MCCORMICK COUNTY EMERGENCY SERVICES. Request for Sealed Bid

Similar documents
MCCORMICK COUNTY EMERGENCY SERVICES. Request for Sealed Bid

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

Ford E Series E-350 Cutaway Type III Ambulance Conversion

FOR SULLIVAN COUNTY EMS DEPARTMENT

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

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

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

Standard Stock Units

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

ULTRAMEDIC TYPE III FORD E450 CHEVY G4500

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

Ford SRH-148 Transit MR Type II Ambulance Conversion

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

1996 Ford E-450 Ambulance

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

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

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

City of Storm Lake Fire Department Heavy Rescue Specifications

REQUEST FOR BID For Trucks. Bid Notice

PART A TENDER SUBMISSION

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

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

2015-Type II SPRINTER-144"

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

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.

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

2014-Type II SPRINTER-144"

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

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

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

TECHNICAL SPECIFICATIONS

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

GALLATIN PUBLIC UTILITIES

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

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

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

2013 Retail Chevrolet Express Cargo Van RWD " Diesel CG33705 SELECTED MODEL & OPTIONS

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

2017 MT-55 Chassis Specifications

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Nineteen (19) Half Ton Standard Cab 4x2 Pickup Trucks


ATTACHMENT A ITEM# 5

3. CHASSIS (FORD TRANSIT 350HD / DIESEL / HIGH TOP / EXTENDED LWB / 4X4 / DUAL REAR WHEEL VAN)

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

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

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

1. SCOPE 2. MODEL: 3.1 Base Curb Weight: not to exceed 7800 lbs. PAGE 1 OF 6

AMBULANCE SPECIFICATIONS TYPE I HEAVY DUTY FREIGHTLINER BUSINESS CLASS 164 BOX 72 HEADROOM

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

CITY OF CORALVILLE th Street, Coralville, IA

Type 3 Fire Engine Model 346

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

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

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

Everything You Need! Phone , Ext. 229

ACCEPT ONLY THE BEST

Appendix A - Group 7 SPECIFICATION, JEA CLASS 119+: ONE TON SRW 4X4 PICKUP Extended Cab Unit UPDATED August 10, 2018

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

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

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

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

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

SPECIFICATION, JEA CLASS 117: HALF TON 4X4 SWB (6 6 Bed) PICKUP TRUCK Crew Cab & Standard Cab Units UPDATED JULY 27, 2018

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS

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

Appendix A - Group 8 SPECIFICATION, JEA CLASS 122+: ONE TON SRW 4X4 8 UTILITY BODY Extended Cab Unit UPDATED August 10, 2018

Questions and Answers

NELSON COUNTY FISCAL COURT

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

Hamilton Fire Bid Proposal HAMILTON COMMAND APPARATUS

SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

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

REQUEST FOR QUOTATION

ONE (1) TYPE I FORD F-350 4X4 AMBULANCE Charlevoix Fire Department

Vehicle Information. Inspection Date : 22 Sep :02 PM. Inspection ID : Inspector : 4948

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

Warranty - Standard Equipment & Specs

LAS 515 Type AMBULANCE Spare Parts Catalogue

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159" Diesel SELECTED MODEL & OPTIONS

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

Town of South Windsor, Connecticut. Police Department

650 Series Cargo Van Lift Mounting Instructions Fullsize Ford 1992-Present

Warranty - Standard Equipment & Specs

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

Mantis Rerailer General Specifications

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

Transcription:

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 21, 2013 at 3:00 PM at the McCormick County Administration Offices. Sealed bids shall be submitted to: Peggy White, Finance Director 610 S. Mine Street McCormick, SC 29835 Question concerning the specifications on the remount shall be directed to: Chris Doolittle, Director McCormick County Emergency Services 212 Augusta Street Ext * PO Box 1140 McCormick, SC 29835 864-852-2811 or 2505 EMERGENCY MEDICAL CARE VEHICLE TYPE III REMOUNT Section 1: Scope, Purpose, and Classification 1.1 Scope: These specifications cover the remounting and refurbishment of a commercially produced, surface medical care vehicle, hereinafter referred to as ambulance or vehicle. A vehicle in compliance with these specifications shall be defined as a standard ambulance. These vehicles shall be in accordance with the Ambulance Design Criteria of the National Highway Traffic Administration, U.S. Department of Transportation. These bid specifications are based on the Federal Ambulance Specification KKK-A-1822F or latest revision. 1.2 Purpose: The purpose of this document is to provide minimum specifications and test parameters for the remounting and refurbishment of an emergency medical care vehicle that meets the needs and desires of McCormick County Emergency Services. It establishes essential criteria for the design, performance, equipment and appearance of the vehicle. The object is to provide a vehicle that is in accordance with nationally recognized guidelines. It is the intent to return the unit to a new or like new condition per these specifications. 1.3 Classifications: These specifications call for the following type of vehicle. It is in accordance with KKK-A-1822F. Type III - Integral Cab Chassis with modular ambulance body. Class 2 - Two rear wheel driven (4x2) Configuration A (ALS) Elevating cot and squad bench (3.1.5.1) Page1

1.4 General: These are engineer, design, construct and deliver type specifications and it is, not the intention of McCormick County Emergency Services to write out vendors of similar or equal equipment of the types specified. It should be noted, however, that these specifications are written around specific needs of McCormick County Emergency Services. With the intent to standardize certain components, therefore, in numerous places we have named specific brands of components. This has been done to establish a certain standard of quality. Other brands will only be accepted providing the bidder provides documentation in the bid that the particular brand offered meets or exceeds the quality of the actual brand called for in these specifications. 1.5 Materials: The emergency medical care vehicle, chassis, ambulance body, equipment, devices, medical accessories and electronic equipment to be delivered under this contract shall be standard commercial products, which meet or exceed the requirements of these specifications. The ambulance shall comply with all Federal Motor Vehicle Safety Standards (FMVSS), the Federal regulations applicable or specified for the year of manufacture. The chassis, components and optional items shall be as represented in the manufacturer's current technical data. Materials used in the construction shall be new and not less than the quality conforming to current engineering and manufacturing practices. Materials shall be free of defects and suitable for service intended. 1.6 Manufacturing Ability: It is the intent of these specifications that the remounter of these vehicles have the ability to remount and refurbish a complete ambulance within their plant facility, except for the chassis. The ambulance remounter must have significant experience in the remounting and refurbishment of modular ambulance bodies and performed a minimum of 100 remounts in the last two (2) years. 1.7 Reference: As further evidence of remounter s ability to perform, the contractor shall submit a list of fifteen (15) customers with type 3 remounts. The references shall also include name of service, address, contact and phone number. 1.8 Exceptions to Specifications: Any exceptions to these specifications indicated must be clearly pointed out. Otherwise, it will be considered that items offered are in strict compliance with these specifications and the successful bidder will be held responsible for delivering a vehicle meeting these specifications. Any exceptions must reference by paragraph number and line and be explained in detail on a separate sheet marked "Exceptions/Clarifications". 1.9 Warranty: The successful bidder shall provide remounter's warranty coverage for the ambulance conversion, which coverage shall, at a minimum include: (A) A Limited Warranty shall be provided on the ambulance remount conversion. The remounter shall warrant to the original retail purchaser that, for a period of thirty six (36) months or thirty six thousand (36,000) miles from the point of delivery, whichever occurs first, the ambulance remount shall be free of substantial defects in remount materials and remount workmanship, which are attributable to Warrantor s remount work and which arise during the course of normal use and service. There must be a copy of the Warranty statement included with the bid documents. (B) There shall be a ten (10)-year/100,000 minimum mile warranty on the ambulance remount's electrical wiring system effective starting the date McCormick County Emergency Services accepts delivery of the completed vehicle. It is the intent of this requirement that items not manufactured or installed by the ambulance remounter shall be excluded. There must be a copy of the Warranty statement included as part of the bid documents. (C) There shall be a FIVE (5) year unlimited mileage paint warranty covering the ambulance conversion and any painting done to the chassis. There must be a copy of the Warranty statement included with the bid. Page2

(D) Warranty on the chassis portion of the completed ambulance shall be the responsibility of the chassis manufacturer. The terms of such warranty are set forth in the Warranty literature included in the owner's manual. The successful manufacturer's sole responsibility with regard to the chassis shall be to provide reasonable assistance to the purchaser in obtaining warranty from the chassis manufacturer or its authorized service center. 1.10 Delivery: The remounting process must be completed within Seventy Five (75) to Ninety (90) days after award of the bid. The delivery schedules that are submitted by the Bidder and agreed upon by McCormick County Emergency Services shall automatically become binding upon signing of the Contract by the successful bidder. When completed the truck shall be delivered to McCormick County Emergency Services at 212 Augusta Street Extension McCormick, SC 29835 for final inspection and acceptance. 1.11 Service: Each bidder must have a full service center owned and operated by the bidder. In addition each bidder shall have a mobile service vehicle. Said vehicle shall be equipped with welders, air conditioning machine, and all equipment necessary to perform service in McCormick County. Bidder shall also perform (2) two on-site PMs (preventive maintenance check ups per year for (2) two years. Section 2: TECHNICAL REQUIREMENTS CHASSIS Minimum technical specifications for the purchase of a Generation II, Type III Ambulance Module remounted on a 2013/2014 Chevrolet CG 4500 4X2 Dual Wheel Cutaway with Ambulance Prep Package chassis. Vehicle must comply with Federal and State laws and regulations and all safety regulations as applicable on date of delivery concerning automotive equipment and conditions and will be complete with standard equipment and all extra equipment as specified. 2.1 Manufacturer and Model Year: The chassis requirement for these specifications is a 2013 model. 2.2 Model Type: 2013 Model Yes No 2014 Model Yes No Did your bid comply? Yes No The model type required is a Chevrolet CG 4500 4X2 Dual Wheel Cutaway. Does your bid comply? Yes No 2.3 Trim Level: Trim level shall be Silvarado GM Preferred Equipment Package, ZR7 Does your bid comply? Yes No 2.4 Ambulance Prep Package: Page3

The chassis shall be equipped with the ambulance builder's prep package YF2, light and convenience group and handling package. Does your bid comply? Yes No 2.5 GVWR: The gross vehicle weight rating shall be 14,200 lb. minimum. Does your bid comply? Yes No 2.6 Axles and Suspension: The chassis provided shall be a 159" wheel base, heavy-duty front and rear springs with front stabilizer bar. Shock absorbers shall be heavy-duty. Rear axle is limited slip wide track with a ratio of 4.10. Rear wheels to be dual. Does your bid comply? Yes No 2.7 Electrical: The vehicle shall be supplied with dual12-volt batteries. They shall be standard OEM Heavy Duty Batteries with total capacity of 1540 CCA. The chassis mounted battery shall be moved to a side compartment (right) with slide out tray. In addition, a jumpstart plug, tied to the batteries, shall be installed in the front bumper area. Does your bid comply? Yes No 2.8 Electrical Generating System: The ambulance shall be equipped with an OEM dual 145 Amp alternators with internal voltage regulators. 2.9 Engine: Engine size shall be a 6.6 Duramax Diesel V-8 engine with heavy-duty engine oil cooler. Does your bid comply? Yes No 2.10 Engine Block Heater/Battery Charger/Shore Line: The chassis shall have an OEM engine block heater. (A) The block heater shall be wired to the110 V Shoreline. (B) The ambulance shall be equipped with battery charger also connected to the shore line (C) The truck shall also include an inverter. Does your bid comply? Yes No Page4

2.10 Engine High-Idle Speed Control, Automatic: The vehicle shall be equipped with an OEM Auxiliary High Idle System. 2.11 Fuel Tank: The vehicle shall be equipped with a single fuel tank, having a capacity of at least 57 gallons. 2.13 Tires and Rims: The vehicle shall be equipped with seven (7) LT225/75Rxl6D Radial black sidewall tires. The OEM manufacturer's standard steel vented rims will be provided. The four (4) exposed wheels shall be covered with chrome stainless wheel covers with valve stem extension. Spare tire, wheel and tire changing tools will also be provided as a loose accessory. 2.14 Transmission: The vehicle to be supplied with a 4-speed automatic with overdrive/tow haul and heavy-duty transmission oil cooler. There is to be installed a DRIVE SHAFT GUARD on the drive line. 2.15 Air Conditioning and Heater: The vehicle shall be equipped with factory air conditioning with heavy-duty cooling package and heavy-duty radiator. The heater shall be the manufacturer's standard with cut-off valves accessible. The system shall include climate control with vacuum operation valves. 2.16 Hoses: All radiator and heater hoses to be high quality, same as OEM throughout vehicle (NO EXCEPTIONS). 2.17 Auxiliary Heater-A/C Connector Package: The chassis shall be equipped with the Chevrolet auxiliary Heater-A/C connector package included with the YF2 Ambulance Prep package. 2.18 Glass: Page5

The chassis shall be equipped with the chassis manufacturer s standard tinted glass supplied as part of their Air Conditioning Cooling Package. The glass provided shall meet all the requirements of KKK- A1822D and those of the Federal Motor Vehicle Safety Standards. 2.19 Horns: The OEM manufacturer's dual electric horns shall be provided. 2.20 Mirrors: The vehicle's exterior mirrors shall be swing-out recreational style, Velvac, with convex mirrors. 2.21 Radio: 2.22 Seats: The chassis manufacturer's standard AM/FM/CD Stereo shall be included with a built-in clock. The Chassis shall be equipped with dual captain's chairs with lap and shoulder belts and fold up armrests for driver and passenger. 2.23 Speed Control and Steering Wheel: Cruise speed control and tilt steering to be supplied. 2.24 Deluxe Package: Chassis shall include power door locks and power windows, interval select windshield wipers and chrome front bumpers. A power unlock switch shall be installed in the rear license plate bracket.. 2.25 Running Boards: Provide and install Two (2) new flared.125 polished aluminum running boards with grip strut inserts. Does your bid comply? Yes No 2.26 Wheel liners: Install stainless steel wheel covers with valve stem extensions. Page6

Does your bid comply? Yes No 2.27 Spot Light: Transfer existing hand held spotlight in the cab. Section 3: REMOVAL AND TRANSFER OF MODULAR AMBULANCE BODY 3.1 Dismount: Disconnect all sub systems between chassis and module. Lift module to allow full inspection of understructure. 3.2 Module Inspection: Does your bid comply? Yes No Inspect all exposed structure and framing for cracks, warpage, excessive wear and corrosion. Any questionable areas shall be treated with dye penetrant material to expose cracks. Damage will be professionally repaired as needed. 3.3 Type Changeover: Transfer Module from Type III to another Type III. Modify bottom of module as necessary. Remounter must be a member of the Ford QVM Program and carry five million dollars in products liability insurance. 3.4 Module Remount: Mount down module squarely on chassis. Remounter to use new rubber isolators, mounting bolts and transfer body per QVM guidelines. 3.5 Cab Seal: Install a non-electrolytic accordion rubber seal between module and cab. Seal interface to eliminate air and water leaks. Install a minimum of 50 new stainless steel bolts to fasten cab and module body. Section 4: NEW CHASSIS PREPARATION 4.1 Springs: As necessary, level each side modular body to insure proper handling and performance. Page7

4.2 Exhaust Modification: Extend tailpipe to match module width. 4.3 Fuel Tank: Modify gas tank filler necks to fit module - Install new fuel filler hoses and steel plumbing. Section 5: EXTERIOR BODY TRIM 5.1 Fuel Fill: A new Cast Product Fuel Fill, as well as DEF Fluid fill plates shall be installed. Below each shall be full height DTP spill plates. 5.2 Diamond Plate: Ambulance body must have all new exterior diamond plate. Use STAINLESS STEEL screws and loc-tite for attaching all diamond plate to the vehicle. Install as follows; 1 new rear kick plate, 4 corner guards and 2 splash guards. Note: Rear kick plate shall be attached using rivnuts, no exception, this will be checked prior the acceptance. 5.3 Rear Step and Bumper: New rear bumper assembly includes; bumper tips and flip up grip strut step. Attach new bumper frame securely to chassis frame using 3 bolts minimum each side. Rear grip strut step shall include a new hinge. In addition, there shall be installed two (2) new Rubber Dock bumper, One (1) per bumper tip. 5.4 Fenderettes: Two (2) New Polished Aluminum Fenderettes shall be installed after paint work has been performed. Section 6: MODULE EXTERIOR PAINT FINISH AND LETTERING Page8

6.1 Preparation: Prior to any paint and body work remove all hardware, hinges, handles and emergency lighting. All Module doors must be removed and painted on the Module. Paint shall be PPG and performed by a certified PPG facility. Paint shall be warranted for (5) FIVE Years / Unlimited Miles. 6.2 Surface Refinished: Complete and total mechanical or chemical removal of all paint, oils, and contaminants, and all lettering from module surface. 6.3 Electrolysis Inspection: Module will be inspected 100% for evidence of electrolysis. Such areas will be specially treated to prevent any further damage and remove visible damage. 6.4 Damage Repair: All minor body damage will be repaired in an industry standard professional manner to like new condition. NO EXCEPTION. 6.5 Paint, Stripe and Graphics Package: Base White paint shall match the Chevrolet chassis. Stripes, lettering and decals to match current fleet. This section will require McCormick County on the sides of the box placed in a straight line verses an arch. 6.6 Exterior Compartments: Paint interior of exterior compartments with grey/white Zolotone splatter paint or similar product.. Section 7: ELECTRICAL SYSTEM Page9

7.1 Switch Panel; Transfer existing Front and rear switch panels. Panels shall include existing switches, Amp Meter, door and battery indicators. 7.2 Power Panel: Upgrade electrical system to meet KKK-1822-F. Replace all current breakers, relays and solenoids on power distribution panel. Check for 100% complete operation. 7.3 Wiring Installation: All new power wiring provided shall be copper and conform to all the SAE J1292 requirements and shall have GXL or SXL high temperature thermoplastic or better insulation rated to 125 degrees centigrade and conforming to SAE JI127 and J1128. Three new ground straps shall be installed. 7.4 Wiring Labeling: All wiring shall be permanently color-coded and function coded for easy troubleshooting. 7.5 Wiring Loom: The engine wiring shall be routed in conduit or high temperature looms with a rating of 300 degrees Fahrenheit. All added wiring shall be in protective loom, located in accessible, enclosed and protected locations, and kept at least six (6) inches away from the exhaust system components. Wiring and components shall not terminate in the oxygen storage compartment except for the compartment light and door switch plunger. Wiring necessarily passing through an oxygen compartment shall be routed in metal conduit. All conduits, looms and wiring shall be secured to the body or frame with insulated metal straps in order to prevent sagging and movement which results in chafing, pinching, snagging, or any other damage. All apertures on the vehicle shall be properly grommeted for pass thru wiring and conform to SAE 1292 and sealed with silicone weatherproof adhesive. 7.6 Cab Wiring: Install new power distribution harness and battery cables. All wiring shall be warranted for 10 Years or 100,000 Miles. 7.7 Tail Lights:. Page10

Install NEW Whelen 600 series LED brake/tail, turn and reverse and LED ICC and Marker lights. Add load equalizers for LED turn signals. The 600 series taillights shall be mounted in NEW cast bezels. In addition, there shall be NEW brake and turn lights mounted on the rear interior head knocker. 7.8 Module Warning Lights: All NEW Whelen LED lights are to be installed. All lenses shall be clear when in the off position. When activated the lights shall follow the pattern described below: (7) Front Upper Module 900 Series - RED / CLEAR / RED / CLEAR / RED / CLEAR / RED (2) Right Upper Module 900 Series RED / RED (2) Left Upper Module 900 Series RED / RED (3) Rear Upper Module 900 Series RED / AMBER / RED (2) Rear Midline Module 900 Series RED / RED (2) Over Rear Wheel Wells 700 Series RED / RED 7.9 Intersection Lights: Provide and install Whelen 700 Series LED intersection light with chrome flange. 7.10 Grille Lights: Provide and install two (3) new Whelen 700 Series RED LED lights with bezels on polished chrome portion of OEM grille. 7.11 Speakers/Siren: Two (2) NEW siren Speakers, Cast Products, 100 watt each, recessed into the front bumper. In addition, a NEW 200 watt siren shall be installed in the front console. The siren shall have the hands free function wired to the horn button on the steering wheel. 7:12 Scene / Load Lights: Add (6) Six NEW Whelen 900 LED Series Scene Lights with New bezels 7.13 Cab Console: Does your bid comply? Yes No Page11

Install low profile, all aluminum covered floor-mounted console to house switch panel, siren and gauges. The console face also will provide areas for drink holders, 4 Glove Boxes, clip board and radio head installation. Console shall be Scorpion Lined. Design to be worked out with McCormick County Emergency Services. 7.13 Door Switches: Replace all existing door switches with NEW ones. 7.14 Dome Lights: Replace all dome lights with Whelen LED lights. Minimum of Eight (8). In addition there shall be installed an 18 inch Kinequip LED bar light at the Action Area. (a) Dome light configuration shall include a time out timer mounted on the inside wall of the patient compartment. 7.15 Back-up Alarms: Install new back-up alarm with minimum 97 db. 7.16 Wiring Diagram: A wiring Diagram (on CD) shall be issues to McCormick County Emergency Services upon delivery of Remounted Vehicle. Section 8: EXTERIOR COMPARTMENTS 8.1 Weather-stripping: All exterior rubber door weather-stripping shall have new, original or equivalent seal. This includes all Entry Doors. 8.2 Compartment and Patient Door: Page12

Compartment doors are to be closely inspected for condition and repaired as necessary. a. Checked and trued for alignment and closure and sealing b. All hold opens shall be checked for operation and defective closures replaced, rear entry doors shall have NEW Cast Product loop type hold opens. c. Lubricate all door latches and locks for proper operation d. All paddle handles and locks shall be NEW to insure 100% operation e. All patient entry door windows removed prior to painting f. Any damaged windows replaced with like OEM windows from OEM manufacturer g. All new drip rails shall be install above all exterior doors. h. All compartment light shall be NEW Kinequip 4 LED Lights. h. NEW DTP shall be install on all exterior compartment doors. i. The three (3) module entry doors (interior side) shall have NEW upper DTP panels. The lower section shall consist of NEW smooth aluminum panels cover with Reflective Chevrons. 8.3 Compartment Floor Treatment: All NEW black Dri Deck or equivalent shall be installed 8.4 Rear Bumper: Provide and install a BRAND NEW rear Bumper. Rear Bumper includes new Steel substructure, Two (2) new Bumper Tips, New Rear Kick Plate, New Flip Up GRIP STRUT Center Step, plus tow Inlets. Section 9: PATIENT COMPARTMENT CABINETRY AND FIXTURE: 9.1 Sub-Floor: Sub-floor shall be Inspected and checked for soft spots or de-laminating. Sub-floor shall be sanded and prepared for the NEW Floor Cover installation. Said Sub-Floor shall be in a like new condition and carry a 5 Year Warranty. 9.2 Floor Covering: 9.2 (A) A NEW Lon Seal, Lon Plate # 2 floor cover shall be installed. Color shall be gun metal, 424TX. The NEW floor shall be rolled up at least 3 inches on each side. 9.2 (B) Upholstery: All upholstery in module shall be NEW, color will be GREY. 9.3 Attendant Seat: Page13

A NEW High Back Attendant (captain s chair) Seat shall be provided. Said seat will have the Child Safety Seat feature. In addition, a NEW base is to be installed. Color shall match the other interior of the patient care box. 9.4 Stainless Steel Risers: There shall be installed on the lower left wall and on the front of the squad bench new stainless steel risers. 9.5 Solid Surface Counter Tops: There shall be installed NEW solid surface counter tops on both the Action Area and Telemetry Area. No Exception. The Telemetry area shall be suitable height and width to accommodate Phillips MRX Cardiac Monitors. Also placed in the telemetry area shall be an 110V receptacle for charging the MRX. This receptacle shall be wired to the shoreline, as well as, the inverter. 9.4 Cabinetry: Cabinets will be checked for sharp edges, defective areas, and professionally repaired, including the following items: a. Manually check cabinet mounting bolts to insure stability and strength b. Check all shelves for security and make rattle proof and replace all shelf tracks c. Check all seatbelts and replace all defective ones d. Replace all trim with new. e. Replace all screws with new. f. Provide high quality clean up and sanitation to all cabinetry, compartments, headliner, etc. g. Install all NEW Plexiglas on all interior cabinets. All door shall have continuous edge door handles h. A NEW Cargo style net shall be installed at the head end of the Squad Bench. Section 10: HEATING AND AIR CONDITIONING 10.1 Heat/Cool Unit: Provide and install a NEW Hoseline rear HVAC system with all-new hoses, valves, dryer, and fittings. In addition, there shall be installed a NEW underbody Condenser underneath the ALS compartment. 10.2 Heat/Cool Testing: System shall be extensively tested for peak performance and readings shall be provided to customer. 10.3 110 Volt Heater: Page14

A NEW space heater shall be provided and installed. It shall be wire to the shoreline and only functional from the shoreline. Section 11: OXYGEN AND VACUUM SYSTEMS 11.1 Oxygen Svstem: Perform 4-hour nitrogen leak test. Repair any leaks noted and re-test and tag system with certification. 11.2 Suction System: Test vacuum lines, outlets for proper operation and repair or replace as necessary. Page15