***sample*** - dane county, wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc ·...

89
REQUEST FOR PROPOSALS (RFP) Department of Administration County of Dane, Wisconsin COUNTY AGENCY Emergency Management – Emergency Medical Services Division RFP NUMBER 108108 RFP TITLE Type III Ambulance PURPOSE The purpose of this document is to provide interested parties with information to enable them to prepare and submit a proposal for a new ambulance. DEADLINE FOR RFP SUBMISSIONS October 15, 2008 2:00 P.M. Central Time LATE, FAXED OR UNSIGNED PROPOSAL WILL BE REJECTED SUBMIT RFP TO THIS ADDRESS DANE COUNTY PURCHASING DIVISION ROOM 425 CITY- COUNTY BUILDING 210 MARTIN LUTHER KING JR BLVD MADISON, WI 53703-3345 SPECIAL INSTRUCTIONS Label the lower left corner of your sealed submittal package with the RFP number Place the Signature Affidavit as the first page of your proposal Submit one original and ( 5 ) copies of your technical proposal Submit one original and ( 5 ) copies of your cost proposal Submit one complete electronic copy in Microsoft Word or PDF format burned to a CD or DVD DIRECT ALL INQUIRES TO NAME Francisco Silva TITLE Purchasing Agent PHONE # 608 267-3523 108108 1

Upload: duongxuyen

Post on 14-Mar-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

REQUEST FOR PROPOSALS (RFP)

Department of AdministrationCounty of Dane, Wisconsin

COUNTY AGENCY Emergency Management – Emergency Medical Services DivisionRFP NUMBER 108108

RFP TITLE Type III Ambulance

PURPOSEThe purpose of this document is to provide interested parties with information to enable them to prepare and submit a proposal for a new ambulance.

DEADLINE FOR RFP SUBMISSIONS

October 15, 20082:00 P.M. Central Time

LATE, FAXED OR UNSIGNED PROPOSAL WILL BE REJECTED

SUBMIT RFP TO THIS ADDRESS

DANE COUNTY PURCHASING DIVISIONROOM 425 CITY- COUNTY BUILDING210 MARTIN LUTHER KING JR BLVD

MADISON, WI 53703-3345

SPECIAL INSTRUCTIONS Label the lower left corner of your sealed submittal package with

the RFP number

Place the Signature Affidavit as the first page of your proposal

Submit one original and ( 5 ) copies of your technical proposal

Submit one original and ( 5 ) copies of your cost proposal

Submit one complete electronic copy in Microsoft Word or PDF format burned to a CD or DVD

DIRECT ALL INQUIRES TO

NAME Francisco SilvaTITLE Purchasing Agent

PHONE # 608 267-3523FAX # 608/266-4425EMAIL [email protected]

WEB SITE www.danepurchasing.comDATE RFP ISSUED: 9/11/08RFP BLANK REVISED 07/2008

1081081

Page 2: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Dane County Vendor Registration Program

All bidders wishing to submit a proposal must be a paid registered vendor with Dane County. Prior to the rfp opening, you can complete a registration form online by visiting our web site at www.danepurchasing.com , or you can obtain a Vendor Registration Form by calling 608.266.4131. Your completed Vendor Registration Form and Registration Fee must be received for your bid to be considered for an award.

1081082

Page 3: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

TABLE OF CONTENTS1.0 GENERAL INFORMATION

1.1 Introduction 1.2 Scope 1.3 Definitions1.4 Clarification of the specifications1.5 Addendums and or revisions1.6 Calendar of events1.7 Vendor conference1.8 Contract term and funding1.9 Reasonable accommodations

2.0 PREPARING AND SUBMITTING A PROPOSAL2.1 General instructions2.2 Proprietary information 2.3 Incurring costs2.4 Vendor registration2.5 Submittal instructions2.6 Required copies 2.7 Proposal organization and format2.8 Multiple proposals

3.0 PROPOSAL SELECTION AND AWARD PROCESS3.1 Preliminary evaluation3.2 Proposal scoring3.3 Right to reject proposals3.4 Evaluation criteria3.5 Award and final offers3.6 Notification of intent to Award

4.0 GENERAL PROPOSAL REQUIREMENTS4.1 Introduction4.2 Organization capabilities4.3 Staff qualifications4.4 Proposer references

5.0 TECHNICAL REQUIREMENTS5.1 Overview of technical requirements5.2 Technical requirement 1

6.0 COST PROPOSAL6.1 General instructions on submitting cost proposals6.2 Format for submitting cost proposals6.3 Fixed Price Period

7.0 REQUIRED FORMSSignature AffidavitReference Data SheetDesignation of Confidential and Proprietary InformationFair Labor Practices CertificationCost Summary PageProposer Qualifications

8.0 STANDARD TERMS & CONDITIONS

1081083

Page 4: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

1.0 GENERAL INFORMATION

1.1 Introduction

The purpose of this document is to provide interested parties with information to enable them to prepare and submit a proposal for Type III –E450, 158” Wheel base Ambulance.

The County intends to use the results of this process to award a contract(s) or issuance of purchase order for the product(s) and or services(s) stated above.

This Request for Proposal (RFP is issued on behalf of Dane County by the Purchasing Division, which is the sole point of contact for the County during the procurement process.

1.2 Scope of the Project

1.2.1 Project Description Project Description - Replacement of current 1998 Type III Ambulance

1.2.2 Objectives - To purchase a state of the art ambulance with built in safety features for patient and provider.

1.2.3 Need - To purchase an ambulance that will meet the needs of the county for the next 8 to 10 years

1.2.4 Current Operations - Current Ambulance will be kept in service until new ambulance is received and equipment switched over.

1.3 DefinitionsThe following definitions are used throughout the RFP.County means Dane County County Agency means Department /Division utilizing the service or productProposer/vendor means a firm submitting a proposal in response to this RFP.Contractor means proposer awarded the contract.

1.4 Clarification of the specifications

All inquiries concerning this RFP must be directed to the person indicated on the cover page of the RFP Document. (electronic mail is the preferred method)

Any questions concerning this RFP must be submitted in writing by mail, fax or e-mail on or before the stated date on the Calendar of Events (see Section 1.6)

Proposers are expected to raise any questions, exceptions, or additions they have concerning the RFP document at this point in the RFP process. If a proposer discovers any significant ambiguity, error, conflict, discrepancy,

1081084

Page 5: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

omission, or other deficiency in this RFP, the proposer should immediately notify the contact person of such error and request modification or clarification of the RFP document.

Mailing Address: Dane County Purchasing Division Room 425 City-County Bldg 210 Martin Luther King Jr. Blvd Madison, WI 53703-3345

Proposers are prohibited from communicating directly with any employee of Dane County, except as described herein. No County employee or representative other than those individuals listed as County contacts in this RFP is authorized to provide any information or respond to any question or inquiry concerning this RFP.

1.5 Addendums and/or Revisions

In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFP, revisions/amendments and/or supplements will be posted on the Purchasing Division web site at www.danepurchasing.com

It shall be the responsibility of the proposers to regularly monitor the Purchasing Division web site for any such postings. Proposers must acknowledge the receipt / review of any addendum(s) at the bottom of the RFP Cover Page /Signature Affidavit.

Each proposal shall stipulate that it is predicated upon the terms and conditions of this RFP and any supplements or revisions thereof.

1.6 Calendar of Events

Listed below are specific and estimated dates and times of actions related to this RFP. The actions with specific dates must be completed as indicated unless otherwise changed by the County. In the event that the County finds it necessary to change any of the specific dates and times in the calendar of events listed below, it will do so by issuing a supplement to this RFP and posting such supplement on the Dane County web site at www.danepurchasing.com . There may or may not be a formal notification issued for changes in the estimated dates and times.

DATE EVENTSeptember 11, 2008 Date of issue of the RFP September 25, 2008 Last day for submitting written inquiries (2:00 p.m. Central Time)October 1, 2008 Supplements or revisions to the RFP posted on the Purchasing Division

web site at www.danepurchasing.comOctober 15, 2008 Proposals due from vendors

1.9 Reasonable Accommodations108108

5

Page 6: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

The County will provide reasonable accommodations, including the provision of informational material in an alternative format, for qualified individuals with disabilities upon request. If you need accommodations at a proposal opening/vendor conference, contact the Purchasing Division at (608) 266-4131 (voice) or 608/266-4941 (TTY)

2.0 PREPARING AND SUBMITTING A PROPOSAL

2.1 General Instructions

The evaluation and selection of a contractor and the contract will be based on the information submitted in the proposal plus references and any required on-site visits or oral interview presentations. Failure to respond to each of the requirements in the RFP may be the basis for rejecting a response.

Elaborate proposals (e.g. expensive artwork) beyond that sufficient to present a complete and effective proposal, are not necessary or desired.

2.2 Proprietary Information

All restrictions on the use of data contained within a proposal and all confidential information must be clearly stated on the attached “Designation of Confidential and Proprietary Information” form. Proprietary information submitted in a proposal, or in response to the RFP, will be handled in accordance with the applicable Wisconsin State Statute(s).

To the extent permitted by law, it is the intention of Dane County to withhold the contents of the proposal from public view until such times as competitive or bargaining reasons no longer require non-disclosure, in the opinion of Dane County. At that time, all proposals will be available for review in accordance with the Wisconsin Open Records Law.

2.3 Incurring Costs

Dane County is not liable for any cost incurred by proposers in replying to this RFP.

2.4 Vendor Registration

All proposers wishing to submit a proposal must be a paid registered vendor with Dane County. Prior to the rfp opening, you can complete a registration form online by visiting our web site at www.danepurchasing.com, or you can obtain a Vendor Registration Form by calling 608.266.4131. Your completed Vendor Registration Form and Registration Fee must be received for your bid to be considered for an award.

2.5 Submittal Instructions

1081086

Page 7: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Proposals must be received in by the County Purchasing Division by the specified time stated on the cover page. All proposals must be time-stamped in by the Purchasing Division by the stated time. Proposals not so stamped will not be accepted. Proposals received in response to this solicitation will not be returned to the proposers.

All proposals must be packaged, sealed and show the following information on the outside of the package:

Proposer’s name and address Request for proposal title Request for proposal number Proposal due date

2.6 Required Copies

Proposers must submit an original and the required number of copies of all materials required for acceptance as instructed on the cover page of the RFP (Special Instructions).

All hard copies of the proposal must be on 8.5”x11” individually securely bound. In addition, proposers must submit one complete electronic copy in Microsoft Word or PDF format burned to a CD or DVD.

2.7 Proposal Organization and Format

Proposals should be organized and presented in the order and by the number assigned in the RFP. Proposals must be organized with the following headings and subheadings. Each heading and subheading should be separated by tabs or otherwise clearly marked. The RFP sections which should be submitted or responded to are:

Introduction (See Section 4 of this RFP) Response to general requirements (See Section 4 of this RFP)

Organizational qualificationsStaff qualifications and FacilitiesReferences

Response to technical requirements (See Section 5 of this RFP) Cost proposal (See Section 6 of this RFP) Required forms (See Section 8 of this RFP)

Attachment A Signature AffidavitAttachment B Reference Data SheetAttachment C Designation of Confidential and Proprietary

InformationAttachment D Fair Labor Practices CertificationAttachment E Cost Summary Page

Proposers Qualifications Appendices (Additional Information the proposer submits)

1081087

Page 8: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

2.8 Multiple Proposals

Multiple proposals from a vendor will be permissible, however each proposal must conform fully to the requirements for proposal submission. Each such proposal must be separately submitted and labeled as Proposal #1, Proposal #2, etc.

3.0 PROPOSAL SELECTION AND AWARD PROCESS

3.1 Preliminary Evaluation

The proposals will first be reviewed to determine if requirements in Section 2.0 are met, and if additional mandatory requirements are met. (see Section 4.0). Failure to meet mandatory requirements will result in the proposal being rejected. In the event that all vendors do not meet one or more of the mandatory requirements, the County reserves the right to continue the evaluation of the proposals and to select the proposal which most closely meets the requirements specified in this RFP.

3.2 Proposal Scoring

Accepted proposals will be reviewed by an evaluation team and scored against the stated criteria. This scoring will determine the ranking of vendors based upon their written proposals and references. If the team determines that it is in the best interest of the County to require oral presentations, the highest ranking vendors will be invited to make such presentations. Those vendors that participate in the interview process will then be scored, and the final ranking will be made based upon those scores.

3.3 Right to Reject Proposals and Negotiate Contract Terms

The County reserves the right to reject any and all proposals and to negotiate the terms of the contract, including the award amount, with the selected proposer prior to entering into a contract. If contract negotiations cannot be concluded successfully with the highest scoring proposer, the County may negotiate a contract with the next highest scoring proposer.

3.4 Evaluation CriteriaThe proposals will be scored using the following criteria:

Description Percent

1. General requirements 30

2. Technical requirements 30

3. Cost 40

1081088

Page 9: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

TOTAL 100

3.5 Award and Final Offers

The award will be granted in one of two ways. The award may be granted to the highest scoring responsive and responsible proposer. Alternatively, the highest scoring proposer or proposers may be requested to submit final and best offers. If final and best offers are requested, they will be evaluated against the stated criteria, scored and ranked. The award will then be granted to the highest scoring proposer.

3.6 Notification of Intent to Award

As a courtesy, the County may send a notification of award memo to responding vendors at the time of the award.

4.0 GENERAL PROPOSAL REQUIREMENTS

4.1 Introduction

Dane County EMS is looking to purchase a Type III ambulance on a 2009 Ford E-450 Super Duty chassis – 158” wheel base. Ambulance Chassis shall have the manufactures ambulance prep package.

4.2 Organization Capabilities

The vendor shall demonstrate there ability to build to industry standard emergency medical and rescues vehicles, have a minimum of 15 years experience in building such vehicles.

4.3 Staff Qualifications

Provide resumes describing the educational and work experiences for each of the key staff who would be assigned to the project.

4.4 Proposer References

Proposers must include in their RFPs a list of organizations, including points of contact (name, address, and telephone number), 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.

5.0 TECHNICAL REQUIREMENTS

5.1 Overview of Technical Requirements

One (1) 2009 or newer model Type III Ambulance

1081089

Page 10: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Any proposal in which a proposer has failed to show that the proposal is for a model regularly manufactured and as described within will not be considered.

The vehicle shall be equipped with all standard equipment as currently advertised by the manufacturer, whether or not specifically mentioned in this specification.

The new ambulance must be capable of fulfilling all functions and configurations and include all needed accessories.

Any exceptions or deviations from any of the stated specifications shall be made explicitly and clearly in writing on a separate page labeled “Exceptions”. Any vehicle delivered that does not meet the specifications exactly as their proposal was completed will be rejected.

Unit shall comply with all applicable state and federal regulations for a vehicle of this classification. Any variation shall be cause for rejection or return at dealer expense.

The proposer shall furnish the standard manufacturer’s warranty information and dealer service policy.

The unit shall be delivered, by the proposer to Dane County Emergency Management, unless otherwise approved by Dane County Emergency Management, with acceptance subject to inspection and approval by Dane County Emergency Management.

Upon acceptance, payment will be made to the vendor.

Complete manufacturer’s specifications shall be submitted with each proposal. Insufficient descriptive information may be cause for rejection of the proposal.

Proposers shall include a set of layout drawings of the complete vehicle showing the locations and dimensions of compartments specified within the technical specifications to include:

Left Profile interior and exterior Right profile, interior and exterior Rear view, interior and exterior Front view, interior and exterior

5.2 Technical Requirement 1

Specifications Overview -The specifications below describe an acceptable unit(s) /item(s). Minor variations in specification may be accepted if, in the opinion of County staff, they do not adversely affect the quality, maintenance or performance of the items). Dane County reserves the right to accept or reject any and all bids, to waive informalities and to choose the bid that best meets

10810810

Page 11: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

the specifications and needs of the County.

Any deviation from the minimum specifications stated herein must be identified in detail on the form provided and must include a description of how the proposed item/s differ from the bid requirements, along with detailed justification for such deviation. Bidder shall include photos and schematics as necessary, for complete clarification.

10810811

Page 12: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

County of Dane 2009 Ambulance Specification List

One (1) CHASSIS - FORD E-450SD CHASSIS, 158" WB, 4 x 2 DRW Y___N___The chassis shall be a 2009 Ford E-450 Super Duty chassis with a wheel base not less than 158" with dual rear wheels (100" C.A.).

One (1) AIR BAGS – DUAL Y___N___The chassis shall have driver and passenger side air bags. The air bags shall be second generation, depowered.

One (1) AIR CONDITIONING Y___N___The chassis shall be equipped with an OEM high output fresh air heater and air conditioner system.

One (1) ALTERNATORS, DUAL - 260 AMPS TOTAL Y___N___The chassis shall have dual Ford alternators with internal regulators and rectifiers. The alternators shall have a combined total rating of 260 amps.

One (1) AMBULANCE PREP PACKAGE Y___N___The chassis shall be provided with OEM ambulance prep package and compliance stickers.

One (1) AXLE RATING, FRONT - 5,000 LBS. Y___N___The front axle rating on the chassis shall be 5,000 lbs. (5,000 lbs. G.A.W.R.).

One (1) AXLE RATING, REAR - 9,450 LBS. Y___N___The E-450 dual rear wheel axle rating shall be 9,450 lbs. (9,450 lbs. G.A.W.R.). The rear axle ratio shall be 4.10 with limited slip.

One (1) BRAKES - 4 WHEEL ABS DISC Y___N___The chassis shall have hydraulic / hydroboost brake booster power disc-type on the front and rear axles. An all-wheel "front and rear axles" anti-lock brake system (four-wheel abs), and drum-in-hat parking brake system, foot operated, push to apply/pull release handle to disengage.

One (1) BUMPER, FRONT - CHROME Y___N___The chassis shall have a chrome plated front bumper with plastic splash panel.

One (1) CRUISE CONTROL Y___N___The chassis shall be equipped with an OEM electronic engine cruise control.

One (1) ENGINE - FORD - 6.0 LITER POWER STROKE Y___N___The chassis shall be equipped with a 6.0 liter direct injected turbo diesel V-8 engine which includes: block heater, coolant recovery system, engine oil cooler integral with engine, heavy-duty cooling system and catalytic converter. The engine shall be rated at 235 hp.

One (1) FLOORING MATERIAL, CARPET Y___N___The chassis shall be equipped with OEM chassis manufacturer carpet flooring material.

10810812

Page 13: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) FUEL TANK 55 GAL. Y___N___The chassis shall have a single tank with total capacity of not less than 55 gallons and an auxiliary fuel port.

One (1) G.V.W.R. - 14,500 LBS. Y___N___The chassis shall be rated at not less than 14,500 lbs. G.V.W.R.

One (1) GAUGES, CHASSIS Y___N___The chassis shall be equipped with volt, fuel, oil, and temperature gauges.

One (1) GLASS, WINDOWS - TINTED Y___N___The chassis shall have all window glass OEM tinted.

One (1) GRILLE, FRONT Y___N___The chassis shall have a chrome grille and grille surround.

One (1) HIGH IDLE SYSTEM, AUTOMATIC / VOLTAGE MONITOR Y___N___The Ford standard SEIC (stationary elevated idle control) auto hi-idle system shall be provided on the chassis. The high-idle shall be activated when the transmission is placed in the park position and the parking brake is activated.

One (1) HORNS - DUAL ELECTRIC Y___N___The chassis shall have dual electric horns activated on the steering wheel.

One (1) LIGHT - CAB DOME Y___N___The chassis cab interior roof liner shall have a cab door-activated courtesy light.

One (1) LIGHTS - CHASSIS EXTERIOR Y___N___The chassis manufacturer's standard exterior lights shall be provided: two (2) aerodynamic headlights, front turn signals, and a heavy-duty turn signal flasher designed to accommodate LED lights.

One (1) MIRROR, FLAT DAY/NIGHT - CAB INTERIOR Y___N___The chassis interior shall have one (1) flat day/night mirror.

One (1) POWER WINDOWS / DOOR LOCKS Y___N___The chassis shall have power windows and power door locks.

One (1) RADIO - AM/FM STEREO - SINGLE CD PLAYER Y___N___The chassis shall have an OEM electronically tuned AM/FM stereo radio with a single CD player and a digital clock.

One (1) SEATS - HIGH BACK CAPTAIN - INBOARD ARM RESTS Y___N___The chassis cab interior shall have two (2) deluxe reclining high back captain's chairs provided by the OEM chassis manufacturer. Both seats shall be adjustable and have retractable combination shoulder harness / lap straps. The shoulder harness d-rings are adjustable. Both seats shall have inboard armrests only.

One (1) SHOCK ABSORBERS Y___N___The chassis shall have heavy duty shock absorbers front and rear - piston type, gas pressurized.

10810813

Page 14: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) SPRING RATING, FRONT - 5,000 LBS. Y___N___The front spring rating of the chassis shall be 5,000 lbs. Combination rated, coil type.

One (1) SPRING RATING, REAR - 9,500 LBS. Y___N___The rear spring rating for the E-series chassis shall be a 9,500 lbs. combination rated, leaf-type.

One (1) STABILIZER BAR – FRONT & Rear Y___N___The chassis shall have a heavy duty front stabilizer bar.

One (1) STEERING, POWER ASSIST & TILT WHEEL Y___N___The chassis shall be equipped with power assist steering and a tilt steering wheel.

One (1) TIRE, SPARE Y___N___A spare tire with matching tread, mounted on a steel rim, shall be shipped loose with the vehicle.

Six (6) TIRES - LT225/75R X 16E ALL SEASON Y___N___The chassis shall have six (6) LT225/75R x 16E, radial, all-season tires, mounted on 16" x 6" steel rims.

One (1) TRANSMISSION - AUTOMATIC-5 SPEED AUTOMATIC Y___N___The chassis shall have a Torq-shift 5-speed automatic overdrive, heavy duty transmission.

One (1) TRANSMISSION, OIL COOLER Y___N___A factory installed OEM auxiliary external transmission fluid cooler.

One (1) TRIM, INTERIOR Y___N___The chassis cab shall have a medium flint cab interior color with a molded OEM cab headliner. It shall have OEM color coordinated cab door trim panels with storage pockets, arm rests, sun visors, and padded dash. The interior shall have OEM heavy duty molded plastic step well pads. The cab floor covering shall be as provided by the chassis manufacturer with the standard trim package.

One (1) WIPERS, INTERMITTENT - 2-SPEED Y___N___Two (2) - two-speed electric wipers with washer and intermittent operation feature shall be included on the chassis.

One (1) FUEL TANK - FULL UPON FACTORY RELEASE Y___N___The chassis fuel tank of the completed unit shall be full at time of release from the ambulance manufacturer's facility. 55-Gallon

One (1) BATTERY - TWO SYSTEM - E SERIES CHASSIS Y___N___The vehicle shall have a two (2) battery, 12-volt system rated at 1500 cold cranking amps (CCA). Both batteries shall be securely installed in a slide out drawer, located on the lower right front of the module.

10810814

Page 15: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) ENGINE BLOCK HEATER - SHORE LINE SUPPLIED & SWITCHED Y___N___An engine block heater shall be electrically tied to the vehicle shoreline. There shall be a summer/winter switch consisting of a 15 amp (toggle) circuit breaker, located behind the drivers seat to disable the block heater in warm weather conditions.

One (1) FLOOR CONSOLE, SHORTBASE-2 DUAL CUP HOLDERS - MAP STORAGEY___N___A short base black vacuum formed ABS center floor console with two (2) dual size cup holders, a recessed storage well, and attached map storage area shall be included in the cab, between the seats.

One (1) HEAT SHIELDS Y___N___Protective heat shields shall be installed above the exhaust system as recommended by the chassis manufacturer.

One (1) MIRROR, CONVEX - CAB INTERIOR Y___N___One (1) 4.25" x 5.75" interior convex mirror shall be installed in the cab. This mirror shall provide the driver a line of vision into the patient compartment.

One (1) MIRRORS, EXTERIOR OEM MANUAL TELESCOPING- REMOTE WITH/CONVEXY___N___The chassis shall have OEM telescopic trailer tow mirrors with power adjustable flat glass and manual adjust convex glass.

One (1) RUNNING BOARDS - GRIP STRUT Y___N___Flared aluminum diamond plate running boards with a grip strut surface shall be provided on the cab. The running boards shall be wider toward the rear extending out to the corners of the module. The running boards shall be bright dip anodized after they are formed to retain finish and increase corrosion resistance.

One (1) VALVE EXTENSIONS - AIR MAX-AML-1 Y___N___Deluxe type Air Max AML-1 valve extensions shall be provided to properly inflate the inner dual rear tires.

One (1) WHEEL SIMULATORS, STAINLESS STEEL Y___N___Stainless steel full wheel simulators shall be provided for the front and the outside rear wheels.

One (1) ELECTRICAL SYSTEM - WELDON V-MUX, MICRO PROCESSOR BASED Y___N___A Weldon v-mux 100% solid state microprocessor based multiplex system shall be installed to control the electrical functions. The system shall include load management, load shedding, power modulation, load sequencing capabilities and provide on-board diagnostics with real-time status reporting. The system shall consist of two (2) color control consoles (vista), four (4) control nodes, and a cab warning display with video input and monitoring capabilities for the included rearview camera system.

The system must be a Weldon v-mux. No exception. Bidders who propose any other proprietary electrical system shall be considered as non-compliant.

10810815

Page 16: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Documentation required with bid submission The bidder must supply with his/her bid proposal, a listing of not less than 500 ambulances produced with the Weldon v-mux system within the past 5 years. The documentation will include a production order number, the purchaser's agency name, and the date the ambulance was delivered.

Bids submitted without this documentation shall not be considered.

The system shall be equipped with and programmed to include the following functions:

Warning displayA digital warning display shall be integrated into the cab display console and programmed through the multiplex system to provide visual and audible indications for:

Parking brake set condition

Parking brake release condition

Patient status alarm (four color with reset capability)

Individual outside storage compartment "door open" warnings in vehicle outline form.

Outside temperature reading

Low voltage alarm

Low oxygen pressure alarm

Daytime running lampsHeadlights shall be activated at 30% intensity, for day time operation, when transmission is placed in drive, as a feature of the multiplex system.

Master control console (MCC)A console shall be mounted in the cab and designed to allow easy mobility from the driver and passenger seats to the patient compartment. The console shall house the color microprocessor display screen, which shall be easily removed for servicing.

Attendant control panel (ACP) The attendant control panel shall contain a color micro processor screen, which will control all equipment installed in the patient compartment. The attendant control panel access cover shall be hinged and located to the immediate right of the attendant's seat.

10810816

Page 17: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Electrical compartment (PDQ)The electrical compartment shall hold electrical components, (i.e., two (2) microprocessor power distribution nodes, circuit breakers, etc.) The electrical compartment shall be enclosed with a lockable, hinged door, located on the partition wall behind the attendant seat.

One (1) spare 15 amp circuit shall also be provided.

All wiring harnesses shall be connected via quick connect circular plug connectors.

Radio tie-in pointsRadio tie-in points shall be installed and labeled in the lower area of the electrical compartment. The radio tie-in points shall be comprised of insulated terminal stud blocks with one "battery hot" and one "ignition hot".

Emergency master switchAn emergency master switch for activating the emergency master menu screen, activating all emergency lights and the load management system shall be provided on the master control console screen. The emergency master switch will activate the module power automatically.

Control panel switchesThe switches on the master control console and attendant control panel screens shall have perimeter lighting for easy identification.

Module power switchA module power switch for all the add-on electrical equipment shall be provided on the master control console screen.

Module disconnectAn in-power disconnect with a built-in adjustable timer shall be installed to keep the module power switch engaged for five-minutes, after the ignition is switched to the "off" position. This disconnect shall also be activated from the side and rear doorways to turn on the fluorescent check-out lights.

VoltmeterOne (1) digital voltmeter shall be provided on the master control console screen.

FlasherThe flasher shall be provided within and programmed by the multiplex electrical system.

Flashing headlightsThe headlights (high beams) shall be programmed through the multiplex system to alternate flash (wig-wag), activated by a switch on the master control console screen labeled "Flashing Hdlts", with the ignition on and module power and emergency master switches enabled.

The flashing headlights are to be disabled when the low or high beams are activated. They are also disabled when the transmission is placed in the neutral/park position. Flashing headlights shall have the capability to be reactivated with "park override" switch in the "on" position if the low and high beams are off.

10810817

Page 18: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Park overrideA park override switch, located on the master control console screen, shall reactivate all lights disabled when the transmission is placed in the neutral/park position.

Load manager-sequential switching systemThe load manager-sequential switching system shall be controlled by the microprocessor based electrical system. The emergency master switch shall control the sequential switching of the emergency lights and/or other warning devices. The load manager shall automatically shed lights to help prevent electrical system overload when the vehicle is stationary and the transmission is in the park position.

Warning lights switchAll flashing module warning lights (including rear light bar flashers) shall be operated from a single switch on the master control console screen, labeled "flashers".

Front clear disable switchActivation of the switch on the master control console screen shall disable all forward facing clear warning lights.

Curbside scene lights "on" with curbside door.The curbside scene lights shall be programmed to activate when the curbside door is in the open position.

Rear scene lights "on" with rear doors openThe rear scene lights and back two side scene lights shall be programmed to activate when the rear doors are in the open position.

Disable switch for rear scene lightsA disable switch shall be installed at the rear door area to disable the rear scene lights.

Disable switch for side scene lightsA disable switch shall be installed at the curbside door area to disable the curbside scene lights.

Reverse (transmission) functionsThe system shall be programmed to provide activation for the rear outboards warning lights, the rear side warning lights, the rear scene lights, and the rear side scene lights, when the transmission selector lever is placed into "reverse" position.

One (1) BACKUP ALARM Y___N___An (OSHA approved) back up alarm shall be installed with disable switch for silent backing. The disable switch shall be located on the MCC (master control console). The back up alarm system shall automatically reset to the "on" mode when the transmission is taken out of reverse.

One (1) BATTERY CONVERTER Y___N___A Progressive Dynamics #PD9245c, 45 amp, 125 VAC to 13.6 VDC converter shall be connected to the shoreline.

10810818

Page 19: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) CAMERA REAR VIEW "AUDIOVOX" SINGLE SYSTEM - VISTA III SCREENY___N___An Audiovox camera system connected to the cab vista III display screen shall be installed, providing rear view monitoring to the rear exterior of the module.

One (1) ELECTRICAL CIRCUITS Y___N___All electrical circuits shall have wiring and circuit protection suitable to the demand and must meet the national electric code (NEC) wiring requirements.

All added on wiring (18 GA through 10 GA) shall be color coded and stamped with code numbers and functions every 4" for easy identification (all other wiring shall be color coded). SLX high temperature thermoplastic cross link wire shall be used.

SGX insulated cable shall be used for all under hood / underbody battery and charging system cable. High temperature (375f) thermoplastic loom shall be used on all harnesses.

One (1) ENGINE HOUR METER Y___N___An engine hour meter shall be provided and installed in the master control console.

One (1) GROUND FAULT CIRCUIT INTERRUPTER (GFCI) Y___N___A 125 VAC, 20 AMP duplex receptacle with ground fault circuit interrupter (GFCI) electronic ground leakage detection shall be installed in the PDQ compartment for the shoreline circuit.

One (1) INVERTER - PREWIRE Y___N___The vehicle shall be pre-wired to accommodate a Vanner 20-1000TUL.2 1000 watt inverter. The wiring shall run from the power distribution quarters (PDQ) and shall terminate behind the passenger's seat.

One (1) LIGHT - ATTENDANT CONTROL PANEL AREA Y___N___A 16" fluorescent light, with integral switch, shall be mounted under the attendant's control panel.

One (1) LIGHT - ELECTRICAL COMPARTMENT (PDQ) Y___N___A 12VDC light shall be located in the electrical compartment. The light shall be wired "battery-hot" to activate when the power distribution quarter's door is in the open position. The light shall be off when the door is in the closed position.

One (1) LIGHT - LICENSE PLATE Y___N___One (1) chrome license plate lamp with incandescent bulb shall be installed on the rear of the module, lower left side.

One (1) LIGHT - SPOTLIGHT - HAND-HELD Y___N___One (1) 12VDC #KB-4003 hand-held spotlight with a 400,000 candle power "blue eye" bulb, 10 foot coil cord, and momentary switch shall be provided. The spotlight shall be hard wired to the cab master control console. A black ABS vacuum-formed spotlight holder shall be shipped loose with the completed ambulance.

10810819

Page 20: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) LIGHTS - DOME HALOGEN (10) - MULTIPLEX ELECTRIC SYSTEM Y___N___Ten (10) dome lights, Weldon 8046-0300-80 shall be provided in the patient compartment. The dome lights shall be controlled by separate switches for the left bank and right bank of lights. There shall be five (5) lighting levels each side controlled through the pulse-width-modulated output of the microprocessor based electrical system. The dome lights shall be activated by switches on both the attendant control panel and the master control console vista screens. The dome lights shall be illuminated at 20% power whenever the patient compartment side or rear doors are opened.

One (1) LIGHTS - FLUORESCENT (2) CURBSIDE Y___N___Two (2) 12 VDC powered fluorescent lights shall be mounted on the curbside. These lights shall be individually switched as well as being three way switched from the attendant control panel and the master control console.

One (1) LIGHTS - FLUORESCENT (3) STREETSIDE Y___N___Three (3) 12 VDC powered fluorescent lights shall be mounted on the street side above the cabinets. These lights shall be individually switched, as well as being three-way switched from the attendant control panel and the master control console.

One (1) OUTLETS, THREE (3) INTERIOR DUPLEX, 125VAC Y___N___Three (3), 2-wire +plus ground 125 VAC hospital-grade duplex outlets shall be installed in the patient compartment with wiring connected to the shoreline. Two (2) outlets shall be installed in the street side cabinet action area, one (1) forward and one (1) rearward, to supply 125 VAC to the monitoring equipment. The third outlet shall be installed in the lower front wall cabinet. An indicator lamp shall be located within each 125 VAC outlet as a line monitor to indicate a live circuit. The outlets shall be labeled, "125 VAC".

One (1) OUTLETS, TWO (2) INTERIOR POWERPOINT, 12VDC Y___N___Two (2) 12 VDC power point outlets shall be installed in the patient compartment, one (1) in the front wall equipment area, and one (1) in the attendant control panel area in the street side cabinet. The outlets shall be labeled, "12 VDC". A Schottky diode medical isolator shall be provided to protect the 12 VDC outlets.

One (1) RADIO ANTENNA BASES - FIVE (5) Y___N___Five (5) antenna bases with attached coax cables shall be installed on the module roof. The coax cables shall terminate in the cab behind the driver's seat. Access to the antenna bases shall be through adjacent module interior dome lights.

One (1) REAR SPEAKER FADER CONTROL IN THE OEM RADIO Y___N___The fader control for the two (2) rear patient compartment speakers shall be located in the cab radio. The speakers shall be installed in the head pad over the rear doors.

10810820

Page 21: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) RECEPTACLE SHORELINE INLET, HEAVY-DUTY, 20 AMP AUTO EJECT Y___N___A Kussmaul super auto-eject shoreline inlet receptacle with yellow cover shall be installed on the module exterior (forward street side) near the driver's door. The receptacle shall be equipped with an integral dynamic disconnect.

The 125 VAC, heavy duty 20-amp receptacle shall have GFCI protection and shall be connected to the lighted 125 VAC patient compartment outlet(s) and to the engine block heater (with a block heater summer/winter switch in the power distribution quarters). A mating connector shall be shipped loose with the completed ambulance.

One (1) SIREN - WHELEN 295-HFSA7-REMOTE WITH MICROPHONE Y___N___A Whelen 295-HFSA7 remote dual siren amplifier shall be flush-mounted in the master control console located in the cab. The siren shall be capable of hands-free operation and shall be equipped with a noise cancelling microphone.

One (1) SIREN SPEAKERS, CPI - THROUGH THE BUMPER Y___N___Cast Products dual 100 watt siren speakers shall be installed through the front bumper area.

One (1) LIGHTS - ICC / LED CLEARANCE - WITH CHROME BEZELS Y___N___The vehicle shall have surface mounted LED clearance / ICC lights with chrome bezels: one (1) red on each side at the rear of the vehicle, and five (5) amber on the front of the module near the roof line.

One (1) LIGHTBAR, FRONT- WHELEN DELTA - CAB MOUNTED Y___N___One (1) Whelen Delta light bar shall be mounted on the cab roof. The light bar shall have red / clear / red upper level lenses and clear bulbs. The lower level shall have clear lenses. Five (5) standard rotators shall be installed in the upper level. Two (2) intersection sweep lights shall be installed in the lower level. The light bar rotators and intersection sweeps shall operate from a single switch on the master control console, labeled "Lt Bar Front".

One (1) LIGHTS, FRONT GRILLE - WHELEN 500 SUPER LED - RED Y___N___Four (4) Whelen 500 series Super LED warning lights, two (2) with red lenses and two (2) with white lenses waterproof connectors shall be installed in the grille area of the chassis. These lights shall not impede air flow through the grille openings. The lights shall operate from a switch on the master control console labeled "Flashers".

One (1) LIGHTS, FRONT MODULE WARNING - WHELEN 900 SUPER LED - RED Y___N___Two (2) Whelen 900 series Super LED front warning lights with red lenses and chrome bezels shall be installed on the module front outer corners. A Whelen 700 clear center Strobe to be used for the vehicle opticom a chrome bezel shall be installed in the front center of the module. The lights shall operate from switches on the master control console.

One (1) LIGHTS, FRONT MODULE TURN SIGNAL – WHELEN 600 Amber LED Y___N___ Turn ArrowsFour (4) Whelen 600 series amber LED turn arrows shall be installed on the module front and rear outer corners.

10810821

Page 22: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) LIGHTS, FRONT/REAR MODULE – LED UNIT NUMBER DISPLAY Y___N___Two (2) LED Unit display unit to be controlled from the master control console. One unit on the front of the vehicle and on the rear of the vehicle.

One (1) LIGHTS REAR MODULE - WHELEN 900 SUPER LED - RED Y___N___Two (2) Whelen 900 series Super LED warning lights with red lenses and chrome bezels shall be installed on the module rear outer corners. The above two (2) lights when not being used as part of the emergency lighting shall activate with the braking system. One (1) Federal Arrow Stick shall be installed above rear doors to be controlled from the master control console. Two (2) Whelen 900 series (clear 15 degree optics) halogen scene lights with chrome bezels shall be installed on the rear of the module. One Whelen 900 series Amber Super LED/LENS W/Flange. These lights shall operate from switches on the master control console labeled rear scene/load lights.

The rear scene/load lights shall be automatically activated when the rear doors are opened, when the transmission is in reverse, or from a switch on the master control console labeled "Rear Scene". A momentary switch with auto reset shall be provided at the rear doorway so the loading lights may be turned off from the rear, when the rear doors are opened.

One (1) LIGHTS - REAR TAIL - WHELEN 600 LED STOP, TURN, & BACK-UP Y___N___One (1) each side Whelen 600 series led stop/tail lights, turn lights, and halogen back-up lights with chrome bezels shall be installed on each side of rear of the module. Two (2) 4-inch red LED rubber feeler lights to be attached to rear bumper

One (1) LIGHTS, REAR WINDOW-LEVEL - WHELEN 900 SUPER LED - RED Y___N___Two (2) Whelen 900 series Super LED warning lights with red lenses and chrome bezels shall be installed on the rear of the module at window level, one (1) on each side. These lights shall operate from a switch on the master control console, labeled "Flashers".

One (1) LIGHTS, INTERSECTION - WHELEN 700 SUPER LED - RED Y___N___Two (2) Whelen 700 series Super LED warning lights , with red lens and water-proof connectors, shall be mounted, in 15 degree tilt housings on the front chassis fenders, one (1) on each side. The lights shall operate from a switch on the master control console labeled "Flashers".

One (1) LIGHTS, SIDE MODULE SCENE - WHELEN 900 HALOGEN - CLEAR (4) Y___N___Four (4) Whelen 900 series (clear 15 degree optics) halogen scene lights with chrome bezels shall be installed, two (2) each module side, inboard of the warning lights. These lights shall operate from switches on the master control console labeled "Left Scene" and "Right Scene".

Two (2) Havis-Shields Magnafire 3000 H/D Recessed Scene light. One to be center mounted on each side of the module.

One (1) LIGHTS, SIDE MODULE WARNING - WHELEN 900 SUPER LED-RED Y___N___Four (4) Whelen 900 series Super LED warning lights with red lenses and chrome bezels shall be installed, two (2) each module side, outboard of the side module scene lights. These lights shall operate from a switch on the master control console labeled "Flashers".

10810822

Page 23: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) LIGHTS, REAR INTERSECTION - WHELEN 700 SUPER LED - RED Y___N___Two (2) Whelen 700 series Super LED warning lights with red lenses, chrome bezels and water-proof connectors, shall be installed above the rear wheel wells, one (1) on each side. These lights shall operate from a switch on the master control console screen labeled "Flashers".

One (1) MODULE BODY CONSTRUCTION - SEAMLESS Y___N___The module shall be fabricated entirely of parts cut and formed from .125" (minimum) thickness 5052-H32 flat aluminum sheet stock, using CNC machines capable of .0004" repeatability. This is the only alloy that may be used for body parts that are welded together.

The roll-cage type interior super-structure, aluminum partition and module shall all be welded together into a single unit to give optimum strength for patient and attendant protection. The module roof shall be designed with a minimum 1.5" crown to facilitate water run off.

The floor, roof, sides, and all exterior doors shall be fabricated from .125" (minimum) thick flat aluminum sheet stock. The exterior joints between the roof and side components shall be continuous full seam welded the entire length of the module. All exterior body panel joints shall be continuous full seam welded.

No VHB bonding tape or other adhesives shall be used in the construction of the ambulance module.

One (1) CONNECTIONS, CHASSIS TO MODULE Y___N___The module shall be bolted to the cab with (28) 5/16" grade 5 stainless steel bolts and Nylock nuts evenly spaced along the sides and roof of the cab. A weather proof seal shall be installed between the module and cab. The module body shall be securely fastened to the chassis frame rail with (10) 12mm bolts through rubber insulating spacers installed at ten (10) separate locations - (five each frame rail) - providing noise insulation and easy module removal for chassis replacement. The frame mounting bolts shall be properly torqued and secured with Locktite. The system used for fastening the module to the chassis frame shall be approved by the chassis manufacturer.

One (1) ALUMINUM PARTS - MODULE EXTERIOR Y___N___All unpainted exterior aluminum parts shall be bright dip anodized after fabrication to retain the finish and increase corrosion resistance.

One (1) CORROSION MINIMIZATION - MODULE Y___N___All module contact with dissimilar metals shall be minimized with the use of nylon screw-hole inserts to prevent fastener contact with the module body, nylon hinge strips, ceramic coated stainless steel hinge bolts, and ECK brand corrosion inhibitor spray.

10810823

Page 24: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) DOOR CONSTRUCTION - GASKET PLACEMENT Y___N___All exterior hinged module doors shall be constructed in an inverted pan-formed design. The pan shall be constructed from .125" thick 5052-H32 flat sheet aluminum. The exterior door skin shall be constructed of .190" thick aluminum and welded to the pan.

Door gaskets shall be attached to the interior side of the door skin. Gaskets attached to interior door frames are not satisfactory and shall not be accepted.

One (1) EXTERIOR COMPARTMENTS DESIGN Y___N___All exterior compartments shall include these features:

Sound absorbing polyurethane material shall be sprayed on the inside of all compartments and compartment shelving, slide out trays and closeouts.

Baffled seep holes shall be provided to prevent water from splashing or seeping into the exterior compartments.

Full-length, two-way adjustable, stainless steel hinges on all exterior compartment doors with 3/16" stainless steel hinge pins.

Compartment doors shall be installed, flush with the module body.

When double doors are provided, each door shall have an exterior handle, but only the forward door shall be lockable. (rearward door is secured when forward door is locked). All exterior compartments and passage doors shall be keyed alike.

Lockable, Eberhard "free-floating" type chrome plated handles with rotary locks. A gasket shall be installed under each handle to protect the paint.

All exterior compartment doors shall have .063" thick aluminum diamond plate inner door skins.

One (1) EXTERIOR COMPARTMENT - LIGHTING Y___N___Each exterior compartment (except the battery compartment) shall be equipped with a minimum of one (1) clear lamp and white LED Strip lighting, activated by a magnetic switch.

One (1) EXTERIOR COMPARTMENTS, VENTING - ADDITIONAL Y___N___A minimum of nine (9) square inches of venting shall be provided inside the #1, #2, #3, & #4 exterior storage compartments to provide for easier closure of the compartment doors.

One (1) EXTERIOR COMPARTMENTS, VENTING - OXYGEN STORAGE Y___N___A minimum of nine (9) square inches of venting shall be provided in the exterior oxygen storage compartment, to dissipate any leaking oxygen gas.

10810824

Page 25: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) EXTERIOR COMPARTMENTS - SWEEP-OUT Y___N___Exterior module compartments shall be of a sweep-out design to aid in facilitation of the purchaser's routine care and cleaning of the vehicle.

All exterior compartment floors, with the exception of the front ALS compartment shall be constructed to be flush with the bottom door frame.

One (1) HANDLES, EBERHARD - CHROME FREE FLOATING TYPE Y___N___Eberhard #EMC-1-2110 chrome "free-floating" handles shall be installed on each exterior module door. The handles shall be large enough to accommodate a gloved hand.

One (1) INSULATION - POLYURETHANE SPRAY FOAM Y___N___The walls, ceiling, passage doors, outside storage doors, the entire underside of the module floor (except for mounting pads), the underside of the outside storage compartments, the wheel wells, and the underside of the curbside step area shall be completely foam - in - place insulated with nominal 3/4" thick sprayed on class I, urethane foam for thermal and acoustical insulation. The insulation shall comply with FMVSS #302 flame spread requirements. The underside of the body shall be properly prepared to ensure adhesion before the spray insulation is applied.

One (1) THRESHOLD EXTERIOR STORAGE COMPARTMENT Y___N___ Each exterior storage compartment with a hinged door, except the battery compartment, shall have a stainless steel lower threshold at the door opening to protect the paint as equipment is installed and removed from the compartment.

One (1) OUTSIDE STORAGE #1 - FORWARD STREETSIDE - TWO (2) SHELVES Y___N___02 CYLINDER (forward street side compartment) shall have a 76.75" high x 18.25" wide clear door opening with 77.75" high x 24.25" wide x 20.75" deep interior dimensions with storage for one (1) "M" or "H" oxygen cylinder. A 9-square inch vent shall be provided in the oxygen storage compartment to permit leaking gas to dissipate to the exterior of the vehicle. The oxygen cylinder shall be secured with a minimum of four (4) restraining devices, meeting AMD standard 003. A cylinder changing wrench shall be provided and secured inside the oxygen cylinder compartment. The compartment door shall be held open with a spring loaded gas cylinder. A locking handle shall be installed on the exterior of the door. The oxygen cylinder shall be provided by the purchaser. The compartment shall be equipped with two (2) adjustable shelves.

One (1) OUTSIDE STORAGE #2 - CENTER STREETSIDE - ONE (1) SHELF Y___N___#2 (street side center compartment) shall have a 38.50" high x 39.75" wide clear door opening with double doors, and shall have 41.75" high x 44.00" wide x 20.00" deep interior dimensions. The compartment shall be equipped with one (1) adjustable shelf. The compartment double doors shall be held open with two (2) spring loaded gas cylinders. A locking handle shall be installed on the exterior forward door.

10810825

Page 26: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) OUTSIDE STORAGE #3 - REAR STREETSIDE- 2 SHELVES & TALL DOORY___N___#3 (street side rear compartment) shall have a 58.50" high x 30.75" wide clear door opening with 60.25" high x 34.75" wide x 20.00" deep interior dimensions. The compartment door shall be held open with a spring loaded gas cylinder.

One (1) OUTSIDE #4 BOARD/SCOOP STAIR CHAIR STORAGE compartment shall have 77.75" high x 15.00" wide x 20.00" deep interior dimensions. This compartment shall provide storage for backboards a scoop stretcher and a Stryker Stair Chair.

One (1) OUTSIDE STORAGE #5 - FORWARD CURBSIDE Y___N___#5 (forward curbside compartment) shall have a 46.75" high x 17.25" wide clear door opening. This compartment provides inside/outside storage, and shall have two (2) adjustable shelves. (Reference the lower front wall cabinet in patient compartment features section for interior dimensions). The compartment door shall be held open with a spring loaded gas cylinder. A locking handle shall be installed on the exterior of the door.

One (1) BATTERY STORAGE COMPARTMENT WITH SLIDE OUT TRAY - CURBSIDEY___N___A compartment shall be located in the front curbside corner of the module with a heavy duty slide-out drawer. The compartment door shall be located above the front rub rail, and hinged on the forward edge. A locking handle shall be installed on the exterior of the door. All outside storage compartments shall be keyed the same.

One (1) DOOR - MODULE CURBSIDE PASSAGE Y___N___The module body shall include a hinged side entry door to access the curbside of the patient compartment

One (1) DOORS, REAR PASSAGE - FIXED UPPER WINDOW, 16x23 Y___N___There shall be a 54" wide x 59" high rear door opening in the patient compartment. Each rear passage door shall be equipped with a fixed upper window with 69% dark tint. The doors shall be flush without a protruding flange or lip. The right rear passage door shall have a lockable, chrome exterior handle. The left rear door shall have a non-locking, chrome exterior handle. All handles shall be installed with a gasket to protect the paint. The hinge shall be full length stainless steel with a 3/16" stainless steel hinge pin and shall be two-way adjustable. Each rear door shall have a two point slam action automotive type rotary latching system to the body.

The right rear door shall lock to the body at the top and bottom, not to the left rear door. The doors shall have .213" steel door latch activator rods with turn buckle adjusters. The inner door panels shall be covered with color coordinated padded vinyl upholstery material. The doors shall be lockable from the inside and outside.

All doors shall shut on molded, air-core, automotive type door seals to prevent any water from leaking into the vehicle interior. Each door shall have an access port adjacent to the rotary locks.

One (1) FENDERETTES, ALUMINUM - ANODIZED Y___N___Bright dip anodized, polished, aluminum fenderettes shall be installed around the rear wheel well openings.

10810826

Page 27: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) HOLD-OPEN, REAR DOORS - GAS CYLINDERS Y___N___A spring loaded, gas filled cylinder shall be installed on each rear door to permit a door hold open position of approximately 115 degrees.

One (1) LOCKS POWER - PASSAGE, COMPARTMENTS, HIDDEN SWITCH-FOB REMOTEY___N___Power door locks shall be included on module passage doors and five (5) outside storage compartments. The locks shall be activated from the interiors of the rear and curbside module doors, as well as the OEM chassis cab door switches. An exterior unlock switch shall also be included and hidden in the cab grille area. A keyless entry system shall be installed. The system shall include four (4) remote key fob transmitters to lock/unlock all chassis and module doors.

One (1) MUD FLAPS, REAR - BLACK REINFORCED RUBBER Y___N___Black reinforced rubber mud flaps with a minimum 1/4" thickness shall be bolted to the underside of the module behind the rear wheels. The width and length of the flaps shall provide adequate coverage of the rear dual wheels of the chassis.

One (1) REAR STEP/BUMPER -FLIP-UP CENTER SECTION - ANODIZED Y___N___The rear bumper shall be affixed to the chassis frame. The bumper shall be constructed with a hinged center section of aluminum grip strut material. Two (2) steel braces shall secure the step to the chassis frame. The outer 17" on each end of the bumper shall be constructed from heavy gauge stamped polished stainless steel bumper parts and shall provide smooth rounded corners. The remainder of the step shall be constructed of .125" thick aluminum diamond plate. Two (2) rear step illumination lights shall be provided. All diamond plate surfaces shall be bright dip anodized. Rear step installation shall comply with AMD standard 018. Two (2) rubber dock bumpers installed and two (2) Skid Plates

One (1) RUB RAILS, ANODIZED ALUMINUM, 5/8" BLACK REFLECTIVE MATERIALY___N___Bright dip anodized polished aluminum rub rails shall be installed on the lower sides of the body below the outside compartment sill areas. The rub rails shall be offset 3/16" from the body to facilitate wash down of road debris the rub rails shall incorporate a recessed 5/8" wide black reflective Scotchlite safety accent stripe.

One (1) STEPWELL, CURBSIDE DOORWAY Y___N___An aluminum diamond plate step well liner shall be installed in the curbside doorway step area.

One (1) STONE GUARDS, MODULE FRONT - ANODIZED DIAMOND PLATE Y___N___Bright dip anodized aluminum diamond plate stone guards shall be installed on the lower 24" of the module front. These stone guards shall be 14" wide.

One (1) THRESHOLD, REAR DOORWAY - ANODIZED DIAMOND PLATE Y___N___A bright dip anodized aluminum diamond plate threshold shall be installed at the rear doorway, providing a kick / scuff plate at the rear of the vehicle above the rear step.

One (1) TOW LOOPS, MODULE REAR Y___N___Two (2) tow loops shall be provided in the rear step area and shall be securely fastened to the vehicle frame.

10810827

Page 28: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) WINDOW, 13 x 32" FIXED Y___N___A 13" x 32" non-openable (fixed) tinted window shall be provided on the module curbside, centered between the curbside door and the #4 outside storage compartment.

One (1) AISLE & FLOOR DIMENSIONS - REAR PATIENT COMPARTMENT Y___N___The floor shall be 49.75" between the left wall and the edge of the squad bench. The floor shall measure 155.75" from the rear doors to the partition (with the rear doors closed).

One (1) CABINET CONSTRUCTION-INTERIOR- CABINET GRADE PLYWOOD Y___N___The interior cabinets shall be constructed of 1/2" cabinet grade plywood. The exterior of the cabinets shall be covered with color coordinated high pressure plastic laminate material. The interior of each cabinet shall be sealed with a washable polychromatic, sprayed-on coating.

Particle board or nova-ply materials are unacceptable and shall not be used in the construction of the interior cabinets.

One (1) CABINET DOORS - SLIDING - BRONZE ACRYLIC Y___N___All sliding cabinet doors shall be nominally 1/4" thick light bronze acrylic material. The sliding cabinet doors shall be installed in aluminum track lined with PPL inserts to eliminate rattles and prevent the doors from opening during transit. An edge mounted aluminum handle shall be installed on each sliding cabinet door.

One (1) INVENTORY CONTROL SYSTEM Y___N___An inventory control system shall consist of metal loops attached to the cabinet frames. The inventory loops, along with corresponding holes drilled in the cabinet door handles shall accommodate the use of breakable plastic ties, to secure the cabinet doors and assist in controlling inventory.

One (1) CABINET FACING / WALL LAMINATE - GREYSTONE GLOSS #MG011-G Y___N___All exposed side walls, the partition wall (on the patient compartment side only), and the cabinet faces shall be covered with Greystone Gloss #MG011-G high pressure plastic laminate material.

One (1) WALL ACCENT STRIPE - BLUE PAVIA #MB050 Y___N___An accent stripe of Blue Pavia #MB050 high pressure plastic laminate material shall be installed on the back and side walls of the street side cabinet above the counter top areas.

One (1) LEFT WALL - CABINET, UPPER REAR - RESTOCKING HINGE (UP) Y___N___The left wall, upper rear interior cabinet shall have a door opening of 11.75" high x 48.50" wide with interior dimensions of 14.25" high x 50.50" wide x 17.25" deep. This compartment shall be enclosed by one (1) set of sliding acrylic doors attached to a flip-up restocking frame with gas filled hold-open shocks. The compartment shall contain a center divider with one (1) adjustable shelf, each side.

10810828

Page 29: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) LEFT WALL - CABINET, UPPER OVER PANEL- RESTOCKING HINGE (UP)Y___N___The left wall, upper interior cabinet over the attendant control panel shall have a door opening of 6.75" high x 29.25" wide with interior dimensions of 9.25" high x 31.25" wide x 17.25" deep. Both compartments shall be enclosed by one (1) set of sliding acrylic doors attached to a flip-up restocking frame with gas filled hold-open shocks.

One (1) LEFT WALL - CABINET, UPPER FRONT - RESTOCKING HINGE (UP) Y___N___The left wall, upper front, interior cabinet shall have a door opening of 13.00" high x 14.25" wide with interior dimensions of 18.00" high x 16.25" wide x 17.25" deep. This compartment shall be enclosed by one (1) set of sliding acrylic doors attached to a flip-up restocking frame with gas filled hold-open shocks and containing one (1) adjustable shelf.

One (1) LEFT WALL - CABINET, LOWER REAR Y___N___The left wall, lower rear interior cabinet shall have a door opening of 26.25" high x 30.25" wide. (reference exterior compartment outside storage compartment #3 in module section for interior dimensions and shelving configurations.)

One (1) LEFT WALL - CABINET, LOWER - UNDER SECOND ACTION AREA Y___N___The left wall, lower rear interior cabinet, below the second action area shall have a door opening of 15.00" high x 19.50" wide with interior dimensions of 17.00" high x 21.25" wide x 16.25" deep. This compartment shall have one (1) set of sliding acrylic doors and one (1) adjustable shelf.

One (1) PRIMARY ACTION AREA Y___N___The primary action area shall be located beside the attendant seat with work area dimensions of 14.5" high x 48.50" wide x 17.00" deep.

One (1) SECONDARY ACTION AREA Y___N___A secondary action area shall be located to the rear of the CPR seat with work area dimensions of 18.25" high x 21.5" wide x 17.00" deep.

One (1) DRAWER - SLIDE-OUT / WRITING TABLE STREETSIDE INTERIOR Y___N___A slide - out drawer with hinged plexi-glass writing table, shall be provided in the street side wall beside the attendant seat. The drawer shall be constructed of .090" thick aluminum. The drawer front shall be covered with color coordinated high-pressure plastic laminate material. The table writing surface shall be constructed of 1/4" thick clear plexi-glass, which measures 14.50" wide x 11.25" deep with interior dimensions 5.00" high x 14.50" wide x 13.25" deep. The drawer shall be secured with one (1) locking lever latch. The writing surface shall be installed on top of the drawer with a hinge.

10810829

Page 30: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) CABINET, BEHIND ATTENDANT SEAT - O2 SLIDE-OUT Y___N___The compartment behind the attendant seat shall have a door opening of 24.25" high x 13.00" wide with interior dimensions of 24.25" high x 14.50" wide x 14.50" deep. The compartment shall contain a slide out tray sprayed with sound absorbing polyurethane material which shall hold three (3) "D" cylinders. The compartment shall have a hinged door secured with one (1) locking lever latch. The door shall be aluminum covered with color coordinated high pressure plastic laminate material. The exterior of the cabinet shall be covered with color coordinated high pressure plastic laminate material and the interior shall be sealed with white multi-use polychromatic specialty coating. The "D" cylinders shall be provided by the customer.

One (1) COUNTER TOP - SOLID ACRYLIC- PEARL GRAY Y___N___A solid acrylic counter top, pearl gray, with an 1/2" lip shall be installed to prevent equipment from sliding off. The solid acrylic counter top shall be provided on both the primary and secondary counter tops.

One (1) CABINET DOORS - LOWER FRONT WALL - ETCHED ACRYLIC Y___N___One (1) pair of 3/8" thick, light tint, hinged acrylic doors shall be installed on the lower front wall cabinet. The doors shall have an etched design and logo, and etched hinged and handle areas. Each door shall have a full length hinge, a full length handle, and a locking lever latch.

One (1) CABINETS - FRONT WALL - WITH LOWER HEAT & DRUG STORAGE Y___N___The front wall, upper interior cabinet shall have a door opening of 15.50"high x 39.75" wide with interior dimensions of 17.75 high x 44.00" wide x 16.50"deep. The compartment shall be enclosed by one (1) set of sliding acrylic doors. There shall be a stationary divider centered within the compartment. The left compartment shall be equipped with a permanent shelf and an aluminum hinged door with locking latch recessed behind the acrylic doors to provide for locking drug storage in the lower portion of the cabinet.

The lower cabinet shall have a door opening of 33.50" high x 22.75" wide with interior dimensions of 36.25 high x 29.25" wide x 20.75" deep. This cabinet shall provide inside/outside access and shall have two (2) adjustable shelves on Unistrut adjustable track brackets. Two (2) equally spaced clear lights mounted in a removable panel will provide illumination in this compartment. There shall be aluminum beveled ramp edging installed on two edges of each shelf.

The module heat and ac system shall be installed below the lower front wall cabinet. Four (4) adjustable heat/ac vents shall be installed in a vertical stack configuration inboard of the lower front wall cabinet.

One (1) PARTITION - CAB TO REAR PATIENT COMPARTMENT Y___N___The partition between the cab and patient compartment shall be constructed of aluminum, and welded to the module at the top, sides and bottom. The partition shall be covered on the patient compartment side with color-coordinated high pressure laminate material and on the cab side with color-coordinated material.

10810830

Page 31: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) PARTITION DOORWAY - WITH HINGED DOOR Y___N___A 17" wide walk-through doorway shall be provided between the cab and patient compartment. The doorway shall extend from the floor to the cab headliner. A hinged door shall be provided for the walk-through partition. The door shall be constructed of plywood and covered on both sides with color coordinated high pressure plastic laminate material. The door shall only be opened and closed from the cab side to provide maximum security. The door, in the open position, shall be recessed into the side of the lower front wall cabinet. The door shall be automatically secured while in the open or closed positions, and shall have a window with a minimum of 150 square inches of viewing area. The window shall be located to enable the driver to view into the patient compartment, and to minimize glare from the rear dome lights.

One (1) RIGHT WALL CABINET, REAR WITH DOORS FACING AISLE Y___N___A storage compartment shall be provided to the rear of the squad bench and shall be constructed of .125" thick aluminum. The exterior of the compartment shall be covered with color coordinated high pressure plastic laminate material and the interior shall be sprayed with sound absorbing polyurethane material. There shall be two (2) compartments as follows:

Each compartment shall face the patient compartment aisle and have an individual door opening of 22.75" high x 9.50" wide with interior dimensions of 26.00" high x 13.25" wide x 7.50" deep. Each compartment shall have two (2) adjustable shelves.

Each compartment shall have a 3/8" thick, light tint, hinged acrylic door with etched design, etched hinge area, and flush pull latch.

One (1) SQUAD BENCH STORAGE Y___N___A storage area shall be provided in the squad bench base. The interior dimensions of the storage area shall measure 14.25" high x 71.75" wide x 21.00" deep.

One (1) ATTN SEAT - EVS Model 1880 Attendant Seat, SWIVEL BASE Y___N___A rear facing EVS attendant seat shall be installed to street side of the patient cot. The seat shall be equipped with a sliding swivel base and incorporate a 3-point restraint.

One (1) CPR SEAT - FIXED Y___N___A CPR seat shall be an EVS 1778 – wall mount seat with a 5-point restraint installed on the street side of the patient compartment after the main action area counter. The seat, backrest, and sides of the seat shall be covered with color coordinated, cushioned vinyl.

10810831

Page 32: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) SQUAD BENCH - BASE & LID WITH SHARPS AND TRASH Y___N___The squad bench area shall be designed to accommodate two (2) EVS Model # 1790 tilt-forward attendant seats with 5-point HMR (High Mobility Restraints) mounted on swivel bases. Seats can be turned toward each other and folded down to provide a flat surface to transport and additional patient. The remaining area between the two seats shall make up the remainder of the squad bench base. It shall be constructed of.090" thick aluminum for maximum storage capacity and minimum weight. The exposed ends of the squad bench base shall be covered with color coordinated high pressure laminate material. The face of the squad bench shall be covered with vinyl flooring material. The interior of the squad bench shall be sprayed with sound absorbing polyurethane material. Provisions shall be made for the sharps and trash containers to be installed in the squad bench base with access via a hinged clear acrylic door on top of the forward end of the squad bench.

One (1) ASPIRATOR SYSTEM - IMPACT #324 SELF-CONTAINED - RECESSED Y___N___An Impact #324 suction system with 1200ml disposable canister shall be recessed into the street side lower interior wall near the attendant seat. This system shall be self-contained and shall include a 9 foot section of suction tubing, 10" rigid aspirator tip and two (2) disposable canisters. The disposable canisters shall contain a bacterial filter and overflow shutoff valve.

The electric vacuum pump shall be operated from a switch on the attendant control panel. The pump performance shall comply with KKK-A-1822F requirements. The aspirator exhaust shall be vented to the exterior of the vehicle.

One (1) ASSIST HANDLES, (2) 'V' STAINLESS STEEL, (4) BLACK URETHANE Y___N___A total of six (6) assist handles shall be provided: two (2) 1-1/4" diameter stainless steel 'V' handles, one (1) on each rear passage door; and four (4) 15.5" black urethane coated assist handles, two (2) handles at the rear doorway, one (1) at the curbside doorway, and one (1) on the curbside sliding door.

One (1) CLOCK - 10" DIAMETER, 12/24 HR, ATOMIC QUARTZ - BATTERY Y___N___A 10" diameter, 12/24 hour battery operated quartz clock with automatic time setting and automatic DST change shall be installed on the head pad over the rear doors.

One (1) COT FASTENER - F W #175-4, TWO-POSITION, SIDE/CENTER Y___N___A Stryker crash stable two-position (side and center) cot fastener shall be installed on the floor to accommodate a Stryker cot. 3/8" thick aluminum tapping plates shall be installed below the aluminum floor to secure the cot mount floor plates.

One (1) EMBLEMS / SIGNS - REAR PATIENT COMPARTMENT Y___N___Two (2) "No Smoking / Oxygen Equipped / Fasten Seat Belts" signs shall be provided. Both signs are to be shipped loose.

10810832

Page 33: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) EXHAUST VENTILATOR, 3-SPEED - MULTIPLEX ELECTRIC SYSTEM Y___N___A three-speed, 300 CFM (minimum) exhaust fan meeting KKK-A-1822F requirements shall be provided and located in the street side cabinet in the patient compartment. The exhaust fan shall be pulse width modulated from a switch on the attendant control panel vista screen. The exhaust system shall have a regulating grille inside and a louvered grille outside. The exhaust system shall vent through the rear of the vehicle, not through the roof.

One (1) FLOOR CONSTRUCTION- PATIENT COMPARTMENT, NON-WOOD COMPOSITEY___N___The sub-floor in the patient compartment shall be constructed of .125" thick aluminum over .125" and .190" thick reinforcing hat sections and mounting laterals. The aluminum sub-floor shall be covered with a single piece of 3/4" non-wood composite material. All corner molding, edging and trim shall be anodized aluminum or stainless steel and shall be sealed to prevent fluids from seeping under the cabinets.

Wood floors are not satisfactory and shall not be accepted by the purchaser.

One (1) FLOORING - COVE Y___N___The patient compartment floor radius shall be coved with pre-formed floor coving material. The coving shall be installed behind the vinyl floor covering, along both the street side and curbside walls.

One (1) GLOVE BOX (3) DISPENSER - ABOVE ENTRY DOOR - CURBSIDE Y___N___A three (3) - box glove dispenser unit, with a clear plexi hinged access panel with three (3) cut-outs, shall be recessed above the curbside entry door.

One (1) GRAB RAILS, 1-1/4" DIAMETER - OVER COT & SQUAD BENCH AREAS Y___N___Two (2) 1-1/4" diameter stainless steel grab rails shall be installed on the ceiling of the patient compartment. One (1) 64" rail shall be installed over the squad bench area and one (1) 96" rail shall be installed over the patient cot area for attendant/patient balance control. The 96" grab rail will be attached to the ceiling with three (3) mounting brackets that secure it to the super structure of the module. Installation of each grab rail shall comply with AMD-008 requirements.

One (1) HEADLINER - REAR PATIENT COMPARTMENT Y___N___The headliner in the patient compartment shall be constructed of white vinyl-clad .060" thick aluminum.

10810833

Page 34: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) HEAT/AIR CONDITIONING, MANUAL/AUTO SELECT, 10-SPEED BLOWERY___N___A high capacity 475 CFM heater/air conditioner system with 55,000 BTU heating capacity and 24,000 BTU cooling capacity and with a 10-speed blower controlled through, the pulse-width-modulated output of the microprocessor based electrical system, shall be provided for high volume air movement with minimal noise. The heater/air conditioner air return shall be filtered to minimize contamination of the heater/air conditioner cores. The cab and module environmental systems shall be simultaneously capable of heating in the front while cooling in the rear and vice-versa. A thermostatically controlled rear system shall be provided for heating and air conditioning the patient compartment.

The temperature, whether heating or cooling, shall be controlled by a thermostat built into the attendant control panel screen, located in the street side cabinet and from the cab master control console screen. Heating and cooling may be selected automatically or manually. The heater/air conditioner system shall function only when the ignition system and the module power switch are on. The rear heater shall have EPDM/Nomex heater hoses. The rear air conditioner shall have barrier air conditioner hoses for R-134A refrigerant. A switch shall be located on the MCC (master control console) screen to turn off the patient compartment environmental system from the cab.

One (1) I V HANGERS, CEILING RECESSED - CAST PRODUCTS #IV2008-1 (2) Y___N___Two (2) Cast Products #IV2008-1 recessed, dual, ceiling I.V. hangers shall be provided. One (1) installed near the street side cabinet and one (1) near the curbside cabinet.

One (1) LONPLATE II, NON-SLIP EMBOSSED SM. GRID - MICA (GRAY) #421 Y___N___The floor in the patient compartment shall be covered with Lonseal "Lonplate" non-slip, small grid (embossed) Mica (gray) #421, resilient sheet vinyl flooring material, which shall be coved 3-inches up the wall on the street side, and to the top of the squad bench base on the curbside. The flooring material shall be stripped and waxed before delivery.

One (1) NET, SQUAD BENCH - CURBSIDE INTERIOR Y___N___A removable net shall be installed at the forward end of the curbside squad bench. The net shall be red in color and constructed of safety belt webbing material. The net shall be anchored to the curbside wall, ceiling, and the forward end of the squad bench into .50" thick aluminum tapping plates. The net shall be removable for cleaning, via the use of seatbelt type buckles.

One (1) OXYGEN OUTLETS (3) WALL - OHIO MEDICAL TYPE Y___N___Three (3) Ohio Medical flush mounted, quick release wall outlets shall be installed. Two (2) in the face of the attendant control panel of the street side cabinet. One (1) shall also be installed in the wall above the squad bench.

10810834

Page 35: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) OXYGEN SYSTEM, ELECTRIC - MULTIPLEX ELECTRIC SYSTEM Y___N___A 12VDC controlled electric O2 system operated through the v-mux multiplex electrical system, with one (1) flow meter, shall be provided and installed.

The oxygen system shall be completely installed and include a pre-set oxygen regulator with a cylinder pressure gauge and a 200 PSI safety valve with all necessary piping and connections. The oxygen system shall be completely low pressure, and the regulator shall be fastened directly to the cylinder. The regulator shall be set to operate at approximately 50 PSI. The oxygen cylinder shall be installed so the system may be easily turned on and off at the main cylinder valve from the patient compartment.

The oxygen system monitor shall be readily available to the attendant while seated at the head of the cot as part of the microprocessor based electrical system. Flexible conductive oxygen hose with a minimum 900 lbs. burst rating shall be installed between the regulator and the oxygen receptacles. The system shall be tested and tagged in conformance with NFPA-56-F and KKK-A-1822F.

The electric oxygen system shall be provided with an on/off switch on the attendant control panel screen. The emergency manual bypass valve shall be located near the oxygen storage compartment in the patient compartment.

The oxygen tank shall be provided by the purchaser.

One (1) PADDED EDGING PROTECTION Y___N___Padded corner edging shall be installed where necessary on exposed corners and edges in the patient compartment for patient and attendant protection.

One (1) PADS, HEAD AND BACK Y___N___Vinyl upholstered, foam cushioned head/back pads shall be installed as follows: the lower edge of the upper front wall cabinet (above the partition doorway or window), above the rear doors, above the side door, on the street side wall behind and each side of the CPR seat, and on the curbside wall behind the squad bench. The pads shall be covered with a flame retardant color coordinated vinyl upholstery material.

One (1) RADIO SPEAKERS, REAR HEAD PAD Y___N___Two (2) stereo speakers shall be installed in the head pad over the rear doors. The fader control for the rear speakers shall be in the cab radio.

One (1) SHARPS AND TRASH CONTAINERS - SQUAD BENCH CENTER Y___N___An 6.9 qt. #BD5489 removable sharps container, and a 7 qt. trash container shall be installed between the two EVS Model # 1790 seats. T he containers shall be covered with a clear acrylic hinged lid with a biohazard warning label.

One (1) STAINLESS STEEL DOOR PANELS, LOWER PASSAGE DOORS Y___N___A stainless steel panel shall be installed on the interior lower portion of each passage door. The top of the stainless steel shall be installed beneath the upholstered door panel.

10810835

Page 36: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) STAINLESS STEEL WALL PROTECTION - INTERIOR STREETSIDE Y___N___A brushed stainless steel panel shall be provided on the street side wall from the bottom of the CPR seat cushion down to the flooring material to protect this area when the cot is taken in or out of the vehicle.

One (1) TURTLE TILE - SKID-RESISTANT MAT, CURBSIDE STEPWELL Y___N___Skid resistant charcoal gray turtle tile matting shall be installed in the curbside step well.

One (1) UPHOLSTERY - SPRADLING "ARCTIC" SLATE GREY #9012 Y___N___All cushions, head pads, door panels, and seats shall be covered with Spradling International "Arctic" Slate Grey # 9012 expanded vinyl upholstery material. The arctic vinyl and all foam cushion material shall comply with FMVSS #302 flame spread requirements.

One (1) PPG PAINT PROCEDURE Y___N___All non-anodized aluminum module body surfaces shall be completely chemically steam cleaned, filled with premium body filler as needed, sanded smooth and primed with F-3963 etching primer and then primed again with F-3980 high solid primer.

The cured primer surfacer shall be DA sanded with 320 grit and cleaned with DX-330. F-3980 high solid primer shall then be applied, where needed, as a sealer.

One (1) PAINT MODULE Y___N___The module shall be painted with PPG Delfleet low voc polyurethane paint, to match the OEM chassis color, at a dry thickness of 2 to 2.5 mils.

One (1) CLEAR COATING - MODULE PAINT Y___N___The entire module shall be clear-coated, using a PPG process, sprayed over the final paint coat.

One (1) BUFFING, PAINT Y___N___The paint shall be buffed to a high shine using a recommended paint buff system.

One (1) DOOR REFLECTIVITY Y___N___Reflective Scotch-lite material (25" x 2.5" red/silver chevron style) meeting FMVSS 108 requirements shall be installed on the lower interior stainless steel panel of each rear door and hinged side door.

If a sliding side door is provided, it shall have a 1.50" x 40.00" red Scotch-lite stripe installed on the rear facing edge.

One (1) DOOR REFLECTIVITY, OSS DOORS Y___N___Red and white reflective material shall be installed on the lower inside edge of each outside storage compartment door for roadside visibility.

One (1) KKK-A-1822F COMPLIANCE Y___N___

A KKK-A-1822F compliance sticker, electrical load analysis sticker, and payload sticker shall be installed in the oxygen compartment. Any deviations from KKK-A-1822F shall be listed in the vehicle delivery packet with a notation on the-compliance sticker.

10810836

Page 37: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

One (1) VEHICLE MANUALS Y___N___A delivery package shall be supplied with the vehicle, and shall include the following items:

Ambulance manufacturer parts, service and operation manuals

OEM chassis owner's guide

Complete 12VDC and 125VAC wiring schematics for all included standard and optional systems

One (1) WARRANTIES Y___N___MANUFACTURER WARRANTIES: The ambulance manufacturer shall provide Warranty coverage as follows:

A. Structural Module Warranty - Limited Life Time

B. Ambulance Conversion Warranty - 2 Years/30,000 Miles

C. Electrical Warranty (Multiplex-based systems) - 7 Years/ 84,000 Miles

D. PPG Paint Warranty - 100% for 5 Years, all inclusive, including corrosion

NOTE: Copies of these Warranties shall be provided to the purchaser in the bid response.

10810837

Page 38: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

OPTIONAL ITEMS:The below listed items are options that Dane County is looking to add to the vehicle Because these items are add on Items manufactured by independent vendors the bidder shall provide a full description of the product and cost installed as part of the bidding process. The only exclusion will be the sliding curb side modular door which the manufacture will need to provide supporting documentation as to the number of units build with siding doors and a list (minimum of 50) customers who have purchased vehicle with sliding doors installed.

1. Drop down chains for rear wheels with activation switch to be installed in the driver area of the chassis.

2. Sliding curb side door on ambulance module to patient compartment

3. Oxygen lift assist device to be installed in outside compartment #1

4. Federal QB2 siren (Electronic) and speakers in addition to Whelen siren

5. External Air Conditioner to be mounted on the front of the module and painted to match the cab and box

6. Power Inverter - Vanner 20-1000TUL.2 1000 watt inverter.

7. One-ton winch, cable and mounting hardware shall be installed on the floor between the walkway from the module to the chassis. The winch shall be an electric winch and controlled from the Capitan’s chair action area. The winch shall be designed to be removed from the floor of the module when not in use or designed to be recessed below the floor with adequate protection from weather elements under the winch and on the ambulance floor.

10810838

Page 39: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

6.0 COST PROPOSAL

6.1 General Instructions on Submitting Cost Proposals

Proposers must submit an original and the required number of copies of the cost proposal as instructed on the cover page of the RFP (Special Instructions).

Cost proposal should be submitted in a separate envelope labeled Cost Proposal with the written proposal. (Refer to Cost Proposal Form)

The proposal will be scored using a standard quantitative calculation where the most cost criteria points will be awarded to the proposal with the lowest cost.

6.2 Fixed Price Period

All prices, costs, and conditions outlined in the proposal shall remain fixed and valid for acceptance for 60 days starting on the due date for proposals.

7.0 REQUIRED FORMS

The following forms must be completed and submitted with the proposal in accordance with the instructions given in Section 2.0. Blank forms are attached.

Attachment A Signature AffidavitAttachment B Reference Data SheetAttachment C Designation of Confidential and Proprietary InformationAttachment D Fair Labor Practices CertificationAttachment E Cost Summary Page

Proposer Qualifications

10810839

Page 40: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Attachment A Submit With RFP

RFP COVER PAGESIGNATURE AFFIDAVIT

NAME OF FIRM:

STREET ADDRESS:

CITY, STATE, ZIP

CONTACT PERSON:

PHONE #:

FAX #:

EMAIL:

In signing this proposal, we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a proposal; that this proposal has been independently arrived at without collusion with any other proposer, competitor or potential competitor; that this proposal has not been knowingly disclosed prior to the opening of proposals to any other proposer or competitor; that the above statement is accurate under penalty of perjury.

The undersigned, submitting this proposal hereby agrees with all the terms, conditions, and specifications required by the County in this Request for Proposal, and declares that the attached proposal and pricing are in conformity therewith.

_____________________________________ _______________________Signature Title

_____________________________________ _______________________Name (type or print Date

This firm herby acknowledges receipt / review of the following addendum(s) (If any)

Addendum #_____ Addendum #_____Addendum #_____Addendum #_____

10810840

Page 41: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Attachment B Submit With RFP

REFERENCE DATA SHEET

Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) used for three (3) or more installations/services with requirements similar to those included in this solicitation document

NAME OF FIRM:

STREET ADDRESS:

CITY, STATE, ZIP

CONTACT PERSON: EMAIL:

PHONE #: FAX #:Product(s) and/or

Service(s) Used:

NAME OF FIRM:

STREET ADDRESS:

CITY, STATE, ZIP

CONTACT PERSON: EMAIL:

PHONE #: FAX #:Product(s) and/or

Service(s) Used:

NAME OF FIRM:

STREET ADDRESS:

CITY, STATE, ZIP

CONTACT PERSON: EMAIL:

PHONE #: FAX #:Product(s) and/or

Service(s) Used:

10810841

Page 42: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Attachment C Submit with RFP

Designation of Confidential and Proprietary InformationThe attached material submitted in response to this Proposal includes proprietary and confidential information which qualifies as a trade secret, as provided in Sect 19.36(5), Wisconsin State Statutes, or is otherwise material that can be kept confidential under the Wisconsin Open Records law. As such, we ask that certain pages, as indicated below, of this proposal response be treated as confidential material and not be released without our written approval. Attach additional sheets if needed.

Section Page Number Topic

Prices always become public information when proposals are opened, and therefore cannot be designated as confidential.

Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in Sect. 134(80)(1)(c) Wis. State Statutes, as follows: "Trade secret" means information, including a formula, pattern, compilation, program, device, method technique or process to which all of the following apply:

1. The information derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by other persons who can obtain economic value from its disclosure or use.

2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances.

In the event the Designation of Confidentiality of this information is challenged, the undersigned hereby agrees to provide legal counsel or other necessary assistance to defend the Designation of Confidentiality.

Failure to include this form in the proposal response may mean that all information provided as part of the proposal response will be open to examination or copying. The County considers other markings of confidential in the proposal document to be insufficient. The undersigned agree to hold the County harmless for any damages arising out of the release of any material unless they are specifically identified above.

_____________________________________ _______________________Signature Title

_____________________________________ _______________________Name (type or print Date

10810842

Page 43: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Attachment D Submit with RFP

FAIR LABOR PRACTICES CERTIFICATIONDane County Ordinance 25.11(28)

The undersigned, for and on behalf of the PROPOSER, BIDDER OR APPLICANT named herein, certifies as follows:

1. That he or she is an officer or duly authorized agent of the above-referenced PROPOSER, BIDDER OR APPLLICANT, which has a submitted a proposal, bid or application for a contract with the county of Dane.

That PROPOSER, BIDDER OR APPLLICANT has: (Check One)

________ not been found by the National Labor Relations Board (“NLRB”) or the Wisconsin Employment Relations Commission (“WERC”) to have violated any statute or regulation regarding labor standards or relations in the seven years prior to the date this Certification is signed.

________ been found by the National Labor Relations Board (“NLRB”) or the Wisconsin Employment Relations Commission (“WERC”) to have violated any statute or regulation regarding labor standards or relations in the seven years prior to the date this Certification is signed

Date Signed: _________________________________Officer or Authorized Agent

_________________________________Business Name

NOTE: You can find information regarding the violations described above at: www.nlrb.gov and http://werc.wi.gov.

For Reference Dane County Ord. 28.11 (28) is as follows:

(28) BIDDER RESPONSIBILITY. (a) Any bid, application or proposal for any contract with the county, including public works contracts regulated under chapter 40, shall include a certification indicating whether the bidder has been found by the National Labor Relations Board (NLRB) or the Wisconsin Employment Relations Committee (WERC) to have violated any statute or regulation regarding labor standards or relations within the last seven years. The purchasing manager shall investigate any such finding and make a recommendation to the committee, which shall determine whether the conduct resulting in the finding affects the bidder’s responsibility to perform the contract. If you indicated that you have been found by the NLRB or WERC to have such a violation, you must include a copy of any relevant information regarding such violation with your proposal, bid or application.

10810843

Page 44: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Attachment E Submit with RFP

COST / FINACIAL PROPOSAL

NAME OF FIRM:

Year /Make/Model: __________________________________________________

Warranty: __________________________________________________

Nearest service/parts location:__________________________________________________

Indicate delivery days after receipt of order:_______________________________________

TOTAL DELIVERED PRICE: $____________________

TRADE -IN ALLOWANCE $____________________

The bidder shall include a price for the trade in of a used ambulance described below:

Module manufacturer and model: Braun XL ChiefChassis manufacturer and model: Ford E450 158” wheelbaseMiles: ,000 Year: 1998

Price delivered FOB Destination To: Madison WI 53703

Optional Items :1. Drop down chains for rear wheels with activation switch to be installed in the driver

area of the chassis.

2. Sliding curb side door on ambulance module to patient compartment

3. Oxygen lift assist device to be installed in outside compartment #1

4. Federal QB2 siren (Electronic) and speakers in addition to Whelen siren

5. External Air Conditioner to be mounted on the front of the module and painted to match the cab and box

6. Power Inverter - Vanner 20-1000TUL.2 1000 watt inverter.

7. One-ton winch, cable and mounting hardware shall be installed on the floor between the walkway from the module to the chassis. The winch shall be an electric winch and controlled from the Capitan’s chair action area. The winch shall be designed to be removed from the floor of the module when not in use or designed to be recessed below the floor with adequate protection from weather elements under the winch and on the ambulance floor.

10810844

Page 45: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

Submit with RFP

PROPOSERS QUALIFICATIONS

Provide SUPPLY INFORMATION AND ANSWERS TO THE FOLLOWING QUESTIONS.

A. Will the vehicle offered be built to this specification, specifically for this proposal?

To Spec____________ Not to Spec__________

B. How many years has the manufacturer of the vehicle been in the business of manufacturing ambulances and rescue vehicles exclusively?

Number of years in business:___________________

C. How many years has the ambulance manufacturer operated under the present ownership?

Number of years under present ownership:________________

D. How many years has the bidding dealer been in the business of selling ambulances and rescue vehicles exclusively?

Number of years in business:___________________

E. How many years has the bidding dealer represented the vehicle offered?

Number of years representing manufacturer:____________________

F. The selling dealership must demonstrate his/her ability to offer service on the vehicle being bid. “On Location” service must be available for minor repairs and electrical problems, and full service repair capability must be offered also. Bidder will describe how service will be handled, and describe the service capabilities.

Service Center Location: ____________________________________

Is the Service Center owned and controlled by the bidder?

Yes___________ No___________

Service Capabilities:_________________________________________________

__________________________________________________________________

__________________________________________________________________

__________________________________________________________________

__________________________________________________________________

10810845

Page 46: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

DEVIATIONSCompany Name:___________________________________________________________________

Proposers must use the spaces below to itemize any and all deviations taken from the detailed equipment specifications as stated herein:

Any deviations from the minimum specifications stated herein must be identified in detail on the form provided and must include a description of how the proposed item/s differ from the proposal requirements, along with detailed justification for such deviation. Proposers shall include photos and schematics as necessary, for complete clarification.

ITEM NUMBER EXCEPTIONS EXPLANATION

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

___________ ____________________________________________________________

Page 47: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

STANDARD TERMS AND CONDITIONS(Request For Bids/Proposals/Contracts)

DCO CHS 19.25 Rev. 07/07

1.0 APPLICABILITY: The terms and conditions set forth in this document apply to Requests for Proposals (RFP), Bids and all other transactions whereby the County of Dane acquires goods or services, or both.

1.1 ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract, including any purchase order, awarded as a result of this request. Special requirements of a resulting contract may also apply. Said written contract with referenced parts and attachments shall constitute the entire agreement, and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the County.

1.2 DEFINITIONS: As used herein, “vendor” includes a provider of goods or services, or both, who is responding to an RFP or a bid, and “bid” includes a response to either an RFP or a bid.

2.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability or performance level, or any combination thereof, desired. When alternates are proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. Dane County shall be the sole judge of equivalency. Vendors are cautioned to avoid proposing alternates to the specifications which may result in rejection of their bid.

3.0 DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from terms, conditions, or specifications shall be described fully, on the vendor’s letterhead, signed, and attached to the bid. In the absence of such statement, the bid shall be accepted as in strict compliance with all terms, conditions, and specifications and vendor shall be held liable for injury resulting from any deviation.

4.0 QUALITY: Unless otherwise indicated in the request, all material shall be first quality. No pre-owned, obsolete, discontinued or defective materials may be used.

5.0 QUANTITIES: The quantities shown on this request are based on estimated needs. The County reserves the right to increase or decrease quantities to meet actual needs.

6.0 DELIVERY: Deliveries shall be FOB destination freight prepaid and included unless otherwise specified.

County will reject shipments sent C.O.D. or freight collect.

7.0 PRICING: Unit prices shown on the bid shall be the price per unit of sale, e.g., gal., cs., doz., ea., etc., as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the bid evaluation and contract administration.

7.1 Prices established in continuing agreements and term contracts may be lowered due to market conditions, but prices shall not be subject to increase for the term specified in the award. Vendor shall submit proposed increases to the contracting department thirty (30) calendar days before the proposed effective date of the price increase. Proposed increases shall be limited to fully documented cost increases to the vendor that are demonstrated to be industry wide. Price increases may not be granted unless they are expressed in bid documents and contracts or agreements.

7.2 Submission of a bid constitutes bidder’s certification that no financial or personal relationship exists between the bidder and any county official or employee except as specially set forth in writing attached to and made a part of the bid. The successful bidder shall disclose any such relationship which develops during the term of the contract.

8.0 ACCEPTANCE-REJECTION: Dane County reserves the right to accept or reject any or all bids, to waive any technicality in any bid submitted and to accept any part of a bid as deemed to be in the best interests of the County. Submission of a proposal or a bid constitutes the making of an offer to contract and gives the County an option valid for 60 days after the date of submission to the County.

8.1 Bids MUST be dated and time stamped by the Dane County Purchasing Division Office on or before the date and time that the bid is due. Bids deposited or time stamped in another office will be rejected. Actual receipt in the office of the purchasing division is necessary; timely deposit in the mail system is not sufficient. THERE WILL BE NO EXCEPTIONS TO THIS POLICY.

9.0 METHOD OF AWARD: Award shall be made to the lowest responsible, responsive vendor conforming to specifications, terms, and conditions, or to the most advantageous bid submitted to the County on a quality versus price basis. Among other things, quantities, time of delivery, purpose for which required, competency of vendor, the ability to render satisfactory service and past performance will be considered in determining responsibility.

Page 48: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

10.0 ORDERING/ACCEPTANCE: Written notice of award to a vendor in the form of a purchase order or other document, mailed or delivered to the address shown on the bid will be considered sufficient notice of acceptance of bid. A formal contract containing all provisions of the contract signed by both parties shall be used when required by the Dane County Purchasing Division.

11.0 PAYMENT TERMS AND INVOICING: Unless otherwise agreed, Dane County will pay properly submitted vendor invoices within thirty (30) days of receipt of goods or services, or combination of both. Payment will not be made until goods or services are delivered, installed (if required), and accepted as specified. Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order.

11.1 NO WAIVER OF DEFAULT: In no event shall the making of any payment or acceptance of any service or product required by this Agreement constitute or be construed as a waiver by County of any breach of the covenants of the Agreement or a waiver of any default of the successful vendor, and the making of any such payment or acceptance of any such service or product by County while any such default or breach shall exist shall in no way impair or prejudice the right of County with respect to recovery of damages or other remedy as a result of such breach or default.

12.0 TAXES: The County and its departments are exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases except Wisconsin excise taxes as described below. The State of Wisconsin Department of Revenue has issued tax exempt number ES41279 to Dane County.

12.1 The County is required to pay the Wisconsin excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. The County is exempt from Wisconsin sales or use tax on these purchases. The County may be subject to other states’ taxes on its purchases in that state depending on the laws of that state. Vendors performing construction activities are required to pay state use tax on the cost of materials.

13.0 GUARANTEED DELIVERY: Failure of the vendor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the vendor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include administrative costs.

14.0 APPLICABLE LAW AND VENUE: This contract shall be governed under the laws of the State of Wisconsin, and venue for any legal action between the parties shall be in Dane County Circuit Court. The vendor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this

contract and which in any manner affect the work or its conduct.

15.0 ASSIGNMENT: No right or duty in whole or in part of the vendor under this contract may be assigned or delegated without the prior written consent of Dane County.

16.0 NONDISCRIMINATION/AFFIRMATIVE ACTION: During the term of this Agreement the vendor agrees, in accordance with sec. 111.321, Wis. Stats., and Chapter 19 of the Dane County Code of Ordinances, not to discriminate against any person, whether an applicant or recipient of services, an employee or applicant for employment, on the basis of age, race, ethnicity, religion, color, gender, disability, marital status, sexual orientation, national origin, cultural differences, ancestry, physical appearance, arrest record or conviction record, military participation or membership in the national guard, state defense force or any other reserve component of the military forces of the United States, or political beliefs. The vendor shall provide a harassment-free work environment. These provisions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff, termination, training, including apprenticeships, rates of pay or other forms of compensation.

16.1 Vendors who have twenty (20) or more employees and a contract of twenty thousand dollars ($20,000) or more must submit a written affirmative action plan to the County’s Contract Compliance Officer within fifteen (15) working days of the effective date of the contract. The County may elect to accept a copy of the current affirmative action plan filed with and approved by a federal, state or local government unit.

16.2 The vendor agrees to post in conspicuous places, available for employees and applicants for employment, notices setting forth the provisions of this Agreement as they relate to affirmative action and nondiscrimination.

16.3 Failure to comply with these Terms and Conditions may result in the vendor being debarred, termination of the contract and/or withholding of payment.

16.4 The vendor agrees to furnish all information and reports required by Dane County’s Contract Compliance Officer as the same relate to affirmative action and nondiscrimination, which may include any books, records, or accounts deemed appropriate to determine compliance with Chapter 19, D.C. Ords., and the provisions of this Agreement.

16.5 Americans with Disabilities Act: The vendor agrees to the requirements of the ADA, providing for physical and programmatic access to service delivery and treatment in all programs and activities.

Page 49: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

17.0 PATENT, COPYRIGHT AND TRADEMARK INFRINGEMENT: The vendor guarantees goods sold to the County were manufactured or produced in accordance with applicable federal labor laws, and that the sale or use of the articles described herein do not infringe any patent, copyright or trademark. The vendor covenants that it will, at its own expense, defend every suit which shall be brought against the County (provided that such vendor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent, copyright or trademark by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit.

18.0 SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the County must fully comply with all safety requirements as set forth by the Wisconsin Department of Commerce and all applicable OSHA Standards.

18.1 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29 CFR 1910.1200, provide one (1) copy of the Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s).

19.0 WARRANTY: Unless specifically expressed otherwise in writing, goods and equipment purchased as a result of this request shall be warranted against defects by the vendor for one (1) year from date of receipt. An equipment manufacturer’s standard warranty shall apply as a minimum and must be honored by the vendor. The time limitation in this paragraph does not apply to the warranty provided in paragraph 27.0.

20.0 INSURANCE RESPONSIBILITY: The successful vendor shall:

20.1 Maintain worker’s compensation coverage as required by Wisconsin Statutes, for all employees engaged in the work. The successful vendor shall furnish evidence of adequate worker’s compensation insurance.

20.2 Indemnify, hold harmless and defend County, its boards, commissions, agencies, officers, employees and representatives against any and all liability, loss (including, but not limited to, property damage, bodily injury and loss of life), damages, costs or expenses which County, its officers, employees, agencies, boards, commissions and representatives may sustain, incur or be required to pay by reason of the successful vendor furnishing the services or goods required to be provided under the contract with the County, provided, however, that the provisions of this paragraph shall not apply to liabilities, losses, charges, costs, or expenses caused by or resulting from the acts or omissions of County, its agencies, boards, commissions, officers, employees or representatives. The obligations of the successful vendor under this paragraph shall survive the expiration

or termination of any contract resulting from the successful vendor’s bid.

20.3 At all times during the term of this Agreement, keep in full force and effect comprehensive general liability and auto liability insurance policies (as well as professional malpractice or errors and omissions coverage, if the services being provided are professional services) issued by a company or companies authorized to do business in the State of Wisconsin and licensed by the Wisconsin Insurance Department, with liability coverage provided for therein in the amount of at least $1,000,000 CSL (Combined Single Limits). Coverage afforded shall apply as primary. County shall be given ten (10) days advance notice of cancellation or non-renewal. Upon execution of this Agreement, the successful vendor shall furnish County with a certificate of insurance listing County as an additional insured and, upon request, certified copies of the required insurance policies. If the successful vendor’s insurance is underwritten on a Claims-Made basis, the Retroactive Date shall be prior to or coincide with the date of this Agreement, the Certificate of Insurance shall state that coverage is Claims-Made and indicate the Retroactive Date, the successful vendor shall maintain coverage for the duration of this Agreement and for two years following the completion of this Agreement. The successful vendor shall furnish County, annually on the policy renewal date, a Certificate of Insurance as evidence of coverage. It is further agreed that the successful vendor shall furnish the County with a 30-day notice of aggregate erosion, in advance of the Retroactive Date, cancellation, or renewal. It is also agreed that on Claims-Made policies, either the successful vendor or County may invoke the tail option on behalf of the other party and that the Extended Reporting Period premium shall be paid by the successful vendor. In the event any action, suit or other proceeding is brought against County upon any matter herein indemnified against, County shall give reasonable notice thereof to the successful vendor and shall cooperate with the successful vendor’s attorneys in the defense of the action, suit or other proceeding.

20.4 The County reserves the right to require higher or lower insurance limits where County deems necessary.

20.5 In case of any sublet of work under this Agreement, the successful vendor shall furnish evidence that each and every subvendor has in force and effect insurance policies providing coverage identical to that required of the successful vendor.

21.0 CANCELLATION: County reserves the right to terminate any Agreement due to non-appropriation of funds or failure of performance by the vendor. This paragraph shall not relieve County of its responsibility to pay for services or goods provided or furnished to County prior to the effective date of termination.

Page 50: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

22.0 PUBLIC RECORDS ACCESS: It is the intention of the County to maintain an open and public process in the solicitation, submission, review, and approval of procurement activities. Bid openings are public unless otherwise specified. Records are not available for public inspection prior to issuance of the notice of intent to award or the award of the contract. Bid results may be obtained by visiting the Dane County Purchasing Office Monday – Friday, between 8:00 a.m. and 4:00 p.m. Prior appointment is advisable.

22.1 PROPRIETARY INFORMATION: If the vendor asserts any of its books and records of its business practices and other matters collectively constitute a trade secret as that term is defined in s. 134.90(1)(c), Wis. Stats., County will not release such records to the public without first notifying the vendor of the request for the records and affording the vendor an opportunity to challenge in a court of competent jurisdiction the requester’s right to access such records. The entire burden of maintaining and defending the trade secret designation shall be upon the vendor. The vendor acknowledges and agrees that if the vendor shall fail, in a timely manner, to initiate legal action to defend the trade secret designation or be unsuccessful in its defense of that designation, County shall be obligated to and will release the records.

22.2 Data contained in a bid, all documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, documentation, and innovations shall be the property of the County.

22.3 Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information and which vendor believes qualifies as a trade secret, as provided in section 19.36(5), Wis. Stats., must be identified on a designation of Confidential and Proprietary Information form. In any event, bid prices will not be held confidential after award of contract.

23.0 RECYCLED MATERIALS: Dane County is required to purchase products incorporating recycled materials whenever technically and economically feasible. Vendors are encouraged to bid products with recycled content which meet specifications.

24.0 PROMOTIONAL ADVERTISING: Reference to or use of Dane County, any of its departments or sub-units, or any county official or employee for commercial promotion is prohibited.

25.0 ANTITRUST ASSIGNMENT: The vendor and the County of Dane recognize that in actual economic practice, overcharges resulting from antitrust violation are in fact usually borne by the County of Dane (purchaser). Therefore, the successful vendor hereby assigns to the County of Dane any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract.

26.0 RECORDKEEPING AND RECORD RETENTION-PUBLIC WORKS CONTRACTS: The successful bidder on a public works contract shall comply with the State of Wisconsin prevailing wage scale and shall establish and maintain adequate payroll records for all labor utilized as well as records for expenditures relating to all subcontracts, materialmen and suppliers. All records must be kept in accordance with generally accepted accounting procedures. The County shall have the right to audit, review, examine, copy, and transcribe any such records or documents. The vendor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made.

26.1 RECORDKEEPING AND RECORD RETENTION-COST REIMBURSEMENT CONTRACTS: Where payment to the vendor is based on the vendor’s costs, vendor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. The County contracting agency shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents relating to any contract resulting from this bid/proposal held by the vendor. The vendor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made.

27.0 YEAR 2000 COMPLIANT: Vendor warrants that: a) all goods, services and licenses sold otherwise provided pursuant to this procurement have been tested for and are fully year 2000 compliant, which means they are capable of correctly and consistently handling all date-based functions before, during and after the year 2000; b) the date change from 1999 to 2000, or any other date changes, will not prevent such goods, services or licenses from operating in a merchantable manner, for the purposes intended and in accordance with all applicable plans and specifications and without interruption before, during and after the year 2000; and c) vendor’s internal systems, and those of vendor’s vendors, are year 2000 compliant, such that vendor will be able to deliver such goods, services and licenses as required by this procurement.

28.0 LIVING WAGE REQUIREMENT: The vendor shall, where appropriate, comply with the County’s Living Wage requirements as set forth in section 25.015, Dane County Ordinances.

28.01 In the event its payroll records contain any false, misleading or fraudulent information, or if the vendor fails to comply with the provisions of s. 25.015, D.C. Ords., the County may withhold payments on the contract, terminate, cancel or suspend the contract in whole or in part, or, after a due process hearing, deny the vendor the right to participate in bidding on future County contracts for a period of one (1) year after the first violation is found and for a period of three (3) years after a second violation is found.

Page 51: ***SAMPLE*** - Dane County, Wisconsindanedocs.countyofdane.com/webdocs/doc/purch/rfp108108.doc · Web viewThe vehicle shall be equipped with all standard equipment as currently advertised

28.02 Bidders are exempt from the above requirements if: The maximum value of services to be provided is

less than $5,000; The bid involves only the sale of goods to the

County; The bid is for professional services; The bid is for a public works contract where wages

are regulated under s. 62.293, Wis. Stats.; The bidder is a school district, a municipality, or

other unit of government; The service to be provided is residential services at

an established per bed rate; The bidder’s employees are persons with disabilities

working in employment programs and the successful bidder holds a current sub-minimum wage certificate issued by the U.S. Department of Labor or where such a certificate could be issued but for the fact that the employer is paying a wage higher than the minimum wage;

The bidder is an individual providing services to a family member; or

The bidder’s employees are student interns.

28.03 COMPLIANCE WITH FAIR LABOR STANDARDS. During the term of this Agreement, PROVIDER shall report to the County Contract Compliance Officer, within ten (10) days, any allegations to, or findings by the National Labor Relations Board (NLRB) or Wisconsin Employment Relations commission (WERC) that PROVIDER has violated a statute or regulation regarding labor standards or relations within the seven years prior to entering this Agreement. If an investigation by the Contract Compliance Officer results in a final determination that the matter adversely affects PROVIDER’S responsibilities under this Agreement, and which recommends termination, suspension or cancellation of this agreement, the County may take such action.

28.04 PROVIDER may appeal any adverse finding by the Contract Compliance Officer as set forth in sec. 25.015(11)(c) through (e).

28.05 PROVIDER shall post the following statement in a prominent place visible to employees: “As a condition of receiving and maintaining a contract with Dane County, this employer shall comply with federal, state and all other applicable laws prohibiting retaliation or union organizing.”