one or more emergency medical ambulance(s). BIDDER: The "Bidder" is hereinafter defined as the ambulance manufacturer and/or it's authorized Representative/Dealer. BIDDER'S INSTRUCTIONS Bidders shall thoroughly examine all drawings, specifications, schedules, instructions and any other documents supplied as part of this invitation to bid and shall make all investigations necessary to thoroughly inform themselves regarding the content of the written specifications, drawings, and instructions supplied herein. No plea of ignorance by the Bidder pertaining to the content of the specifications, drawings, schedule, or instructions will be considered by the Purchaser on the deadline, if bid submission has occurred. Failure or omission on the part of the Bidder to make the necessary examinations and investigations into the content of the specifications AND make all clarifications or explanations of exceptions and conditions that exist or that may exist hereafter shall NOT be accepted as a basis for making variations to the requirements of the Purchaser or compensation to the Bidder. Sealed bids must be submitted to the City of South Milwaukee Clerk s office, th Avenue, South Milwaukee, WI, 53172, NO LATER than 10am, Tuesday, November 26, Any Bid questions should be directed to Fire Chief Joseph Knitter at (414) or by knitter@smwi.org. EXPLANATION OF EXCEPTIONS Bidders may take exceptions to any part of the bid contained herein with a written itemized schedule. The schedule shall include the page number, paragraph number(s), the text that the Bidder feels he cannot comply with and an explanation why the Bidder feels that the requirement is not in the best interest of the Purchaser AND/OR an alternate Bidder solution. Alternate Bidder solutions will be considered by the Purchaser, if the Bidder can show the Purchaser that the alternate solution is, in quality and quantity, equal to OR better than the specified item. Explanations of exceptions taken must be documented and submitted with the bid proposal on or before the bid submission deadline. Bidders are encouraged to provide acceptable alternatives. PURCHASER'S INTENT The intent of the specifications supplied herein is to purchase an ambulance with the highest level of quality and engineering excellence. The intent of this vehicle is centered on the patient's need for prehospital care, in conjunction with a safe working environment for the Emergency Medical Personnel. NO ALTERNATE BIDS TAKING TOTAL EXCEPTION BID PACKAGES SHALL NOT TAKE TOTAL EXCEPTIONS: Bidders are required under this bid invitation to give, for the consideration of the Purchaser, a proposal that will comply with the written specifications, drawings, and schedules supplied herein. The specifications supplied represent a compilation of input from all disciplines of users, maintenance and management personnel who are directly affected by the vehicle performance. All the personnel who have direct working contact with the 1

2 vehicle specified herein base careful consideration pertaining to safety, configuration, construction, and workmanship on working experiences. The Purchaser will consider any valid concern by any Bidder and will consider specification exceptions or alternates of equal or better performance, provided that the exceptions are steered toward meeting the intent AND the exceptions are submitted with the final bid proposal on or before the bid deadline. CAUTION: A Bidder who submits a bid that takes "Total Exception" and makes an offering of some "Standard" or "Stock" unit will be viewed by the Purchaser as a Bidder who did not make, and is not prepared to make, a valid bid, and is not qualified to manufacture the ambulance as specified herein. Alternate bids shall NOT be considered. VENDOR SELECTION Quality Based Selection will be utilized in selecting the best vendor. Criteria will include: 1) Previous sales/service experience of the City of South Milwaukee with the Bidder 2) Previous sales/service experience of other fire departments with the Bidder 3) Service location in relation to the City of South Milwaukee, WI 4) Satisfactory inspection of manufacturing facility (by South Milwaukee Fire Department), prior to final bid award (if desired) 5) Ability to meet specifications or provide acceptable alternative 6) Price PRODUCT LIABILITY INSURANCE A Certificate of current liability insurance, with a Ten Million Dollar minimum, shall be supplied with the bid submission. The certificate of insurance shall bear the insurance carrier's name, address, and phone number. The Certificate shall also bear the name and address of the insured. This document shall contain the coverage schedule, explaining the type of insurance, the policy number, the effective date of coverage, the policy expiration date, and the individual limits of liability. FAMILIARITY WITH LAWS The manufacturer shall be familiar with all Federal, State and Local laws, ordinances, codes, and/or rules and regulations that may in any way affect the work. Ignorance of the law on the part of the Bidder/manufacturer is not acceptable. DRUG FREE WORKPLACE The Bidder shall conduct business as a Drug Free Workplace. The Bidder/manufacturer shall provide notice to their employees as required under the Drug Free Workplace Act of A copy of the Bidder's Drug Free Workplace policy shall be furnished to the Purchaser upon request. NON-DISCRIMINATION AND EQUAL OPPORTUNITY The Bidder agrees to comply with all federal statutes relating to non-discrimination. PRODUCT TESTING AMBULANCE MANUFACTURER'S DIVISION: The Bidder shall be a member in good standing with the National Truck Equipment Association (N.T.E.A.) and the Ambulance Manufacturer's Division (A.M.D.) of N.T.E.A. The Bidder shall supply a letter with the bid response to verify current membership in both the N.T.E.A. and the A.M.D. KKK-A-1822F TESTING CERTIFICATION The Bidder shall provide documentation within this bid proposal, which verifies that all KKK-A-1822F testing is current and certified by an independent engineering firm. 2

3 WEIGHT DISTRIBUTION GUIDELINES The ambulance specified herein shall be weighed at the end of the ambulance manufacturer's production cycle to assure compliance with the National Truck Equipment Association, Ambulance Manufacturing Division Standard Weight Distribution Guidelines. The vehicle specified herein must be weighed on a four point scale that measures the weight imposed on EACH wheel. The side to side weight difference tolerance shall not exceed five percent (5%). The total weight imposed on the FRONT axle shall not exceed the chassis manufacturer's gross axle weight rating minus three hundred pounds. The total weight imposed on the REAR axle shall not exceed the chassis manufacturer's gross axle weight rating minus one thousand pounds. The aggregate total of all four points shall not exceed the gross vehicle weight rating minus eleven hundred pounds regardless of customer specified equipment. QUALITY ASSURANCE - SPECIFICATION COMPLIANCE The manufacturer shall inspect and test all systems and electrical loads per Federal specification KKK- A-1822F Section 4. Testing results shall be documented and displayed in the oxygen compartment and supplied with the vehicle delivery handbook. NOTE: The Purchaser will have zero tolerance towards Bidder/vendors who state compliance to specification, but delivers an incomplete product and/or substandard materials and workmanship. NON-COLLUSIVE BID CERTIFICATION By submission of this bid response, the Bidder and/or Bidder's authorized representative(s), certify under penalty of perjury, to the best of their knowledge and belief the following: A. The prices in this bid response have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor, and; B. Unless otherwise required by law, the prices which have been quoted in the bid response have not knowingly been disclosed by the Bidder and will not knowingly be disclosed by the Bidder, prior to the public bid opening, either directly or indirectly to any competitor, and; C. No attempt has been made or will be made by the Bidder, for the purpose of restricting competition, to induce any person, partnership, or corporation not to submit a bid response. BIDDER REFERENCES The Purchaser reserves the right to request a list of organizations, including points of contact (name, address, and telephone number), from the Bidders which can be used as references for work performed in the area of service required. Selected organizations may be contacted to determine the quality of work performed and personnel assigned to the project. The results of the references will be provided to the evaluation team and used in scoring the written proposals. DEBARMENT STATUS By submission of this bid response, the Bidder and/or it's authorized representatives, certify under penalty or perjury, that to the best of their knowledge and belief they are not currently debarred from submitting bids or bidding on contracts from any agency within the home state of the Purchaser, nor are they an agent of any person or entity that is currently debarred from submitting bids on contracts by any agency within the home state of the Purchaser. DELIVERY STATEMENT The Bidder shall state the number of calendar days required for delivery of the completed ambulance, after receipt of an order and receipt of chassis by the manufacturer. Delivery shall be within 210 calendar days after receipt of order and receipt of chassis. Failure to provide delivery as noted above will result in a penalty of $100/day for every day past 210 calendar days. 3

4 REQUIRED DELIVERY ITEMS Upon a successful bid award, the vendor shall provide the following to the Purchaser, upon ambulance delivery: 1. Manufacturer's Quality Assurance Vehicle Testing and acceptance documents. 2. Two (2) copies of conversion parts, service, and operational manuals. 3. OEM Chassis Owner's Guide materials as provided by the chassis manufacturer. 4. Two (2) copies of "as built" customized electrical schematics for the ambulance conversion. 5. One (1) copy of Chassis Service Manual produced by the chassis manufacturer. PRE-CONSTRUCTION CONFERENCE The successful Bidder shall be required to hold a pre-construction conference with representatives of this agency to finalize outstanding construction details. This conference will be held at this agency and shall be held before construction is started. PRE-DELIVERY INSPECTION If desired by the Purchaser, the successful manufacturer shall be required to facilitate a pre-delivery inspection of all vehicles bid with representatives of the South Milwaukee Fire Department. This inspection shall take place at the manufacturer s location in a temperature controlled inspection area separate from the production facility. The manufacturer shall provide adequate transportation, lodging, and meals for two (2) designated personnel from this agency to conduct this inspection. Further, if the location is in an excess of three hundred (300) miles from this agencies location, the transportation shall be by a commercial air carrier. DRAWINGS The manufacturer shall provide an accurate set of line drawings that accurately depict the vehicle as specified. The drawings will show all exterior and interior planes with dimensions. Failure to comply will be deemed non-responsive. PURCHASER'S RIGHTS ACCEPTANCE OR REJECTION: The Purchaser reserves the right to accept or reject any and all bids as deemed to be in the best interest of the Purchaser and is not bound to accept the lowest bid. BID PROPOSAL TIME LIMITS: All bids submitted to the Purchaser shall remain in effect for a minimum period of (60) sixty calendar days. BID WITHDRAWAL: Only written bid withdrawal requests will be accepted by the Purchaser. Bid withdrawals received less than (3) three working days prior to the advertised bid opening will not be accepted. PRE-CONSTRUCTION & FINAL INSPECTION TRIPS: If desired by Purchaser, Bidder shall provide or reimburse Purchaser for preconstruction & final inspection trips to include travel, lodging (individual rooms) & meals for two (2) personnel. FORCE MAJEURE The Bidder shall not be charged with liquidated damages or any excess cost when delay in delivery of goods is due to: Unforeseeable cause beyond the control and without the fault, of the ambulance manufacturer, or acts of God or of the public enemy, acts of the Purchaser, acts of another contractor in the performance of a contract with the Purchaser, fire, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; and; Any delays of subcontractors occasioned by any of the causes specified in the two immediately preceding clauses. 4

5 South Milwaukee Fire Department Ambulance Purchase- November, 2013 Specifications- General: Ambulance will comply with KKK-A-1822F, NFPA 1917, and Wisconsin Administrative Code Chapter Trans 309. Unless specifically stated, nothing contained herein shall be considered a waiver of request for industry standard or manufacturer/dealer standard equipment or practices, or customarily installed features. This includes, but is not limited to: safety equipment, insulating material, body construction and reinforcement, underbody protection, soundproofing material, quality of materials, and quality of craftsmanship. In all cases where material or finish options are available, and where specifications are sufficiently vague as to allow for varying style or equipment options, bidder will presume that buyer prefers the manufacturer s standard, non-upgraded option unless otherwise indicated. Bidder will include available and recommended upgrades as itemized options with associated cost of upgrade. Bidders are encouraged to recommend suggested changes or alterations as itemized options and list associated costs. Chassis: Type I- 4x4 Chassis, Ford F-450 w/ Diesel Engine Include any/all discounts, rebates, and/or allowances for each of the above chassis. Purchaser has access to WI group buying program and is a WEMSA member. Chassis SERVICE Manual to be included with purchase. Chassis & entire module paint: Red Pierce 90 Chassis Accessories: Stock steel vehicle wheels- no simulators. All steel wheels to be painted to match vehicle exterior. Dual rear wheels Tire fill valve extensions installed on rear inside/outside tires. Fire Extinguishers (2), 5lb ABC w/ mounting brackets, shipped loose. DOT Triangles, shipped loose. High Idle, automatic upon park AND parking brake application. Warranty: Dealer/Manufacturer will provide: Modular Body warranty of not less than 30 years. Cabinet warranty of not less than 30 years. Electrical Harness warranty of not less than 5 years. Conversion warranty of not less than 2 years/30,000 miles. Electrical warranty on multiplex system of not less than 7 years/70,000 miles. Paint Warranty including corrosion of not less than 4 years. Longer term and/or more comprehensive coverage to be preferred. Bariatric Transport Capability: Chassis and module will be modified as necessary to accommodate bariatric transport equipment. 5

6 Modifications will be to TranSafe recommended specifications for future use of the TranSafe Complete Bariatric Loading System. Modifications to include: Reinforcements as necessary, mounting screw holes, 12V power supply pigtail, and any additional modifications required. Pigtail to be housed in electrical cabinet, near captain s chair, length sufficient to reach winch mount. 12V Electrical System: -Standard Type I electrical system- all circuit breakers labeled. -Portable Equipment Charging Circuit, 20A breaker, power supplied to front console area, & behind rear switch panel. All wiring labeled at both ends portable equipment charging circuit. -Sequencer/Load Manager to be installed. -Dual OEM Batteries installed under hood CCA minimum. -Voltmeter/Ammeter wired to batteries. -12V Outlets- Power Point Style (3): Locations TBD 125V Electrical System: Inverter: Fleetpower 1000 or similar w/ remote control panel installed in action area. Exact location TBD by purchaser. Bidder-recommended inverter of equal or better quality/performance will be considered acceptable. Inverter to be installed in street side, #2 compartment, upper. Auto-Eject Shoreline: Kussmaul 30A Super Auto-Eject, w/ water tight red cover, Installed Driver Side TBD. 125V Outlets: Duplex (6) Outlets to be positioned in interior patient compartment, locations TBD by purchaser. 125V Outlets: Quad (1) Outlet to be positioned in cab, exact location TBD by purchaser. HVAC System: Air conditioning condenser to be located on front of module with support brackets painted to match module color. Communication System: Radio Antenna Pre-Wire, (3) antenna mounts with wiring, run from module roof to center console area. Roof mounted with appropriate clearance from each other. Access for service to be via dome light holes in module ceiling. See console notes for power wiring information. WiFi Antenna, (1) mounted on module roof with wires run to electrical closet in module. Supplied and installed by bidder. Model: Antenna Plus, LLC AP-Cell/LTE/WiFi Antenna, available via DH Wireless Solutions ( Access for service to be via dome light holes in module ceiling. Audio Warning Devices: Siren: Carson SA-441 MagForce to be wired into cab center console. Siren/Horn switch to be mounted on center console. Siren Speakers, bumper mounted via recess and fabrication, #SAP/SAD4314 or equivalent. 6

7 Wires run to center console area. Air Horn: Two air horns, different lengths, mounted in front bumper area. Air horn control to be mounted in center console by console installer. Wires run to this area by bidder. Air Horn compressor to be mounted inside street side #2 compartment, upper. Backup Alarm (No cancel button to be provided) Visual Warning Devices: Flasher: Halogen/LED/Super LED- Whelen AFM560 Rear turn signals and upper center amber light shall flash alternately when vehicle is in park. Double Flash Pattern: All lights are to double flash. Additional Flasher: Additional AFM560 flasher so that Super LED lightbar flashes with the rest of unit. Marker/Clearance Lights: LED, Whelen OS Series Four lights, two on each side of upper body corner extrusions. Five lights on rear and five lights on front, upper body extrusions. Brake/Tail/Turn LED Lights & Halogen Back-up Lights- Whelen 600, with flanges. Back-up lights to activate as additional scene lighting upon opening of rear doors or upon activation of rear scene lights. Chassis Grille Lights: Installed on OEM grille, upper section at far left and far right sides. Model- Whelen TIR6 Super-LED (or similar per fit), with flanges. Red LED, red lens. Intersection Lights: Whelen 400 Super-LED (or similar per fit), with flanges. Red Super-LED, red lens. Lightbar- Front of Vehicle: Whelen 55 Freedom- Model #FL2 Freedom Special Lightbar shall be mounted on the cab roof on rubber shock mounts. Light and Lens Colors: Red/Red/White (with clear lens)/red/(2)opticom/red/white (with clear lens)/red/red There will be one red on each end with red lens. Lightbar switch will be wired to Master switch on center console. Front of Body Lights: Whelen 900 SuperLED, Red/Red, with flanges Two lights, one each mounted on upper front corners of box. Whelen 600 SuperLED, Turn Signals, Amber lens w/ arrows. Located upper front corners, below red emergency lights. Side of Body Lights: Whelen 900 SuperLED, Red/Red, with flanges Four lights, two per side, mounted on upper corners of box. Whelen 700 SuperLED Brake/Tail, Red/Red, with flanges Two lights, one per side, mounted towards rear corner of body. 7

8 Lights will steady-burn with DOT lights, flash with turn signals. Whelen 700 SuperLED Wheel Well Lights, Red/Red, with flanges Two lights, one per side, mounted above rear wheel wells. Side Scene Lights: Whelen 900 SuperLED scene lights, White/Clear, with flanges Four lights, two each side, mounted at top of body. Rearmost lights on both sides to activate when vehicle is in reverse. Curbside lights to activate when side entry door is opened. One switch for each side to be located in center console. Rear Body Lights: Whelen 900 SuperLED, with flanges Three lights total, two red and one amber. Red LED w/ red lens, amber LED w/ clear lens. Red lights to be located at upper outer corners of box. Amber light to be centered at upper box. Amber light to flash alternately with turn signals when hazard lights activated. Amber light to flash alternately with turn signals anytime vehicle is running and in park. Whelen 900 LED Load Lights, angled downward, w/ flanges Two lights, located to outside of amber light, inside of red lights, at top of box. Load lights to activate when vehicle is in reverse and when back doors are open. Whelen 900 SuperLED, Red/Red, with flanges Two lights, mounted to shine through rear door windows when doors are open. Lights will be wired to function as brake lights anytime brakes are applied. Warning Light Requirements: Warning lights will be equipped to have double flash pattern. All side facing and rear facing warning lights to be activated when vehicle transmission placed in reverse. Head Lights to have wig-wag feature installed, to operate with emergency lighting. Traffic Pre-emption System: Opticom system to be incorporated into center two spaces in lightbar. LED preferred, if available. Opticom will be operational when vehicle is out of park, the parking brake is off, and the emergency master switch is activated. Opticom will be disabled when vehicle is in park. NO separate switch will be provided for Opticom. Park Override: Park Override switch will be provided in center console. Park override control will be a momentary control, resetting each time vehicle is taken out of park. Handheld Spotlight: Compact handheld spotlight to be EXCLUDED from order. 8

9 Flashlight: Pelican 7060 LED Tactical Flashlight- w/ vehicle charger. Included and shipped loose. Center Console Unit and Installation Center console to be built and installed by bidder or bidder s agent. Center console to be built to purchaser s specifications. Specifications and layout to be finalized with winning bidder. General description of center console: Console to be built to occupy the space between the cab/module junction and the OEM dashboard. Console shall maximize use of available space. Console to be level from the rear of the seatbacks forward until the front of the seat cushion. Console to angle upward and widen from front of seat cushion to the dash. Console may obstruct OEM Aux switches, but OEM radio and HVAC controls to remain accessible. Rearmost area of console to angle upward from flat portion rearward. Angled area to be configured to house map books/binders. Rear edge of map book section to join a drop-in trash can bin. Trash can to be positioned so as to be accessible from cab primarily. Trash can to positioned for easy removal from housing. See attached drawings for approximate layout and design. Console to house the following items, in addition to those listed above: Two (2) Cup holders One (1) Recessed mount for standard desktop charger, designed for ease of dropping in of radio. Model: Motorola XTS-5000 Two (2) Motorola XTL 5000 radio heads, 800 MHz One (1) Kenwood TK-730 radio head, VHF One (1) Switch/button cluster- controls for multiplex emergency lighting, etc. Switches in cluster: Emergency Master Park Override (momentary action) Left Scene Lights Right Scene Lights Rear Scene Lights Module Disconnect (on/off style, NOT momentary) One (1) Air horn actuating button, heavy duty, easily within reach of driver One (1) Digital Oxygen capacity gauge One (1) Digital Voltmeter/ammeter One (1) Hour meter- mounted on driver side face One (1) Siren- Carson SA-441 Magforce All indicating lights/buzzers for specified alarms Parking Brake, Compartment Open, Suspension Alarm (if applicable), etc One (1) Pelican 7060 LED flashlight charger, mounted on passenger side face of console 9

10 Speakers for all radios to be mounted in rear header area of cab, pointed downward. Computer dock/charger, wall mount style (purchaser supplied), to be mounted in one of two locations: Location 1 (preferred if clearance ok): Located in dash ILO OEM glove compartment Positioned with latch control upward so that computer opens away from dock towards passenger s knees Location 2: Located on flat horizontal plane of center console GPS Unit: Garmin Brand, Bidder to recommend reliable, commercially available model or choice of models. Bidder will supply and install above unit via a mounting bracket, either on forward top of console or ILO OEM rear view mirror. Mounting bracket shall not be of the suction cup variety. Garmin unit will have the largest screen practical. Garmin unit will be the viewing screen for a backup camera supplied and installed by bidder. Backup camera and screen will automatically engage when vehicle placed in reverse. Garmin unit will be a model equipped with lifetime maps subscription, if possible. Vehicle Lettering/Striping: All vehicle lettering and striping to be completed by bidder or bidder s agent. Chevron Striping- 3M Diamond Grade Red and Diamond Grade Yellow (NOT fluorescent yellow) 6 striping, inverted V design, downward 45 from vertical center line, rear of apparatus. Alternating Red/Yellow vertically, colors should match on left and right side of rear. EXCLUDE rear entry door exterior. See photos of current apparatus for reference. Rear lighting should be applied over striping; striping should not be cut around light heads. One roll of yellow and one roll of red should be purchased new for use on this project alone, with the remainder of each roll shipped loose with ambulance for future use by purchaser. Lower inside panels of side and rear entry doors to have chevrons applied, corresponding with respective side of apparatus. Horizontal Scotchlite White Reflective Striping- Driver and Passenger sides of vehicle 1 stripe, 1 gap, 6 stripe, 1 gap, 1 stripe (see diagrams for current rig striping placement to match) Dealer installed prior to door handle installation. White Reflective to wrap around rear corners of box to meet chevron striping. Where rub rail is a C Channel style, install white reflective Scotchlite strip through center of rub rail. Distance from bottom edge of module to top edge of 6 stripe shall be 30. No standard Ambulance Package or Star of Life Package to be applied. Gold Leaf Lettering- All gold leaf lettering to be Sign Gold 22kt. All gold leaf lettering to be per the attached lettering specification sheet. All lettering to be per the manufacturer s recommendation and standard. Lettering to be as close as possible in size and resemblance to the font, spacing, and layout represented in the attached lettering specification sheet as well as the photos of a current SMFD ambulance provided. Module Length: 10

11 Not less than 169, longer preferred up to 173. Headroom: Not less than 72. Suspension: Stock chassis manufacturer suspension Details: Include cost of any/all required accessories, including any/all additional suspension components or modifications of patient compartment (ie- angling of floor, etc.) needed. Rear patient compartment floor load height to be not higher than 32 inches. Exhaust: Exhaust discharge to be located on curb side, to rear of rear axle. Exhaust discharge configured to interface with standard Plymovent exhaust removal system via single round pipe. Include cost of any adapters required (i.e.- Gibson adapter). Exhaust discharge to be angled towards rear of vehicle for ease of Plymovent release. Cab Features: OEM Vehicle AM/FM radio. Dome Light: Weldon Red/Clear Split- Centered in Cab Driver and Passenger door to each hold (2) standard 10x5x4 EMS glove boxes. Housing shall be secure and fit with OEM trim where possible. Back Up Camera compatible with Garmin GPS display to be installed and wires run to center console area by dealer. Cab Flooring: Rubber/Heavy Duty Flooring ILO OEM Carpet (Easy sweep-out/wash-out) Battery Switch: TST Commander w/ timer. Length of timeout TBD. Block Heater, no summer switch required, may remain separate from shoreline. Door open light/alarm wired to side and rear entry module doors. Parking brake light/alarm to alert when vehicle is taken out of park with the parking brake engaged. Exterior Compartments- Driver Side: Exterior compartment depth to be maximized in all cases, never less than usable depth. References to compartment depth are not intended to create a loss of interior patient care space. Exterior compartments will be equipped with NON-AUTOMATIC locks. Exterior compartments will be of the sweep-out design, with no loose floor coverings. Exterior compartments will be vented, where appropriate. All exterior compartments, and subsections thereof, will be illuminated by LED lighting, active on door opening. Lighting shall be placed so that each storage area of compartment is illuminated. Lighting may be either round, recessed style or door frame linear LED lighting, provided all storage areas are illuminated. Exterior compartment doors will open to the greatest angle practical, in all cases greater than 90 degrees. All exterior door handles to be the horizontal D Handle style. Street Side Compartment #1: Exterior Compartment, 23 W x84 H 11

12 Depth of Street Side Compartment #1 will not be less than 21 D. Located at forward edge of box. Single door, vertically hinged, opens towards front O2 tank mounting hardware, M tank size. Mounted as close to rear wall as practical. Install (1) fixed vertical aluminum divider, Line-X or similar coated, 9 from front wall. Install fixed shelf within rear section at 63 height. Fixed shelves to be cut back sufficiently as to allow proper ventilation. Equipment retention belt, seatbelt style, to be mounted in location TBD. Street Side Compartment #2: Exterior Compartment not less than 51 Wx32 H Compartment size should be adjusted to maximum available based on interior configuration. Located immediately rearward of SS Compartment #1. Double doors, vertically hinged, open outward Adjustable shelf (1) to be installed at mid-height in compartment. Upper, forward-most area of compartment to house compressor(s), inverter, etc. Additional shelf/shelves as necessary. Street Side Compartment #3: Exterior Compartment, not less than 38 Wx65 H, maximize compartment size without compromising interior SS rear upper compartment size. Located at rear edge of box. Double doors, vertically hinged, open outward There will be no offset in this compartment. No interior compartment behind. Second action area eliminated. Shelf mounting rails or similar to be installed on back wall of compartment, for ease of mounting SCBA brackets with no drilling necessary. (1) Adjustable shelf to be cut around glove box, installed in compartment. Depth to be 4-6 short of full depth, set back at front to allow for ease of reach for gear on compartment floor. Installed in line with lower limit of glove box intrusion. (1) Adjustable shelf, full depth, with no glove box cut, installed appx 1/3 way down from compartment top. Exterior Compartments- Passenger Side: Exterior compartment depth to be maximized in all cases, never less than D. References to compartment depth are not intended to create a loss of interior patient care space. Exterior compartments will be equipped with NON-AUTOMATIC locks. Exterior compartments will be of the sweep-out design, with no loose floor coverings. Exterior compartments will be vented, where appropriate. All exterior compartments, and subsections thereof, will be illuminated by LED lighting, active on door opening. Lighting shall be placed so that each storage area of compartment is illuminated. Lighting may be either round, recessed style or door frame linear LED lighting, provided all storage areas are illuminated. Exterior compartment doors will open to the greatest angle practical, in all cases greater than 90 degrees. All exterior door handles to be the horizontal D handle style. Curb Side Compartment #1: 12

13 Exterior Compartment w/ interior open access, ALS Cabinet, 23 Wx69 H Compartment floor will be flush with interior module floor. Storage space below interior floor level to be accessible only via Curb Side Compartment #1 exterior compartment door. Side Entry Door: Side entry door size will be maximized and will house stepwell. LED stepwell light will be provided. No exterior accessory steps will be included. Assist handle will be mounted to interior side of side entry door. Side entry door will be equipped with dark tinted sliding window. Side entry door will be equipped with a red LED flasher, rear facing and active when open. Switch to be located inside side entry door to activate module lighting for 15 minutes. Curb Side Compartment #2: Exterior compartment w/ interior access. Dimensions of opening as seen from outside vehicle 26 Wx84 H. Located at rear edge of box. Single door, vertically hinged, open towards front of box. Compartment will be partitioned, see drawings for details. Interior, forward facing medicine cabinet will occupy the upper forward area of compartment. Install (2) full height, vertical fixed aluminum dividers, Line-X or similar coated. Divider #1 to be installed 9 from rear compartment wall. Divider #2 to be installed 10 towards front of box from Divider #1. Install (3) Line-X or similar coated shelves, between the two vertical fixed dividers. Shelf #1 to be installed at level with bottom of interior access door. Shelf #2 to be installed 11 above Shelf #1. Shelf #3 to be installed 11 above Shelf #2. Equipment retention belts, two (2), seatbelt style, to be mounted in locations TBD. Rear Entry Doors: Rear entry doors will be equipped with MANUAL locks. Rear entry doors will be equipped with assist handles, mounted to interior side of door. Clock will be mounted on interior of vehicle, centered above rear entry doors. LED indicator lights (3) will be located above rear entry door, amber/red/amber, active on brake or turn. Rear entry doors will be equipped with dark tinted windows. Rear entry doors will be equipped with red LED flashers, one per door, rear facing and active when doors open. Rear entry doors will be held open by grabbers, located on the lower half of the doors. Switch to be located inside CS rear entry door to activate module lighting for 15 minutes. Exterior Body Features: Grab rail to be installed and oriented vertically, rearward of side entry door. Rear bumper with full protective kick plate. Fixed, NON flip-up bumper preferred. Flip-up rear bumper meets specification. 13

14 Step should maximize tread area while allowing for full unimpeded extension and retraction of cot carriage. Fuel Fill Entry to be located street side, above and rearward of rear wheel well. Smooth stainless steel protector plate installed from top of fuel fill cutout, to bottom of body. UREA Fill Entry to be located street side, above and frontward of rear wheel well. Smooth stainless steel protector plate installed from top of Urea fill cutout, to bottom of body. Fenderettes, rear, stainless steel. Diamond plate running boards, including front mud flaps and kick plate on module. Interior Patient Compartment Components: Cabinet glass to be smoked acrylic plexiglass, or similar. Latches on hinged doors, when specified, to be stainless steel, round locking SouthCo Latches. Cabinet corners and frames shall be designed to maximize available storage space in each cabinet, as well as maximizing opening size. Radius corners which detract from compartment or clearance space are NOT preferred. Corners are to be rounded/padded only as necessary for safety. Mechanical Hardware (Closing mechanisms, sliders, hinges, struts) Hardware to be installed to allow for maximum usable space within the compartment it controls. Hardware to be installed to allow for maximum useable space within the surrounding compartment. Dome Lights (8), Whelen LED, white, capable of low, high, and off settings. Dome light switch to be located in module switch panel. Flex Conduit, 2 or greater, equipped with pull wire and grommets Conduit to be run from behind driver s seat in cab, underneath vehicle, to the primary action area. Conduit will terminate behind action area access panel. Attendant light, LED, to be mounted in primary action area, capable of white, red, and off functions. Flooring to roll-up for ease of sweep/wash out. Captain s Chair to be equipped with built-in child safety seat. IV Holders (2) to be ceiling mounted, approximately patient waist area, one on each side of cot width. Purchaser will supply own cot mounting antler and arm. Module shall be set up for center position cot, with appropriate receptacles installed by bidder. Cot used by purchaser will be Stryker PowerPro. Standard ceiling grab rails (2) to be provided. No Smoking, Oxygen Equipped signs (2), Fasten Seatbelts signs (2), and No Weapons Allowed signs (2) to be provided loose and mounted by purchaser. No supplemental attendant restraint or module airbag system is to be provided as part of this specification beyond standard seatbelts. Bidder may offer safety upgrades as itemized optional upgrades. Exhaust fan system to be included and controls located in action area panel. Exhaust vent to be located so as not to limit interior compartment space. Consider over rear doors. Oxygen System: Oxygen Outlets, Ohio Style (3) located: (1)above CS Tower, immediately to the rear of side entry door in cabinet face area, (1) above patient waist area, (1) SS Action Area. No flowmeters to be provided by bidder. All appropriate tank connections and regulator provided in SS Compartment #1. 14

15 Oxygen Guage, digital readout (2)- one mounted in SS action area, one run to front console area. Oxygen shutoff, electrical solenoid w/ manual bypass installed in action area. Oxygen cylinder retention brackets to be installed in SS exterior compartment #1, to the rear of partition. Suction System: SSCOR/Thomas system installed per layout below. Gauge and control to be in AA control area. Canister and tubing to be housed below tower, canister to be towards front of pull-out drawer. Pull out drawer to be tested with Stryker antler in place. Space should allow for vertical removal of full canister. Pump to be installed in SS Exterior Compartment #2. Electrical Closet & Interior HVAC Equipment: To be mounted frontward of attendant s chair, occupying the space between front of box and back of attendant chair. Ease of access to closet for maintenance and retrieval of bariatric winch power pigtail are to be considered. Any variation to this proposed layout shall be detailed and include relocation of storage space lost elsewhere. Interior Cabinets- Street Side Action Area: Action Area countertop, w/ lip. No clock in action area. Wall with access panel in upper part of action area. Access panel to house: Oxygen outlet, Digital O2 gauge, Electric O2 switch (if not controlled otherwise), SSCOR suction controls & gauge HVAC control unit Inverter remote display/switch (mounted as far forward as possible) Basic switch panel ILO display screen controls Soft keys controlling multiplexed system OK Soft keys to include: Left Domes, Right Domes, Attendant Light, Suction Pump, Oxygen system, Exhaust fan, extra keys for expansion Construction of angled panel area to support radio head (2) mounting on underside. Backsplash area above counter top to house: Two duplex 125V outlets, one forward, one mid-counter. One 12V receptacle, located as far forward as possible. Attendant Light mounted on underside of upper cabinet, to illuminate switch panel and AA. Radio Speaker cut-off button, momentary while depressed, to be installed To be wired to break the speaker circuit for the 800 MHz dispatch radio The purpose is to allow a portable radio to be keyed in the module w/o interference. Street Side Upper Cabinet #1: Cabinet width to match action area countertop + tower width. Cabinet doors are to be horizontal sliding. Maximum clear opening will be provided. 15

16 Door frame to be hinged, upward swinging, for ease of restocking. Cabinet to have one (1) horizontal shelf. Shelves are to be set up with notches on top & bottom to allow for adjustable vertical divider use. Notches shall run from front to rear of compartment, and align from top to bottom. Spacing of notches shall be approximately one inch on center. Dividers are to be made of same material as cabinet doors. Dividers are to be secure when placed in notches. Dividers shall be provided in quantity equal to 4 dividers per shelf-foot of notched storage. Street Side Lower Storage Area #1 Tower to be built at rearward AA countertop. Tower will consist of three (3) latching drawers that open towards the rear of box, over bench seat, of sturdy construction and using high quality, durable sliders. Drawers will have locking SouthCo latches. Drawers will be stacked vertically, with usable space of each drawer maximized and measuring not less than 15 w X 17 d X 5.5 h Horizontal partition between drawers not required. Drawers will include partitioning to be laid out with winning bidder. Top of tower surface will be same material as AA. Angled control wall will stop where tower begins. Drawer size to be maximum possible within area specified, with minimal wasted surrounding space and partitioning. Top of tower will allow sufficient clearance for mounting and operation of NCE #X9000 Zoll bracket. Suction unit will be stored in recessed, pull out position, at floor level, underneath tower area. No other interior storage will be present in action area. Exterior SS #2 compartment to utilize maximum space. Street Side Upper Cabinet #2 & #3: Cabinet #2 to meet SS Cabinet #1. Cabinets #2&3 to be equal width, spanning the SS bench seat. Cabinets #2&3 to have securely hinged, lift up plexiglass doors with D handle. Cabinets to be maximum allowable height and depth. Bench Seat Storage: Bench seat shall be split-lid with maximum storage underneath. Rear of bench, just forward of wall, shall contain set-in storage of Kendall In-Room 12qt Sharps Container. Bidder will provide under-bench surface for container to rest securely on. Bidder will ensure set-in hole is appropriately sized to fit container snugly. Street Side Upper Cabinet #4: Cabinet #4 to meet SS Cabinet #3. Cabinet to be maximum possible width and height, while maintaining measurements supplied for bench seat as well as Exterior SS rear compartment. Cabinet doors are to be horizontal sliding. Maximum clear opening will be provided. Door frame to be hinged, upward swinging, for ease of restocking. Cabinet to have one (1) adjustable horizontal shelf. A second adjustable shelf may be included in final order at purchaser request pending final vertical measurements of compartment. 16

17 Shelves are to be set up with notches on top & bottom to allow for adjustable vertical divider use. Notches shall run from front to rear of compartment, and align from top to bottom. Spacing of notches shall be approximately one inch on center. Dividers are to be made of same material as cabinet doors. Dividers are to be secure when placed in notches. Dividers shall be provided in quantity equal to 4 dividers per shelf-foot of notched storage. Street Side Glove Storage Cabinet A floor level glove storage compartment will be installed rearward on SS, inside rear entry door. Glove storage will be capable of holding two (2) standard EMS glove boxes, measured appx 10x5x4. Glove storage will have a plexiglass door, with sufficient hole cut for glove removal. Glove storage will intrude into SS exterior rear compartment as minimally as possible. Door will be designed to allow for replacement of boxes without removal of cot retention hardware. Interior Cabinets- Curb Side: Curb Side Upper Cabinet #1 Cabinet located above ALS Cabinet, opens facing rear of vehicle. Cabinet to have locking keyed SouthCo Latch. Cabinet to have swinging plexiglass door if lower door height does not overlap top height of side entry door opening. Otherwise, cabinet to have lift-up plexiglass door. Door to be hinged on outward side of vehicle in order for swing to be towards curb side. Cabinet to have notched top and bottom for insertion of vertical dividers. Notches shall run from front to rear of compartment, and align from top to bottom. Spacing of notches shall be approximately one inch on center. Dividers are to be made of same material as cabinet doors. Dividers are to be secure when placed in notches. Dividers shall be provided in quantity equal to 4 dividers per shelf-foot of notched storage. Curb Side ALS Cabinet Cabinet located forward of side entry door, occupying maximum possible space between door and front of box. Cabinet will be interior/exterior access. Cabinet shall begin at floor level and meet Curb Side Cabinet #1. Cabinet usable width not less than Cabinet shall be maximum usable width between exterior wall and center pass-through wall. Amdor Aluminum Slat Roll Up Door Roller mounted at rear of cabinet (front of module) Roll-Up door shall be provided with two sets of catches, at floor level and at the lowest level that allows drawer to operate with roll up latched. Floor of cabinet shall be fixed shelf with no lip. Intent: Kits stored here may be pulled out rearward with no obstruction. Distance from floor to bottom of drawer housing to be 18. Distance from bottom of drawer housing to top of drawer housing (shelf) to be

18 One (1) adjustable shelf, with lip, shall be provided and mounted above drawer housing. Purchaser may include one (1) additional adjustable shelf on final order based on total available space in final compartment design. Drawer (narcotic storage) shall be specified with locking SouthCo latch. UPGRADE: Bidder may include recommended upgrades to locking mechanism and cost. Drawer will be recessed to allow closure of roll-up door. Drawer width (usable storage) not less than 25. Drawer walls to be notched top to bottom for configuration flexibility. Final configuration of drawer to be determined in consult with bid winner. Side Entry Door Glove Storage: Interior glove storage for three (3) boxes of gloves will be provided above side entry door. Glove storage will be horizontal, recessed, flip-up plexiglass with horizontal slots. Glove storage will fit boxes of standard EMS gloves measuring 10x5x4. Curb Side Lower Storage Area #2 Tower to be built immediately to rear of side entry door. Tower will consist of three (3) latching drawers that open towards the rear of box, over bench seat, of sturdy construction and using high quality, durable sliders. Drawers will have locking SouthCo latches. Drawers will be stacked vertically, with usable space of each drawer maximized and measuring not less than 15 w X 17 d X 5.5 h Horizontal partition between drawers not required. Drawers will include partitioning to be laid out with winning bidder. Top of tower surface will be same material as AA. Drawer size to be maximum possible within area specified, with minimal wasted surrounding space and partitioning. Top of tower will allow sufficient clearance for mounting and operation of NCE #X9000 Zoll bracket. Kick plate area of tower till consist of open frame as access to trash can. Top of open frame will begin at bottom of bottom drawer. Bottom of open frame will be floor level or actual height of top of can, whichever is higher. Trash can will be situated lengthwise along length of vehicle, and removable via stepwell access. Access hole for disposal of trash into can will be provided on stepwell side. Additionally stored in under-tower area accessible via stepwell will be two (2) D size oxygen cylinders, stored either in torpedo tubes or vertically in holster provided by purchaser, based on layout requirements. Patient assist handle mounted to stepwell side of tower to be provided for entering vehicle. Bench Seat Storage: Bench seat shall be split-lid with maximum storage underneath. Rear of bench, just forward of wall, shall contain set-in storage of Kendall In-Room 12qt Sharps Container. Bidder will provide under-bench surface for container to rest securely on. Bidder will ensure set-in hole is appropriately sized to fit container snugly. 18

LE- Leader Transit MR "SE" Ford Transit Medium Roof 148" W.B. 69" Headroom. Note: All dimensions are approximate and subject to change.

LE- Leader Transit MR SE Ford Transit Medium Roof 148 W.B. 69 Headroom. Note: All dimensions are approximate and subject to change. 3 light combo Aluminum light housing Red clearance light Weldon LED Whelen 700 Clear Scene Halogen Whelen 700 Red LED Amber clearance light Weldon LED Intersection light Whelen 700 Super Red LED w/ chrome

More information

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson Remount Proposal Customer Dealer Everest Emergency Vehicles 1133 Rankin Street St Paul, MN 55116 651-236-8943 Eric Olson Module: INFORMATION 0.1.60 ****** Ambulance Re-chassis / Refurbish ****** * * Old

More information

Quote No: /04/2013 Page 1 DESCRIPTION == Type II /03/13 == AMBULANCE CONVERSION CHASSIS. UNDERCOATING and INSULATION

Quote No: /04/2013 Page 1 DESCRIPTION == Type II /03/13 == AMBULANCE CONVERSION CHASSIS. UNDERCOATING and INSULATION QUOTATION Reliable Emergency Vehicles, Inc 1-800-460-VALU Quote No: 10008-0001 02/04/2013 Page 1 == Type II - 1.000 01/03/13 == Conversion, Type II AMBULANCE CONVERSION CHASSIS Chassis, 2013 Ford E-350SD

More information

VIEW: Leader S/E Ford E350 Type II 138" W.B. (Silver Edition) Note: All dimensions are approximate and subject to change.

VIEW: Leader S/E Ford E350 Type II 138 W.B. (Silver Edition) Note: All dimensions are approximate and subject to change. Code III 88R Red Halogen Code III 88-26 Clear Halogen Code III 88R Red Halogen 236" Curbside Exterior Drawn by: Jorge M. Date: Jan. - 2014 LE# 1 110 V. 15 Amp. Shoreline Code III 88R Red Halogen Code III

More information

QUOTATION. Create Date: 04/21/2014 Quote No: /28/2014 Page 1 DESCRIPTION 1 == Type II /18/14 == 1 AMBULANCE CONVERSION

QUOTATION. Create Date: 04/21/2014 Quote No: /28/2014 Page 1 DESCRIPTION 1 == Type II /18/14 == 1 AMBULANCE CONVERSION QUOTATION Create Date: 04/21/2014 Quote No: 10014-0001 05/28/2014 Page 1 1 == Type II - 2.116 04/18/14 == 1 AMBULANCE CONVERSION 1 Conversion, Type II -Ford, Marque Type 2 1 CHASSIS 1 Chassis, 2014 Ford

More information

ULTRAMEDIC TYPE III FORD E450 CHEVY G4500

ULTRAMEDIC TYPE III FORD E450 CHEVY G4500 ULTRAMEDIC TYPE III FORD E450 CHEVY G4500 A B C ULTRAMEDIC TYPE III Interior Streetside View Interior Curbside View The Ultramedic offers the most powerful blend of functionality, comfort and safety not

More information

Standard Stock Units

Standard Stock Units Standard Stock Units Medallion 170 SSU Vehicle Dimensions Overall length 275 (22-11 ) Overall height 103 (8-7 ) Body length 170 (14-2 ) Interior headroom 72 Exterior Extruded aluminum body framework Aluminum

More information

Ford E Series E-350 Cutaway Type III Ambulance Conversion

Ford E Series E-350 Cutaway Type III Ambulance Conversion Ford E Series E-350 Cutaway Type III Ambulance Conversion This document is the exclusive property of MEDIX Specialty Vehicles, Inc. and considered on loan to those to whom MEDIX has distributed it. Chevy

More information

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the

More information

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

1996 Ford E-450 Ambulance

1996 Ford E-450 Ambulance Contact Us Office : 256.776.7786 Email : sales@firetruckmall.com Website: www.firetruckmall.com 15410 US Highway 231, Union Grove, AL 35175Stock#: 07443 Price: Sold and Delivered 1996 Ford E-450 Ambulance

More information

LE- Leader "LI" Sprinter Type III 2014 Mercedez - Benz 3500 Sprinter 144" W. B. Exhaust Vent

LE- Leader LI Sprinter Type III 2014 Mercedez - Benz 3500 Sprinter 144 W. B. Exhaust Vent CODE III-85 BZR Red LED Exhaust Vent CODE III-88 Z26 Clear Halogen (W/ Flange) CODE III-85 BZR Red LED Red Marker Light 110 V. 15 Amp. Shoreline LED Strip lighting Drip rail LED Strip lighting LED Strip

More information

September 29, Jeff Morris Assistant Fire Chief Euless Fire Department Quote #9333B.

September 29, Jeff Morris Assistant Fire Chief Euless Fire Department   Quote #9333B. September 29, 2014 Jeff Morris Assistant Fire Chief Euless Fire Department Email: jmorris@ci.euless.tx.us Chief Morris, Per your request we are quoting remounting & refurbishing your Frazer Type I 12 Generator

More information

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK

More information

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Type III Ambulance INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Type III Ambulance INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Type III Ambulance INVITATION TO BID Sealed bid proposals, plainly marked, (Type III Ambulance) Bid Proposal #45-09 on the outside

More information

VILLAGE OF WILLIAMSVILLE 5565 Main St. Williamsville, NY 14221

VILLAGE OF WILLIAMSVILLE 5565 Main St. Williamsville, NY 14221 VILLAGE OF WILLIAMSVILLE 5565 Main St. Williamsville, NY 14221 SURPLUS EQUPMENT SALE BID PACKET FOR: 1997 Simon Duplex/Saulsbury Heavy Rescue Vehicle by the Williamsville Fire Dept. 1) Bid Opening: Wednesday,

More information

MCCORMICK COUNTY EMERGENCY SERVICES. Request for Sealed Bid

MCCORMICK COUNTY EMERGENCY SERVICES. Request for Sealed Bid MCCORMICK COUNTY EMERGENCY SERVICES Request for Sealed Bid Bidder Information: McCormick County Emergency Service is accepting sealed bids to manufacturer a new Ambulance. Bids will be accepted and opened

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES P a ge 1 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES *Effecitive dates for Bid 15-11-0116 are: February 1, 2015 through March 31, 2016. SPECIFICATION

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

More information

CITY OF CORALVILLE th Street, Coralville, IA

CITY OF CORALVILLE th Street, Coralville, IA CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS

More information

2014-Type II SPRINTER-144"

2014-Type II SPRINTER-144 CHASSIS INFORMATION 04-Type II SPRINTER-44" 44" WHEELBASE 04 Mercedes Benz 500 Sprinter Hightop Arctic White Chassis FEATURES Power Windows/Locks Power/Heated Mirrors Upgraded Seats Gray and Lima Black

More information

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19 NOTE: Accepting options to purchase 12 Passenger Off Center Aisle Vehicle with seating arrangements for 12 Ambulatory Passengers. DESCRIPTION: These specifications describe a new 12 Passenger Off Center

More information

Line Body Canopy and Accessories:

Line Body Canopy and Accessories: ATTACHMENT A Heavy Crew Truck Line Body and Accessories Installation. TMWA provided cab & chassis specifications are provided on last page The Cab & Chassis will be a Freightliner (All Other Items Referenced

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

Quote No: /04/2013 Page 1 DESCRIPTION == Type III Model 148 Recruit /03/13 == AMBULANCE CONVERSION CHASSIS MODULE CONSTRUCTION

Quote No: /04/2013 Page 1 DESCRIPTION == Type III Model 148 Recruit /03/13 == AMBULANCE CONVERSION CHASSIS MODULE CONSTRUCTION QUOTATION Reliable Emergency Vehicles, Inc 1-800-460-VALU Quote No: 10009-0001 02/04/2013 Page 1 == Type III Model 148 Recruit - 1.000 01/03/13 == Conversion, Type III, Model 148 Recruit -- Conversion,

More information

2015-Type II SPRINTER-144"

2015-Type II SPRINTER-144 CHASSIS INFORMATION 05-Type II SPRINTER-44" 44" WHEELBASE 05 Mercedes Benz 500 Sprinter Hightop Arctic White Chassis FEATURES Power Windows/Locks Power/Heated Mirrors Upgraded Seats Gray and Lima Black

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

Request For Proposals Type III Ambulance Lisbon Life Squad

Request For Proposals Type III Ambulance Lisbon Life Squad TOWN OF LISBON, NEW HAMPSHIRE Incorporated 1763 OFFICE OF BOARD OF SELECTMEN 46 School Street Lisbon, New Hampshire 03585 TEL: (603) 838-6376 FAX: (603) 838-6790 Request For Proposals Type III Ambulance

More information

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m. LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax BIDDERS INFORMATION PACKET BID NO: 3809 One (1) or more Single Axle

More information

Wayne County North Carolina Date of Issue: March 16, 2016 Bids Due: April 6, 2016 Time: 3:00 pm

Wayne County North Carolina Date of Issue: March 16, 2016 Bids Due: April 6, 2016 Time: 3:00 pm Wayne County North Carolina Date of Issue: March 16, 2016 Bids Due: April 6, 2016 Time: 3:00 pm Request for Bid For 2 Type III E-450 Remounted Ambulances If you have received this Request for Bid from

More information

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,

More information

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16 NOTE: Accepting options to purchase Mid-Size 4 X 4 Sport Utility Vehicle (SUV) with seating arrangements for 7 Ambulatory Passengers. DESCRIPTION: These specifications describe a new Mid-Sized 4 X 4 Sport

More information

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR Page 1 Mountrail County Road and Bridge S FOR Bidder's Instructions: Indicate compliance to the specifications on the YES/NO line by each specification. Indicate any deviations from the specifications

More information

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ******** CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK 14727 ******** BID FORM FOR Truck 2018 or Newer ******** In accordance with the provisions of Section 103 of the General Municipal Law,

More information

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and

More information

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels Creative Bus Dba Getaway Bus REPRESENTING New England Wheels ORDER PACKET Contract #TRIPS-15-MB-GB MiniBus with ADA Option CONTRACT # TRIPS-15-MB-GB ORDER PACKET FOR MiniBus with ADA Option Creative Bus

More information

Ford SRH-148 Transit MR Type II Ambulance Conversion

Ford SRH-148 Transit MR Type II Ambulance Conversion Ford SRH-148 Transit MR Type II Ambulance Conversion This document is the exclusive property of MEDIX Specialty Vehicles, Inc. and considered on loan to those to whom MEDIX has distributed it. Ford Transit

More information

AMBULANCE SPECIFICATIONS TYPE I FORD 150" BOX 68 HEADROOM F-550

AMBULANCE SPECIFICATIONS TYPE I FORD 150 BOX 68 HEADROOM F-550 AMBULANCE SPECIFICATIONS TYPE I FORD 150" BOX 68 HEADROOM F-550 2009 OFFICIAL BID PROPOSAL PLEASE SIGN IN INK, IN THE SPACE PROVIDED. FAILURE TO DO SO WILL RESULT IN A NON-RESPONSIVE BID. IT IS AGREED

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:

More information

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS Bid #1 Three (3) 2010 (78) Passenger Transit Style School Buses and One (1)

More information

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on

More information

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1154 Eff. June 8, 2015 Paratransit Van (Converted Van Type Passenger Vehicle) (Supersedes PCID 1154. eff. 19 May 2015)

More information

ACCEPT ONLY THE BEST

ACCEPT ONLY THE BEST ACCEPT ONLY THE BEST Cab & Chassis The truck shall be supplied by the customer. CET Fire Truck Glider kit #7 Revised January 10 th 2018 The glider kit is made for dual rear wheels truck with a «back-of-cab-to

More information

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018

More information

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1144 Eff. December 13, 2016 Paratransit Side Entry Mini Van (Converted Van Type Passenger Vehicle) (Supersedes PCID

More information

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker Town of Digby Tender Equipment Purchase Fire Truck Pumper/Tanker CONTENTS Tender Call...2 General Instructions. 3 General Requirements.4 Specifications: Tender Form.. 8 Page 1 of 8 TENDER CALL Equipment

More information

LAS 515 Type AMBULANCE Spare Parts Catalogue

LAS 515 Type AMBULANCE Spare Parts Catalogue TEL: 0800 028 0331 LAS 515 Type AMBULANCE Spare Parts Catalogue Tel/FAX 01924 402422 LAS 515 Type AMBULANCE Catalogue Contents CONTENTS GENERAL OVERVIEW BODY COMPONENTS LOCKER COMPONENTS SEATING COMPONENTS

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC ORDER PACKET Contract #TRIPS-12-SNV-CBS Special Needs Type Vehicles TRIPS-12-SNV-CBS - 1 - October 2012 CONTRACT # TRIPS-12-SNV-CBS ORDER PACKET

More information

Chevrolet 1500HD 135. Chevrolet 2500HD 135. Ford E150SD 138. Ford E250SD 138

Chevrolet 1500HD 135. Chevrolet 2500HD 135. Ford E150SD 138. Ford E250SD 138 The following specifications are provided in order to describe and specify the design, construction, materials and equipment utilized and installed in the fabrication of a Swab Model ARF-6V Modular Fiberglass

More information

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in

More information

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ) REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ) This is (check one): Initial Request for Quote (from Requesting Agency to Vendors) Due Date: January 12, 2019 Response to RFQ (from Responding Vendor back

More information

Ground ambulance service vehicle requirements.

Ground ambulance service vehicle requirements. Kentucky Section 7. Ground Vehicle Specifications. (1) Vehicles used by ground providers shall: (a) Have the name of the provider appearing on both sides of the exterior surface of the vehicle subject

More information

ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376

ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 INVITATION FOR BID BID #939-2016 Ambulance Remount ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR BID #939-2016 Ambulance

More information

U L T I M A T E R A D A R / L A S E R D E F E N S E S Y S T E M

U L T I M A T E R A D A R / L A S E R D E F E N S E S Y S T E M S m a r t e r Q u i e t e r M o r e A c c u r a t e U L T I M A T E R A D A R / L A S E R D E F E N S E S Y S T E M Installation Manual PASSPORT 9500ci Comes Complete Front Radar Receiver Miniature weatherproof

More information

Request for Proposal Crime Scene Investigation Truck August 23, 2012

Request for Proposal Crime Scene Investigation Truck August 23, 2012 Request for Proposal Crime Scene Investigation Truck August 23, 2012 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (1) Crime Scene Investigation Truck. Sealed proposals

More information

1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX ESD 60 ESD 60. Darley September 25, 2015 PART NO DESCRIPTION QTY

1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX ESD 60 ESD 60. Darley September 25, 2015 PART NO DESCRIPTION QTY 1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX 77044 ESD 60 ESD 60 Darley 3248 September 25, 2015 PART NO DESCRIPTION QTY 00-00-4100 Cover Page 1 00-00-6000 General Info 1 00-01-0000 ---ADMINISTRATION

More information

Town of South Windsor, Connecticut. Police Department

Town of South Windsor, Connecticut. Police Department Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN

More information

SOUTH PORTLAND FIRE DEPARTMENT SOUTH PORTLAND, MAINE

SOUTH PORTLAND FIRE DEPARTMENT SOUTH PORTLAND, MAINE SOUTH PORTLAND FIRE DEPARTMENT SOUTH PORTLAND, MAINE LIGHT RESCUE RESPONSE VEHICLE October 7, 2014 The City of South Portland, Maine is seeking Requests for Proposals (RFP) on one new 2014 or newer Light

More information

1500 GPM Vision WASP W. S. Darley & Co

1500 GPM Vision WASP W. S. Darley & Co QUOTATION 1500 GPM Vision WASP W. S. Darley & Co Darley 3204 Neal E. Brooks Gilman Fire Protection District National Sales Manager Gilman, IL 60938 Itasca, IL 60143 815-383-7694 815-739-9822 Chief Steve

More information

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

MX 152. Date: Your name here: Bill to : Ship to : FSA BID # FSA12 SALES SPEC SHEET. Tel.: Fax : Tel.: Fax : Subject : Chassis :

MX 152. Date: Your name here: Bill to : Ship to : FSA BID # FSA12 SALES SPEC SHEET.   Tel.: Fax : Tel.: Fax : Subject : Chassis : V14.01 MX 152 Date: Tel.: (800) 363-7591 Fax: (450) 467-6526 Your name here: Bill to : Ship to : FSA BID #15-11-0116 FSA12 SALES SPEC SHEET Email: Tel.: Fax : Subject : Chassis : Type III Ambulance Specifications

More information

CLINTONVILLE FIRE DEPARTMENT RFQ BRUSH TRUCK SECTION

CLINTONVILLE FIRE DEPARTMENT RFQ BRUSH TRUCK SECTION PROPOSAL FORM The Clintonville Fire Department (CFD) at 50 10 th St. Clintonville WI 54929 has received a FEMA grant for firefighting assistance as well as approval by the governing bodies of the City

More information

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural

More information

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Recreation Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3185 TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP

More information

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET CITY OF DUBUQUE VEHICLE BID FOR: Two (2) 2016 or 2017 Crew Cab, Short Box Pickup Trucks, With Four Wheel Drive Minimum 9000 pound GVW BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

MCCORMICK COUNTY EMERGENCY SERVICES. Request for Sealed Bid

MCCORMICK COUNTY EMERGENCY SERVICES. Request for Sealed Bid MCCORMICK COUNTY EMERGENCY SERVICES Request for Sealed Bid Bidder Information: McCormick County Emergency Service is accepting sealed bids to remount an existing Ambulance. Bids will be accepted on June

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB 18-030 Metro Technology Centers (MTC), District 22 of Oklahoma County, OK, dba Metro Tech, will be accepting sealed bids until, in the Purchasing Department

More information

Inspection Points - Motor Homes

Inspection Points - Motor Homes Inspection Points - Motor Homes We at RVIS, LLC appreciate your business and look forward to providing you with the professional RV inspection you deserve. So that we may provide you with a thorough inspection,

More information

HEAVY DUTY RESCUE. Model DFC VTH

HEAVY DUTY RESCUE. Model DFC VTH HEAVY DUTY RESCUE Model DFC1173-2013 090512-VTH Spartan MetroStar MFD custom cab/chassis with 10" raised roof Four-door cab with six (6) seating positions GAWR Front 18,000 lbs. GAWR Rear 24,000 lbs. Occupant

More information

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must

More information

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

PART A TENDER SUBMISSION

PART A TENDER SUBMISSION PART A TENDER SUBMISSION Page 1 of 24 FORM A: TENDER (SEE B7) 1. Project Title SUPPLY AND DELIVERY OF REGULAR CAB CHASSIS TRUCKS 2. Bidder Name of Bidder Street City Province Postal Code (Mailing address

More information

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck Town of Marystown Tender For One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of One New 4x4 Two (2) Door

More information

Choctaw Nation of Oklahoma Fleet Safety Program

Choctaw Nation of Oklahoma Fleet Safety Program Choctaw Nation of Oklahoma Fleet Safety Program Fleet Safety Program Table of Contents I. Objective II. Scope III. Responsibilities IV. Training V. Implementation VI. Vehicle Inspection VII. Driving Safely

More information

Chevy/GMC 4500 Cutaway, 6.0L Vortec Gas, 159" WB, 14,200 GVWR 166"L x 94"W x 72" Interior Headroom

Chevy/GMC 4500 Cutaway, 6.0L Vortec Gas, 159 WB, 14,200 GVWR 166L x 94W x 72 Interior Headroom Unit #: XX-XXXX DEALER: CUSTOMER: XYZ Dealer XYZ Emergency Ambulance Street or P.O. Box City, State, Zip Contact Contact: Sales Associate: VIN#: Chassis Model Yr MEDIX Model CHASSIS BODY To be assigned

More information

SPECIAL SPECIFICATION 8676 Solar Panel Power Supply System

SPECIAL SPECIFICATION 8676 Solar Panel Power Supply System 2004 Specifications CSJ 2552-01-033 SPECIAL SPECIFICATION 8676 Solar Panel Power Supply System 1. Description. This work shall consist of furnishing and installing an integrated Solar Panel Power Supply

More information

INSTRUCTOR GUIDE TOPIC: APPARATUS RESPONSE LEVEL OF INSTRUCTION: TIME REQUIRED: TWO HOURS MATERIALS: APPROPRIATE AUDIO-VISUAL MATERIALS

INSTRUCTOR GUIDE TOPIC: APPARATUS RESPONSE LEVEL OF INSTRUCTION: TIME REQUIRED: TWO HOURS MATERIALS: APPROPRIATE AUDIO-VISUAL MATERIALS TOPIC: APPARATUS RESPONSE LEVEL OF INSTRUCTION: TIME REQUIRED: TWO HOURS INSTRUCTOR GUIDE MATERIALS: APPROPRIATE AUDIO-VISUAL MATERIALS REFERENCES: Fire Department Safety Officer, 1st ed., International

More information

2017 MT-55 Chassis Specifications

2017 MT-55 Chassis Specifications 2017 MT-55 Chassis Specifications LDV, Inc. Mobile Tools Stores 20 Franchise Assistant Program Vehicle Specification Engine 1. Diesel, Cummins ISB, 6.7 L, 220 HP, 520 ft-lb torque 2. 2010 EPA CARB emissions

More information

K-SERIES PUBLIC USE LIFT OPERATING INSTRUCTIONS

K-SERIES PUBLIC USE LIFT OPERATING INSTRUCTIONS -PRINT- II. T K-SERIES PUBLIC USE LIFT OPERATING INSTRUCTIONS -TABLE OF CONTENTS- his chapter contains safety precautions, daily safety check instructions, control and indicator descriptions, and operating

More information

APPENDIX A GROUP 2 SPECIFICATION, JEA CLASS 116: HALF TON 4X2 SWB (6 6 Bed) PICKUP TRUCK Standard Cab Units UPDATED JUNE 12, 2018

APPENDIX A GROUP 2 SPECIFICATION, JEA CLASS 116: HALF TON 4X2 SWB (6 6 Bed) PICKUP TRUCK Standard Cab Units UPDATED JUNE 12, 2018 1. SCOPE It is the intent of the JEA to purchase FIFTEEN (15) HALF-TON 4X2 Standard Cab SWB (6 6 Bed / ALL UNITS) Pickup Trucks with Various Configurations, Up-Fits and Options. [15 Standard Cab]. All

More information

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER HALF TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 HALF TON PICKUP TRUCK, 4x4 Sealed Tender Forms for Tender for 2018

More information

Commander 15i Container and Pallet Loader. Property of American Airlines

Commander 15i Container and Pallet Loader. Property of American Airlines Commander 15i Container and Pallet Loader Section 2. Operation BEFORE ATTEMPTING TO OPERATE OR MAINTAIN THE VEHICLE, COMPLETELY READ AND UNDERSTAND THE OPERATION AND MAINTENANCE MANUAL, INCLUDING ALL DANGER,,

More information

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.

More information

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX -1-002086 PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX I. GENERAL EQUIPMENT : A. Intent Statement B. Cone Setter Platform II. III. 1. General Specifications 2. Mounting Components 3. Close

More information

Washington County EMS Ford Transit Ambulance Specification

Washington County EMS Ford Transit Ambulance Specification Washington County EMS Ford Transit Ambulance Specification 1. SCOPE, PURPOSE AND CLASSIFICATION & DEFINITIONS 1.1 SCOPE: This specification covers a new commercially produced surface emergency medical

More information

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.

More information

MAIL DATE: 6/29/ Passenger School Bus. Sealed bids must be received by: 7/27/2015 at 10:00 AM

MAIL DATE: 6/29/ Passenger School Bus. Sealed bids must be received by: 7/27/2015 at 10:00 AM Robertson County Tennessee Jody Stewart, Finance Director Finance Department 523 South Brown Street, Springfield, TN 37172 (615) 384-0202 Fax (615) 384-0237 MAIL DATE: 6/29/2015 90 Passenger School Bus

More information

BID REQUEST FOR Four (4) SCHOOL BUSES

BID REQUEST FOR Four (4) SCHOOL BUSES College Community School District 401 76 th Ave. SW Cedar Rapids, Iowa 52404 BID REQUEST FOR Four (4) SCHOOL BUSES The College Community School District requests your bid on Four (4) 2018 78 passenger

More information

City of Lewiston Finance Department Allen Ward, Purchasing Agent

City of Lewiston Finance Department Allen Ward, Purchasing Agent City of Lewiston Finance Department Allen Ward, Purchasing Agent 2017-067 Two (2) 1 Ton 4X4 Dump Trucks with Plows for Public Works August 10, 2017 Sir/Madam: Sealed bids will be received in the office

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed

More information